Loading...
6389 - Mayhill Road Widening and Improvements, 0.Main SolicitationTABLE OF CONTENTS PAGE Notice to Bidders NB-1 - NB-2 Bidder Qualifications QB-1 Proposal and Bid Summary P-1 - P-29 Conflict of Interest Questionnaire CIQ-1 Contract Agreement CA-1 - CA-4 Performance Bond PB-1 - PB-2 Payment Bond PB-3 - PB-4 Certificate of Insurance CI-1 - CI-8 Invoice Attachment and Instructions Page 1 – Page 2 General Provisions G-1 - G-14 Minimum Wage Rates W-1 Special Contract Requirements and Bid Item Definitions D-1 - D-36 City of Denton Amendments to TxDOT Specifications AM-1 - AM-28 City of Denton Standard Details Geotechnical Boring Logs Construction plans titled “Mayhill Road Widening and Improvements Volume I” and “Mayhill Road Widening and Improvements Volume II” prepared by Freese and Nichols, Inc. This project shall be constructed by utilizing the October 2004 edition of the North Central Texas Council of Governments’ Specifications for Public Works Construction. Any permissible deviation from those standard specifications will be noted in the section of General Provisions, Definition of Bid Items, Special Contract Requirements, Plans and/or these Specifications. NB-1 NOTICE TO BIDDERS IFB 6389 Sealed bid proposals addressed to the City of Denton, Purchasing Department will be received at the office of the Purchasing Agent located at 901-B Texas Street in the Purchasing Department on the second floor of the Service Center Complex until 11:00 a.m. on Thursday, April 20, 2017 for the purchase of construction services for Mayhill Road Widening and Improvements in Denton, Texas, as follows per bid instructions, plans and specifications: IFB 6389 MAYHILL ROAD WIDENING AND IMPROVEMENTS A prebid conference for the project will be held on Wednesday, April 5, 2017 at 10:00 a.m. in the Service Center Training Room of the Service Center Complex. Questions regarding plans and specifications must be submitted by telephone or email to Spencer Maxwell, P.E. at (817) 735- 7523 or SBM@freese.com by 5:00 p.m. on Monday, April 10, 2017. All questions submitted after that date and time will not be considered to ensure all bidders are given equal access to the information provided. Bids will be publicly opened and read aloud. Bids received later than the specified time and date will be returned to the bidder unopened. The bids will then be officially reviewed and awarded by the City Council as soon thereafter as possible. All bid proposals must be made on the printed document forms included in the specifications. The submitted bid shall not be altered, withdrawn, or resubmitted within sixty (60) days from and after the date of the bid opening. Bidder shall also submit one (1) additional copy of the proposal along with their bid. Electronic copies of the bid invitation with information to bidders, bid proposals, plans and specifications can be downloaded for free at the City’s purchasing website, www.dentonpurchasing.com Qualified prospective bidders may obtain paper copies of the bid invitation with information to bidders, bid proposals, plans, and specifications at the office of Freese and Nichols, Inc., 4055 International Plaza, Ste. 200, Fort Worth, TX 76109, upon non-refundable deposit in the form of a check, money order or cashier’s check in the amount of two hundred ($200.00) dollars per set. Cash will not be accepted. Each bid must be accompanied by a cashier's check, certified check, or acceptable bidders bond payable without recourse to the City of Denton, Texas in an amount not less than five percent (5%) of the bid submitted as guarantee that the bidder will enter into a contract and execute a performance bond, a payment bond and insurance certificate within ten (10) days after the notification of the award of the contract to the bidder. NB-2 The City of Denton, Texas reserves the right to reject any and all bids and informalities, unless all bids are rejected, and award will be made to the lowest and most responsible bidder. Minority and small business vendors or contractors are encouraged to bid on any and all City of Denton projects. CITY OF DENTON, TEXAS Purchasing Department 901-B Texas Street Denton, TX 76209 C/o Elton Brock Purchasing Agent Advertisement to run MARCH 8, 2017 and MARCH 15, 2017. QB-1 BIDDER QUALIFICATIONS In order to be considered for award of this bid, bidders must be able to demonstrate that they are qualified by experience and capability to successfully construct the project within the Contract Time and for the Contract Amount. At a minimum each bidder must demonstrate the following: 1. Firm experience of at least 5 years in the construction of public street projects, including detailed information on prior project experience with the City of Denton, as applicable. 2. Firm experience in the construction of at least 3 separate public street reconstruction projects or highway projects successfully completed which were similar in scope to this bid. Similar projects for this purpose must be at least two thousand feet long, and must involve removing and reconstructing an existing street with live traffic. 3. Firm experience in the construction of at least 3 separate drainage projects each with a contract value of at least $1,000,000. (Drainage items must account for 60% of the items). 4. Financial capability to prosecute the work as supported by an audited financial statement for the previous year. 5. List of equipment capable of performing the work. 6. Safety record as detailed in the Special Contract Requirements along with supporting OSHA reporting documentation. 7. Contractor must include an acceptable bidder’s bond, cashier’s check or certified check as stated in the Notice to Bidders. All proposals received without the above will be rejected and considered non-responsive. 8. Certificate of Status issued by the Texas Secretary of State. A “certificate of status” is a certificate issued by the secretary of state that serves as official evidence of an entity’s existence or authority to transact business in Texas. A certificate of status provides a statement of an entity’s status, as well as the entity’s current legal name and date of formation or registration. How do I obtain information about filing with the State of Texas, or obtaining copies or certificates from the Secretary of State Webpage: http://www.sos.state.tx.us/corp/copies.shtml ; Phone 512-463-5578; or email corpcert@sos.state.tx.us. 9. If any of the work is to be done by a subcontractor, the subcontractor must comply with all of the qualifications requirements listed above. The prime contractor must do a minimum of 50% of the work. Bidders who cannot meet the above minimum qualifications will not be considered for award. Documents necessary to show compliance with the above requirements must be provided by the apparent low bidder before a Recommendation of Award is presented to the Denton City Council. P - 1 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF MAYHILL ROAD WIDENING AND IMPROVEMENTS IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished up to 25% to as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. The contractor shall provide the numeric unit price and the unit price in words for each quantity. Unit price in words governs over the numeric price given. It is further agreed that change orders may be negotiated between the contractor and the City to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Provisions and the limitations prescribed by the Texas Local Government Code. Similarly, change orders may be negotiated to cover deletion of work so ordered. It is understood and agreed that the works is to be completed in full within the time specified in the General Provisions. Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid or $15,000, whichever is less. IFB 6389 P - 2 It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P - 3 Exhibit 1 IFB 6389 – Pricing Sheet for Mayhill Road Widening and Improvements The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. i. Respondent's Name: ii. Principal Place of Business (City and State): iii. Respondent is a Corporation, Partnership, Sole Proprietorship, or Individual? iv. Total calendar days after Notice to Proceed is issued by City of Denton for substantial completion of Base Bid (Maximum of 900 DAYS): v. Total calendar days after Notice to Proceed is issued by City of Denton for project start: BASE BID UNIT I - STREET IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL I-1 COD PROJECT SIGNS 12 EA I-2 TXDOT 500 MOBILIZATION & DEMOBILIZATION (10% MAX) 1 LS I-3 COD NCTCOG AM ITEM 203.3 RIGHT OF WAY PREPARATION 224 STA I-4 NCTCOG 801 BARRICADES, SIGNS, AND TRAFFIC HANDLING 30 MO I-5 TxDOT 6001 PORTABLE CHANGEABLE MESSAGE SIGNS 12 EA I-6 TXDOT 105 REMOVE ASPHALT PAVEMENT 43,396 SY I-7 TXDOT 104 REMOVE CONCRETE PAVEMENT & MISC. CONCRETE 12,850 SY I-8 TXDOT 104 REMOVE CONCRETE CURB & GUTTER 12,518 LF I-9 TXDOT 105 REMOVE ASPHALT DRIVEWAY 655 SY P - 4 UNIT I - STREET IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL I-10 TXDOT 104 REMOVE CONCRETE DRIVEWAY 3,940 SY I-11 TXDOT 104 REMOVE SIDEWALK 1,395 SY I-12 TXDOT 450 PEDESTRIAN RAIL (COMBINATION TY C1W) 1,101 LF I-13 TXDOT 450 PEDESTRIAN RAIL (TY C221) 110 LF I-14 NCTCOG 203 UNCLASSIFIED EXCAVATION 79,340 CY I-15 NCTCOG 203 EMBANKMENT 165,410 CY I-16 NCTCOG 301 LIME TREATED SUBGRADE (6") 146,946 SY I-17 NCTCOG 301 LIME (HYDRATED LIME) (SLURRY) 3,233 TON I-18 NCTCOG 302 HMAC TYPE D (PG64-22) 18,520 TON I-19 NCTCOG 302 HMAC TYPE B (PG64-22) 1,363 TON I-20 NCTCOG 302 HMAC TYPE B (ASPHALT DRIVEWAY) (PG64-22) 186 TON I-21 TXDOT 360 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT (12") 139,391 SY I-22 NCTCOG 301.5 6" GRAVEL DRIVEWAYS 548 SY I-23 TXDOT 528 MEDIAN APRON (COLORED TEXTURED CONCRETE) 8,552 SY I-24 NCTCOG 303 CONCRETE CURB (MONOLITHIC) 82,505 LF I-25 NCTCOG 305.1 CONCRETE CURB AND GUTTER 1,083 LF I-26 NCTCOG 305.2 CONCRETE DRIVEWAY 7,391 SY I-27 NCTCOG 305.2 REINFORCED CONCRETE SIDEWALK (4") 32,462 SY P - 5 UNIT I - STREET IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL I-28 NCTCOG 305.2 CURB RAMP (TY 1) (SHARED LANDING) (ALL WIDTHS) 18 EA I-29 NCTCOG 305.2 CURB RAMP (TY 1) 26 EA I-30 NCTCOG 305.2 CURB RAMP (TY 1) (10' WIDTH) 8 EA I-31 NCTCOG 305.2 CURB RAMP (TY 7) 12 EA I-32 NCTCOG 305.2 CURB RAMP (TY 7) (10' WIDTH) 66 EA I-33 TXDOT 677 ELIMINATE EXISTING PAVEMENT MARKINGS (ALL WIDTHS) 3,000 LF I-34 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (Y) (4") (BRK) 106 LF I-35 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (Y) (4") (SLD) 3,225 LF I-36 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (4") (BRK) (10') 34,668 LF I-37 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (4") (BRK) (2') 110 LF I-38 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (6") (SLD) 11,929 LF I-39 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (8") (BRK) (2') 1,445 LF I-40 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (8") (SLD) 5,648 LF I-41 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (12") (SLD) 750 LF I-42 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (24") (SLD) 7,442 LF I-43 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (ARROW) 49 EA I-44 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY I) (W) (WORD) 49 EA P - 6 UNIT I - STREET IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL I-45 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (Y) (4") (BRK) 106 LF I-46 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (Y) (4") (SLD) 3,225 LF I-47 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (4") (BRK) (10') 34,668 LF I-48 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (4") (BRK) (2') 110 LF I-49 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (6") (SLD) 11,929 LF I-50 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (8") (BRK) (2') 1,445 LF I-51 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (8") (SLD) 5,648 LF I-52 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (12") (SLD) 750 LF I-53 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (24") (SLD) 7,442 LF I-54 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (ARROW) 49 EA I-55 TXDOT 666 PAVEMENT MARKERS & MARKINGS (TY II) (W) (WORD) 49 EA I-56 TXDOT 672 RAISED PAVEMENT MARKER (TY II-C-R) 1,422 EA I-57 TXDOT 672 RAISED PAVEMENT MARKER (TY II-A-A) 165 EA I-58 TXDOT 644 SMALL ROADSIDE SIGN ASSEMBLY 124 EA I-59 TXDOT 540 METAL BEAM GUARD FENCE 1,652 LF P - 7 UNIT I - STREET IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL I-60 TXDOT 544 GUARDRAIL END TREATMENT (WOOD POST) (TY I) 10 EA I-61 TXDOT 423 RETAINING WALL (TxDOT TYPE RW 1(H)(C)) 6,190 SF I-62 TXDOT 423 RETAINING WALL (TxDOT TYPE CSWD-08 (FW)) 3,385 SF I-63 TXDOT 423 RETAINING WALL (MSE) 4,735 SF TOTAL UNIT I P - 8 UNIT II - STRUCTURAL ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT II-1 TXDOT 416 DRILL SHAFT (30") 995 LF II-2 TXDOT 416 DRILL SHAFT (36") 1,398 LF II-3 TXDOT 420 CLASS C CONCRETE (ABUTMENT) 162 CY II-4 TXDOT 420 CLASS C CONCRETE (BENT) 187 CY II-5 TXDOT 420 CONCRETE (APPROACH SLAB) 28,782 SF II-6 TXDOT 425 PRESTRESSED CONCRETE GIRDER (Tx40) 2,552 LF II-7 TXDOT 425 PRESTRESSED CONCRETE BOX BEAM (4B20) 174 LF II-8 TXDOT 425 PRESTRESSED CONCRETE BOX BEAM (5B20) 1,562 LF II-9 TXDOT 428 CONCRETE SURFACE TREATMENT 3,213 SY II-10 TXDOT 432 RIPRAP (RR8) 537 CY II-11 TXDOT 442 STRUCTURAL STEEL (MISC NON-BRIDGE) 689 LB II-12 TXDOT 450 RAIL TY C411 870 LF II-13 TXDOT 450 RAIL TY C223 631 LF II-14 TXDOT 450 RAIL TY PR1 488 LF II-15 TXDOT 454 SEALED EXPANISION JOINTS (4") 292 LF TOTAL UNIT II P - 9 UNIT III - LANDSCAPING ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT III-1 COD NCTCOG AM ITEM 202.5 SODDING 66,936 SY III-2 COD NCTCOG AM ITEM 202.6 HYDROMULCH SEEDING 66,936 SY III-3 NCTCOG 202.2 TOPSOIL (4") 133,872 SY TOTAL UNIT III P - 10 UNIT IV - ELECTRICAL & LIGHTING ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT IV-1 TxDOT 618 CONDUIT (PVC) (SCHD 40) (1") 600 LF IV-2 TxDOT 618 CONDUIT (PVC) (SCHD 40) (2") 22,975 LF IV-3 TXDOT 624 PULL BOX (12" X 12") 231 EA TOTAL UNIT IV P - 11 UNIT V - STORM SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT V-1 TXDOT 104 REMOVE STORM DRAIN PIPE 187 LF V-2 TXDOT 104 REMOVE STORM DRAIN INLET 2 EA V-3 TXDOT 104 REMOVE HEADWALL 100 CY V-4 COD NCTCOG AM ITEM 107.19.3 TRENCH SAFETY (STORM DRAIN SYSTEM) 38,500 LF V-5 NCTCOG 501.6 RCP (CLASS III) (18") 7,394 LF V-6 NCTCOG 501.6 RCP (CLASS III) (24") 13,788 LF V-7 NCTCOG 501.6 RCP (CLASS III) (30") 3,867 LF V-8 NCTCOG 501.6 RCP (CLASS III) (36") 1,391 LF V-9 NCTCOG 501.6 RCP (CLASS III) (42") 3,732 LF V-10 NCTCOG 501.6 RCP (CLASS III) (48") 1,442 LF V-11 NCTCOG 501.6 RCP (CLASS III) (54") 180 LF V-12 NCTCOG 501.6 RCB (5' X 4') 155 LF V-13 NCTCOG 501.6 RCB (6' X 3') 480 LF V-14 NCTCOG 501.6 RCB (6' X 4') 2,055 LF V-15 NCTCOG 501.6 RCB (7' X 6') 1,035 LF V-16 NCTCOG 501.6 RCB (8' X 4') 906 LF V-17 NCTCOG 501.6 RCB (8' X 8') 43 LF V-18 NCTCOG 501.6 RCB (9' X 6') 800 LF P - 12 UNIT V - STORM SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT V-19 NCTCOG 501.6 RCB (10' X 6') 65 LF V-20 NCTCOG 501.6 RCB (12' X 6') 372 LF V-21 NCTCOG 501.6 RCB (12' X 5') 795 LF V-22 NCTCOG 702 MANHOLE (TYPE 1C) 55 EA V-23 NCTCOG 702 JUNCTION BOX (TYPE 1) (4'-4" X 4'-4") 45 EA V-24 NCTCOG 702 JUNCTION BOX (TYPE 1) (4'-11" X 4'-11") 10 EA V-25 NCTCOG 702 JUNCTION BOX (TYPE 1) (5'-6" X 5'-6") 7 EA V-26 NCTCOG 702 JUNCTION BOX (TYPE 1) (6'-1" X 6'-1") 4 EA V-27 NCTCOG 702 JUNCTION BOX (MOD) (9' X 5') 2 EA V-28 NCTCOG 702 JUNCTION BOX (MOD) (11' X 9') 2 EA V-29 NCTCOG 702 INLET (COMPLETE) (CHANNEL HEADWALL) (10') 3 EA V-30 NCTCOG 702 INLET (COMPLETE) (TY Y INLET) (4' X 4') 3 EA V-31 NCTCOG 702 INLET (COMPLETE) (RECESSED CURB INLET 10') 95 EA V-32 NCTCOG 702 INLET (COMPLETE) (RECESSED CURB INLET 15') 64 EA V-33 NCTCOG 702 INLET (COMPLETE) (RECESSED CURB INLET 20') 22 EA V-34 NCTCOG 702 HEADWALL (TY PW) (CULV-1) 1 EA V-35 NCTCOG 702 HEADWALL (TY PW) (CULV-2) 1 EA P - 13 UNIT V - STORM SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT V-36 NCTCOG 702 HEADWALL & WINGWALLS (TY SW-0) (CULV-1) 1 EA V-37 NCTCOG 702 HEADWALL (TY PW) (SD-A3) 1 EA V-38 NCTCOG 702 HEADWALL & WINGWALLS (TY FW-S) (SD-A3) 1 EA V-39 NCTCOG 702 HEADWALL & WINGWALLS (TY FW-S) (SD-D1) 1 EA V-40 NCTCOG 702 HEADWALL & WINGWALLS (TY FW-0) (SD-E1) 1 EA V-41 NCTCOG 702 HEADWALL & WINGWALLS (TY FW-0) (SCULV-1) 1 EA V-42 NCTCOG 702 HEADWALL & WINGWALLS (TY FW-S) (SCULV-1) 1 EA V-43 NCTCOG 702 HEADWALL & WINGWALLS (TY FW-0) (SCULV-2) 1 EA V-44 NCTCOG 702 HEADWALL (TY PW) (SCULV-2) 1 EA V-45 NCTCOG 702 WINGWALL (TY FW-0) (SPENCER RD CULV) 1 EA V-46 NCTCOG 702 HEADWALL (TY PW) (SCULV-5) 2 EA V-47 NCTCOG 702 CONCRETE FLUME 415 SY V-48 NCTCOG 501.6 LATERAL WYE CONNECTION (SD-D1) 4 EA P - 14 V-49 NCTCOG 803.3 RIPRAP (CONC) (6") 150 SY V-50 NCTCOG 803.3 RIPRAP (STONE) (6") 5 CY V-51 NCTCOG 803.3 RIPRAP (CONC) (12") 275 CY V-51 NCTCOG 803.3 RIPRAP (STONE) (24") 1,200 CY TOTAL UNIT V P - 15 UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VI-1 COD NCTCOG AM ITEM SS01 CUT AND PLUG EXISTING SANITARY SEWER LINES 34 EA VI-2 COD NCTCOG AM ITEM SS02 ABANDON SANITARY SEWER MANHOLE 11 EA VI-3 COD NCTCOG AM ITEM SS03 REMOVE SANITARY SEWER MANHOLE 6 EA VI-4 COD NCTCOG AM ITEM 107.19.3 EXCAVATION SAFETY (TRENCH SAFETY) (SEWER SYSTEM) 5,580 LF VI-5 COD NCTCOG AM ITEM 505 24" X 3/8" THICK STEEL CASING INSTALLED BY OPEN CUT 50 LF VI-6 COD NCTCOG AM ITEM 503.3 20" X 3/8" THICK STEEL CASING INSTALLED BY BORE 125 LF VI-7 COD NCTCOG AM ITEM 503.3 18" X 3/8" THICK STEEL CASING INSTALLED BY BORE 40 LF VI-8 COD NCTCOG AM ITEM 505 18" X 3/8" THICK STEEL CASING INSTALLED BY OPEN CUT 40 LF VI-9 COD NCTCOG AM ITEM 505 16" X 3/8" THICK STEEL CASING INSTALLED BY OPEN CUT 42 LF VI-10 COD NCTCOG AM ITEM 503.1 12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED IN CASING 50 LF VI-11 COD NCTCOG AM ITEM 503.1 10" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED IN CASING 125 LF VI-12 COD NCTCOG AM ITEM 503.1 10" SDR-35 PVC WASTEWATER PIPE INSTALLED IN CASING 42 LF P - 16 UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VI-13 COD NCTCOG AM ITEM 503.1 8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED IN CASING 80 LF VI-14 COD NCTCOG AM ITEM 501.17 21" F679 115 PSI PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 79 LF VI-15 COD NCTCOG AM ITEM 501.17 12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 65 LF VI-16 COD NCTCOG AM ITEM 501.17 12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 123 LF VI-17 COD NCTCOG AM ITEM 501.17 12" SDR-26 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 184 LF VI-18 COD NCTCOG AM ITEM 501.17 12" SDR-26 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 524 LF VI-19 COD NCTCOG AM ITEM 501.17 10" SDR-26 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 920 LF VI-20 COD NCTCOG AM ITEM 501.17 10" SDR-26 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 888 LF VI-21 COD NCTCOG AM ITEM 501.17 8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 121 LF P - 17 UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VI-22 COD NCTCOG AM ITEM 501.17 8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 56 LF VI-23 COD NCTCOG AM ITEM 501.17 8" SDR-26 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 67 LF VI-24 COD NCTCOG AM ITEM 501.17 8" SDR-26 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 241 LF VI-25 COD NCTCOG AM ITEM 501.17 8" SDR-35 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 425 LF VI-26 COD NCTCOG AM ITEM 501.17 8" SDR-35 PVC WASTEWATER PIPE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 845 LF VI-27 COD NCTCOG AM ITEM 502.1-A 4' DIA CONCRETE MANHOLE, STANDARD OR DROP (0'-6') 4 EA VI-28 COD NCTCOG AM ITEM 502.1-A EXTRA DEPTH OF 4' DIA CONCRETE MANHOLE (OVER INITIAL 6') 16 VF VI-29 COD NCTCOG AM ITEM 502.1-A 5' DIA CONCRETE MANHOLE, STANDARD OR DROP, INCLUDING WATERTIGHT LIDS AND VENTS WHERE SPECIFIED (0'-6') 23 EA VI-30 COD NCTCOG AM ITEM 502.1-A EXTRA DEPTH OF 5' DIA CONCRETE MANHOLE (OVER INITIAL 6') 204 VF P - 18 UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VI-31 COD NCTCOG AM ITEM 502.10.4 6" SANITARY SEWER SERVICES 13 EA VI-32 COD NCTCOG AM ITEM 502.12.4 CONNECT TO EXISTING MANHOLE BY CORING 2 EA TOTAL UNIT VI P - 19 UNIT VII - WATER SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VII-1 COD NCTCOG AM ITEM W05 REMOVE FIRE HYDRANT 5 EA VII-2 COD NCTCOG AM ITEM W06 REMOVE AND SALVAGE GATE VALVE 34 EA VII-3 COD NCTCOG AM ITEM W04 CUT AND PLUG EXISTING WATER LINES 66 EA VII-4 COD NCTCOG AM ITEM 107.19.3 EXCAVATION SAFETY (TRENCH SAFETY) (WATER SYSTEM) 16,809 LF VII-5 COD NCTCOG AM ITEM 503.3 36" X 1/2" THICK STEEL CASING INSTALLED BY BORE 95 LF VII-6 COD NCTCOG AM ITEM 505 36" X 3/8" THICK STEEL CASING INSTALLED BY OPEN CUT 57 LF VII-7 COD NCTCOG AM ITEM 503.3 30" X 1/2" THICK STEEL CASING INSTALLED BY BORE 30 LF VII-8 COD NCTCOG AM ITEM 503.3 24" X 3/8" THICK STEEL CASING INSTALLED BY BORE 120 LF VII-9 COD NCTCOG AM ITEM 505 24" X 3/8" THICK STEEL CASING INSTALLED BY OPEN CUT 195 LF VII-10 COD NCTCOG AM ITEM 503.1 20" C-905 DR-14 PVC WATER LINE INSTALLED IN CASING 95 LF VII-11 COD NCTCOG AM ITEM 503.3 18" X 3/8" THICK STEEL CASING INSTALLED BY BORE 175 LF VII-12 COD NCTCOG AM ITEM 505 18" X 3/8" THICK STEEL CASING INSTALLED BY OPEN CUT 348 LF P - 20 UNIT VII - WATER SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VII-13 COD NCTCOG AM ITEM 503.1 18" C-900 DR-14 PVC REUSE LINE INSTALLED IN CASING 57 LF VII-14 COD NCTCOG AM ITEM 503.1 16" SPECIAL CLASS 52 DIP WATER LINE INSTALLED IN CASING 40 LF VII-15 COD NCTCOG AM ITEM 503.1 12" C-900 DR-14 PVC WATER LINE INSTALLED IN CASING 315 LF VII-16 COD NCTCOG AM ITEM 503.1 8" C-900 DR-14 PVC WATER LINE INSTALLED IN CASING 523 LF VII-17 COD NCTCOG AM ITEM 504.5 CONCRETE ENCASEMENT OF WATER LINES 230 LF VII-18 COD NCTCOG AM ITEM 501.14 20" C-905 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 111 LF VII-19 COD NCTCOG AM ITEM 501.14 20" C-905 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 157 LF VII-20 COD NCTCOG AM ITEM 501.14 18" C-905 DR-14 PVC REUSE LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 128 LF VII-21 COD NCTCOG AM ITEM 501.14 16" C-905 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 1,102 LF VII-22 COD NCTCOG AM ITEM 501.14 16" C-905 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 20 LF P - 21 UNIT VII - WATER SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VII-23 COD NCTCOG AM ITEM 501.14 12" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 1,289 LF VII-24 COD NCTCOG AM ITEM 501.14 12" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 10,781 LF VII-25 COD NCTCOG AM ITEM 501.14 8" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 868 LF VII-26 COD NCTCOG AM ITEM 501.14 8" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 668 LF VII-27 COD NCTCOG AM ITEM 501.14 6" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U201 190 LF VII-28 COD NCTCOG AM ITEM 501.14 6" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN CUT, BACKFILL PER DETAIL U202 125 LF VII-29 COD NCTCOG AM ITEM 502.6.2 20" GATE VALVE, VAULT AND BOX 4 EA VII-30 COD NCTCOG AM ITEM 502.6.2 16" GATE VALVE, VAULT AND BOX 4 EA VII-31 COD NCTCOG AM ITEM 502.6.2 12" GATE VALVE AND BOX 27 EA VII-32 COD NCTCOG AM ITEM 502.6.2 8" GATE VALVE AND BOX 22 EA P - 22 UNIT VII - WATER SYSTEM IMPROVEMENTS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VII-33 COD NCTCOG AM ITEM 502.6.2 6" GATE VALVE AND BOX (EXCLUDING FIRE HYDRANT ASSEMBLIES) 10 EA VII-34 COD NCTCOG AM ITEM W01 12"X12" TAPPING SLEEVE AND VALVE 2 EA VII-35 COD NCTCOG AM ITEM W01 8"X8" TAPPING SLEEVE AND VALVE 3 EA VII-36 COD NCTCOG AM ITEM 501.7 6" DUCTILE IRON PIPE 29 VF VII-37 COD NCTCOG AM ITEM 502.3 NEW FIRE HYDRANT ASSEMBLIES 13 EA VII-38 COD NCTCOG AM ITEM 502.3 RESET & RECONNECT TO EXISTING FIRE HYDRANT ASSEMBLIES 2 EA VII-39 COD NCTCOG AM ITEM 502.10.3-A RELOCATE EXISTING WATER METER VAULT AND ALL ASSOCIATED APPURTENANCES 1 EA VII-40 COD NCTCOG AM ITEM 502.10.3-A WATER SERVICES, ALL SIZES 16 EA VII-41 COD NCTCOG AM ITEM 502.6.3 COMBINATION AIR AND VACUUM AIR RELEASE VALVE ASSEMBLY - 2" 1 EA VII-42 COD NCTCOG AM ITEM 502.6.3 COMBINATION AIR AND VACUUM AIR RELEASE VALVE ASSEMBLY - 1" 5 EA TOTAL UNIT VII P - 23 UNIT VIII - ENVIRONMENTAL ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT VIII-1 COD NCTCOG AM ITEM 201 STORM WATER POLLUTION PREVENTION PLAN 1 LS VIII-2 COD NCTCOG AM ITEM 201 TEMPORARY SEDIMENT CONTROL FENCE (INSTALL) 45,949 LF VIII-3 COD NCTCOG AM ITEM 201 TEMPORARY SEDIMENT CONTROL FENCE (REMOVE) 45,949 LF VIII-4 COD NCTCOG AM ITEM 201 BIODEG EROSION CONTROL LOGS (INSTALL) (12") (INLET PROTECTION) 2,095 LF VIII-5 COD NCTCOG AM ITEM 201 CONSTRUCTION EXITS (TY I) (INSTALL) 6,111 SY VIII-6 COD NCTCOG AM ITEM 201 CONSTRUCTION EXITS (TY I) (REMOVE) 6,111 SY VIII-8 COD NCTCOG AM ITEM 201 ROCK FILTER DAM (TY 2) 40 LF VIII-9 COD NCTCOG AM ITEM 201 ROCK FILTER DAM (TY 3) 227 LF TOTAL UNIT VII P - 24 UNIT IX - SIGNALS ITEM SPEC. NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT IX-1 TxDOT ITEM 681 MCKINNEY STREET TEMPORARY TRAFFIC SIGNAL 1 EA IX-2 TxDOT ITEM 681 UNIVERSITY DRIVE TEMPORARY TRAFFIC SIGNAL 1 EA IX-3 TxDOT ITEM 680 SALVAGE EXISTING TRAFFIC SIGNAL EQUIPMENT (ALL INTERSECTIONS) 1 LS IX-4 TxDOT ITEM 680 SPENCER ROAD TRAFFIC SIGNAL 1 LS IX-5 TxDOT ITEM 680 MORSE STREET TRAFFIC SIGNAL 1 LS IX-6 TxDOT ITEM 680 MCKINNEY STREET TRAFFIC SIGNAL 1 LS IX-7 TxDOT ITEM 680 MILLS ROAD TRAFFIC SIGNAL 1 LS IX-8 TxDOT ITEM 680 RUSSELL NEWMAN TRAFFIC SIGNAL 1 LS IX-9 TxDOT ITEM 680 UNIVERSITY DRIVE TRAFFIC SIGNAL 1 LS TOTAL UNIT IX P - 25 TOTALS TOTAL UNIT I TOTAL UNIT II TOTAL UNIT III TOTAL UNIT IV TOTAL UNIT V TOTAL UNIT VI TOTAL UNIT VII TOTAL UNIT VIII TOTAL UNIT IX TOTAL BASE BID P - 26 BID SUMMARY TOTAL BASE BID $ TOTAL BASE BID IN WORDS: The award of the contract will be based on the Total Base Bid. The lowest responsive proposal for purposes of award shall be the conforming responsible bidder offering the lowest cost for the base bid. In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump sum prices as shown for each item listed in this proposal shall control over extensions. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms that they are duly authorized to execute this contract. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. P - 27 Bidders are required to acknowledge addenda with their submission. Bidders will be responsible for monitoring the City of Denton Purchasing website at www.dentonpurchasing.com to ensure they have downloaded and signed all addenda required with their submission. Bidders shall acknowledge each individual addendum below: Addendum No. 1 dated ______________________ Received _____________________ Addendum No. 2 dated ______________________ Received _____________________ Addendum No. 3 dated ______________________ Received _____________________ Addendum No. 4 dated ______________________ Received _____________________ Addendum No. 5 dated ______________________ Received _____________________ CONTRACTOR BY Street Address City and State Seal & Authorization (If a Corporation) Telephone _______________________________ E-mail P - 28 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident’s principal place of business is located. The appropriate blanks in Section A below must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in __________________ (give state), our principal place of business, are required to be ____________________percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in ___________________ (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: ___ BIDDER: COMPANY BY Street Address City and State THIS FORM MUST BE RETURNED WITH YOUR BID. P - 29 CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that the Contract Amount is divided as follows: Materials incorporated into the Project $_________________ (resold to the Owner as defined in Tax Code) All other charges and costs $_________________ Total $_________________ The total must equal the total amount of the Contract. CONTRACTOR: COMPANY BY Street Address City and State THIS FORM SHALL BE EXECUTED AT THE TIME OF EXECUTION OF THE CONTRACT AND SHALL BE MADE A PART OF THE CONTRACT. CIQ-1 CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date CA - 1 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this day of A.D., 2013, by and between City of Denton of the County of Denton and State of Texas, acting through thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of , County of and State of Texas , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: IFB 6389 MAYHILL ROAD WIDENING AND IMPROVEMENTS in the amount of $ and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: Freese and Nichols, Inc. all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA - 2 Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification CONTRACTOR COVENANTS AND AGREES TO AND DOES HEREBY INDEMNIFY, HOLD HARMLESS AND DEFEND, AT ITS OWN EXPENSE, OWNER, ITS OFFICERS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS FOR PROPERTY LOSS OR DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF THE WORK AND SERVICES TO BE PERFORMED HEREUNDER BY CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR INVITEES, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE OFFICERS, SERVANTS, EMPLOYEES, OF THE OWNER. CONTRACTOR LIKEWISE COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY AND HOLD HARMLESS OWNER DURING THE PERFORMANCE OF ANY OF THE TERMS AND CONDITIONS OF THIS CONTRACT, WHETHER ARISING OUT OF IN WHOLE OR IN PART, ANY AND ALL ALLEGED ACTS OR OMISSIONS OF OFFICERS, SERVANTS, OR EMPLOYEES OF OWNER. THE PROVISIONS OF THIS PARAGRAPH ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 3 Right to Audit The OWNER shall have the right to audit and make copies of the books, records, and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents, and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and allow the OWNER similar access to those documents. All books and records will be made available within a 50-mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within 5 business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER’S sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files subsequently used to generate or prepare a final printed document. CA - 4 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: OWNER BY: (SEAL) ATTEST: CONTRACTOR MAILING ADDRESS PHONE NUMBER FAX NUMBER BY: TITLE APPROVED AS TO FORM: PRINTED NAME (SEAL) CITY ATTORNEY PB - 1 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That whose address is , hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of DOLLARS ($ ) in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2009- , with the City of Denton, the Owner, dated the day of A.D. , a copy of which is hereto attached and made a part hereof, for IFB 6389: Mayhill Road Widening and Improvements. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB - 2 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this the day of , . ATTEST: PRINCIPAL BY: SECRETARY BY: PRESIDENT ATTEST: SURETY BY: BY: ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB - 3 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That , whose address is , hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of __________________DOLLARS ($ ) in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number , with the City of Denton, the Owner, dated the day of A.D. , a copy of which is hereto attached and made a part hereof, for IFB 6389: Mayhill Road Widening and Improvements. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed there under, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed there under, or to the Plans, Specifications, Drawings, etc. PB - 4 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety ship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this the day of , . ATTEST: PRINCIPAL BY: SECRETARY BY: PRESIDENT ATTEST: SURETY BY: BY: ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) CI - 1 INSURANCE REQUIREMENTS AND WORKERS’ COMPENSATION REQUIREMENTS Respondent’s attention is directed to the insurance requirements below. It is highly recommended that respondents confer with their respective insurance carriers or brokers to determine in advance of Proposal/Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low respondent fails to comply strictly with the insurance requirements, that respondent may be disqualified from award of the contract. Upon contract award, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to proposal/bid opening, since the insurance requirements may not be modified or waived after proposal/bid opening unless a written exception has been submitted with the proposal/bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A- VII or better. • Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. CI - 2 • Liability policies shall be endorsed to provide the following: •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • All policies shall be endorsed to read: “Cancellation: City requires 30 day written notice should any of the policies described on the certificate be canceled or materially changed before the expiration date.” • Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: CI - 3 [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non-owned autos. CI - 4 [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than $ each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. CI - 5 [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a “blanket” basis to cover all employees, including new hires. This type of insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. CI - 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. CI - 7 E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; CI - 8 (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor’s failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within 10 days after receipt of notice of breach from the governmental entity. City of Denton, Texas Invoice Attachment 1 Vendor Name: ____________________________________________________________________ 2 Project Name: ____________________________________________________________________ 3 Purchase Order Number: _______________________ 4 Vendor Invoice Number: ________________________ 5 Vendor Invoice Date: ___________________________ 6 The following is period estimate number _______________ for the period from ____________________ to ___________________. 7 Is this the final invoice for this project? Yes No 8 Original contract amount 8 9 Approved change orders 9 10 Add lines 8 and 9. This is the current contract amount.10 Project Totals To Date Period Totals 11 Enter the amount of work performed on original contract. 11a 11b 12 Enter the amount of work performed on approved change orders. 12a 12b 13 Enter the amount of materials on hand.13a 13b 14 Add lines 11, 12, and 13. This is the total value of work performed. 14a 14b 15 Multiply line 14 by .05. This is the amount retained (5%). 15a 15b 16 Subtract line 15 from line 14. This is the net amount earned. 16a 16b 17 Enter the amount of all previous payments.17 18 In 18a, subtract 17 from 16a. In 18b, enter the amount from 16b. This is the balance due with this invoice. The amount in 18a MUST equal the amount in 18b. 18a 18b The undersigned Contractor certifies that all work, including materials on hand, covered by this schedule has been completed or delivered and stored in acordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous periodic payments were issued and received from the City of Denton, and that the current payment shown herein is now due. Signed Date Page 1 Instructions to Invoice Attachment THE INVOICE ATTACHMENT IS NOT A SUBSTITUTE FOR A NOTARIZED APPLICATION FOR PERIODIC PAYMENT. THAT DOCUMENT IS STILL NECESSARY AND SHOULD BE INCLUDED WITH THE INVOICE ALONG WITH THIS INVOICE ATTACHMENT. Use You are bound under a construction contract with the City of Denton. this Your contract includes a clause for the withholding of retainage. form if You are submitting an invoice for payment to the City of Denton. Lines 1 - 5 Enter the information required for a payment to be processed. It includes a valid purchase order number issued by the City of Denton, as well as your invoice number and date. Your invoice will not be paid without this information. Line 6 Specify the construction period for which you are seeking payment. Include the period number and period dates. Line 7 Check "Yes" if this is the final invoice for this project. The final invoice should include the release of retainage that has been withheld. Line 8 Enter the original contract amount approved by the City of Denton. Line 9 Enter the amount of any approved change orders that increases or decreases the amount of the original contract. Line 10 This amount should be the total value of the contract after all changes have been applied. Line 11a Enter the amount of work performed on the original contract from inception to date. Show project totals only. Line 11b Enter the amount of work performed on the original contract in this reporting period only. Do not include any prior periods in this calculation. Line 12a Enter the amount of any additional work performed from inception to date. Show project totals only. Line 12b Enter the amount of any additional work performed in this reporting period only. Do not include any prior periods in this calculation. Line 13a Enter the amount of any materials on hand from inception to date. Show project totals only. Line 13b Enter the amount of any materials on hand in this reporting period only. Do not include any prior periods in this calculation. Line 14a - 14b These lines identify the value of the work performed for the project from its beginning as well as the value of work performed this period. Line 15a Enter the amount retained based upon the value of work performed on the project to date. Line 15b Enter the amount retained based upon the value of work performed this period. Line 16a This is the amount earned on the project after retainage has been withheld. Line 16b This is the amount earned in the current period. It should equal the payment amount you are expecting from the City of Denton. Line 17 Enter the amount of all previous payments you have received on this project. Line 18a This is the amount due based upon the project totals to date. It is the cumulative total of all transactions related to this project. Line 18b This is the amount due based upon current period totals. It should match the invoice attached to this schedule. Line 18a and line 18b MUST be the same amount. It is the reconcilation between period and project totals. You must sign and date the Invoice Attachment. The Invoice Attachment should be mailed along with the invoice for payment. Page 2 G-1 GENERAL PROVISIONS SPECIFICATIONS This project shall be constructed by utilizing the October 2004 edition of the North Central Texas Council of Government’s Standard Specifications for Public Works Construction (NCTCOG, hereafter). Any permissible deviation from those standard specifications will be noted in the section of General Provisions, Special Contract Requirements and Bid Item Definitions, City of Denton Amendments to NCTCOG Specifications, or the Construction Plans. LOCATION OF PROJECT This improvement project is totally located within the city limits or extra territorial jurisdiction of the City of Denton, Texas. A map showing the general location of the improvements is included in the plans. SCOPE OF WORK The work to be performed under this contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for the widening and street improvements, installation of storm drainage system, water system, and sanitary sewer system as shown in the plans titled “Mayhill Widening and Improvements”. PLANS AND SPECIFICATIONS Plans and specifications may be obtained at the office of Freese and Nichols, Inc., 4055 International Plaza, Ste. 200, Fort Worth, TX 76109, upon non-refundable deposit of two hundred ($200.00) dollars per set. PERFORMANCE BOND The Contractor shall have on file with the City of Denton, Texas, before execution of the contract good and sufficient performance bond with an approved surety in an amount equal to one-hundred (100) percent of the total cost of this project, guaranteeing that the workmanship and materials furnished under these specifications and used in all parts of said improvements are in all respects first class and of such kind and quality that for a period of two (2) years from the completion and final acceptance thereof by the said City of Denton, the improvements shall require no repairs, the necessity for which shall be occasioned by defects in said workmanship or material. If, however, during the said period, in the opinion of the Mayor and City Council, the said improvements or associated structures and equipment shall require repairs and the necessity for such repairs, shall, in their opinion, be occasioned by defective workmanship or materials furnished in the construction of any part thereof or any of the accessories thereto, built by this Contractor, then such repairs, on due notice being given at any time during said period, by the City, to the Contractor, shall promptly be made by the Contractor in the following manner: G-2 Upon notice from the City, served at any time during the period of said guarantee, the Contractor shall at his own expense take out and remove all worn out, inferior or defective materials found in the improvements as shown on the plans or any other part of the improvements or accessories thereto, and good acceptable materials shall be substituted therefore, including any materials that have become injured, or have become damaged by reason of their being in close proximity to such imperfect material or workmanship, the Contractor shall take up, repair and/or replace all improvements as shown on plans, that have become defective if found to be so during the term of said guarantee. Final determination will be made by the City Engineer. Should the Contractor fail to make such repairs as are deemed necessary, written notice to make the repairs shall be given by the City to the Contractor and Surety. If said Contractor or Surety shall fail or neglect for a period of ten (10) days to make such necessary repairs as herein provided, then the City shall have the right with or without further notice, to proceed to make such repairs or cause the same to be done either by contract or otherwise at its option and to pay for the cost of such repairs. Emergency repairs to improvements may be required due to extreme weather, faulty materials, or any other cause. When the public safety is jeopardized, the City of Denton may deem the situation an emergency. At this time, the Contractor shall have 4 hours notification by telephone to complete the repairs or the City may complete the work itself. If such cost of repairs so made shall not be paid by the said Contractor or Surety upon receipt of Notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or in case the said repairs shall not actually be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and determine the costs of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. TIME ALLOTTED FOR COMPLETION The number of days for the Base Bid for this project is shown on the Bid Tabulation Sheets to be nine hundred (900) calendar Days for substantial completion. Substantial completion is defined as all roadway lanes paved and open to traffic (with temporary tabs) and all sidewalks and ramps open for pedestrian use. The project is to be complete in nine hundred thirty (930) consecutive calendar days from start of construction for all manners of construction and project documentation. The Contractor is permitted to work every weekday which is not a Federal, State or Local holiday from 7:00 am to 6:00 pm. Work requiring City inspection oversight must be restricted to the hours between 8:00 am to 5:00 pm unless arrangements are made with the City beforehand. The Contractor will not be allowed to work on Saturdays unless prior arrangements are made with the City. The Contractor will not be allowed to prosecute the work on Sundays without written permission by the City due to the noise ordinance. Exceptions to the noise ordinance require approval by City Council and will require careful coordination and planning between the Contractor and City. A Work Order shall be submitted by the City to the Contractor prior to the beginning of construction. A Work Order shall consist of a written request by the City Engineer for the Contractor to proceed with the construction of the project. The Work Order shall specify the starting and ending date of the G-3 project construction. The City may set the starting date of the project construction at any date subsequent to the Work Order notification. The Work Order will be issued upon receipt of the executed contract and surety bonds from the Contractor. The Contractor will be required to execute the contract and furnish the surety bonds within 10 business days of receipt of the approved Contract per NCTCOG Item 103.5. Failure to complete the work within the allotted time shall make the Contractor liable for liquidated damages at the daily rate specified per NCTCOG Item 108.8. The amount of liquidated damages shall be for each calendar day over the original or extended project end date. The City reserves the right to deduct monies due to the Contractor in the amount of the liquidated damages incurred on the project as per terms of NCTCOG Item 108.8 at a minimum. Actual, documented damages provided by the City which are greater than the minimum amounts shown shall govern. Assessment of liquidated damages by the City shall not constitute a waiver of the City’s right to sue and collect additional damages which the City may sustain by the failure of the Contractor to perform in accordance with the terms of its Contract. The City will be the sole judge as to whether extensions of the Contract Time will be issued. The Contractor must submit extensions for time in writing within fourteen (14) days of the alleged delay per NCTCOG Item 108.8. Failure to do so will automatically render any claim for extension null and void. Normal weather related delays (e.g. rain) will be considered sufficient grounds for extension of time for projects defined by work days but not for projects defined by calendar days. MANUFACTURER'S INFORMATION The Contractor shall submit five (5) copies of information from all manufacturers for materials and equipment to be used on the project to the City. This information shall include: (A) Product specifications sufficient to allow the City to determine whether the materials and equipment conform to the design concepts and project specifications. (B) Information on all warranties provided by the manufacturer. All submittals shall be stamped by the manufacturer indicating that the manufacturer has checked the submittal for compliance with the specifications. Unstamped or certified submittals shall be returned to the manufacturer unprocessed. Submittals shall be provided to the City prior to or at the preconstruction meeting. Construction will not be allowed to proceed until all submittals have been approved or a written waiver is given by the City. CONTRACTOR'S RESPONSIBILITIES The contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and that all materials, equipment, and method of work are adequately described in each submittal. All submittals shall be stamped by the contractor indicating that the contractor has G-4 checked the submittal for compliance with the specifications. Unstamped or uncertified submittals shall be returned to the contractor unprocessed. BARRICADES, LIGHTS, DETOUR ROUTES, AND SIGNS The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, flashers, signals, and signs, and shall provide such other precautionary measures for the protection of persons and property as are necessary. Safety to the working forces and the general public shall be of uppermost consideration in scheduling all construction activities. A traffic control plan has been developed and is part of the construction plan set. The contractor may elect to prepare an alternate traffic control plan for review and approval by the City. The traffic control plan shall be prepared at no additional cost to the City and shall be prepared by an engineer licensed in the State of Texas. All signs and barricades shall be constructed and erected to conform to standards as established in the latest edition of the Manual on Uniform Traffic Control Devices. The Contractor shall submit a plan for each site which must be approved by the City before construction of that phase may begin. From sunset to sunrise, the Contractor shall furnish and maintain at least one battery type flasher at each barricade and a sufficient number of barricades shall be erected to keep vehicles or pedestrians from entering hazardous work areas during construction. For all locations where construction work affects road right-of-way, the Contractor shall submit a traffic control plan to the City for approval prior to beginning construction. The traffic control plan shall be prepared at no additional cost to the City and shall be prepared by an engineer licensed in the State of Texas. The Contractor will be held responsible for all damages to the work due to failure of the barricades, signs, lights, and watchmen required to protect the work area. The Contractor's responsibility for the protection of the work shall not cease until the project has been accepted by the City. If, in the opinion of the City Engineer or his duly authorized representative, the barricades and signs installed by the Contractor do not properly protect the work area, the Contractor shall immediately cease all other work activities and correct the deficiency in proper barricading. The Contractor shall provide an ultimate effort toward safe and smooth flow of traffic during work hours. Flagmen shall have standard reflective vests and flags as minimum equipment. Flagmen shall also be knowledgeable as to the correct procedures for flagging and shall be aware of traffic patterns and traffic needs. All broken, damaged, or ineffective barricades or signs shall be removed from the project and replaced within two (2) hours after notification by the City Engineer or his designated representative. No work will be allowed to begin prior to proper placement of all barricades and signs. G-5 The Contractor shall designate a person who will be in charge of all barricades and signs. This person shall be knowledgeable of all current regulations of law regarding proper procedures for barricading in construction areas and can speak fluent English. This person shall be available to perform these duties during working hours, night hours, weekends and holidays. The Contractor shall also be required to provide watchmen after working hours, on weekends, and on holidays for the entire length of the project. All detours, closures, partial closures, or other construction activities that require a major displacement of traffic shall require a one-week notice so that the City can communicate this information to the public. A barricading meeting will be held by the City with the Contractor's superintendent, the person in charge of the barricades, and the foreman in charge of the particular construction to be done prior to beginning installation of barricades, and prior to any major shift in traffic. SUPPORT SYSTEMS INSPECTOR All contractors involved in excavations as defined in the most current OSHA Occupational Safety and Health Standards for excavations must submit a notarized affidavit prior to award of the bid showing the name of the Support System Inspector. The affidavit must include a statement that the named individual is a competent person as defined in the OSHA regulations related to excavations. In order to be “competent person,” one must have had specific training in, and be knowledgeable about soil analysis, the use of protective systems, and the OSHA regulations on excavations. WATER FOR CONSTRUCTION Water used for any uses including sprinkling, testing, and flushing of pipelines, or any other purpose incidental to this project, will be furnished by the Contractor. The Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in such a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. Water shall not be used in a wasteful manner. The Contractor shall make arrangements with the City to have the City install a temporary meter for the water required and the Contractor shall pay for the water at the prevailing rate. STAKING LINES AND GRADE The Contractor shall furnish control staking for all alignments, grades and elevations which may be needed to complete this project. The Contractor shall protect and maintain the control staking. Any survey stakes or markers that are disturbed by the Contractor shall be replaced by the Contractor immediately upon notification by the City. The Contractor shall furnish suitable material, labor and expertise to erect and maintain adequate working stakes, batter boards, or laser equipment for utility line construction as the job progresses. G-6 U.S. POSTAL MAILBOXES The Contractor shall be fully responsible for maintaining and protecting all existing U.S. Postal mailboxes during the construction period. Postal mail delivery must be maintained on a daily basis to all postal delivery points within the project area. For projects that require a section of road to be completely closed to traffic, the mailboxes shall be relocated to a nearby street corner where they shall be placed for temporary delivery service. Residents shall have safe access to mailboxes. The Contractor shall relocate the boxes working in cooperation with the Postal Director and the City. Following the completion of the work, the Contractor shall restore all postal boxes to their previous locations or as close as is possible and to like or better conditions. Because of the legal significance of the postal delivery service, the Contractor shall consider this responsibility as a first priority. Mailboxes shall be placed 42" above the ground and located directly behind the back of the curb. Both measurements shall be the front lower face of the mailbox. FOREMAN DESIGNATION REQUIREMENTS The Contractor shall designate in writing a foreman for the project at the preconstruction meeting. This foreman shall make every effort to cooperate with the City Inspector and shall not be an equipment operator at any time unless authorized in writing by the City. Communications and work methods shall be established early and maintained throughout the project at satisfactory levels for both parties. MATERIAL SAMPLING AND TESTING Unless otherwise stipulated in the contract documents, initial testing of all materials, construction items or products incorporated in the work shall be performed at the direction of the City Engineer and expense of the City, including initial compaction and density tests deemed necessary. In the event materials, construction items or products incorporated in the work fail to satisfy the minimum requirements of the initial test, appropriate prove-out test shall be made as directed by the City Engineer to determine the extent of the failure and to verify that the corrective measures have brought the item up to specification requirements. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. The failure of the City Engineer to direct the City to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to the contract documents. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the American Society for Testing and Materials. The Contractor shall provide such facilities as the City Engineer or City may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. G-7 The inspections and tests made by the city shall ordinarily be made without cost to the Contractor unless otherwise expressly specified in the contract documents. The Contractor shall furnish without additional cost to the City Engineer or City such materials for testing as may be reasonably necessary. Retesting after failure to pass tests shall be at the expense of the Contractor. Should the percentage of rejected material or equipment be unreasonably large, the additional cost of such inspection and tests resulting therefrom shall be borne by the Contractor. The City Engineer shall judge what is extra inspection and shall determine the additional cost incurred thereby and payable by the Contractor. SCOPE OF WORK CHANGES Changes in the scope of work for the project shall be handled in accordance with the provisions of the NCTCOG specifications and any applicable City Updates. WORKING AREA The Contractor shall confine its equipment, storage of materials and construction operations to the public right-of-way and easements shown on the plans or described in the specifications. Storage of equipment and materials shall not restrict the public use of right-of-way or easements unless specifically approved by the City. The Contractor shall not have exclusive right to the working area, as it must accommodate other Contractors or City forces which may utilize the same area for other construction activities. SEQUENCE OF WORK A proposed sequence of work is provided in the plans. However, the Contractor maintains the right to sequence the project activities per his means and methods. Right-of-way acquisition is expected to be complete prior to the City’s issuance of a Notice to Proceed. Franchise utilities are not expected to be fully cleared by the date of the Notice to Proceed. The City anticipates clearance by the dates listed below. Unless otherwise stated, clearance of these obstructions will be performed by their respective owners. Estimated clearance dates are not anticipated to interfere with the Contractor’s operations. Utility Owner Description and Approximate Location Estimated Clearance Date Effect on Construction Atmos Energy 2 – 8” High Pressure Gas Lines crossing at 182+50 9/30/2017 No Effect Atmos Energy Gas distribution lines: East side of Mayhill from 175+00 to 188+00 West side of Mayhill 223+00 to 238+00, 294+00 to 308+00 9/30/2017 No Effect G-8 Frontier Communications Fiber optic lines: East side of Mayhill 114+50 to 131+00, 173+00 to 202+00, 242+00 to 283+00, 293+00 to 309+00 West side of Mayhill 223+00 to 242+00, 9/30/2017 No Effect Grande Communications Fiber optic lines: West side of Mayhill 243+00 to 286+00 9/30/2017 No effect Denton ISD Fiber optic lines: East side of Mayhill 114+50 to 237+00 West side of Mayhill 237+00 to 309+00 9/30/2017 No effect Denton County Fiber optic lines: East side of Mayhill 114+50 to 222+00 9/30/2017 No effect Denton Municipal Electric Overhead electric lines: West side of Mayhill 167+00 to 202+00 223+00 to 309+00 9/30/2017 No effect Oncor Overhead electric lines: Crossing at 103+50 9/30/2017 No effect RESTORATION OF PROPERTY The Contractor is responsible for restoring public or private property damaged by its construction activities to a condition as good as or better than the condition prior to constructions. This provision applies specifically, but not exclusively, to existing concrete or asphalt pavement, concrete sidewalk, concrete curb and gutter, concrete drainage structures, utilities, fencing, structures, and landscaping that are within the work zone by that are not requires to be removed in order to install the improvements called for on the plans. Cost for this restoration shall be borne solely by the Contractor. Failure to restore the damaged property by the Contractor may be cause for the City to restore the property on its own and the deduct the restoration cost from the monies owed the Contractor per NCTCOG Item 107.26. LETTERS OF RELEASE A Letter of Release from each property owner affected by the project is required prior to acceptance of any public improvement, particularly when the Contractor has performed work outside of City right-of-way or public easements. The letter should state that the owner finds the restoration of the property acceptable. The Contractor will be held responsible for restoring disturbed property to a condition at least equal to the condition that existed prior to construction. The Contractor will not be G-9 held responsible for repairing prior damage or for excessive or unreasonable requests of the property owner. Whether a property owner’s request is reasonable or not will be determined by the City Engineer. PARTIAL PAYMENTS Partial payments will be made within thirty (30) days of receipt of an undisputed invoice and acceptance of work performed. Only complete and in place items will be paid for and no payment will be made for materials on hand. A five percent (5%) retainage will be held by the City, calculated using the total work complete to date of the partial payment. No partial release of retainage will be permitted before Final Payment. Workday counts for each month should be agreed on before submitted on partial estimate. Counts will be considered final when processed for payment. OVERTIME CHARGES FOR CONSTRUCTION INSPECTORS If any person or Contractor doing street, utility or sidewalk construction, excavation, alteration or repair requests and receives necessary inspection by City personnel for such work outside of normal business hours (8:00 o'clock A.M. to 5:00 o'clock P.M. weekdays and non-holidays) such person or contractor shall be charged and pay one hundred and thirty five dollars ($135.00) per hour (minimum of four (4) hours) for such inspection. The Inspector must be notified at least 24 hours in advance for overtime to be performed on week days and 48 hours in advance for overtime to be performed on weekends or holidays. FINAL PAYMENT The City shall within 60 days of presentation of an approved final application for payment, pay the Contractor the amount approved by the City Engineer. Neither final payment nor any remaining retained percentage shall become due until the Contractor submits to the City: 1. An affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the work for which the Owner or the Owner’s property might be responsible or encumbered (less amounts withheld by Owner) have been paid or otherwise satisfied; 2. A certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be cancelled or allowed to expire until at least thirty (30) days prior written notice has been given to the Owner; 3. A written statement that the Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents; 4. A consent of surety to final payment; and 5. If required by the Owner, other data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the Owner. G-10 CITY OF DENTON CONSTRUCTION MANAGEMENT PROCEDURES I. Preconstruction Meeting A preconstruction meeting is required before any project shall begin in the City of Denton or its jurisdiction limits. Represented at the meeting, as applicable, shall be: A. City of Denton representatives B. Contractor's representatives C. Consulting Engineers representatives D. Affected utilities in the construction area represented This meeting shall consist of reviewing the plans with all the representatives present to discuss proposed construction methods and utility adjustment, to discuss project management and administrative procedures, and to clear up any doubts about the plans and specifications. The Contractor will be required to present a proposed project schedule and any outstanding submittals at the meeting. Location of the meeting shall be designated by the City. Call (940) 349-8910 for specifics at least 48 hours in advance of the meeting. II. Plans and Specifications: A correct, current set of plans and specifications shall be in the possession of the contractor on the first day of the project. These shall be shown to the City of Denton Inspector before any work is allowed to proceed on that project. A legible set of plans shall be retained onsite by the contractor throughout the project until its completion. III. Final Acceptance Procedures and Conditions for Privately Sponsored Development: The following are to be applied at the discretion of the City Engineer to the public improvements being inspected by the Public Works Inspection Department. This is an effort to speed completion of projects to final acceptance which should increase the efficiency of the inspection process being provided. A. Before any testing occurs on water, sewer, or storm sewer lines, the contractor shall provide the following to the City: 1. As-built drawings (from the design engineer). 2. Cleanup of the work site including sweeping the streets in a dust free manner. B. Street Improvements - Final Acceptance G-11 1. As-built drawings (from the design engineer). 2. Cleanup of the work site including sweeping the streets in a dust free manner. 3. Asphalt Cores - Depth 4. Concrete breaks all meet specification. 5. Valves & Manholes in street raised to proper elevations and working. 6. All services (water & sewer) stamped on curbs. 7. Revegetation of the work site established to specifications. C. Final Acceptance of Water, Sewer, and Storm Sewer Pipes 1. As-built drawings (from the design engineer). 2. All tests pass (air, water, bacteriological samples, etc.). 3. Cleanup of the work site including sweeping the streets in a dust free manner. 4. Fire hydrants raised to proper elevation. 5. Valves, cleanouts, manholes, and junction boxes accessible and working smoothly. 6. Revegetation of the work site established to specifications. FINAL ACCEPTANCE PROCEDURES 1. All punch lists shall be considered preliminary unless they are specifically documented as the final punch list. 2. Final punch lists shall be provided to the Contractor in person and through the mail by a certified letter. 3. Contractor shall acknowledge receipt of the final list and discuss at the time any requirements he feels are not consistent with City of Denton Standard Specifications. Any corrections to the list shall be made at the time or the list shall be considered final. 4. When the final punch list is complete for the entire project, a letter of acceptance will be issued. No deviations shall be allowed unless approved in writing by the City Engineer for the City of Denton. G-12 CITY OF DENTON SURVEYING REQUIREMENTS The following are the standard surveying requirements for public improvements with the City of Denton. Street Improvements 1. Street grades and alignment at 50' stations - both sides - or at 25' stations in all vertical curves or horizontal curves. 2. Grades and alignment at all curb returns for intersections, alleys, and other curb breaks as instructed by City Inspector. 3. Grades and alignment stakes for streets shall be separated enough from utility stakes that the Inspector can easily follow all staking. 4. Maximum offsets shall be 10 feet. Methods of transferring grades from long offsets (4' - 10') shall be approved by Inspector. 5. Valley gutter grades shall follow the flow line of the curb on each side and shall be constructed with the aid of a string line unless problems develop requiring stakes. 6. All changes to the plans deemed major by the Inspector shall be restaked by the project surveyor. Sewer Lines (Storm & Sanitary) 1. Grade and alignment stakes shall be provided at 50' intervals. 2. Manholes, cleanouts, bends, and any other appurtenance shall be staked before construction begins in that area. 3. Services shall be staked or centerline of the lot staked for the service to be placed 5' downstream from the centerline. Existing property pins shall not be used as construction stakes. 4. Staking requirements for changes to the plans and offset limits shall be the same as for streets and water lines. 5. Sewer grades shall be distinctly separated from street grades on any stakes so each improvement can be easily built with no confusion. G-13 Water Lines 1. Alignment stakes shall be provided at 50' intervals. Grade stakes shall be provided at each grade change shown on the plans and at 50' intervals where grades are critical. 2. All service lines shall be staked or the centerline of the lot staked if services are to be located 5' upstream of the centerline. These stakes shall be put up specifically for the services. Property pin stakes left over from preliminary staking are not to be used as construction stakes. 3. Valves, bends, fire hydrants, tees, and all other appurtenances to the line shall be staked before construction in that area proceeds. Offsets for alignment are critical, especially for the fire hydrants to keep them 2' behind the back of the curb. The Surveyor shall consult with the Inspector before work begins to establish the appurtenances that do need exact stakes. 4. Any changes to the plans deemed major by the Inspector shall be restaked by the Surveyor. Offset requirements shall be the same as for streets. Conflicts Over Surveying Requirements The Contractor is responsible for construction staking unless otherwise noted in the Special Contract Requirements. Communications regarding surveying after the preconstruction meeting should be between the City Inspector and the Contractor and Surveyor. Direct communication reduces the chances of misunderstandings in the process of the work. Any questions over City requirements listed in this addendum shall be discussed at the preconstruction meeting or with the City Engineer prior to that meeting. Unless a signed letter is placed in the construction file, the requirements as listed in this addendum shall be considered applicable. Cut Sheet Requirements Cut sheets shall be provided to the Contractor and to the City Inspector. These sheets shall contain all needed grades based on top of curb elevations for streets, drainage, water and sewer improvements. Each special item such as service lines, manholes, fire hydrants, valves, cleanouts, junction boxes, and any other items as required by the Inspector shall have a cut from top of curb grades of the street in that area. CITY OF DENTON MINIMUM WAGE RATES FOR PUBLIC ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION AND UNDERGROUND UTILITY CONTRACTS In accordance with Texas Government Code 2258, the awarded contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). G-14 Notwithstanding any other provision of this Contract, the awarded contractor herby represents and warrants that the contractor shall pay to each of its employees a wage not less than what is currently known as the “Federal Minimum Wage” and any increase or amendments thereto. Furthermore, contractor shall produce proof of compliance with this provision by contractor to the City. The City shall withhold payments due to contractor until contractor has complied with this provision. Prior to any payment being made for work satisfactorily completed and accepted, contractor shall submit wage rate affidavits with its billing documents affirming that all employees have been paid not less than the current “Federal Minimum Wage”. W-1 CITY OF DENTON MINIMUM WAGE RATES FOR PUBLIC ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION AND UNDERGROUND UTILITY CONTRACTS In accordance with Texas Government Code 2258, the awarded contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). Notwithstanding any other provision of this Contract, the awarded contractor herby represents and warrants that the contractor shall pay to each of its employees a wage not less than what is currently known as the “Federal Minimum Wage” and any increase or amendments thereto. Furthermore, contractor shall produce proof of compliance with this provision by contractor to the City. The City shall withhold payments due to contractor until contractor has complied with this provision. Prior to any payment being made for work satisfactorily completed and accepted, contractor shall submit wage rate affidavits with its billing documents affirming that all employees have been paid not less than the current “Federal Minimum Wage”. D - 1 SPECIAL CONTRACT REQUIREMENTS AND BID ITEM DEFINITIONS As Stated in the General Provisions, the October 2004 edition of the North Central Texas Council of Governments Standard Specifications for Public Works Construction will be utilized as a basis for both general and technical procedures to included types of materials and construction procedures used in the City of Denton. The following specifications and definitions are intended to (1) highlight requirements in the NCTCOG found on most projects in the City of Denton, (2) make specific requirements for materials or procedures where the NCTCOG gives options, (3) specify provisions for deviation from NCTCOG, and (4) define the bid items listed in the bid tabulation sheet. The following specifications are also numbered in accordance with the NCTCOG to aid in locating more specific requirements. Conflicts sometimes arise when City of Denton provisions conflict with either the plans for the project or the North Central Texas Council of Governments specifications. The following order of precedence shall general be followed in case of conflicts; however, the City Engineer shall make final determination: 1. City of Denton construction plans 2. City of Denton project specifications 3. NCTCOG Standard Specifications 4. TxDOT 2014 Standard Construction Specifications Payment sections of the specifications include all material, labor, and equipment necessary to complete the project. D - 2 Item I-1 Project Signs Two signs advertising the CIP Construction Project shall be placed in strategic points on the upstream and downstream end of the project as directed by the City with lettering as needed to adequately describe the work. These two signs shall be placed prior to beginning work and maintained until the end of the project. No payment shall be made to the Contractor for maintenance of these signs. Sign shall be constructed with ¾” weather treated plywood. Sign shall be painted white with blue letters and symbols. Letter size shall conform to dimensions shown below. The City shall provide updated text to the Contractor prior to issuing the Notice to Proceed. Payment: Payment will be at the contract unit price for each Project Sign installed. CITY LOGO The flag shall resemble the Texas Flag. The Background of the stars and the “City of Denton” lettering shall be blue. The lower bar of the flag shall be red, and the upper bar shall be white. The dimensions, from the farthest ends, shall be 12 inches, vertical, and 23.5 inches horizontal. The flag shall appear in the dimensions shown. The contractor may request a digital copy in either .jpg or .tif format. Item I-2 Mobilization General: The requirements of TxDOT Item 500 are applicable. Payment: Payment for this item shall be in accordance with TxDOT Item 500. D - 3 Item I-3 Preparing Right-of-Way General: The requirements of City of Denton NCTCOG Amendment Item 203.3 are applicable. Payment: Payment shall be at the contract unit price per station. Item I-4 Barricades, Warning Signs, and Traffic Handling General: The requirements of NCTCOG Item 801 are applicable. Contractor shall maintain traffic flow at all times. Contractor shall provide alternate paths for pedestrians to travel for the duration of the project. The Contractor shall provide a detailed Traffic Control Plan (TCP) that complies with the Texas Manual of Uniform Traffic Control Devices. The TCP shall be sealed by a Professional Engineer registered in Texas, and shall be approved by the City for review prior to the issuance of the Notice to Proceed. Payment: Payment for this Item shall be at the unit price bid per month. This price is full compensation for preparation of the TCP, and for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools and incidentals. Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling devices have been installed in accordance with the TCP and construction has begun. Monthly payment will be made each succeeding month for this Item provided the barricades, signs, and traffic handling devices have been installed and maintained in accordance with the TCP until the Contract amount has been paid. If, within the timeframe established by the City, the Contractor fails to provide or properly maintain signs and barricades in compliance with the Contract requirements, as determined by the City, the Contractor will be considered in noncompliance with this Item. No payment will be made for the months in question, and the total final payment quantity will be reduced by the number of months the Contractor was in noncompliance. The quantity paid under this Item will not exceed the total quantity shown on the plans except as modified by change order. An overrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortages; closed construction seasons; curing periods; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by requirements of the Contract. Item I-5 Portable Changeable Message Signs General: The requirements of TxDOT Item 6001 are applicable. Place or relocate PCMS units as shown on the plans or as directed. Maintain the PCMS units in good working condition. Repair D - 4 damaged or malfunctioning PCMS units as soon as possible. PCMS units will remain the property of the contractor. Payment: Payment for this item shall be at the contract unit price per each PCMS. Item I-6 and I-9 Remove Asphalt Pavement General: The requirements of TxDOT Item 105 are applicable. All existing asphalt pavement to be removed that abuts asphalt pavement to remain (private or public) shall be sawcut in a smooth straight line. Any work damaged behind that sawcut shall be resawed and replaced at the Contractor's expense. Payment: Payment shall be at the contract unit price per square yard. Items I-7, I-8, I-10 and I-11 Removal of Concrete General: The requirements of TxDOT Item 104 are applicable. All concrete work to be removed that abuts concrete work to remain (private or public) shall be sawcut in a smooth straight line. Any work damaged behind that sawcut shall be resawed and replaced at the Contractor's expense. Payment: Payment shall be at the contract unit price per square yard. A. Removing and Disposing of Concrete Pavement General: Removing concrete pavement shall include all pavement type sections located in the existing roadway. Pavement areas are normally 6" or greater in depth. Payment: Payment shall be at the contract unit price per square yard. B. Removing and Disposing of Curb and Gutter Pavement General: Removing curb and gutter pavement shall include the removal and disposal of existing sections of concrete curb and gutter. Laydown, mountable, and upright standard curbs are all included. Payment: Payment shall be at the contract unit price per lineal foot. C. Removing Concrete Sidewalks General: Removing concrete driveway and sidewalk slabs shall include all other concrete sections, which are typically less than pavement-type sections. Payment: Payment shall be at the contract unit price per square yard. D - 5 Item I-12 and I-13 Pedestrian Rail General: The requirements of TxDOT Item 450 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item I-14 Unclassified Excavation General: Provide labor and equipment necessary to excavate materials to the grade indicated on the plans. Unless otherwise paid for in this contract, existing asphalt surface pavement shall be included, along with other excavated materials, as part of this bid item. The Contractor shall stockpile sufficient suitable material to backfill and level areas outside the actual limits of the pavement. Material unsuitable for backfill shall be disposed of by the Contractor as directed by the City. Topsoil from the shoulders and areas adjacent to the existing pavement shall be stockpiled in order to fill behind the curb in areas which abut sodded lawns. Backfill material shall be approved by the City. The backfill material shall be of the black loam type with suitable properties for excellent growth of grass or shrubs. Adjacent property owners shall be entitled to any surplus excavated material if they request fill on their property. Any other excavated material, which is not needed for filling or leveling on the actual construction project shall become the property of the Contractor for disposal. All excavated areas whether street excavation, storm sewer excavation, or utility excavation shall be watered down to prevent dust at the direction of the Engineer and is subsidiary to this item. The requirements of NCTCOG Item 203.4 and 203.5 are applicable. Payment: Payment shall be at the contract unit price per cubic yard of material excavated. This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by change order. Additional measurements or calculations will be made if adjustments of quantities are required. Limits of measurement of excavation in retaining wall areas will be as shown on the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. Item I-15 Embankment General: The requirements of NCTCOG Item 203.6 and 203.7 are applicable. This item to include the placement and compaction of excavated material along the entire project. The fill material may be selected from the regular excavation, which is necessary on the project. Materials and Construction: Compaction shall be tested at not less than 95% of the density as determined in accordance with test method ASTM D698. Hauling, placing, sprinkling, rolling, and obtaining final compaction are all considered as part of this fill item. Proctors will be taken on all major fill materials before they are placed to check plasticity index and composition. Compaction shall be started with a sheep-foot roller until the Inspector feels the soil is generally stable. Payment: Payment shall be at the contract unit price per cubic yard in place. This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by change order. Additional measurements or calculations will be made if adjustments of quantities are D - 6 required. Limits of measurement of embankment in retaining wall areas will be as shown on the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. Item I-16 Lime Treated Subgrade General: This item shall consist of treating the existing subgrade by the pulverizing, addition of lime, mixing and compacting the mixed material to a 95% compaction as determined by test method ASTM D698. All subgrade surfaces shall be shaped within .2' of finished grade before liming operations start. The street template may be checked utilizing blue tops or a string line for accuracy at the option of the Engineer. Materials and Construction: Type A hydrated lime is required for mixing the slurry on the job. Type B lime slurry may be used if approved by the Engineer. Gradations on the particle sizes after final mixing may be required. Three days of curing time after the initial mixing of the subgrade will be required. Proctors on the soil shall include the lime and normally take 3 days to process before densities can be run. All subgrade including the treated layer and the underlying layers shall be sound and stable before paving operations will be allowed to begin. The subgrade shall be kept moist enough to prevent hair cracking during all stages of the liming process. The requirements of NCTCOG Item 301.2 are applicable. Prior to placing hydrated lime at a particular site, the Contractor will be required to determine the quantity of lime which needs to be added to the subgrade. The City of Denton will hire a soils lab for the tests. The percentage of quantity of lime shall be determined utilizing either Atterburg Limits tests or by determining the hydrogenation concentration (pH) of the soil mixture. These tests are typically performed and should be evaluated by an approved geotechnical engineering laboratory. A series of these tests should be used at each site. Tests should be performed on representative samples of each proposed subgrade material as determined by the City Engineer. Payment shall be at the contract unit price per square yard of lime subgrade placed, mixed, and compacted. Lime Treatment Construction Methods a. Preparation of sub-base is not required for entire subgrade before liming. The Contractor shall test roll to determine weak spots and correct those before liming operations to avoid later reworking efforts. b. Dry placement of lime is not allowed. Prime Coat The City of Denton will allow pavements to be placed on the lime after 72 hours of curing time. No curing seal (prime coat) is required if the pavement is to be placed within 14 days. Contractor shall provide the City with an exact schedule and meet that schedule to ensure subgrade protection. If the D - 7 City determines that paving operations may be delayed, a prime coat shall be applied at the specified rate and will be subsidiary to this pay item. Payment: Payment shall be made at the contract unit price per square yard of surface area. The dimensions for determining the surface area are established by the widths shown on the plans and the lengths measured at placement. Item I-17 Hydrated Lime General: This item establishes the requirements for hydrated lime and commercial lime slurry of the type and grade considered suitable for use in treatment of subgrades. Construction: Tests and samples of lime slurry shall be according to TEX 600-J. Lengths of streets to be covered with each load of slurry (TYPE A or B) shall be checked with the Engineer before applying. Tickets certifying quality and weights of the lime shall accompany all lime delivered to the project. Payment: Payment shall be at the contract unit price per ton of lime installed. The amount of lime per square yard (example 36 lbs./SY) shall be used to compute pay items. Overages shall be absorbed by the Contractor. Items I-18, I-19 & I-20 Asphalt Pavement Construction General: The requirements of NCTCOG Item 302 are applicable. This item shall consist of a total depth asphalt pavement section as shown on City of Denton standard detail sheets. General guidelines for streets are as follows: Preparation of Subgrade: Final compaction shall be achieved after all liming operations are complete. This compaction shall be started with a sheep-foot roller and finished to grade with a pneumatic roller. All irregularities, which develop during final compaction in excess of ½ inch, as shown by straight edge or template, shall be corrected until the final road surface conforms to the correct alignment, cross section, or elevation. The subgrade will be compacted from the bottom up to at least 95 percent of Standard Proctor. Subgrade materials should be moistened to keep the material at its optimum moisture content until the asphalt base course is applied. Materials and Construction Procedures: Course aggregate used under this item, for 5/8” size or larger, shall be crushed mineral aggregate. AC 20 grade asphalt shall be used. In place density shall be provided utilizing Texas Department of Transportation Bulletin C-14 specifications and methods. Asphalt material shall not be heated to a temperature of more than 350º F at the plant and shall be placed at a minimum temperature of at least 250º F. No material shall be placed unless temperature limits are met. Tack coat shall be RC-2 cut back asphalt and shall be applied at a rate of 0.05 gallons per square yard. An approved mixture of asphalt emulsion may be substituted for the RC-2. Typically, approved dilutions with water shall be in the 50-80% range. Tack coats are required when base and surface course are not applied on the same day. Surface and base asphalt course may be laid on the same day if the Engineer approves such process. D - 8 Cores will be taken to ensure depth control and if compaction control is needed. Extractions will normally be taken on all mixes in the field at selected times. Special attention shall be paid to tacking of all connecting surfaces to provide a closely bonded, watertight joint. The fine aggregate shall be processed sufficiently, prior to entering the dryer, so that the slakeable material retained on the No. 4 sieve shall not exceed 2%. A minimum of 20% of the fine aggregate incorporated into the final mixture shall consist of crushed stone screenings. Representative samples for each grade of material from each aggregate source will be secured at random from aggregate stockpiles. These samples will be subjected to the four (4) cycles of the soundness test in accordance with test method TEX-411-A. The loss shall not be greater than 30% when magnesium sulfate is used. This test will not apply to materials meeting the sulfate requirements for coarse aggregates in Item 302. Crushed stone screenings must be produced from stone which will comply with the physical requirements specified for the coarse aggregate under Article 340.2 (1) (A) of the standard specifications. The crushed stone screenings stockpile may contain a maximum of 35% retained on the number ten sieve. The coarse aggregate shall be crushed so that a minimum of 50 percent of the aggregate retained on the 3/8", No. 4 and No. 10 sieves shall have more than one crushed face when tested in accordance with test method TEX-413-A. The crushed faces required for gravel, Article 340.02. (1) (A) paragraph 8, is voided. (No crushed gravel.) The completed mix shall be evaluated by test method TEX-530-C and the amount of uncoated aggregate shall not exceed ten percent. If stripping occurs, the aggregate and/or the asphalt will be treated with lime slurry and/or an approved liquid anti-stripping agent in accordance with special specification Item 3373, "Asphalt Anti-stripping agent (lime) or Item 3374, "Asphalt Anti-stripping Agent (liquid)". It shall be the Contractor's option as to the type of anti-stripping agent selected. A minimum of ½% shall be used with all mix designs. Payment: Prime coat and tack coat shall not be measured for direct payment but shall be considered as subsidiary work pertaining to the placing of hot mix asphalt mixtures of the type specified. Hot mix asphalt pavement material shall be measured complete in place by the ton computed at 110-lb. per square yard surface area per inch thickness of course of the type(s) and grade(s) used in the completed and accepted work. Item I-21 Continuously Reinforced Concrete Pavement General: This item shall govern the composition and construction of Portland cement concrete pavement to the standards and dimensions required by the plans and specifications. Materials: Aggregate Composition: Coarse and fine aggregates for concrete shall conform to the provisions of TxDOT Item 360. D - 9 Portland Cement: Portland cement shall conform to the provisions of TxDOT Item 360. Chemical Admixtures: Chemical admixtures shall conform to the provisions of TxDOT Item 360. Air entrainment admixtures shall be utilized to ensure total air content of the concrete between 4% and 6%. Water reducing and set retarding admixtures shall be approved on a project by project basis. Mineral Admixtures: Mineral admixtures shall conform to the provisions of TxDOT Item 360. Maximum fly ash amount shall not exceed 25% by weight per cubic yard of concrete. Mineral Filler: Mineral filler will be allowed under the provisions of TxDOT Item 360. Fibrous Reinforcement: Fiber reinforcement is required for concrete sidewalk. Fiber shall be Fibermesh® 300 Synthetic Fiber as produced by Propex Concrete Systems or an approved equivalent. Application shall be 1.5 lbs of fiber per cubic yard of concrete. Application shall follow the manufacturer’s guidelines. Steel Reinforcement: Steel reinforcement shall be of the size and quantity as called for on the plans or in the Special Contract Requirements. Steel reinforcement shall conform to the standards of TxDOT Item 360. Curing Materials: Curing material shall be a ASTM 309 Type 2, white pigmented curing compound unless otherwise noted on the plans or in the Special Contract Requirements. The use of mats, paper or film shall not be permitted for curing purposes. The compound and its application shall conform to TxDOT Item 360. The compound shall be applied per the manufacturer’s guidelines. Mix Design: Mix design shall be as called for on the plans or in the Special Contract Requirements. Construction: Concrete shall be mixed, delivered and placed per the requirements of TxDOT Item 360. Concrete shall not be placed if the temperature is less than 40 degrees F and falling but may be placed if the temperature is above 35 degrees F and rising. Contractor is responsible for any adverse impacts on the quality and strength of concrete placed due to weather related conditions. Under no circumstances shall concrete be placed upon frozen subgrade. Concrete must be placed within the time limits prescribed by TxDOT Item 360. Hand finishing of concrete pavement is only allowed in areas inaccessible to a finishing machine. Curing compound shall be applied immediately upon conclusion of finishing per TxDOT Item 360. Curing compound shall be applied to the side pavement edge after the forms are removed and before the placement of soil. Excessive voids or honeycombing of the pavement edge may be cause for the rejection of the pavement section. When required, contraction or dummy joints shall be sawed into the concrete per the plans within 24 hours of placement. Unless otherwise noted in the plans or Special Contract Requirements, all vehicle traffic shall be excluded from the new concrete pavement for a minimum of 14 days. Payment: Payment shall be at the contract unit price per square yard of concrete placed at the design pavement thickness. Price shall include all concrete, steel reinforcement, form work, finishing work, jointing, sawing, sealing, and cleaning. Integral or monolithic concrete curb placed with the pavement shall not be included, it shall be paid for separately. D - 10 Item I-22 Gravel (For Driveways) General: The requirements of NCTCOG Item 301.5 are applicable. Payment: Payment for this item shall be at the contract price per square yard. Item I-23 Median Apron (Stamped Colored Concrete) General: The requirements of TxDOT Item 528 are applicable. Payment: Payment for this item shall be at the contract price per square yard. Item I-24 and I-24 Concrete Curb & Gutter General: This item shall consist of Portland Cement Concrete Curb and Gutter. The requirements of NCTCOG Item 305.1 are applicable. Section of Curb and Gutter shall be as shown on City of Denton Standard Curb and Gutter Section on file in the Engineering Section, Public Works Department. Curb and Gutter to be constructed on approved subgrade and to line and grade as established by the City and details shown on plans. Materials: Materials and proportions for concrete used in construction under this item shall conform to the requirements of Class A concrete as defined in Item 303. Construction: No concrete shall be placed if the temperature is less than 35 degrees F. Concrete curb and gutter shall be installed per the plans and according to the provisions of TxDOT Item 527. Expansion joints shall be required every 200 feet of curb length per TxDOT Item 527. One longitudinal dowel bar of #4 reinforcing steel two feet in length shall be required at every expansion joint. Backfilling: The curb and gutter shall be backfilled within seventy-two (72) hours of pouring. The backfill shall be of suitable material and compacted in a manner acceptable to the City. All backfill material shall be free of clods and rocks and compacted to a level even with the top of curb. Payment: Payment shall be at the contract unit price per linear foot. Item I-26 Concrete Driveway General: This item consists of driveways with reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and details shown on the plans. The requirements of NCTCOG Item 305.2 are applicable. Materials: Materials and proportions used in construction under this item shall conform to the requirements for Class A concrete. Expansion joint filler shall be pre-molded materials meeting the requirements specified under "Concrete Structures" or board material meeting "Concrete Pavement" requirements in. Class A concrete is 3000 psi with an approved slump of 2" - 6". D - 11 Construction: The subgrade shall be excavated and shaped to line, grade, and cross section. A minimum 6" section shall be placed on a subgrade of clean approved material that has been compacted to at least 95% density. The subgrade shall be moist at the time the concrete is placed. Reinforcing steel will be required (3/8" bars at maximum 16" center or 6 x 6 No. 6 wire mesh) at a location 2" from the bottom of the poured concrete. Steel chairs may be required by the Inspector to hold the steel at this location. New expansion joints of ½" asphalt board or equivalent material shall be placed at the points of new construction. All street materials that are removed to allow for the front forms on the gutter and drive approach shall be replaced with the same or better materials. A light smooth broom finish is required once the concrete has begun to set up. All driveways shall receive an approved white pigmented curing compound after the slab has been placed and the finish applied. Dummy joints shall be tooled into the driveways as follows: 12' to 24' One tooled joint in the middle. 24' to 30' Two tooled joints as directed. When a driveway connects two sections of sidewalk, pedestrian ramps shall be installed. A minimum of 18" shall be used in the transitions from ½" to 6" on both sides. This is the same sort of transition used in sidewalk ramps. Temperature requirements for placement shall be as per NCTCOG Item 303. Payment: Payment shall be at the contract unit price per square yard of driveway in place. Price shall include concrete, reinforcing steel, and chairs. Items I-27 thru I-32 Concrete Sidewalks and Curb Ramps General: This item shall consist of sidewalks composed of Portland Cement concrete, constructed as specified on an approved subgrade, in conformity with lines and grades established by the Engineer and the details shown on the plans. References: The contractor shall refer to applicable City of Denton standard detail(s). Where City of Denton standard detail(s) are void of a specific requirement and/or without detail and/or not addressed sufficient to complete the construction, the contractor shall comply with Item 305.2 of the NCTCOG Specifications, and/or the Texas Standards Specification(s) including but not limited to Accessibility Standards Section 4, Accessible Elements and Spaces for Scope and Technical Requirements for items not specifically called out in this specification, the plans, or the special contract definitions. Design and Placement: All sidewalk shall be a minimum of five foot in width except where noted below. Sidewalk requirements, including, but not limited to lateral and longitudinal slopes shall comply with current Federal ADA requirements or Texas Accessibility Standards (TAS) as may apply. Where differences exist between City, TAS and ADA, contractor shall contact City for solution prior to continuing. When a permanent obstruction is present and right-of-way is not sufficient for a five-foot sidewalk, the width of the sidewalk can be reduced only by the amount to avoid the obstruction but shall not be allowed to be less than a minimum width of the sidewalk may be thirty- D - 12 six inches, but only for the length of the obstruction. The path of the sidewalk around an obstruction must be such as not to cause the need for a wheel chair to make a sharp bend around the obstruction. The pavement for a sidewalk may also be reduced to a width of thirty-six inches where crossing an existing driveway with a cross slope that is considerably steeper than the 1:50 cross slope. Passing spaces are required at intervals not to exceed two hundred feet for sections of sidewalk less than five feet in width. A passing space consists of a section of sidewalk a minimum of five feet in width for a length of five feet. Any section of sidewalk less than five feet in width that exceeds two- hundred feet in length between any combination of street intersections, driveway intersections, or sidewalk intersections must contain passing spaces in which such item contains a minimum 5ft x 5ft portion that complies with all longitudinal and lateral TAS/ADA slope requirements. The sidewalk must have a vertical clearance of eighty inches for the entire length and width of the sidewalk. Trees, shrubs and brush that must be trimmed to complete this task must be cut and removed in a professional manner. All curb ramps shall be behind the curb such that the rise of the ramp does not project into the street. Flares on a slope may be 1:10 unless the flare is part of the pedestrian route, in which case the slope of the flare may not be greater than 1:12. For purposes of warning, the surface of the pedestrian portion of a curb ramp shall have both light reflective value and texture that contrast significantly with adjoining pedestrian routes. One-eighth inch deep grooves ¼” wide and ¾” to 2” on center, shall be acceptable. Grooves must not permit water to accumulate. Rubber and raised abrasive strips shall not be permitted as these items will have a maintenance cost associated with them after the construction is complete. The color of the curb ramp must also contrasts with the adjoining pedestrian path, while maintaining a light reflective value. This may be done by means of dying the concrete mix. Where a median cut is necessary, a level area of a minimum of 48” is required between the streets. Ramps are only permissible if the area between the back of curbs exceeds 48” and such ramps must meet all ramp requirements in this specification. Where the surface of the natural ground exceeds 1:20 (5%,) sidewalk shall be constructed to the ramp requirements of the Texas Accessibility Standards. Ramps shall not exceed thirty inches in rise and shall have a maximum slope of 1:12 (8.33%.) Each ramp shall have a landing of the same width and a minimum of sixty inches in length. Ramps greater than six inches in rise shall have handrails on both sides. Handrails shall be bid and detailed as a separate pay item. Ramps shall also have grooves as specified for curb ramps above. Materials and Construction: Concrete for the sidewalk shall be 3000 psi strength and shall be placed at a 2" to 6" slump. Thickness shall be a minimum of 4". A 2" cushion of approved sand shall be placed under all sidewalk pavements. Fibermesh, in accordance with City requirements at minimum is required in all 4” sidewalk. The thickness of a sidewalk shall be 6" when crossing driveways or approaches or other vehicle paths and reinforcing steel consisting of 6 x 6 (No 6) wire mesh or #3 bars on 16" centers shall be installed in the sidewalk. Approved expansion material shall be placed every 40 feet for construction joint purposes and dummy joints shall be placed at 5-foot intervals in accordance with the width of sidewalk at that location. Also, where the sidewalk abuts a curb or other structure the sidewalk shall be separated from that structure by the above approved expansion material, and doweled into the structure with #3 bars on 24-inch centers. All sidewalks shall receive an approved white pigmented curing compound after the slab has been placed, except for ramps, D - 13 whose pigment shall differ as per the ramp requirements in this specification. A light broom finish shall be applied after the concrete begins to set up, except in the case of ramps, whose surface texture shall differ as per the ramp requirements in this specification. Sidewalk ramps for wheelchair access will be constructed at all driveways and intersection radii. Payment: Payment shall be at the contract unit price per square yard of sidewalk and each ramp in place. Price shall include concrete, reinforcing steel, and joint material. Items I-33 Eliminate Existing Pavement Markings (All Widths) General: The requirements of TxDOT Item 677 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Items I-34 thru I-57 Pavement Markings Type I-A. Type I-A shall contain a face that reflects amber light. The body, other than the reflective face, shall be yellow. Type I-C. Type I-C shall contain a face that reflects white light. The body, other than the reflective face, shall be white. Type I-R. Type I-R shall contain one (1) face that reflects red light. The body, other than the reflective face, shall be white. Type II-A-A. Type II-A-A shall contain two (2) reflective faces oriented 180 degrees to each other, each of which shall reflect amber light. The body, other than the reflective faces, shall be yellow. Type II-C-R. Type II-C-R shall contain two (2) reflective faces oriented 180 degrees to each other, one (1) of which shall reflect white light and one (1) of which shall reflect red light. The body, other than the reflective faces, shall be white. Nonreflectorized traffic buttons shall be of the following types: Type W. Type W shall have a white body and no reflective faces. Type Y. Type Y shall have a yellow body and no reflective faces. Unless specified in the construction plans or the special contract definitions of these specifications, lane lines shall be Type I-C, centerlines shall be Type II-A-A. If nonreflectorized traffic buttons are specified, lane lines shall be Type W, centerlines shall be Type Y. Appearance Requirements: The outer surface of the pavement marker shall be smooth except for D - 14 the molding or stamping of the manufacturer's unique model imprint. All corners and edges exposed to traffic shall be rounded. The interface between the reflective face(s) and the body of the marker shall be solid. The bottom surface of pavement markers shall have a minimum roughness comparable to that of fine sandpaper, but shall not be of such roughness or grooved such that air will be entrapped when pressed into the adhesive. Epoxy: Where epoxy is required, Epoxy shall meet the minimum requirements of TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges Item 575 and TxDOT Departmental Material Specification D-9-6100. Epoxy shall be machine mixed. Epoxies acceptable for binding raised pavement markings to concrete surfaces are as follows: Types I and I-M: Rapid setting marker adhesive for use when a very fast set is required or if markers must be placed when pavement temperature is below 50 F / 10C. Types II, II-M, and II-MA: Medium setting marker adhesive. Types III and III-M: Standard setting marker adhesive Types IV and IV-M: Slow setting marker adhesive for use when setting time is not a consideration. Those adhesives designated as Types I through IV are intended for had mixing and application. On projects where the adhesive is to be handled by automatic metering, mixing and application equipment, Types I-M through IV-M which are designated specifically for machine application, shall be used. Type II-MA adhesive is designated for placement of all-weather markers. For all types of marker adhesives, the resin component shall be pigmented white and the hardener component black. The type of adhesive to be used for placing ceramic or plastic markers on a specific project shall be based upon the setting time required under the prevailing weather and traffic conditions and approved by the Engineer. Prior to use, each component shall be stirred to redisperse any settling or separation of the fillers and liquid portions until a uniform color and appearance obtained. No addition of solvents shall be allowed unless indicated by the manufacturer or approved by the Engineer. Bituminous Adhesive For Pavement Markers: Where Bituminous Adhesive is required, bituminous adhesive shall meet the minimum requirements of TxDOT Departmental Material Specification D-9-6130. The adhesive shall be suitable for bonding ceramic and plastic markers to Portland cement concrete, asphaltic concrete and chip-sealed road surfaces and applicable when road surface and marker temperatures are in the approximate range of 4 to 71 °C (40 to 160 F). The composition D - 15 of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218 °C (425 F) using either air or oil-jacketed melters. Construction: Pavement surface preparation for pavement markings shall be done in accordance with TxDOT Item 678. Each class of raised pavement markers shall come from the same manufacturer. Surfaces to which markers are to be attached by an adhesive shall be prepared by any method approved by the Engineer to ensure that the surface is free of dirt, curing compound, grease, oil, moisture, any other material which would adversely affect the adhesive bond. Payment for the preparation of the surface for installation of raised pavement markers shall be paid in this bid item. Guides shall be established to mark the lateral location of the pavement markings in the location as shown on the construction plans. The location shall be verified before the pavement markings are placed. The guides shall not leave a permanent marking on the road surface. Pavement markers shall be placed in accordance to the construction plans. The markers shall be in alignment when placed and not deviate by more than two inches. Any markers placed and deemed unsatisfactory be the Engineer shall be relaid at the contractors expense. The contractor shall use bituminous adhesive for Class A, B, C, and D markers on bituminous pavement. The contractor shall use epoxy adhesive for Class A, B, C, and D markers on portland cement as well as Class E for bituminous pavement and portland cement. The epoxy shall be applied in sufficient quantity such that 100% of the bonding area of the raised pavement marker shall be in contact with the adhesive and such that the raised pavement markers are seated on a continuous layer of adhesive and not in contact with the pavement surface, except for Class E. Adhesive shall be applied in accordance with manufacturers specifications except where different in these specifications. Where bituminous adhesive is required, the pavement and raised pavement markers shall be at least 40 F / 5 °C. The bituminous adhesive shall not be heated above 400 F / 205 °C. The bituminous adhesive shall be agitated intermittently to ensure even heat distribution. Raised pavement markers shall be placed immediately after the adhesive is applied and shall be firmly bonded to the pavement. The raised pavement marker surfaces, especially the reflective surfaces, shall be free of adhesive. Reflectorized Pavement Markings General: This item shall govern the installation reflectorized pavement markings of the types, colors, shapes, sizes, thickness and widths as shown. Materials: D - 16 Materials used shall be classified in accordance with TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges Item 666: Type I Marking Materials. Type I markings are thermoplastic materials that require heating to elevate the temperatures for applications. Type I marking materials shall conform to TxDOT Departmental Materials Specifications D-9-8220. Each container of Type I marking material shall be clearly marked to indicate the color, mass, type of material, manufacturer's name and the lot/batch number. Type II Marking Materials. Type II markings are paint-type materials that are applied at ambient or slightly elevated temperatures. Type II marking materials shall conform to TxDOT Departmental Materials Specifications D-9-8200, YPT-10 and/or WPT 10 and D-9-8290. Construction: Pavement surface preparation for pavement markings shall be done in accordance with Item 678 of the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. Guides shall be established to mark the lateral location of the pavement markings in the location as shown on the construction plans. The location shall be verified before the pavement markings are placed. The guides shall not leave a permanent marking on the road surface. Pavement markers shall be placed in accordance to the construction plans. The markers shall be in alignment when placed and not deviate by more than two inches. Any markers placed and deemed unsatisfactory be the Engineer shall be relaid at the contractors expense. Markings shall essentially have a uniform cross-section. The density and quality of markings shall be uniform throughout the thickness. The applied markings shall have no more than five percent, by area ,of holes or voids and shall be free of blisters. Markings, in place or on the roadway, shall be reflectorized both internally and externally. Glass beads shall be applied to the material at a uniform rate sufficient to achieve uniform and distinctive retroflective characteristics when observed in accordance with Test Method Tex-828- B. Pavement to which material shall be applied shall be completely dry and free of dirt, oil, grease, debris and other foreign objects. Application of Type I Markings: New portland-cement concrete surfaces shall be further prepared for Type I markings, after cleaning, by placing a Type II marking as a sealer in accordance with this Item. When placing Type I markings in new locations on asphaltic surfaces three years or older or any portland cement concrete surfaces, a Type II marking shall be used as a sealer. Unless otherwise shown on the plans, existing portland cement concrete and asphaltic surfaces to be restriped will not require Type II markings as a sealer; existing markings D - 17 may be used as a sealer in lieu of Type II makings. Type II markings shall be placed a minimum of two and a maximum of thirty calendar days in advance of placing Type I markings. Type II markings which become dirty due to inclement weather or road conditions shall be cleaned by washing, brushing, compressed air, or other means approved by the Engineer, prior to application of Type I markings. If washing is used, the surface of Type II markings shall become thoroughly dry before placing the Type I markings. Color, location and configuration of Type II markings shall be the same as the Type I markings. Type I pavement marking material shall be applied within temperature limits recommended by the material manufacturer. Application of Type I pavement markings shall be done only on clean, dry pavement having a surface temperature above 50 F/ 10C. Pavement temperature shall be measured in accordance with Test Method Tex-829-B. When Type I pavement marking application is by spray, and operations cease for five minutes or more, the spray head shall be flushed by spraying pavement marking material into a pan or similar container until the pavement marking material being sprayed is at the proper temperature for application. Type I makings shall be a minimum thickness of 0.060 inches (1.5 millimeters) for edgeline markings and 0.090 inches (2.3 millimeters) for stop-bars, legends, symbols, directional arrows, turn-only arrows, school zones, railroad crossings, gore and centerline/no passing barrier line markings when measured in accordance with Test Method Tex-854-B. The maximum thickness of all Type I markings shall be 0.180 inches (4.5 millimeters). The markings shall be of uniform thickness throughout their lengths and widths. Application of Type II Markings: The application of Type II marking materials shall be done only on surfaces with a minimum surface temperature of 50F / 10C. The application rate for Type II marking material shall be: between 15 and 20 gallons per mile of solid four inch line and between 30 and 40 gallons per mile of solid eight-inch line except that, for new surface treatment projects the application rate shall be between 25 and 30 gallons per mile of solid four inch line and between 40 and 50 gallons per mile for solid eight inch line. Pavement markings for new surface treatment projects shall be applied in two applications for each approximately one-half the application rate. The first application shall not contain glass beads. The interval between the first and second application shall be a minimum of one hour. The contractor shall not place paint on the road surface in inclement weather. Payment: Payment for this item shall be at the contract price per linear foot or each as applicable. D - 18 Item I-58 Small Roadside Sign Support & Assembly (Install) General: The requirements of TxDOT Item 644 are applicable. Payment: Payment for this item shall be at the contract price per each. Item I-59 Metal Beam Guard Fence General: The requirements of TxDOT Item 540 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item I-60 Guardrail End Treatment (Wood Post) (TY I) General: The requirements of TxDOT Item 544 are applicable. Payment: Payment for this item shall be at the contract price per each. Item I-61 through I-63 Retaining Walls General: The requirements of TxDOT Item 423 are applicable. Payment: Payment shall be at the contract unit price per square foot. Items II-1, II-2 Drill Shaft General: The requirements of TxDOT Item 416 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Items II-3, II-4 Class C Concrete General: The requirements of TxDOT Item 420 are applicable. Payment: Payment for this item shall be at the contract price per cubic yard. Item II-5 Concrete (Approach Slab) General: The requirements of TxDOT Item 420 are applicable. Payment: Payment for this item shall be at the contract price per square foot. D - 19 Item II-6 Prestressed Concrete Girder General: The requirements of TxDOT Item 425 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item II-7, II-8 Prestressed Concrete Box Beam General: The requirements of TxDOT Item 425 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item II-9 Concrete Surface Treatment General: The requirements of TxDOT Item 428 are applicable. Payment: Payment for this item shall be at the contract price per square yard. Items II-10 Riprap (RR8) General: The requirements of TxDOT Item 432 are applicable. Payment: Payment for this item shall be at the contract price per cubic yard. Item II-11 Structural Steel (Misc Non-Bridge) General: The requirements of TxDOT Item 442 are applicable. Payment: Payment for this item shall be at the contract price per pound. Items II-12 Rail Type C411 General: The requirements of TxDOT Item 450 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item II-13 Rail Type C223 General: The requirements of TxDOT Item 450 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. D - 20 Items II-14 Rail Type PR1 General: The requirements of TxDOT Item 450 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item II-15 Sealed Expansion Joints 4” General: The requirements of TxDOT Item 454 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item III-1 Sodding General: The requirements of City of Denton NCTCOG Amendment Item 202.5 are applicable. Payment: Payment shall be at the contract unit price per square yard. Item III-2 Hydromulch Seeding General: The requirements of City of Denton NCTCOG Amendment Item 202.6 are applicable. Payment: Payment shall be at the contract unit price per square yard. Item III-3 Topsoil General: The requirements of NCTCOG Item 202.2 are applicable. Payment: Payment for this item shall be at the contract price per square yard. D - 21 Items IV-1, IV-2 Conduit General: The requirements of TxDOT Item 618 are applicable. Specific product requirements are shown on the plans. Payment: Payment for this item shall be at the contract price per linear foot. Item IV-3 Pull Box (12”x12”) General: The requirements of TxDOT Item 624 are applicable. Specific product requirements are shown on the plans. Payment: Payment for this item shall be at the contract price per each. Item V-1 Remove Storm Drain Pipe General: The requirements of TxDOT Item 104 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item V-2 Remove Storm Drain Inlet General: The requirements of TxDOT Item 104 are applicable. Payment: Payment for this item shall be at the contract price per each. Item V-3 Remove Headwall General: The requirements of TxDOT Item 104 are applicable. Payment: Payment for this item shall be at the contract price per cubic yard. Item V-4 Trench Safety (Storm Drain System) General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Items V-5 thru V-11 Reinforced Concrete Storm Sewer Pipe Materials: Pipe used in the storm drainage system shall comply in all respects with the latest ASTM requirements and COG Standard Specifications. D - 22 Construction: 1. Installation: No pipe shall be installed in the trench until all excavation, trench shaping, line, and grades have been approved by the City. Grades shall be transferred to flow lines by use of a laser. The pipe shall be accurately laid to line and grade with the tongue end downstream entering the groove to full depth and in such manner as not to drag earth into the space for sealing of the joints. Pipes shall be fitted together and matched so that when laid in the work, they shall form a sewer with a smooth and uniform invert. 2. Jointing the Pipe: All concrete pipe joints shall be constructed using G.S. 702-Talco joints, Ram-Nek joint material, or an equivalent product. Approved concrete mortar may be required to seal joints having small cracks or chips or with slightly uneven flow lines after one of the above joint materials have been applied. Pipes to be placed along curves shall consist of whatever pipe joint lengths or beveled end joints of pipe or combinations of that are required to place the pipe on the designated center line curve with no more than one-half of the tongue length of the pipe exposed from its normal fully closed joint position. 3. Bedding or Foundation: A minimum 6" of class B+ bedding is required for all stable areas. Where rock is encountered, 6 inches of bedding will also be required. In unstable areas, the existing soil may be required to be excavated to solid substances or until a solid base of rock can be obtained at the discretion of the Engineer. Otherwise, a minimum of 6 inches of crushed stone will be required to stabilize the base. 4. Backfill Materials: In trench lines outside paved limits of any street, approved granular backfill shall be brought to the spring line of the pipe. Then approved select backfill may be applied in 6" to 1' layers and compacted to 95% density until brought to the ground surface. When trench lines are located in any paved street areas, approved granular backfill shall be brought up to one foot above the pipe. Select backfill shall be applied from that point to within 24 inches of the top of subgrade. From that point, flowable two (2) sack concrete backfill shall be applied to the bottom of subgrade on new streets and to top of pavement on existing streets. A 1' wide by 1' deep bridge shall be formed on each side. If pipe is located in a shallow trench where it is not possible to obtain at least 18 inches of flowable two sack concrete, then the flowable two sack concrete will be applied down to the spring line of the pipe. The flowable two-sack concrete backfill shall be brought to the site premixed and contain coarse aggregates as specified in Item 501.6 of the NCTCOG Specifications. Flowable concrete shall conform to Item 501.6. Payment: Payment shall be at the contract unit price per lineal foot of pipe installed. Price shall include pipe, flowable fill, backfill, select fill, and joint materials. Items V-12 thru V-20, V-34 thru V-46 Concrete Headwalls, Box Culverts, and Wingwalls Materials and Construction: Concrete will typically be Class "A" except when direct traffic structures are designed for. Then Class "C" concrete will be specified. All structures shall be formed unless precast structures are specifically approved by the Engineer. The requirements of NCTCOG Item 702 are applicable. D - 23 Payment: Payment shall be at the contract unit price per linear foot for concrete box culverts and per each for headwalls. All other items shall be incidental. Metal for Structures Are not to be used unless specifically referenced. These items are covered under the applicable building code already referenced by the City Ordinance. Castings General: Provide and install inlet frames with covers for storm sewer inlets as specified in plans. Construct one frame and cover at each location for an inlet, regardless of the number of inlets that may be connected in series. One frame, ring, and cover shall be installed at each 10’ inlet and each drop inlet, and two frame, rings and covers shall be installed at each 15’ or 20’ inlet. At least one frame, ring, and cover shall be placed at the location of the storm sewer pipe at each inlet. Grate inlets shall be as per City of Denton standard details. Covers shall be 300 lbs. in strength and shall include 1 minimum pick slot. Inlet Rings Inlet ring & covers shall be locking. The cover dimension shall be 24 3/8”, the internal ring opening shall be 21 ¾”, and the greatest external dimension shall be 26 ¼”. The height of the overall ring shall be six inches. The ring and cover shall have a weight of 155 pounds. Payment: Payment shall be at the contract unit price per each frame, ring, and cover or per grate in place for each inlet. Only one frame, ring, and cover shall be installed at each series of inlets. The grate shall be paid at one unit price regardless of how many sections the grate is constructed of. Items V-21 thru V-32 Manholes, Junction Boxes, and Inlets General: NCTCOG Item 702 shall govern for the construction of manholes, junction boxes, and inlets complete in place as per standard City of Denton detail sheets including all materials, labor, and equipment used therein. Manholes shall be monolithic poured in place. Junction boxes and inlets shall be formed. Depth restrictions may prevent the use of manhole forms, which may create the need to form a square box. Rings and covers shall be classified as part of junction boxes and manholes but as a separate item for inlets. Materials and Construction: Concrete used in construction shall be Class A concrete (3000 psi). Reinforcing steel shall be as specified on City of Denton detail sheets and of a quality as per Item 702. Backfill materials out of the streets shall be select granular backfill, and in the street shall be one-sack cement. Minimum cut around the structure to be 12" - maximum cut to be 24". Manholes shall be 4' inside diameter typically. Junction boxes are typically 5' inside wall to inside wall unless a special size or design is shown in plans. Inlets sizes shall be 10', 15’, or 20’. Minimum curb inlet size shall be 10’. Maximum length of curb inlet at any curb location shall be 20’ on each D - 24 side of the street. Five-foot transitions on each side of the inlets will be required. Typical spacing of junction boxes and manholes (500') with inlets as per plans. Special inlets of extra width as per City of Denton standard details may be required to fit larger sizes of pipes or to eliminate large bends in the storm sewer pipe. No steps will be installed in any manhole, inlet, or junction box located in the city of Denton. All construction operations will follow the Two-Phase Construction method where junction boxes and manholes are left down 18" from the top of curb grades for Phase I and inlets have the bottoms and half the walls poured. Phase II for the construction will include raising the manholes and junction boxes to finished grade and completing the walls, tops, and throats for the inlets. All holes dug up will be poured back with 3,000 psi concrete. Phase II will begin after curb and gutter has been laid and before any asphalt is applied to the road surface for inlets with manholes and valves beginning Phase II operations after the asphalt base course has been laid. Steel protruding upward shall be bent down between Phase I and Phase II construction. Frames and covers shall conform to shape and dimensions shown on the plans. Bearing surfaces shall be machined so that even bearing may be had in any position in which the cover is seated. Pick slots are required in the lids. Covers will meet the following strength requirements: 1. Located in the street traveled way - 400 lbs. 2. Located outside traveled way - 300 lbs. In the event that a PVC or clay tile sanitary sewer or water line is located so that it is necessary to build a junction box, inlet, or manhole with the utility running through it, the utility line will be replaced with Ductile Iron pipe through the structure and will be considered incidental to this item. Payment: Payment shall be at the contract unit price per each inlet, junction box, or manhole, complete in place. Items V-47 Concrete Flume General: The requirements of NCTCOG Item 702 are applicable. Payment: Payment for this item shall be at the contract price per each. Item V-48 Lateral Wye Connection (SD-D1) General: The requirements of NCTCOG Item 501.6 are applicable. Payment: Payment for this item shall be at the contract price per each. Items V-50 & V-52 Stone Riprap General: The requirements of NCTCOG Item 803.3 are applicable. D - 25 Payment: Payment for this item shall be at the contract price per cubic yard. Items V-49 & V-51 Conc Riprap General: The requirements of NCTCOG Item 803.3 are applicable. Payment: Payment for this item shall be at the contract price per cubic yard. Item VI-1 Cut and Plug Existing Sanitary Sewer Lines General: The requirements of City of Denton NCTCOG Amendment Item SS01 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VI-2 Abandon Sanitary Sewer Manhole General: The requirements of City of Denton NCTCOG Amendment Item SS02 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VI-3 Remove Sanitary Sewer Manhole General: The requirements of City of Denton NCTCOG Amendment Item SS03 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VI-4 Excavation Safety (Trench Safety) (Sewer System) General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-5 24”x3/8” Thick Steel Casing Installed by Open Cut General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-6 20”x3/8” Thick Steel Casing Installed By Bore General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable. D - 26 Payment: Payment for this item shall be at the contract price per linear foot. Item VI-7 18”x3/8” Thick Steel Casing Installed By Bore General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-8 18”x3/8” Thick Steel Casing Installed by Open Cut General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-9 16”x3/8” Thick Steel Casing Installed by Open Cut General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-10 12” C-900 DR-25 PVC Wastewater Pipe Installed in Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-11 10” C-900 DR-25 PVC Wastewater Pipe Installed in Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-12 10” SDR-35 PVC Wastewater Pipe Installed in Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-13 8” C-900 DR-25 PVC Wastewater Pipe Installed in Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. D - 27 Payment: Payment for this item shall be at the contract price per linear foot. Item VI-14 21” F679 115 PSI PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-15 12” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-16 12” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-17 12” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-18 12” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-19 10” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-20 10” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. D - 28 Payment: Payment for this item shall be at the contract price per linear foot. Item VI-21 8” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-22 8” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-23 8” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-24 8” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-25 8” SDR-35 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-26 8” SDR-35 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VI-27 4’ Diameter Concrete Manhole, Standard or Drop (0-6’) General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable. D - 29 Payment: Payment for this item shall be at the contract price per each. Item VI-28 Extra Depth of 4’ Diameter Concrete Manhole (Over Initial 6’) General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable. Payment: Payment for this item shall be at the contract price per vertical foot. Item VI-29 5’ Diameter Concrete Manhole, Standard or Drop, Including Watertight Lids and Vents Where Specified (0’-6’) General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable. Payment: Payment for this item shall be at the contract price per each. Item VI-30 Extra Depth of 5’ Diameter Concrete Manhole (Over Initial 6’) General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable. Payment: Payment for this item shall be at the contract price per vertical foot. Item VI-31 6’ Sanitary Sewer Services General: The requirements of City of Denton NCTCOG Amendment Item 502.10.4 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VI-32 Connect to Existing Manhole by Coring General: The requirements of City of Denton NCTCOG Amendment Item 502.12.4 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-1 Remove Fire Hydrant General: The requirements of City of Denton NCTCOG Amendment Item W05 are applicable. Payment: Payment for this item shall be at the contract price per each. D - 30 Item VII-2 Remove and Salvage Gate Valve General: The requirements of City of Denton NCTCOG Amendment Item W06 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-3 Cut and Plug Existing Water Lines General: The requirements of City of Denton NCTCOG Amendment Item W04 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-4 Excavation Safety (Trench Safety) (Water System) General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-5 36”x3/8” Thick Steel Casing Installed by Bore General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-6 36”x3/8” Thick Steel Casing Installed by Open Cut General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-7 30”x1/2” Thick Steel Casing Installed by Bore General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-8 24”x3/8” Thick Steel Casing Installed by Bore General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. D - 31 Item VII-9 24”x3/8” Thick Steel Casing Installed by Open Cut General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-10 20” C-905 DR-14 PVC Water Line Installed in Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-11 18”x3/8” Thick Steel Casing Installed by Bore General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-12 18”x3/8” Thick Steel Casing Installed by Open Cut General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-13 18” C-900 DR-14 PVC Reuse Line Installed by Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-14 16” Special Class 52 DIP Water Line Installed in Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-15 12” C-900 DR-14 PVC Water Line Installed in Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. D - 32 Item VII-16 8” C-900 DR-14 PVC Water Line Installed in Casing General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-17 Concrete Encasement of Water Lines General: The requirements of City of Denton NCTCOG Amendment Item 504.5 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-18 20” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-19 20” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-20 18” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-21 16” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-22 16” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. D - 33 Item VII-23 12” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-24 12” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-25 8” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-26 8” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-27 6” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-28 6” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202 General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item VII-29 20” Gate Valve, Vault and Box General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable. Payment: Payment for this item shall be at the contract price per each. D - 34 Item VII-30 16” Gate Valve, Vault and Box General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-31 12” Gate, Vault and Box General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-32 8” Gate, Vault and Box General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-33 6” Gate Valve and Box (Excluding Fire Hydrant Assemblies) General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-34 12’x12” Tapping Sleeve and Valve General: The requirements of City of Denton NCTCOG Amendment Item W01 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-35 8”x8” Tapping Sleeve and Valve General: The requirements of City of Denton NCTCOG Amendment Item W01 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-36 6” Ductile Iron Pipe General: The requirements of City of Denton NCTCOG Amendment Item 501.7 are applicable. Payment: Payment for this item shall be at the contract price per vertical foot. D - 35 Item VII-37 New Fire Hydrant Assemblies General: The requirements of City of Denton NCTCOG Amendment Item 502.3 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-38 Reset & Reconnect to Existing Fire Hydrant Assemblies General: The requirements of City of Denton NCTCOG Amendment Item 502.3 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-39 Relocate Existing Water Meter Vault and All Associated Appurtenances General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-40 Water Services, All Sizes General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-41 Combination Air and Vacuum Air Release Valve Assembly – 2” General: The requirements of City of Denton NCTCOG Amendment Item 502.6.3 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VII-42 Combination Air and Vacuum Air Release Valve Assembly – 1” General: The requirements of City of Denton NCTCOG Amendment Item 502.6.3 are applicable. Payment: Payment for this item shall be at the contract price per each. Item VIII-1 Storm Water Pollution Prevention Plan General: The requirements of NCTCOG Item 201 are applicable. Payment: Payment for this item shall be at the contract lump sum price. D - 36 Items VII-2 thru VII-9 Sediment Control General: The requirements of City of Denton NCTCOG Amendment Item 201 are applicable. Payment: Payment for items VIII-2 thru VIII-4 and VIII-8 thru VIII-9 shall be at the contract price per linear foot. Payment for items VIII-5 and VIII-6 shall be at the contract price per square yard. Items IX-1 thru IX-2 Temporary Traffic Signals General: The requirements of TxDOT Item 681 are applicable. Payment: Payment for this item shall be at the contract price for each intersection. This price shall be full compensation for all labor, materials, and incidentals necessary to construct, adjust, and remove each temporary traffic signal system. Item IX-3 Salvage Existing Traffic Signal Equipment General: The requirements of TxDOT Item 680 are applicable. All salvaged materials from the Spencer Road and McKinney Street intersections shall be delivered to the City of Denton. All salvaged materials from the University Drive intersection shall be delivered to TxDOT. Payment: Payment for this item shall be at the lump sum contract price for removal and salvage of all traffic signal materials on the project. This price shall be full compensation for all labor, materials, and incidentals necessary to remove and salvage traffic signal equipment. Items IX-4 thru IX-9 Traffic Signals General: The requirements of TxDOT Item 680 are applicable. Payment: Payment for this item shall be at the contract lump sum price for each intersection. This price shall be full compensation for all labor, materials, and incidentals necessary to construct each traffic signal system. ID-1 INDEX CITY OF DENTON AMENDMENTS TO NCTCOG SPECIFICATIONS Item Description Page 107.19.3 Excavation Protection AM-1 201 Temporary Erosion Control AM-1 201.11 Stabilized Construction Entrance AM-2 202.5 Sodding AM-2 202.6 Seeding AM-2 203.3 General Site Preparation AM-3 501.1 Underground Conduit Materials AM-3 501.7 Ductile Iron Pressure Pipe AM-4 501.7.4 Ductile Iron Fittings AM-5 501.14 Polyvinyl Chloride (PVC) Water Pipe AM-5 501.15 Polyvinyl Chloride (PVC) Pressure Rate Pipe & Fittings for Wastewater AM-6 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings AM-7 501.24 Fiberglass Wastewater Pipe & Fittings AM-8 502.1-A Concrete Manhole AM-9 502.1-B Fiberglass Manhole AM-12 502.3 Fire Hydrant Assembly AM-14 502.6.2 Resilient Seated Gate Valve AM-15 502.6.3 Air Valves AM-16 502.8 Polyethylene Wrap for Metal Pipe and Fittings AM-16 502.10.3-A Water Service Connections (Small Diameter) AM-17 502.10.4 Sanitary Sewer Services AM-17 502.12.4 Core into Existing Manhole AM-19 503.1 Carrier Pipe in Casing AM-20 503.2 Tunnel/Casing Pipe Spacers AM-20 503.3 Boring and Tunneling AM-20 504.5 Concrete Encasement AM-22 505 Steel Casing by Open Cut AM-22 507.4.5 Sewer Pipe Coupling AM-22 507.5.2 Television Inspection AM-23 801 Barricades, Detours, and Warning Signs AM-25 SS01 Cut and Plug Existing Sewer Lines AM-26 SS02 Abandon Existing Manhole AM-26 SS03 Remove Existing Manhole AM-27 W01 Tapping Sleeve Connection AM-27 W04 Cut and Plug Existing Water Line AM-28 W05 Remove Fire Hydrant Assembly AM-28 W06 Remove Air Valve/Cutoff Valve AM-28 AM-1 CITY OF DENTON AMENDMENTS TO NCTCOG SPECIFICATIONS Item 110 Excavation Protection General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item 107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction. The City will not review the submittal, it is simply a confirmation that the Contractor has prepared a trench safety plan as required by state and federal law. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of TxDOT Item 110. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. The Contractor accepts sole responsibility for compliance with all applicable safety requirements. TXDOT Reference: Item 110 Payment: Payment for this item shall be at the contract unit price per linear foot of excavation protection measures utilized. Item 201 Temporary Erosion Control General: This item shall govern the control measures required to prevent and control soil erosion from the work site. Construction Requirements: The contractor shall be responsible for providing temporary erosion control during the construction process according to the specifications and procedures outlined under TxDOT Item 506. The erosion control plan provided in the plans is an example to be used for bidding purposes. A complete erosion control plan shall be submitted by the Contractor and approved by the project engineer prior to beginning construction. The erosion control plan must specify the type and location of all erosion control devices and methods. The contractor is free to use any of the erosion control options specified under TxDOT Item 506 to control erosion. Erosion control devices and methods must follow the specifications outlined under TxDOT Item 506. All erosion control devices must be maintained and inspected through the construction process. All erosion control devices shall be inspected every 7 calendar days during construction. In the event that silt or construction debris does escape the immediate construction areas, the contractor shall be responsible for cleaning it up within 24 hours of the incident. This includes soil tracked out of the construction areas by the contractor’s vehicles. If the project inspector sees that a certain erosion control method or location is not working, he may direct the contractor to correct the erosion control devices accordingly. Duration: All erosion control devices must remain in place until the disturbed soil in the work site is stabilized. Stabilization may be obtained through one of the following options: Seeding of the work zone until 70% of the disturbed area has vegetative coverage, sodding the disturbed area, placement of an erosion blanket over the disturbed area, or the application of organic mulching material to cover the disturbed area. TxDOT Reference: Item 506 AM-2 Payment: Payment will be at the contract unit price for each erosion control measure installed. Preparation of the erosion control plan will be at the lump sum contract unit price. Item 201.11 Stabilized Construction Entrance General: This item shall govern the construction of a stabilized construction entrance to the work site to minimize the tracking of soil from the work site to City streets and roads. Materials: Stone and filter fabric shall meet the requirements of TxDOT Item 506. Construction: The construction entrance shall be constructed according to NCTCOG Drawings 1070A and 1070B and in accordance with the provisions of NCTCOG Item 506. TxDOT Reference: Item 506 Payment: This item shall not be paid directly but shall be considered subsidiary to the various erosion control items. Item 202.5 Sodding General: This item provides for the preparation and placement of turf grass blocks or plugs upon all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Sod grass shall be placed according to the specifications listed under TxDOT Item 162 and to the extents listed on the plans if so indicated. City approval on the location, amount and type of sod is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. This item includes labor, material, equipment, water, and fertilizer necessary to establish the sod grass prior to acceptance. TxDOT Reference: Item 162 Payment: Payment for this item shall be at the contract unit price for each square yard of sod grass placed. Price shall be full compensation for furnishing of all materials and labor, including water and fertilizer required to establish the sod grass. Item 202.6 Seeding General: This item provides for the preparation and installation of temporary or permanent seeding as shown on the plans or as directed. Installation: Seeding shall be installed according to the specifications listed under TxDOT Item 164 and to the extents listed on the plans if so indicated. City approval on the location, amount and type of seed is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. This item includes labor, material, equipment, water, and fertilizer necessary to establish the vegetation prior to acceptance. TxDOT Reference: Item 164 AM-3 Payment: Payment for this item shall be at the contract unit price for each square yard of seeding installed. Price shall be full compensation for furnishing of all materials and labor, including water and fertilizer required to establish the vegetation. Item 203.3 General Site Preparation General: This item shall consist of preparing the right-of-way or public easements for construction operations by the removal of all obstructions and disposal of the materials by the contractor. Disposal of removed materials is the responsibility of the contractor. Obstructions to be removed under this item are listed in TxDOT Item 100. Exceptions to the obstructions list shall be noted on the plans or in the Special Contract Requirements. The contractor shall keep tree removal within the permanent utility easement or right-of-way to a minimum, only removing trees necessary to install the improvements unless otherwise noted on the construction plans. All trees to be removed shall be marked by the Contractor and approved by the City prior to removal. All properties shall be restored to the same or better condition than prior to the construction. This item shall include removal of all above and below ground items required to construct the project unless otherwise paid for separately in the contract. Existing fencing, railing, gates and barriers that require removal during construction will be replaced with equal or better fencing, railing, gates and barriers at the end of the project. Payment for replacement fencing, railing, gates and barriers is considered subsidiary to this line item. TxDOT Reference: Item 100 Payment: Payment shall be at the contract unit price per station. Item 501.1 Underground Conduit Materials General: The conduit material types and classes indicated in the plans shall be used. For conduits that do not have material types and classes indicated in the plans, this item establishes the permissible conduit material types and size restrictions for water, sanitary sewer and drainage applications. No other conduit types shall be permitted unless specifically called for in the plans or Special Contract Requirements. Water: Conduit shall be either AWWA C900 PVC pipe, AWWA C151 Ductile Iron pipe, AWWA C303 Bar-wrapped Concrete Steel Cylinder pipe, or AWWA C200 Steel Water pipe. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6 – 12 DR-18 AWWA C151 16 – 24 Class 52 AWWA C303 16 and larger Design Specific AM-4 AWWA C200 30 and larger Design Specific Sanitary Sewer: Conduit shall be either AWWA C900/C905 PVC pipe (pressure rated applications only), ASTM D3034 PVC pipe, ASTM F679 PVC pipe, ASTM D3262 Fiberglass pipe, or ASTM F714 Solid Wall Polyethylene Plastic pipe (pipe-bursting applications only). Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6 - 12 DR-18 AWWA C905 14 and larger DR-18 ASTM D3034 6 – 15 SDR-35 ASTM F679 18 and larger PS 46 ASTM D3262 18 and larger PS 46 ASTM F714 6 and larger Application Specific Drainage: Conduit shall be either ASTM C76 Reinforced Concrete pipe, ASTM A760 Corrugated Aluminized Type 2 Steel pipe, or ASTM C789 and ASTM C850 Precast Reinforced Concrete Box Sections. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class ASTM C76 18 and larger Class II ASTM A760 18 - 42 Design Specific ASTM C789 or C850 As manufactured Application Specific Item 501.7 Ductile Iron Pressure Pipe General: This item shall govern the materials of construction and installation of Ductile Iron Pressure Pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, ductile iron pressure pipe shall conform to AWWA C-151 standards and have push-on joints conforming to AWWA C111 standards. Where a pipe joint requires a mechanical joint connection or a flanged joint connection, an appropriately jointed pipe segment shall be furnished conforming to AWWA C111 or AWWA C110 standards. Pipe shall have a bituminous exterior coating and be exterior corrosion protected using double wrapping of polyethylene encasement per AWWA C-105. Pipe shall be interior corrosion protected using a cement mortar lining per AWWA C-104. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Ductile iron pressure pipe shall be wrapped in two layers of polyethylene encasement prior to burial. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or AM-5 Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 “Purging and Disinfection of Water Conduits”. Disinfection may be accomplished by either the continuous feed or slug feed methods. The City reserves the right to review the Contractor’s plan of disinfection and make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. Item 501.7.4 Ductile Iron Fittings General: This item shall govern the material requirements of ductile iron fittings for use in water service supply. Installation of ductile iron fittings is described under the ductile iron and PVC pipe installation specifications. Materials: Unless otherwise noted on the plans or in the Special Contract Requirements fittings shall be made of ductile iron and conform to either AWWA C110 for standard fitting sizes or AWWA C153 for compact fitting sizes. Fitting sizes and dimensions shall be as called for on the plans. Fittings shall have a bituminous seal coating and a cement interior lining in accordance with AWWA C104, except where specifically indicated in the plans. Fittings shall be double wrapped in AWWA C105 polyethylene encasement after installation. Fitting connection types shall be as called for on the plans or where unspecified, mechanical joint by mechanical joint. Bolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only. Payment: There is no separate pay item for ductile iron fittings as they are considered a subsidiary cost of water line pipe installation. Item 501.14 Polyvinyl Chloride (PVC) Water Pipe General: The PVC water line material types and classes indicated in the plans shall be used. This item shall govern the materials of construction and installation of PVC pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" with a minimum wall AM-6 thickness of DR 18. PVC pipe shall be blue in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Water pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 “Purging and Disinfection of Water Conduits”. Disinfection may be accomplished by either the continuous feed or slug feed methods. The City reserves the right to review the Contractor’s plan of disinfection and make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, connections to existing and proposed pipes and appurtenances, backfill, thrust blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. Item 501.15 Polyvinyl Chloride (PVC) Pressure Rated Pipe & Fittings for Wastewater General: This item shall govern the materials of construction and installation of PVC pipe and fittings for use in pressurized wastewater applications. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" and AWWA specification C-905 for diameter sizes 14" and greater. Minimum wall thickness shall be DR 18. PVC pipe shall be green in color if the application is for raw wastewater and purple if the application is for reuse. Any discoloration in the pipe shall be sufficient cause for rejection. Fittings shall be AWWA C907 PVC. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit AM-7 Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Payment: Payment for this item shall be at the contract unit price per linear foot of pressure rated wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. Item 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings General: This item describes the materials of construction and installation of solid wall unplasticized polyvinyl chloride (PVC) wastewater pipe and fittings for gravity flow applications. Submittals: Submittals shall demonstrate that the solid wall PVC wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe and fittings shall meet the requirements of ASTM D3034 for pipe and fittings up through 15 inches in diameter. For diameters greater than 15 inches pipe and fittings shall meet the requirements of ASTM F679 with a pipe stiffness of 46 psi at 5% deflection. B. Wall thickness shall be SDR-35 unless otherwise noted on the plans or in the Special Contract Requirements. C. Fitting wall thickness shall match the main line pipe wall thickness. D. Pipe and fittings shall be green in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the AM-8 current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 “Low Pressure air Testing”. Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 “Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of solid wall PVC wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. Asphalt or concrete saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement. Item 501.24 Fiberglass Wastewater Pipe & Fittings General: This item describes the materials of construction and installation of fiberglass (glass-fiber reinforced thermosetting-resin) pipe and fittings for use in wastewater applications. Submittals: Submittals shall demonstrate that the fiberglass wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe intended for gravity flow applications shall meet the requirements of ASTM D3262 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D3840 standards and match the pipe stiffness. B. Pipe intended for pressure flow applications shall meet the requirements of ASTM D3754 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D5685 standards and match the pipe stiffness. C. Minimum wall thickness shall conform to Class PN25/SN46 for gravity flow pipe and Class PN150/SN46 for pressure flow pipe unless otherwise noted on the plans or in the Special Contract Requirements. D. Joints shall utilize a gasketed coupling capable of spanning both ends of the pipe to be joined and conforming to ASTM D4161. The coupling pressure class shall match or exceed the pipe pressure class. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement AM-9 saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 “Low Pressure air Testing”. Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 “Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of fiberglass wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement. Item 502.1-A Concrete Manhole General: This item governs the construction of monolithic poured concrete manholes used in the wastewater collection system. References: NCTCOG Item 502.1 “Manholes” NCTCOG Item 702 “Concrete Structures” Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner (if required). Material: A. Concrete - Concrete shall conform to the strength requirements called for on the plans or in the current City standard manhole detail. B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit Joint Sealant”. D. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. AM-10 F. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478. No other material is allowed unless specifically called for on the plans or in the Special Contract Requirements. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. H. Interior Lining – Unless otherwise specified on the plans or in the Special Contract Requirements, the interior liner for concrete manholes shall be Raven® 405 epoxy coating manufactured by Raven Lining Systems, Inc. No substitutes are allowed for this product. Installation: A. Unless otherwise indicated on the plans or in the Special Contract Requirements, all new manholes indicated on the plans must be cast-in-place concrete. B. Concrete manholes shall be constructed or installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be constructed or installed according to the plan details or the current City standard manhole detail for the relevant manhole type. C. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. D. Concrete manhole construction shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below. E. Construction joints are not allowed for cast-in-place concrete manholes. If a construction joint is required due to delays in concrete delivery, weather or any other cause the City Inspector or Engineer shall direct the type of construction joint to be installed before proceeding with the remaining concrete placement. Cost for the creation of the construction joint and any associated delay in the construction of the manhole shall be solely the responsibility of the Contractor. F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. G. Cast-in-Place manholes shall not be backfilled for at least 12 hours after the forms have been removed. H. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications. AM-11 Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. I. Frame and cover shall be placed with one strip of bitumastic gasket between the manhole cone and the frame. No gaps will be allowed in the bitumastic gasket. Where grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Gasket shall provide a watertight seal between the adjoining elements. J. Interior and exterior grouting is required for all construction joints, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. K. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. L. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. M. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted. C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. AM-12 Payment: Payment for this item shall be made at the contract unit price for each concrete manhole constructed or installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. No differentiation in payment shall be made for standard, vented or drop manholes. A separate pay item is included for additional manhole depth beyond six feet. The additional manhole depth shall be paid at the contact unit price per additional foot of depth required. Item 502.1-B Fiberglass Manhole General: This item governs the materials of construction and installation of fiberglass manholes used in the wastewater collection system. References: NCTCOG Item 502.1 “Manholes” Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design, fiberglass manhole shell, bitumastic gaskets, grout, frame and cover, grade adjustment riser, and drop fittings and pipe (if required). Material: A. Concrete - Concrete shall conform to the strength requirements called for on the plans or in the current City standard fiberglass manhole detail. B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit Joint Sealant”. D. Fiberglass Manhole Shell – Manhole shell shall conform to ASTM D3753 standards and NCTCOG Item 502.1.1.2 requirements. Unless otherwise noted on the plans or the Special Contract Requirements, manhole shells will not have factory installed pipe stub-outs. E. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. F. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. G. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478. No other material is allowed unless specifically called for on the plans or in the Special Contract Requirements. Riser shall have a minimum clear opening of 30 inches and be free of defects. AM-13 H. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. Installation: A. Fiberglass manholes are only permitted where specifically called for on the plans or in the Special Contract Requirements. B. Fiberglass manholes shall be constructed or installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be constructed or installed according to the plan details or the current City standard manhole detail for the relevant manhole type. C. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. D. Fiberglass manhole construction shall follow the guidelines of NCTCOG Item 502.1.4. E. Field joining of fiberglass manhole sections is not permitted. Fiberglass manholes shall be monolithic structures. F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. I. Frame and cover shall not be directly placed on the fiberglass cone section. A grade adjustment riser is required between the frame casting and the cone. J. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications: Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches and or less than 6 inches above the surrounding ground unless otherwise specified by the plans. AM-14 Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. No portion of the fiberglass manhole shell shall be left exposed above ground. K. Frame and cover shall be placed with one strip of bitumastic gasket between a grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where multiple grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Gasket shall provide a watertight seal between the adjoining elements. L. Interior and exterior grouting is required between each grade adjustment riser layer, between the frame and riser, and between the riser and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. M. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. N. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. If the fiberglass manhole is indicated as being a watertight manhole on the plans it must be able to pass the vacuum test with no measurable loss in air pressure to be accepted. Payment: Payment for this item shall be made at the contract unit price for each fiberglass manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop or Vented manholes shall be separate pay items also covered under this specification. The Drop or Vented Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop or Vented Manhole, including all pipe and fittings necessary to make the drop or vent outlet. Item 502.3 Fire Hydrant Assembly General: This item shall govern the manufacture and installation of fire hydrants and the associated fittings, appurtenances and valves for water supply service. Materials: Fire hydrants shall be Dry-Barrel type manufactured in compliance with AWWA standard C-502 and NCTCOG Item 502.3.1. Shut-off shall be with the flow. Operating nut shall be industry standard 1 ½” pentagon (five-sided) that opens left (counter-clockwise). The main AM-15 pumper nozzle shall be 4 ½” in size and the two side nozzles shall be 2 ½” in size. Fire hydrant color is to be blue or blue and silver. Lead pipe to the main shall be 6-inch AWWA C900 PVC water pipe conforming to Item 501.14 unless otherwise called for on the plans. Gate valve shall be a 6-inch resilient wedge gate valve conforming to Item 502.6.2 unless otherwise called for on the plans. Installation: Fire hydrants and their associated lead line assemblies shall be installed at the locations and to the dimensions indicated on the plans or in the Special Contract Requirements. Fire hydrant assemblies shall be installed per the plan details or the current City standard detail. Installation shall follow the guidelines of NCTCOG Item 502.3.2 except where those guidelines conflict with the plans, details or Special Contract Requirements. Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place. Unit price shall include excavation, backfill, the fire hydrant, the lead line, the gate valve, all appurtenances and fittings, and the valve box installation. Item 502.6.2 Resilient Seated Gate Valves General: This item shall govern the materials of construction and installation of resilient seated gate valves and their associated housings and appurtenances for water supply service. Material: Gate valves shall conform to AWWA C509 standards for valve sizes 3 inches through 12 inches. Gate valves shall conform to AWWA C515 standards for valve sizes 14 inches through 24 inches. Unless otherwise noted on the plans or in the Special Contract Requirements, resilient seated gate valves larger than 24 inches in size shall not be allowed. Fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Gate valve components shall conform to the provisions of NCTCOG Item 502.6.2, where applicable. Each valve shall have the manufacturer's name plate cast into the body or bonnet showing the pressure rating, serial, model number, and the year manufactured. The year manufactured shall be equal to or one year less than the year of installation. The wedge encapsulation rubber shall be EPDM. Valve body and bonnet shall be epoxy coated, inside and out, with fusion bonded epoxy conforming to AWWA C550. Valves ends shall be as called for on the plans. Valve gear operators shall be as indicated on the plans, in the Special Contract Requirements or in the current City standard detail drawing. Valve boxes shall be three piece screw type, cast or ductile iron conforming to ASTM A48 Class 35B strength requirements. AM-16 Installation: Gate valves shall be installed at the locations and to the depths indicated on the plans or Special Contract Requirements. Gate valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Gate valves shall be installed in the vertical position unless otherwise noted on the plans or in the Special Contract Requirements, Gate valves shall be installed in accordance to NCTCOG Item 502.6.6 “Line Valve Installation”. Gate valves shall be wrapped in two layers of polyethylene encasement prior to burial. Payment: Payment shall be at the contract unit price for each gate valve installed, complete in place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault construction (if required per the plans). Item 502.6.3 Air Valves General: This item shall govern the manufacture and installation of air release, air/vacuum, and combination air valves and their associated housings and appurtenances for use in water distribution or wastewater collection systems. Material: Air valves shall meet the material requirements of AWWA C512 and NCTCOG Item 502.6.3.3 except that rubber shall be EPDM instead of Buna-N. Unless otherwise noted on the plans or in the Special Contract Requirements the air valve inlets and outlets shall conform to the provisions of NCTCOG Item 502.6.3.4. Air valves shall be rated for a minimum operating pressure of 200 psi. Air outlet piping, fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Wastewater Air Valves: Air valves for use in wastewater collection systems must be designed specifically for that purpose. Air valves for wastewater must be attested by the manufacturer for that use and submitted to the City as part of the submittal. Installation: Air valves shall be installed at the locations and to the dimensions shown on the plans or in the Special Contract Requirements. The plans shall indicate the type of air valve to be installed. Air valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Air valves shall be installed in accordance to NCTCOG Item 502.6.6 “Line Valve Installation”. Payment: Payment shall be at the contract unit price for each air valve installed, complete in place. Unit price shall include excavation, all appurtenances and fittings, valve box installation, and vault construction (if required per the plans). Item 502.8 Polyethylene Wrap for Metal Pipe and Fittings General: This item governs the installation of protective film wrap required for metal pipe, fittings and appurtenances. Material: Polyethylene wrap sheets shall conform to AWWA C105 standards and be a minimum of 8 mils in thickness. Installation: Installation shall be per NCTCOG Item 502.8 except that every metal pipe or fitting shall be double-wrapped. AM-17 Payment: There is no separate payment for polyethylene wrap, it is considered a subsidiary cost to the bid item for which it is required. Item 502.10.3-A Water Service Connections (Small Diameter) General: This item shall govern the materials of manufacture and installation of water service connections up to 2 inches in size on new water distribution lines. Water Service connections for service lines in excess of 2 inches are handled under Item 502.10.3-B “Water Service Connections (Large Diameter)”. Connections to existing or “live” water distribution lines shall not be covered by this item and are typically performed by City forces. Materials: Material items for water service connections shall conform to the plans or current City standard details in dimension and type. Specific item requirements are listed below: Tapping Saddle: Saddle shall be a double strap brass/bronze saddle with a tapered (CC) tap thread conforming to AWWA C800. Corporation Valve: Corporation valve shall be a ball type valve made of brass conforming to AWWA C800 with a tapered (CC) inlet thread and a pack joint outlet connection. Service Line Tubing: Service line tubing shall Type K copper for 1” service lines and SDR-9 HDPE conforming to AWWA C901 standards for 1 ½” and 2” service lines. Meter Valve: Meter valve shall be a 90 degree angled ball valve made of brass conforming to AWWA C800 with a pack joint inlet connection and a locking wing on the valve operator. Water Meter Cans: Can size shall be based on water meter size, not service line size. Water meter cans shall have a galvanized steel or cast iron body with a notched meter outlet opening. Lids shall be cast iron with a key lock. Minimum can depth shall be 18 inches. ¾” meter cans shall have minimum inside diameter of 17 inches. 1” meter cans shall have a minimum inside diameter of 24 inches. 1 ½” and 2” meter cans shall have a minimum inside diameter of 27.5 inches. Installation: Tapping saddle, corporation valve, service line tubing, meter valve and water meter can shall be installed per the plans or current City standard detail. Construction of the service connection shall conform to NCTCOG Item 502.10.3 for the appropriate main line pipe material type except that direct tapping of PVC pipe is not allowed, it must be done with a service saddle. Service line installation under existing pavement shall be performed by directional drilling unless otherwise noted on the plans or Special Contract Requirements. The meter can shall be located in public right-of-way between the curb or pavement edge and the sidewalk. In cases where there is no sidewalk the can shall be installed with the outlet side at the right-of-way line. Meter cans shall be installed in unpaved surfaces only. Water meter installation is performed by the City. Payment: Payment for this item shall be at the contract unit price for each service connection installed. Payment shall include excavation, backfill and the installation of all items listed above. Item 502.10.4 Sanitary Sewer Services General: This item describes the materials, construction and installation of sanitary sewer service AM-18 lines and fittings. References: NCTCOG Item 502.10.4 Submittals: Submittals shall contain enough information to show that the service line pipe and fittings meet the corresponding main line pipe specification standards and that the cleanout housing meets the dimensional standards of the standard detail. Materials: A. Service line pipe and fittings shall meet the requirements of the corresponding main line pipe to which it is connected. B. Cleanout box shall be as indicated on the plans or in the current City standard details. C. All pipe and fittings shall be green in color. Any pipe that is discolored may be rejected. D. Each joint of pipe shall have the manufacture's name, applicable ASTM standard, the nominal diameter, standard dimension ratio, and the extrusion date printed on the pipe. Submittal shall contain explanation of how to read manufacturer’s date codes. Installation: 1. Wastewater service lines shall be installed at the locations and to the sizes indicated on the plans. In the event that the plans do not indicate this information, the service lines shall be installed following the current service line standards indicated in the Denton Wastewater Criteria Manual and the current City service line location detail. 2. Service line and fittings shall be installed according to the details on the plans or the current City standard service line detail. 3. Service lines shall be installed per NCTCOG Item 502.10.4 where applicable, and in accordance with the specifications governing mainline pipe installation. 4. Trench width shall be a minimum of the outside diameter of the pipe plus 8 inches. The maximum trench width for any service line size shall be 18 inches. 5. Embedment and backfill shall be as required on the standard service line detail drawing. 6. Service lines installed under existing pavement shall require temporary pavement repair in accordance to the trench detail for existing pavement unless otherwise noted on the plans or in the Special Contract Requirements. 7. The service line shall be pressure tested in accordance with NCTCOG Item 507.5.1.3 up to and including the new cleanout riser. AM-19 Payment: Payment for this item shall be at the contract unit price for each service line installed including embedment and backfill, cleanout, and connection to existing private service. All labor, equipment, and materials needed to properly install the sewer service shall be included in the contract price. Item 502.12.4 Core into Existing Manhole General: This item describes the procedure for coring into an existing manhole in order to install a new pipe connection. Submittals: Submittals shall demonstrate that the pipe-to-manhole connector and grout meet the required standards of this item. Material: A. Pipe-to-Manhole Connector – Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. B. Grout – Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. Execution: A. The new pipe connection shall be made using a coring method that utilizes a mechanical saw or drill. The use of pipe hammers or jackhammers is not allowed. B. The manhole wall shall be cored or cut to the elevation indicated on the plans. The cut or cored area shall be of sufficient size to allow the insertion of the new pipe and the pipe-to-manhole connector. If required, the bench area shall also be cut or cored to the width of the new conduit to ensure a continuous grade from the new conduit invert into the manhole invert. Care should be taken to minimize the hole size so that the amount of grouting is kept to a minimum. C. The Contractor shall keep debris from entering the wastewater flow stream in the existing manhole. This shall be done by either using a flow-through plug on the existing manhole pipe connections or by bypass pumping around the manhole. D. A pipe-to-manhole connector shall be attached to the sanitary sewer pipe where the sanitary sewer pipe and the manhole meet. E. The new sanitary sewer shall not protrude more than one inch into the manhole. F. The core hole and bench cut (if required) shall be thoroughly cleaned before the application of grout around the new pipe connection. G. Grout shall be applied to the full thickness of the manhole wall all around the new pipe connection to produce a watertight seal. The pipe-to-manhole connector shall be completely encapsulated within the grouted area. If a bench cut was required, the cut area shall be smoothed with grout. AM-20 H. The excavated area shall be backfilled in accordance with the standard trench detail appropriate to the surface condition. Payment: Payment for this item shall be at the contract unit price for each cored pipe connection created in an existing manhole, including excavation, backfill, patching grout, connection materials furnished and cleanup of grout around and in the manhole. Items 503.1 Carrier Pipe in Casing General: These bid items cover carrier pipe that will be installed in casing. Materials: Carrier pipe shall be as called for on the plans. If the plans are not specific, carrier pipe shall conform to the material provisions of Item 506 for water pipe or Item 507 for sanitary sewer described below. Casing pipe spacers shall conform to City of Denton Amendments to NCTCOG Specifications Item 503.2. End seals (if required) shall be as called for on the plans. Restrained joint fittings or restrained joint pipe are required for pressurized pipe in casing. Installation: Carrier pipe shall be installed according to the standard detail on the construction plans and any applicable sections of NCTCOG Item 503 “Trenchless Installation”. Payment: Payment shall be made at the contract unit price per linear foot of carrier pipe installed in casing. Casing spacer placement, end seals, and restrained joint fittings shall be included in this bid item. Payment shall include all labor, equipment and material required to install the carrier pipe in the encasement pipe. Payment is differentiated by carrier pipe size and type. Item 503.2 Tunnel/Casing Pipe Spacers General: This item shall govern the manufacture and installation of pipe spacers for pipe installation in or casings. Material: Casing spacers shall be either high density polyethylene (HDPE) spacers conforming to ISO 9001:2000 strength and quality standards, or two-piece carbon or stainless steel shell spacers. Spacers shall be completely circumferential in shape and coverage of the carrier pipe. Steel shell for steel spacers shall be a minimum 14-gauge thickness. Steel casing spacer runners shall be made of a dielectrically inert material. Carbon steel spacers shall have a corrosion resistant coating. Installation: Spacer placement shall be in accordance with the plans or the current City standard detail for casing pipe installation. Spacers shall be fastened onto the carrier pipe following the manufacturer’s recommendation and/or guidelines. Payment: There is no separate payment for tunnel or casing pipe spacers or their installation. This is considered a subsidiary cost of the carrier pipe installation. Item 503.3 Boring and Tunneling General: This item shall govern the materials of construction and installation of underground conduit by boring or tunneling. Installation of underground conduit by jacking is not allowed unless specifically called for in the plans or Special Contract Requirements. AM-21 Casing Pipe Material: The casing pipe material, its dimensions and coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements. Casing Pipe or Tunnel End Seal: The casing pipe or tunnel end seal shall be as called for on the plans or in the current City standard detail. Installation by Boring: Boring shall conform to all relevant portions of NCTCOG Item 503.3.3 “Construction Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1% in the direction of flow. A 2-inch pilot hole bore shall be required prior to the casing pipe bore to establish alignment and grade. If the pilot bore exceeds the horizontal or vertical tolerance levels then the pilot hole shall be filled with grout and a new pilot hole bored. The casing pipe shall be advanced behind the auger bore utilizing the pilot hole as a guide. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Installation by Tunneling: Tunneling shall conform to all relevant portions of NCTCOG Item 503.3.3 “Construction Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1% in the direction of flow. A pilot hole is not required in advance of tunneling. Tunneling shall utilize a guided tunnel boring machine (TBM) or shielded hand tunneling with a grade and alignment steering control mechanism. The casing pipe shall be advanced behind the tunneling operations as close as possible to minimize the area of unprotected excavation. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Welding: Casing pipe joints shall be welded in accordance to AWWA C-206 standards and shall utilize full circumferential butt welds. After welding, the pipe liner and coating shall be repaired by using a field applied coating of an approved lining material. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, and welding required to install the encasement pipe or tunnel. AM-22 Item 504.5 Concrete Encasement This item includes all labor, equipment and material needed to install a concrete encasement around the pipe in lieu of the standard trench embedment material. Concrete encasement shall follow the Class “G” Embedment detail on the construction plans. Payment: Payment for this item shall be at the contract price for each linear foot of concrete encasement. Items 505 Steel Casing by Open Cut General: These bid items cover the installation of steel casing by open cut. Materials: Steel casing pipe shall be to the size and thickness called for on the plans. A bituminous exterior coating is required for steel casing pipe. An interior lining is not required. Submittals from the manufacturer shall be required showing that all standards are met. Installation: Installation shall follow the provisions of NCTCOG Item 505 “Open Cut – General Conduit Installation”. Backfill shall be as called for in the plans and on the details. Embedment shall be crushed rock even if the carrier pipe is water. Welding: Welding shall conform to the provisions of City of Denton Amendments to NCTCOG Specifications Item 503.3. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by open cut. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, grouting and welding required to install the encasement pipe. Payment is differentiated by casing pipe size. Item 507.4.5 Sewer Pipe Coupling General: This item describes the materials and installation of pipe couplings to join plain end sewer pipes of the same or different pipe material together. The use of couplings is not allowed for a connection greater than 48 inches in diameter. Submittals: A. Only those manufacturers whose sewer pipe couplings have been approved by the City of Denton will be allowed for use in the City's wastewater collection system. B. Submittals shall contain enough information to show that the sewer pipe coupling is the same as what has been approved by the City of Denton and meets or exceeds all standards listed within this specification. AM-23 Products: Acceptable Manufacturers and Products A. Onset Pipe Products, Inc., Shear Guard® Coupling, sizes 4" through 12”, for both similar and dissimilar pipe materials and O.D.s. B. Straub Pipe Couplings, Inc., Flex model with EPDM gaskets, sizes 15" through 48", for similar pipe materials only. C. Multi Fittings Corporation, Plastic Trends Inc., or the Pipe Manufacturer, Manufactured Gasketed Coupling with rigid housing, sizes 15" through 48", for dissimilar pipe materials or pipe O.D.s. Installation: A. Pipe ends to be joined shall be thoroughly cleaned to remove all dirt or foreign material. B. The pipe coupling shall be installed per the manufacturer’s guidelines. The coupling shall not be tightened to the extent that it causes deformation of either pipe end. C. Pipe couplings shall be encased in Class B concrete, according to the standard detail drawing. D. The Inspector shall inspect the installed coupling for tightness of fit prior to covering with concrete. Payment: Payment for this item shall be included in the unit price for pipe installation. Item 507.5.2 Television Inspection General: This item describes televised inspection of all existing sanitary sewer that is being replaced to confirm locations and numbers of required services, and of all new sanitary sewer lines and sanitary sewer services prior to final acceptance and at the end of the warranty period. Execution: AM-24 A. The Contractor or a third party hired by the Contractor shall perform the televised inspection of the existing and new sanitary sewer line. B. The person performing the inspection must be PACP (Pipeline Assessment & Certification Program) certified. C. The City of Denton Inspector shall be present during the television inspections, unless otherwise authorized in writing. D. The televised inspection of the existing line shall be done prior to any layout of the proposed new line and services. The inspection shall notate locations of all existing service connections, and these shall be reviewed with the City for confirmation of locations of proposed new services. E. The televised inspection of the new line shall commence only after the line has passed both air and mandrel test and the line has been thoroughly cleaned and vacuumed. F. Televised Inspection shall follow the procedures outlined in NCTCOG Item 507.5.2. G. The camera shall be centered in the middle of the pipe throughout the inspection. Inspection that is excessively off-centered may be cause for rejection. H. The camera shall proceed at a rate no faster than 30 feet per minute. Inspections that proceed at a greater rate may be rejected. I. The camera shall be stopped at each lateral connection and the camera head shall be rotated to inspect each lateral connection fully. Submittal: A. Video and log sheet information must comply with NCTCOG Item 507.5.2.1. B. Log sheet report must utilize PACP reporting standards. C. Video submittal shall be a digital mpeg file unless otherwise directed by the City’s representative. Criteria for Repair: The Contractor shall make repairs or clean the line if the City notes problems, including but not limited to the following: A. Pulled or slipped joints. B. Rolled gaskets. C. Water infiltration. D. Cracked or damaged pipe. E. In pipes with gradients less than 0.7 percent, a maximum one-half inch of standing water will be allowed in 6" through 24" diameter pipes. In pipes with gradients 0.7 percent or greater, no standing water is allowed. The depths of standing water allowable for mains that are greater than 24" in diameter will be evaluated by the City. F. Structural damage to the pipe. G. Services coming into the main at an angle other than according to the details. AM-25 H. Services not installed on lots indicated by plans. I. Pipe has debris, soil or residue. Another televised inspection run at no additional cost is required after any repairs. Warranty Inspection: A second television inspection by the Contractor shall be started no sooner than 630 calendar days and finished no later than 690 calendar days after the date of acceptance for this project by the City of Denton. Should the Contractor fail to turn in a second original television inspection video with proper documentation to the City by the 690th calendar day, written notice to perform a second television inspection shall be given by the City to the Contractor and the Surety. If the Contractor or Surety fail to perform a second televised inspection within 10 calendar days of notification, then the City shall have the right with or without further notice, to perform a second television inspection or cause the same to be done, either by contract or otherwise at its option, and to pay for the cost of the second television inspection. If such cost of repairs, so made, shall not be paid by the Contractor or Surety upon receipt of notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or in case the second television inspection shall not actually be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and determine the cost of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. Payment: Payment for the existing line and for both the final acceptance and final warranty televised inspection of sanitary sewer and services shall be included in the price of new sanitary sewer pipe and services installed. Item 502 Barricade, Detours, and Warning Signs General: This item provides for the cost of necessary barricading, warning signs and detours for the Contractor to perform public improvement work. A traffic control plan prepared by a civil engineer licensed in the State of Texas, conforming to the M.U.T.C.D., is to be submitted to the City prior to the start of construction. Barricading will conform to the M.U.T.C.D. At no time shall any property’s access be completely blocked. The contractor will be required to notify by written notice all affected property owners or tenants at least 48 hours in advance of construction adjacent to each property. While driveways are closed due to utility construction, signage must be placed indicating the alternate driveway location. Signs marking temporary or alternate driveway locations should state the name of the business in block letters at least 4 inches high and include an arrow indicating the entrance. Driveway indicator signs may be mounted on T- posts. Traffic must be allowed to continue with as little interruption as possible. Street closings must be scheduled at least one week in advance so they may be advertised in the Denton Record- Chronicle. The Inspector must be supplied with a phone number that may be used if barricading becomes unsafe during non-working hours. Refer to the requirements listed under the General Provisions. TxDOT Reference: Items 502 Payment: Payment for this item shall be at the contract lump sum for all work, equipment and signage necessary to completely barricade the project. AM-26 Item SS01 Cut and Plug Existing Sewer Lines General: This item describes the cutting and plugging of abandoned sections of sanitary sewer. Materials: A. Concrete shall be Class "B" as defined by NCTCOG Item 702.2.4.2. B. Grout shall conform to ASTM C1107 standards. C. Manufactured cap or plug shall be PVC or HDPE conforming to the material standards of the pipe to be abandoned. Execution: A. Wherever indicated on the plans, the existing line to be abandoned shall be exposed and a two foot section of pipe shall be removed. If the cut and plug location is adjacent to a manhole that is to remain in service the pipe cut shall be no closer than two feet from the manhole wall. B. The removed section of abandoned pipe shall be filled with concrete until both ends of the abandoned pipe are effectively sealed. C. Concrete shall be prevented from entering the manhole invert through the use of a pipe plug or some other suitable blocking agent. D. If the pipe to be abandoned is greater than 24 inches in diameter a manufactured cap or plug may be utilized to seal the abandoned pipe ends in lieu of concrete. The manufactured cap or plug must be grouted onto the abandoned pipe end to ensure a watertight seal. E. The excavation hole shall be backfilled per the standard trench detail appropriate for the surface condition. Payment: Payment for this item shall be at the contract unit price for each location where an abandoned sanitary sewer is cut and plugged. The unit price shall include excavation, backfill, cutting and plugging of pipe and all material required. Item SS02 Abandon Existing Manhole General: This item describes the procedures for the abandonment of existing manholes. Materials: A. Concrete - Concrete shall conform to all sections of NCTCOG Item 702.2.4.2 for Class B concrete. B. Sand - Sand shall conform to Item 504.2.2.6 of the NCTCOG standards. Execution: A. Removal items or sections shall be indicated on the standard manhole abandonment AM-27 detail. Removed items and sections shall be the property of the Contractor and must be disposed of in accordance to NCTCOG Item 107.25. B. Manhole outlets shall be plugged and the manhole filled according to the standard manhole abandonment detail. C. The area above the abandoned manhole shall be compacted with backfill according to the standard manhole abandonment detail. Payment: Payment shall be at the contract unit price for each existing manhole abandonment completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly abandon the manhole. Excavation and backfill are included in the unit price. Item SS03 Remove Existing Manhole General: This item describes the procedures for the removal of existing manholes. Execution: A. Excavation shall be made around the manhole to be removed to a depth equivalent to the concrete base of the manhole. B. Connecting sewer lines shall be cut or broken where they enter the existing manhole. C. All parts of the manhole shall be removed and disposed of by the Contractor in accordance to NCTCOG Item 107.25. D. Each connecting sewer line shall be plugged with Class B concrete or capped with a manufactured watertight cap where the line is greater than 24 inches in diameter. Plugging shall follow the requirements of Item SS01. E. The excavation hole shall be backfilled according to the standard trench detail for the appropriate surface cover condition. Payment: Payment shall be at the contract unit price for each existing manhole removal completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly remove the manhole and plug all connecting sewer lines. Excavation and backfill are included in the unit price. Item W01 Tapping Sleeve Connection General: This bid item covers the connection of a new water line to an existing water line through the use of a tapping sleeve. It includes the installation of all fittings, valves and pipe required to make the connection. Materials: Tapping sleeve shall be of the dimensions called for on the plans and shall have a stainless steel housing and mechanical joint outlet connection. Valve shall be a gate valve conforming to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 502.6.2 and shall have the dimensions called for on the plans. Fittings shall conform to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 501.7.4. All fittings, valves and sleeves shall have mechanical joint connections unless otherwise noted on the plans. Polyethylene wrap shall conform to the material provisions of City AM-28 of Denton Amendments to NCTCOG Specifications Item 502.8. Installation: Contractor shall set tapping sleeve, valve, pipe, and fittings for the connection; however, tap shall only be made by City of Denton personnel. Operation of live valves shall only be done by City of Denton personnel. Payment: Payment shall be at the contract unit price for each tapping sleeve connection made to an existing water line. Payment shall include all fittings, valve and pipe required to make the connection. Payment shall be differentiated by tapping size. Item W04 Cut and Plug Existing Water Line This bid item covers the plugging of existing water lines and shall follow the procedures for bid Item SS01 with the following changes: The pressurized or “live” side of an existing PVC or Ductile Iron water pipe cut shall be capped with a restrained ductile iron fitting and concrete thrust blocking shall be placed around the cap. The pressurized or “live” side of an existing Concrete Steel Cylinder water pipe shall be capped with a welded steel plate and the exposed metal shall be grouted. Item W05 Remove Fire Hydrant Assembly General: This bid item covers the removal of an existing fire hydrant assembly. Execution: The fire hydrant lead line valve shall be closed and the valve stack removed. The fire hydrant shall be excavated and removed at the boot connection. The lead line at the boot connection shall be plugged with Class B concrete. The removed fire hydrant shall either be returned to the City of Denton Water Department or disposed of by the Contractor in conformity to NCTCOG Item 107.25. Return or disposal shall be the decision of the City. Payment: Payment for this bid item shall be at the contract unit price for each fire hydrant assembly removed. Item W06 Remove Air Valve/Cutoff Valve General: This bid item covers the removal of an existing air valve or cutoff valve. Execution: The air valve or cutoff valve shall be disconnected from the lead line and returned to the City of Denton Water Department. The valve lead line shall be plugged or capped with a watertight fitting. The valve housing shall be removed and disposed of by the contractor and the lead line shall be buried. Payment: Payment for this bid item shall be at the contract unit price for each air valve/cutoff valve removed. SHT B SHT G SHT H + SHT P SHT U STANDARD SIGNAL POLE MATERIAL DATA ASTM Min Yield Component Designation (KSI) Pole Tube A572 GR.65 65 Pole Base A572 GR.50 50 Luminaire Extension Tubes A572 GR.65 65 Signal Arm Tube (7 gage) A595 GR.A 55 Signal Arm Tube (0.250in wall thickness) A572 GR.65 65 Signal Arm Attachment Plates A572 GR.50 50 Signal Arm Connection Bolts A325 ---- Luminaire Bar Struts (2in X 0.38in) A36 36 Luminaire Connecting Bolts A325 ---- Luminaire Arm Clamps A36 36 Illuminated Sign Arm Connecting Bolts A325 ---- Illuminated Sign Arm Clamps A36 36 Luninaire Extension Tube Connecting Plates A36 36 Galvanize - Structure A123 ---- Galvanize - Hardware A153 ---- Base Top Wall Length Dia. Dia. Thik. (In.) (In.) (In.) (Ft.) Pole Assembly 18.5 15.42 0.313 22 Luminaire Extension Assembly 15.5 14.38 0.188 8 Total Fixed Free Base BA End Gage Arm End End Section Wall Section Span Dia. Dia. Length (Ft.) Thik. Length (Ft.) (Ft.) (In.) (In.) (In.) Signal Mast Arm Assembly 10 6.00 4.60 10 7 15 7.00 4.90 15 7 20 8.00 5.20 20 7 25 9.00 5.50 25 7 30 10.00 5.80 30 7 35 16.00 11.10 35 0.250 7 40 16.00 10.76 35 0.250 7.55 7 45 16.00 10.06 35 0.250 12.55 7 50 16.00 9.36 35 0.250 17.55 7 55 16.00 8.66 35 0.250 22.55 7 60 16.00 7.96 35 0.250 27.55 7 65 16.00 7.26 35 0.250 32.55 7 70 16.00 6.56 35 0.250 37.55 7 Unless specifically noted otherwise, the following components are required by the City of Denton. Only the following components of a Traffic Control Signal are acceptable for use within the City of Denton and are provided herein for the purposes of any cost estimation, specifications, bidding, ordering, design, installation and/or the like for which this information is relevant. A. For a Traffic Control Signal to be installed by a developer’s contractor, all of the applicable (steel pole vs. span wire) items listed below shall be obtained and supplied by the contractor. B. For a Traffic Control Signal to be installed by a City’s contractor, all of the applicable (steel pole vs. span wire) items listed below shall be obtained and supplied by the contractor from a City approved distributor/manufacturer and at the prices the City can obtain said item(s) from said distributer/manufacturer. C. For a Traffic Control Signal to be installed by a TxDOT contractor, all of the applicable (steel pole vs. span wire) items listed below shall be obtained and supplied by the City and provided to the TxDOT contractor under a reimbursement agreement with TxDOT, so that the City can recover the costs from TxDOT of those items that are not in excess of a standard TxDOT installation. 1) Pull boxes - PENCELL PEM-1830-18PCX-10K-Y-TRA (Grey) 2) CCTV - Pelco Spectra IV IP-PTZ color camera system with environmental housing 3) Controller Cabinet - Henke Enterprises, Inc., model #8P168T/Denton Special 4) Video Detection - Econolite Terra 5) Signal Monitor - EDI MMU-16LEip 6) Signal and Pedestrian mounting hardware and Pedestrian push button stations - Pelco brand a) For steel poles: i) PELCO 3-Section Astrobrac Assembly: 84 Inch Cable and Gusseted Tube #As-0125-3-84 ii) PELCO 5-Section Astrobrac Assembly: 84 Inch Cable and Gusseted Tube #As-0125-5-84 iii) PELCO 5-Section Astrobrac Cluster Assembly: 84 Inch Cable and Gusseted Tube #As-0138-2-84 iv) PELCO Pedestrian Push Button Station: Black #Se-2023-08-P34 v) PELCO Pedestrian Sign Left: #Sf-1030-05 for station #Se-2023-08 vi) PELCO Pedestrian Sign Right: #Sf-1031-05 for station #Se-2023-08 b) For a span wire’s bottom tether (City requirement): i) PELCO 3-Section horizontal span wire assembly: #SP-3058-TX-3-ALO ii) PELCO 3-Section horizontal span wire assembly: #SP-3058-TX-5-ALO 7) Signal Heads - Econolite, polycarbonate, with metal vented back plates and black Poly-tunnel visors (1 piece) 8) Pedestrian Heads - polycarbonate clam shell type (TxDOT Specifications) 9) LED's - Duralite 07 models JXC-300 (circular) and JXJ-300 (arrow) 10) Pedestrian inserts - Duralite Countdowns, model JXM-400VIEIL 11) Electric Meter Pedestal - Electrol Systems using the TxDOT spec TYD (120/240)100 (NS)AL(E)PS(U) 12 circuit, standard: light green color 12) Controller - Econolite ASC/3-2100 with data key and ethernet port 13) Radar - forward-fire Wavetronics smart sensor advance (Complete 4 sensor package) 14) LED Slim Line Backlit Street Sign 19" X 72" double sided by Southern Manufacturing 15) 3M OPTICOM ID SYSTEM, Note: All 4 conductor wire/cable shall be 3M approved/certified a) 1 – 752, 2 channel card Or b) 1 – 754, 4 channel card and/or in some combination thereof, depending on how many receiving channels. c) 721 – single channel dual indication: for a roadway that has a single leg approach (typically the single leg of a “T” and/or for a one-way roadway and/or the like) d) 722 – dual channel duel indication: for a roadway that has dual leg approaches. 16) BelAir Networks 5.9 GHz Radio System with applicable antenna 17) EtherWan Hardened Managed Switch installed in controller cabinet.   6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: PLAN OF BORINGS MAYHILL ROAD Approximate Boring location DATE: 8/15/2011 FF RE DG-10-15760 PLATE 3A N 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: PLAN OF BORINGS MAYHILL ROAD Approximate Boring location DATE: 8/15/2011 FF RE DG-10-15760 PLATE 3B N 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: PLAN OF BORINGS MAYHILL ROAD Approximate Boring location DATE: 8/15/2011 FF RE DG-10-15760 PLATE 3C N 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax SANDY LEAN CLAY (CLS), stiff to very stiff, reddish brown-gray CLAYEY SAND (SC), reddish brown 12 inches of ASPHALT PAVEMENT 7 inches of BASE MATERIAL LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11CLAYEY SAND (SC), very dense, brown-gray 124 29/6"-33/6"-50/6" = UU Triaxial SOIL/ROCK CLASSIFICATION 46 44 See Plate 3A for boring location. 0.5 1.0 1.5 2.0 DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 4 Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/16/2011 Northing: -- Easting: -- = Unconf. Comp. LIQUID LIMIT% PASSINGNO. 200 SIEVE0 5 10 15 = Hand Penet. Project: Mayhill Road Boring No.: B- 1 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 ELEV. DEPTH, FEET 6 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11112 124 16/6"-24/6"-31/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION SILTY CLAYEY SAND (SC-SM), dark brown SANDY LEAN CLAY (CLS), stiff to hard, reddishbrown-gray 32 50 69 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCFPLATE 5 0.5 1.0 1.5 2.0 = Unconf. Comp.% PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET LIQUID LIMIT Project: Mayhill Road Boring No.: B- 2 Groundwater during drilling: Dry Groundwater after drilling: Dry Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Shear Types: = Hand Penet. 10 20 30 40 50 60 70 80 90 Drill Date: 5/23/2011 Northing: -- Easting: -- SHEAR STRENGTH, TSF MOISTURE CONTENT, %PLASTIC LIMIT LOG OF BORING = Torvane SOIL/ROCK CLASSIFICATION 7 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11116 111 See Plate 3A for boring location. = UU Triaxial CLAYEY SAND (SC), reddish brown SANDY LEAN CLAY (CLS), very stiff to hard,brown-gray SILTY CLAYEY SAND (SC-SM), brown 41 68 49 DRY DENSITYPCF = Unconf. Comp. 10 20 30 40 50 60 70 80 90 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET LIQUID LIMIT PLATE 6 Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Shear Types: = Hand Penet. = Torvane Project: Mayhill Road Boring No.: B- 3 Groundwater during drilling: Dry Groundwater after drilling: Dry MOISTURE Drill Date: 5/23/2011 Northing: -- Easting: -- CONTENT, %PLASTIC LIMIT LOG OF BORING SHEAR STRENGTH, TSF SANDY LEAN CLAY (CLS), firm, reddish brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11106 111 See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LEAN CLAY WITH SAND (CL), stiff to very stiff,gray-brown 50 72 73 = TorvaneShear Types: PLATE 7 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/16/2011 Northing: -- Easting: --DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 LOG OF BORING % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMITPLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Project: Mayhill Road Boring No.: B- 4 Groundwater during drilling: Dry Groundwater after drilling: Dry See Plate 3A for boring location. 4 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11109 118 5/6"-7/6"-9/6" LEAN CLAY WITH SAND (CL), stiff, dark brown SANDY LEAN CLAY (CLS), stiff to very stiff, darkbrown CLAYEY SAND (SC), medium dense, dark brown-gray 77 60 33 = UU Triaxial SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCF = Unconf. Comp. 10 20 30 40 50 60 70 80 90 PLATE 8 0.5 1.0 1.5 2.0 = Hand Penet. SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVEELEV. DEPTH, FEET Shear Types: LIQUID LIMIT Drill Date: 5/23/2011 Northing: -- Easting: -- = Torvane 0 5 10 15 Project No.: DG-10-15760 Elevation: Station: -- Offset: -- MOISTURE CONTENT, %PLASTIC LIMIT LOG OF BORING Project: Mayhill Road Boring No.: B- 5 Groundwater during drilling: Dry Groundwater after drilling: Dry SHEAR STRENGTH, TSF 116 CLAYEY SAND (SC), brown-gray LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SHALEY LIMESTONE, hard to very hard, gray 33 CLAYEY SAND (SC), medium dense, reddishbrown-gray SANDY LEAN CLAY (CLS), very stiff, gray-brown 129 FAT CLAY (CH), very stiff, dark gray 97 49 = Unconf. Comp. 4/6"-4/6"-8/6" 0.5 1.0 1.5 2.0 DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 9a Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/18/2011 Northing: -- Easting: --% PASSINGNO. 200 SIEVE(50/1.25")-(50/1") See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LOG OF BORING SHEAR STRENGTH, TSF MOISTURE 0 5 10 15 20 25 30 10 20 30 40 50 60 70 80 90 PLASTIC LIMIT Project: Mayhill Road Boring No.: BB1 Groundwater during drilling: 11 feet Groundwater after drilling: Dry LIQUID LIMIT = Hand Penet. ELEV. DEPTH, FEET CONTENT, % ELEV. DEPTH, FEET PLASTIC LIMIT% PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: BB1 Groundwater during drilling: 11 feet Groundwater after drilling: Dry LOG OF BORING (50/0.75")-(50/0.5")30 35 40 45 50 55 60 (50/0.5")-(50/0.25") (50/0.25")-(50/0.25") (50/0.25")-(50/0.125") See Plate 3A for boring location. = UU TriaxialDRY DENSITYPCFCONTENT, % = Unconf. Comp. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 9b Drill Date: 5/18/2011 Northing: -- Easting: -- Shear Types: Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = Torvane 10 20 30 40 50 60 70 80 90 SHEAR STRENGTH, TSF MOISTURE 0.5 1.0 1.5 2.0 LEAN CLAY WITH SAND (CL), very stiff, dark brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SHALEY LIMESTONE, hard to very hard, gray FAT CLAY (CH), very stiff, dark gray LEAN CLAY (CL), very stiff, brown SANDY LEAN CLAY (CLS), stiff to very stiff, darkbrown 72 98 50 0.5 1.0 1.5 2.0 10 20 30 40 50 60 70 80 90 = Unconf. Comp.DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 10a Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/19/2011 Northing: -- Easting: -- 114 121 (50/0.75")-(50/0.5") See Plate 3A for boring location. SOIL/ROCK CLASSIFICATION SHEAR STRENGTH, TSF Project: Mayhill Road Boring No.: BB2 Groundwater during drilling: 8 feet Groundwater after drilling: Dry PLASTIC LIMIT LOG OF BORING CONTENT, % = UU Triaxial% PASSINGNO. 200 SIEVEMOISTURE LIQUID LIMIT = Hand Penet. ELEV. DEPTH, FEET 0 5 10 15 20 25 30 ELEV. DEPTH, FEET PLASTIC LIMIT% PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: BB2 Groundwater during drilling: 8 feet Groundwater after drilling: Dry LOG OF BORING (50/0.5")-(50/0.5")30 35 40 45 50 55 60 (50/0.25")-(50/0.25") (50/0.5")-(50/0.5") (50/0.5")-(50/0.5") See Plate 3A for boring location. = UU TriaxialDRY DENSITYPCFCONTENT, % = Unconf. Comp. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 10b Drill Date: 5/19/2011 Northing: -- Easting: -- Shear Types: Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = Torvane 10 20 30 40 50 60 70 80 90 SHEAR STRENGTH, TSF MOISTURE 0.5 1.0 1.5 2.0 SILTY CLAYEY SAND (SC-SM), reddish brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11116 8/6"-5/6"-7/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION SANDY LEAN CLAY (CLS), very stiff to hard,reddish brown CLAYE SAND (SC), medium dense, reddish brown FAT CLAY (CH), very stiff, greenish gray 44 22 99 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Shear Types: = Unconf. Comp. PLATE 11 0.5 1.0 1.5 2.0 DRY DENSITYPCF% PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET LIQUID LIMIT = Torvane Project: Mayhill Road Boring No.: B- 6 Groundwater during drilling: Dry Groundwater after drilling: Dry PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 LOG OF BORING = Hand Penet. Drill Date: 5/16/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- 3 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11126 116 5/6"-7/6"-9/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION CLAYEY SAND (SC), medium dense, gray-brown SANDY LEAN CLAY (CLS), very stiff to hard,gary-brown 44 62 4.68 2.55DRY DENSITYPCF = Unconf. Comp. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 Project: Mayhill Road Boring No.: B- 7 Groundwater during drilling: Dry Groundwater after drilling: Dry % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. PLATE 12 LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE Drill Date: 5/23/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- SHEAR STRENGTH, TSF = TorvaneShear Types: 10 20 30 40 50 60 70 80 90 LIQUID LIMIT 5 inches of ASPHALT PAVEMENT 119 119 See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SANDY LEAN CLAY (CLS), very stiff to hard, brown-gray CLAYEY SAND (SC), brown-gray 61 68 33 4.44DRY DENSITYPCF = Unconf. Comp. PLATE 13 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project: Mayhill Road Boring No.: B- 8 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF Drill Date: 5/23/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- 10 20 30 40 50 60 70 80 90 = TorvaneShear Types: LEAN CLAY WITH SAND (CL), stiff to very stiff, brown-gray LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11117 115 See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LEAN CLAY (CL), stiff, yellow brown-gray 79 70 87 Drill Date: 5/16/2011 Northing: -- Easting: -- = TorvaneShear Types: PLATE 14 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 DRY DENSITYPCF = Unconf. Comp. LOG OF BORING % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project No.: DG-10-15760 Elevation: Station: -- Offset: -- PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Project: Mayhill Road Boring No.: B- 9 Groundwater during drilling: Dry Groundwater after drilling: Dry LEAN CLAY WITH SAND (CL), very stiff to hard, reddish brown-gray SOIL/ROCK CLASSIFICATION LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11124 121 See Plate 3A for boring location. = UU Triaxial SANDY LEAN CLAY (CLS), very stiff to hard, brown-gray 74 70 65 4.27 2.53 Shear Types: PLATE 15 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project No.: DG-10-15760 Elevation: Station: -- Offset: --DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 Project: Mayhill Road Boring No.: B-10 Groundwater during drilling: Dry Groundwater after drilling: Dry % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. = Torvane LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/13/2011 Northing: -- Easting: -- LIQUID LIMIT 3 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION 112 3/6"-3/6"-4/6" See Plate 3A for boring location. = UU Triaxial SILTY CLAYEY SAND (SC-SM), dark brown POORLY GRADED SAND WITH SILTY CLAY (SP-SC), loose, reddish brown SANDY LEAN CLAY (CLS), stiff to very stiff,gray-brown 39 9 61 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCF = Unconf. Comp. PLATE 16 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET LIQUID LIMIT Shear Types: Project: Mayhill Road Boring No.: B-11 Groundwater during drilling: Dry Groundwater after drilling: Dry Project No.: DG-10-15760 Elevation: Station: -- Offset: -- 10 20 30 40 50 60 70 80 90 = Hand Penet. = Torvane SHEAR STRENGTH, TSF Drill Date: 5/23/2011 Northing: -- Easting: -- MOISTURE CONTENT, %PLASTIC LIMIT LOG OF BORING SILTY CLAYEY SAND (SC-SM), yellowish brown0 5 10 15 109 See Plate 3A for boring location. SOIL/ROCK CLASSIFICATION LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11% PASSINGNO. 200 SIEVE29 41 41 = TorvaneShear Types: 0.5 1.0 1.5 2.0 PLATE 17 ELEV. DEPTH, FEET Drill Date: 5/13/2011 Northing: -- Easting: -- = UU TriaxialDRY DENSITYPCF = Unconf. Comp. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SHEAR STRENGTH, TSF = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-12 Groundwater during drilling: 6 feet Groundwater after drilling: Dry LOG OF BORING PLASTIC LIMIT Project No.: DG-10-15760 Elevation: Station: -- Offset: -- MOISTURE 10 20 30 40 50 60 70 80 90 CONTENT, % = UU Triaxial 0 5 10 15 6.5 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVECLAYEY SAND (SC), brown-gray 28 24 46 See Plate 3A for boring location.DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA ELEV. DEPTH, FEET Shear Types: 112 0.5 1.0 1.5 2.0 = Unconf. Comp. SHEAR STRENGTH, TSF = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-13 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING PLASTIC LIMIT PLATE 18 MOISTURE = Torvane 10 20 30 40 50 60 70 80 90 Drill Date: 5/23/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- CONTENT, % SANDY LEAN CLAY (CLS), very stiff to hard, reddish brown 121 12/6"-18/6"-26/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11LEAN CLAY (CL), very stiff, reddish brown SANDY LEAN CLAY (CLS), very stiff to hard, reddish brown 55 88 70 6.66 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCFShear Types: = Unconf. Comp. 0.5 1.0 1.5 2.0 Project: Mayhill Road Boring No.: B-14 Groundwater during drilling: Dry Groundwater after drilling: Dry % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. PLATE 19 = Torvane LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/13/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- LIQUID LIMIT 3 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/117/6"-10/6"-12/6" 12/6"-12/6"-13/6" 50/4" 50/3" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION CLAYEY SAND (SC), medium dense to very dense,reddish brown POORLY GRADED SAND WITH CLAY (SP-SC),very dense, yellowish red 21 15 9 DRY DENSITYPCF = Unconf. Comp. PLATE 20 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET LIQUID LIMIT Project: Mayhill Road Boring No.: B-15 Groundwater during drilling: Dry Groundwater after drilling: Dry 10 20 30 40 50 60 70 80 90 LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF Drill Date: 5/13/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Shear Types: = Hand Penet. = Torvane = UU Triaxial 0 5 10 15 1 inches of ASPHALT PAVEMENT 5/6"-6/6"-6/6"LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11See Plate 3A for boring location. SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVECLAYEY SAND (SC), medium dense, brown LEAN CLAY WITH SAND (CL), stiff, gray-brown 12 18 4/6"-6/6"-11/6" 75 Shear Types: PLATE 21 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA = Torvane ELEV. DEPTH, FEET DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 MOISTURE = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-16 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING CONTENT, % Project No.: DG-10-15760 Elevation: Station: -- Offset: -- SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/16/2011 Northing: -- Easting: -- PLASTIC LIMIT SANDY LEAN CLAY (CLS), stiff to very stiff, reddish brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11118 15/6"-16/6"-10/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION CLAYEY SAND (SC), reddish brown CLAYEY SAND WITH GRAVEL (SC), medium dense, reddish brown 53 46 19 0.5 1.0 1.5 2.0 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Shear Types:DRY DENSITYPCF = Unconf. Comp.% PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT PLATE 22 Project: Mayhill Road Boring No.: B-17 Groundwater during drilling: Dry Groundwater after drilling: Dry = Torvane Drill Date: 5/16/2011 Northing: -- Easting: -- LOG OF BORING 10 20 30 40 50 60 70 80 90 SHEAR STRENGTH, TSF MOISTURE CONTENT, %PLASTIC LIMIT Project No.: DG-10-15760 Elevation: Station: -- Offset: -- 9 inches of ASPHALT PAVEMENT 117 96 LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/115 inches of BASE MATERIAL SANDY LEAN CLAY (CLS), stiff to very stiff,gray-brown LEAN CLAY (CL), stiff to very stiff, very dark gray-brown 67 74 90 DRY DENSITYPCF = Unconf. Comp. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA See Plate 3A for boring location.PLATE 23 0.5 1.0 1.5 2.0 = Hand Penet. = UU Triaxial SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVE10 20 30 40 50 60 70 80 90 ELEV. DEPTH, FEET SHEAR STRENGTH, TSF Drill Date: 5/16/2011 Northing: -- Easting: -- Shear Types: = Torvane 0 5 10 15 Project No.: DG-10-15760 Elevation: Station: -- Offset: -- LIQUID LIMITCONTENT, %PLASTIC LIMIT LOG OF BORING Project: Mayhill Road Boring No.: B-18 Groundwater during drilling: Dry Groundwater after drilling: Dry MOISTURE 50/0.875" See Plate 3A for boring location. 10 inches of ASPHALT PAVEMENT SOIL/ROCK CLASSIFICATION LIQUID LIMIT% PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet.LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/114 inches of BASE MATERIAL LEAN CLAY (CL), stiff to hard, gray-brown -Hit concrete at 4 feet 88 Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = TorvaneShear Types: PLATE 24 Drill Date: 5/13/2011 Northing: -- Easting: -- = UU Triaxial = Unconf. Comp.DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 10 20 30 40 50 60 70 80 90 Project: Mayhill Road Boring No.: B-18-1 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING PLASTIC LIMIT CONTENT, % SHEAR STRENGTH, TSF 0.5 1.0 1.5 2.0 MOISTURE = UU Triaxial 12 inches of CONCRETE PAVEMENT 116 119 See Plate 3A for boring location.LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SILTY SAND (SM), gray-brown LEAN CLAY WITH SAND (CL), stiff to very stiff,gray-brown SILTY CLAYEY SAND (SC-SM), brown 14 76 39 SOIL/ROCK CLASSIFICATION DRY DENSITYPCF = Unconf. Comp. PLATE 25 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 LIQUID LIMIT% PASSINGNO. 200 SIEVE0 5 10 15 = Hand Penet. 10 20 30 40 50 60 70 80 90 Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Shear Types: ELEV. DEPTH, FEET SHEAR STRENGTH, TSF Project: Mayhill Road Boring No.: B-18-2 Groundwater during drilling: Dry Groundwater after drilling: Dry Drill Date: 5/23/2011 Northing: -- Easting: -- MOISTURE CONTENT, %PLASTIC LIMIT LOG OF BORING = Torvane 84 44 CLAYEY SAND (SC), brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11CLAYEY SAND (SC), medium dense, gray-brown 26 LEAN CLAY WITH SAND (CL), stiff to hard,gray-brown FAT CLAY WITH SAND (CH), very stiff, gray-shale seams 49 10 20 30 40 50 60 70 80 90 0.5 1.0 1.5 2.0 MOISTURE Drill Date: 5/13/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = TorvaneShear Types: PLATE 26aDRY DENSITYPCF = Unconf. Comp. SHEAR STRENGTH, TSFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION 118 105 6/6"-6/6"-8/6" = UU Triaxial CONTENT, %PLASTIC LIMIT LOG OF BORING See Plate 3A for boring location. Project: Mayhill Road Boring No.: BB3 Groundwater during drilling: 22 feet Groundwater after drilling: 20 feet LIQUID LIMIT = Hand Penet. ELEV. DEPTH, FEET 0 5 10 15 20 25 30 % PASSINGNO. 200 SIEVE (50/0.75")-(50/0.5")LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LIQUID LIMIT (50/1.5")-(50/1.25")% PASSINGNO. 200 SIEVE30 35 40 45 50 55 60 ELEV. DEPTH, FEET = Hand Penet. SHALE WITH LIMESTONE, hard to very hard, gray SHALE, hard, gray (50/0.75")-(50/0.75") (50/1")-(50/0.75") PLATE 26b Drill Date: 5/13/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = Torvane = Unconf. Comp.Shear Types: (50/1")-(50/0.75")DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project: Mayhill Road Boring No.: BB3 Groundwater during drilling: 22 feet Groundwater after drilling: 20 feet PLASTIC LIMIT CONTENT, %MOISTURE 0.5 1.0 1.5 2.0 10 20 30 40 50 60 70 80 90 LOG OF BORING SHEAR STRENGTH, TSF 56 SANDY LEAN CLAY (CLS), very stiff, brown-gray LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11FAT CLAY WITH SAND (CH), very stiff, dark gray POORLY GRADED SAND WITH SILTY CLAY ANDGRAVEL (SP-SC), very loose to loose, brown-gray CLAYEY SAND (SC), brown-gray 29 48 9 0.5 1.0 1.5 2.0 10 20 30 40 50 60 70 80 90 = Unconf. Comp.DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 27a Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/18/2011 Northing: -- Easting: -- 117 114 4/6"-2/6"-2/6" See Plate 3A for boring location. = UU Triaxial SHEAR STRENGTH, TSF PLASTIC LIMIT SOIL/ROCK CLASSIFICATION MOISTURE% PASSINGNO. 200 SIEVECONTENT, % Project: Mayhill Road Boring No.: BB4 Groundwater during drilling: 13 feet Groundwater after drilling: 15 feet LOG OF BORING LIQUID LIMIT = Hand Penet. ELEV. DEPTH, FEET 0 5 10 15 20 25 30 See Plate 3A for boring location. SHALEY LIMESTONE, hard to very hard, gray SOIL/ROCK CLASSIFICATION LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11Project: Mayhill Road Boring No.: BB4 Groundwater during drilling: 13 feet Groundwater after drilling: 15 feet % PASSINGNO. 200 SIEVE(50/0.75")-(50/0.5") 30 35 40 45 50 55 60 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT (50/0.75")-(50/0.75") (50/1.25")-(50/1") (50/0.75")-(50/0.5") (50/0.5")-(50/0.5") = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- PLATE 27b Drill Date: 5/18/2011 Northing: -- Easting: -- = UU TriaxialShear Types: SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCFLOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF = Unconf. Comp. 0.5 1.0 1.5 2.0 10 20 30 40 50 60 70 80 90 12 inches of CONCRETE PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION SANDY LEAN CLAY (CLS), firm to stiff, gray-brown SANDY SILT (MLS), firm to stiff, gray-brown SANDY LEAN CLAY (CLS), firm to stiff, gray-brown 50 51 65 = Unconf. Comp.Shear Types: PLATE 28 = Torvane DRY DENSITYPCF0.5 1.0 1.5 2.0 Project: Mayhill Road Boring No.: B-18-3 Groundwater during drilling: Dry Groundwater after drilling: Dry % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 LOG OF BORING LIQUID LIMIT Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/23/2011 Northing: -- Easting: -- SANDY LEAN CLAY (CLS), very stiff, brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11121 16/6"-18/6"-8/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION CLAYEY SAND WITH GRAVEL (SC), mediumdense, gray-brown LEAN CLAY WITH SAND (CL), very stiff, dark gray SANDY LEAN CLAY (CLS), stiff, gray-brown 33 52 71 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCFPLATE 29 = Unconf. Comp.% PASSINGNO. 200 SIEVE0.5 1.0 1.5 2.0 LOG OF BORING 0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Shear Types: Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Project: Mayhill Road Boring No.: B-19 Groundwater during drilling: Dry Groundwater after drilling: Dry = Torvane PLASTIC LIMIT Drill Date: 5/13/2011 Northing: -- Easting: -- 10 20 30 40 50 60 70 80 90 SHEAR STRENGTH, TSF MOISTURE CONTENT, % SOIL/ROCK CLASSIFICATION 3 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11114 122 See Plate 3A for boring location. = UU Triaxial SANDY LEAN CLAY (CLS), stiff to hard, reddishbrown-yellowish brown 70 69 68 Shear Types: PLATE 30 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project No.: DG-10-15760 Elevation: Station: -- Offset: --DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT = Torvane Project: Mayhill Road Boring No.: B-20 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/23/2011 Northing: -- Easting: -- 117 5.5 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/1112/6"-21/6"-23/6" 18/6"-50/4.5" 39/6"-50/3.25" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION SILTY CLAYEY SAND (SC-SM), reddish brown SANDY SILT (MLS), very stiff to hard, reddish brown CLAYEY SAND (SC), very dense, reddish brown 37 33 56 PLATE 31 = Unconf. Comp. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 DRY DENSITYPCFProject: Mayhill Road Boring No.: B-21 Groundwater during drilling: Dry Groundwater after drilling: Dry % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet.Shear Types: LOG OF BORING CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 = Torvane Drill Date: 5/23/2011 Northing: -- Easting: -- PLASTIC LIMIT LIQUID LIMIT Project No.: DG-10-15760 Elevation: Station: -- Offset: -- CLAYEY SAND (SC), dark gray -with asphalt layers % PASSINGNO. 200 SIEVESee Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11LEAN CLAY WITH SAND (CL), stiff to very stiff,gray-brown FAT CLAY (CH), very stiff, gray-brown 24 83 96 Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = TorvaneShear Types: 0.5 1.0 1.5 2.0 PLATE 32 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Drill Date: 5/13/2011 Northing: -- Easting: --DRY DENSITYPCF = Unconf. Comp. PLASTIC LIMIT 0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-22 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 CONTENT, % 7.5 inches of ASPHALT PAVEMENT 9/6"-11/6"-15/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11POORLY GRADED SAND WITH SILTY CLAY AND GRAVEL (SP-SC), loose, reddish brown LEAN CLAY (CL), very stiff, gray-reddish brown 11 93 8/6"-4/6"-4/6" 0.5 1.0 1.5 2.0 Shear Types: PLATE 33 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA = Torvane DRY DENSITYPCF = Unconf. Comp. PLASTIC LIMIT 0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-23 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING Project No.: DG-10-15760 Elevation: Station: -- Offset: -- CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/24/2011 Northing: -- Easting: -- SANDY LEAN CLAY (CLS), stiff, reddish brown 8 inches of ASPHALT PAVEMENT CLAYEY SAND (SC), brown-gray LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/112 inches of BASE MATERIAL 3/6"-4/6"-5/6" See Plate 3A for boring location. = UU Triaxial 39 CLAYEY SAND (SC), brown-gray 54 48% PASSINGNO. 200 SIEVESOIL/ROCK CLASSIFICATION DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 34 Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/24/2011 Northing: -- Easting: -- = Unconf. Comp. Project: Mayhill Road Boring No.: B-24 Groundwater during drilling: Dry Groundwater after drilling: Dry 0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. 0.5 1.0 1.5 2.0 LOG OF BORING CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 PLASTIC LIMIT LIQUID LIMIT ELEV. DEPTH, FEET 11 inches of ASPHALT PAVEMENT 50/4"LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11See Plate 3A for boring location. SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVE0 5 10 15 = UU Triaxial 8 inches of BASE MATERIAL POORLY GRADED SAND WITH CLAY ANDGRAVEL (SP-SC), very dense, reddish brown POORLY GRADED SAND WITH CLAY (SP-SC),very dense, reddish brown 11 7 = Hand Penet. PLATE 35 Shear Types:DRY DENSITYPCF = Unconf. Comp. 5/6"-14/6"-40/6" 0.5 1.0 1.5 2.0 SHEAR STRENGTH, TSF LIQUID LIMIT Project: Mayhill Road Boring No.: B-25 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING PLASTIC LIMIT SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA MOISTURE = Torvane 10 20 30 40 50 60 70 80 90 Drill Date: 5/13/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- CONTENT, % 24/6"-50/5.25" SILTY CLAYEY SAND (SC-SM), brown-reddish brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/1150/5.75" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION SILTY SAND (SM), very dense, gray-brown 25 14 27% PASSINGNO. 200 SIEVEShear Types: PLATE 36 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA = Torvane DRY DENSITYPCF0.5 1.0 1.5 2.0 = Unconf. Comp. 0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-26 Groundwater during drilling: Dry Groundwater after drilling: Dry Project No.: DG-10-15760 Elevation: Station: -- Offset: -- LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/13/2011 Northing: -- Easting: -- CLAYEY SAND (SC), brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION 111 108 See Plate 3A for boring location. = UU Triaxial 97 SANDY LEAN CLAY (CLS), stiff, reddish brown CLAYEY SAND (SC), gray-brown SANDY LEAN CLAY (CLS), very stiff, reddish gray brown LEAN CLAY (CL), very stiff, gray-brown 44 44 DRY DENSITYPCF = Unconf. Comp. PLATE 37 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET LIQUID LIMIT 10 20 30 40 50 60 70 80 90 Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Shear Types: = Torvane = Hand Penet. SHEAR STRENGTH, TSF Project: Mayhill Road Boring No.: B-27 Groundwater during drilling: Dry Groundwater after drilling: Dry Drill Date: 5/13/2011 Northing: -- Easting: -- MOISTURE CONTENT, %PLASTIC LIMIT LOG OF BORING See Plate 3A for boring location. FAT CLAY (CH), very stiff, gray-brown -with shale seams SANDY LEAN CLAY (CLS), stiff to very stiff,brown-gray CLAYEY SAND (SC), reddish brown 7 inches of ASPHALT PAVEMENT 3 inches of BASE MATERIAL LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11112 91 68 39 DRY DENSITYPCF115 0.5 1.0 1.5 2.0 = UU Triaxial = Unconf. Comp. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 38 Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/24/2011 Northing: -- Easting: -- ELEV. DEPTH, FEET SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVE0 5 10 15 = Hand Penet. SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 LIQUID LIMITMOISTURECONTENT, %PLASTIC LIMIT LOG OF BORING Project: Mayhill Road Boring No.: B-28 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11103 = UU Triaxial SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVESANDY LEAN CLAY (CLS), very stiff, reddish brown FAT CLAY (CH), stiff, gray-brown-with shale seams 53 83 See Plate 3A for boring location. 13/6"-10/6"-13/6" 0.5 1.0 1.5 2.0 = Unconf. Comp. Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = TorvaneShear Types: PLATE 39 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCF0 5 10 15 CONTENT, % ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-29 Groundwater during drilling: Dry Groundwater after drilling: Dry Drill Date: 5/13/2011 Northing: -- Easting: -- PLASTIC LIMITMOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 LOG OF BORING 7 inches of ASPHALT PAVEMENT 14/6"-14/6"-16/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SILTY CLAYEY SAND (SC-SM), medium dense todense, gray-reddish brown LEAN CLAY WITH SAND (CL), very stiff, gray-brown 34 81 110 = Torvane PLATE 40 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project No.: DG-10-15760 Elevation: Station: -- Offset: --DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 PLASTIC LIMIT 0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-30 Groundwater during drilling: Dry Groundwater after drilling: Dry Shear Types: LOG OF BORING Drill Date: 5/24/2011 Northing: -- Easting: -- CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 = UU Triaxial LEAN CLAY WITH SAND (CL), very stiff to hard, reddish brown-gray LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11123 118 See Plate 3A for boring location. SANDY LEAN CLAY (CLS), very stiff, brown-gray FAT CLAY (CH), very stiff, brown-gray 76 64 99 6.89DRY DENSITYPCFPLATE 41 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION = Torvane = Unconf. Comp. 0.5 1.0 1.5 2.0 Project: Mayhill Road Boring No.: B-31 Groundwater during drilling: Dry Groundwater after drilling: Dry % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet.Shear Types: LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/12/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- LIQUID LIMIT 6.5 inches of ASPHALT PAVEMENT 110 16/6"-7/6"-11/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11CLAYEY SAND WITH GRAVEL (SC), dark brown SANDY LEAN CLAY (CLS), very stiff to hard, olive gray-brown 31 59 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA = TorvaneShear Types:DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT PLATE 42 Project: Mayhill Road Boring No.: B-32 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 PLASTIC LIMIT Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/24/2011 Northing: -- Easting: -- LEAN CLAY WITH SAND (CL), very stiff to hard, brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11115 See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION CLAYEY SAND WITH SILT (SC), reddish brown-gray 76 76 32 5.56 Shear Types: PLATE 43 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project No.: DG-10-15760 Elevation: Station: -- Offset: --DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 PLASTIC LIMIT% PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-33 Groundwater during drilling: Dry Groundwater after drilling: Dry = Torvane LOG OF BORING CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/11/2011 Northing: -- Easting: -- SOIL/ROCK CLASSIFICATION 36 45 115 121 See Plate 3A for boring location. = UU Triaxial LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/114.66 SANDY LEAN CLAY WITH SILT (CLS), stiff to hard, dark brown-reddish gray CLAYEY SAND (SC), reddish gray SANDY LEAN CLAY (CLS), very stiff to hard, reddish gray CLAYEY SAND (SC), gray-brown 64 = Unconf. Comp. 0.5 1.0 1.5 2.0 DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 44 Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/11/2011 Northing: -- Easting: -- LOG OF BORING = Hand Penet. Project: Mayhill Road Boring No.: B-34 Groundwater during drilling: Dry Groundwater after drilling: Dry ELEV. DEPTH, FEET LIQUID LIMIT 0 5 10 15 PLASTIC LIMIT CONTENT, % SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90% PASSINGNO. 200 SIEVEMOISTURE CLAYEY SAND (SC), dark brown 115 114 17/6"-18/6"-20/6" 13/6"-24/6"-26/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SANDY LEAN CLAY (CLS), stiff to hard, reddishbrown-dark brown CLAYEY SAND (SC), dense to very dense, reddish brown-gray 40 30 22 DRY DENSITYPCF = Unconf. Comp. PLATE 45 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project: Mayhill Road Boring No.: B-35 Groundwater during drilling: Dry Groundwater after drilling: Dry LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF Drill Date: 5/9/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- 10 20 30 40 50 60 70 80 90 = TorvaneShear Types: LEAN CLAY WITH SAND (CL), very stiff to hard, gray-brown 25 54 26 LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/1186 CLAYEY SAND (SC), medium dense to very dense, gray-brown SANDY LEAN CLAY (CLS), very stiff, reddish brown CLAYEY SAND (SC), medium dense, reddish brown CLAYEY SAND (SC), brown 2.98 LOG OF BORING 10 20 30 40 50 60 70 80 90 SHEAR STRENGTH, TSF MOISTURE CONTENT, %PLASTIC LIMIT Drill Date: 5/9/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = TorvaneShear Types: PLATE 46a SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 DRY DENSITYPCF = Unconf. Comp. 12/6"-8/6"-12/6" (12/4.25")-(50/5.25")-(50/3.5") (12/0.875")-(50/0.875")-(50/0.5") 110 (12/3")-(36/6")-(64/1.5") (12/0.25")-(50/0.25")-(50/0.25") (12/6")-(13/6")-(12/6") 50/4.25" (10/6")-(18/6")-(12/6") (6/6")-(6/6")-(8/6") 129 117 Project: Mayhill Road Boring No.: BB36 Groundwater during drilling: 34 feet Groundwater after drilling: 34 feet LIQUID LIMIT = Hand Penet. ELEV. DEPTH, FEET 0 5 10 15 20 25 30 36/6"-34/6"-30/4.5" See Plate 3A for boring location.% PASSINGNO. 200 SIEVESOIL/ROCK CLASSIFICATION = UU Triaxial LEAN CLAY (CL), very stiff to hard, dark gray-with shale seams SAND, loose to medium dense, yellowish brown SANDY LEAN CLAY (CLS), very stiff to hard, gray-brown (12/1")-(50/1")-(50/1.75")32/6"-50/3.75" (12/1")-(50/0.125")-(50/0") (12/3")-(50/2.75")-(50/1.375") 30/6"-50/4" (12/1.25")-(50/1.375")-(50/0.5") (12/1.75")-(50/0.75")-(50/0.25") (12/0.75")-(50/0.375")-(50/0.25")LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/1140 94 54 5/6"-50/4" = Unconf. Comp. 40/6"-50/1.125 0.5 1.0 1.5 2.0 DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 46b Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/9/2011 Northing: -- Easting: -- See Plate 3A for boring location. SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVE = UU Triaxial 30 35 40 45 50 55 60 ELEV. DEPTH, FEET LOG OF BORING 10 20 30 40 50 60 70 80 90 SHEAR STRENGTH, TSF MOISTURE CONTENT, %PLASTIC LIMIT Project: Mayhill Road Boring No.: BB36 Groundwater during drilling: 34 feet Groundwater after drilling: 34 feet LIQUID LIMIT = Hand Penet. LIQUID LIMIT = Hand Penet. ELEV. DEPTH, FEET 60 65 70 75 80 85 90 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 46c SOIL/ROCK CLASSIFICATION See Plate 3A for boring location. (12/1.75")-(50/0.5")-(50/0.375") (12/1.25")-(50/0.25")-(50/0") SHALE, hard to very hard, gray -with sand seams LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11Drill Date: 5/9/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = TorvaneShear Types: = UU Triaxial = Unconf. Comp.DRY DENSITYPCF% PASSINGNO. 200 SIEVEProject: Mayhill Road Boring No.: BB36 Groundwater during drilling: 34 feet Groundwater after drilling: 34 feet LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE 0.5 1.0 1.5 2.0 10 20 30 40 50 60 70 80 90 SHEAR STRENGTH, TSF CLAYEY SAND (SC), dense to very dense, gray 34 96 87 83 LEAN CLAY WITH SAND (CL), stiff to hard, gray-brown LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/114.91 118 0.5 1.0 1.5 2.0 10 20 30 40 50 60 70 80 90 = Unconf. Comp.DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 47a Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/19/2011 Northing: -- Easting: -- 122 4/6"-6/6"-8/6" 50/3" (50/1.5")-(50/1") See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION SHEAR STRENGTH, TSF % PASSINGNO. 200 SIEVEMOISTURE CONTENT, %PLASTIC LIMIT LOG OF BORING Project: Mayhill Road Boring No.: BB37 Groundwater during drilling: 32 feet Groundwater after drilling: Dry LIQUID LIMIT = Hand Penet. ELEV. DEPTH, FEET 0 5 10 15 20 25 30 Project: Mayhill Road Boring No.: BB37 Groundwater during drilling: 32 feet Groundwater after drilling: Dry = UU Triaxial SHALE, hard to very hard, gray-with sand seams LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11% PASSINGNO. 200 SIEVE(50/1")-(50/0.5") 30 35 40 45 50 55 60 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT See Plate 3A for boring location. (50/1")-(50/0.5") (50/1.5")-(50/1") (50/0.75")-(50/0.5") SOIL/ROCK CLASSIFICATION = Unconf. Comp. Project No.: DG-10-15760 Elevation: Station: -- Offset: --DRY DENSITYPCF = Torvane SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Shear Types: PLATE 47b PLASTIC LIMIT SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/19/2011 Northing: -- Easting: -- CONTENT, %MOISTURE LOG OF BORING 0.5 1.0 1.5 2.0 CLAYEY SAND (SC), medium dense to dense, reddish brown SANDY LEAN CLAY (CLS), very stiff to hard, reddish brown CLAYEY SAND (SC), dark brown 6 inches of ASPHALT PAVEMENT 5 inches of BASE MATERIAL LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11111 3.23 43 67 48 8/6"-11/6"-19/6"DRY DENSITYPCF115 0.5 1.0 1.5 2.0 See Plate 3A for boring location. = Unconf. Comp. SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 48 Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/24/2011 Northing: -- Easting: -- ELEV. DEPTH, FEET = UU Triaxial SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVE0 5 10 15 = Hand Penet. MOISTURE SHEAR STRENGTH, TSF LIQUID LIMITCONTENT, %PLASTIC LIMIT LOG OF BORING Project: Mayhill Road Boring No.: B-38 Groundwater during drilling: Dry Groundwater after drilling: Dry 10 20 30 40 50 60 70 80 90 10 inches of ASPHALT PAVEMENT 104 18/6"-24/6"-50/5" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SANDY LEAN CLAY (CLS), stiff to very stiff, reddish brown CLAYEY SAND WITH SILT (SC), medium dense to very dense, reddish brown-gray 23 21 11/6"-13/6"-15/6" 0.5 1.0 1.5 2.0 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA = TorvaneShear Types:DRY DENSITYPCF = Unconf. Comp. PLASTIC LIMIT 0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-39 Groundwater during drilling: Dry Groundwater after drilling: Dry PLATE 49 LOG OF BORING CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/24/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- 5 inches of ASPHALT PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11115 See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION SANDY LEAN CLAY (CLS), firm to stiff, yellow brown CLAYEY SAND WITH SILT (SC), reddish brown 54 12 23 PLATE 50DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project: Mayhill Road Boring No.: B-40 Groundwater during drilling: Dry Groundwater after drilling: Dry Shear Types: LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/12/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = Torvane 7 inches of ASPHALT PAVEMENT See Plate 3A for boring location. 105 123 16/6"-39/6"-50/4"LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/115.74 POORLY GRADED SAND WITH CLAY (SP-SC),gray-brown LEAN CLAY (CL), stiff to very stiff, gray-brown LEAN CLAY WITH SAND (CL), hard, reddishbrown-gray 9 99 80 = UU Triaxial 10 20 30 40 50 60 70 80 90DRY DENSITYPCF = Unconf. Comp. PLATE 51 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 LIQUID LIMIT SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVE0 5 10 15 = Hand Penet. SHEAR STRENGTH, TSF Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Shear Types: ELEV. DEPTH, FEET MOISTURE Drill Date: 5/24/2011 Northing: -- Easting: -- CONTENT, %PLASTIC LIMIT LOG OF BORING Project: Mayhill Road Boring No.: B-41 Groundwater during drilling: Dry Groundwater after drilling: Dry = Torvane 0 5 10 15 See Plate 3A for boring location. Project: Mayhill Road Boring No.: B-42 Groundwater during drilling: Dry Groundwater after drilling: Dry LIQUID LIMIT = Hand Penet.LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11PLASTIC LIMIT CONTENT, %% PASSINGNO. 200 SIEVESOIL/ROCK CLASSIFICATION = UU Triaxial SHEAR STRENGTH, TSFELEV. DEPTH, FEET 92 6 inches of ASPHALT PAVEMENT 4 inches of BASE MATERIAL FAT CLAY (CH), stiff to very stiff, brown-gray FAT CLAY WITH SAND (CH), stiff to very stiff,gray-brown LEAN CLAY (CL), very stiff, gary LOG OF BORING 78 MOISTURE 97 = Unconf. Comp. 0.5 1.0 1.5 2.0 DRY DENSITYPCFSOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA PLATE 52 Shear Types: = Torvane Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Drill Date: 5/24/2011 Northing: -- Easting: -- 124 106 10 20 30 40 50 60 70 80 90 LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION 115 104 14/6"-8/6"-7/6" See Plate 3A for boring location. = UU Triaxial 9 inches of CONCRETE PAVEMENT FAT CLAY (CH), stiff to very stiff, gray-brown 99 99 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCFShear Types: = Unconf. Comp. 0.5 1.0 1.5 2.0 Project: Mayhill Road Boring No.: B-43 Groundwater during drilling: Dry Groundwater after drilling: Dry % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. PLATE 53 = Torvane LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/11/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- LIQUID LIMIT 9 inches of CONCRETE PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11116 109 See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION FAT CLAY (CH), stiff to very stiff, brown-gray CLAYEY SAND (SC), reddish gray 99 96 31 PLATE 54DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project: Mayhill Road Boring No.: B-44 Groundwater during drilling: Dry Groundwater after drilling: Dry Shear Types: LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/12/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = Torvane 9 inches of CONCRETE PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION 106 126 See Plate 3A for boring location. = UU Triaxial CLAYEY SAND (SC), brown-gray FAT CLAY (CH), stiff to very stiff, gray LEAN CLAY WITH SAND (CL), very stiff, gray 31 98 81 DRY DENSITYPCF = Unconf. Comp. PLATE 55 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET LIQUID LIMIT 10 20 30 40 50 60 70 80 90 Project No.: DG-10-15760 Elevation: Station: -- Offset: -- Shear Types: = Hand Penet. SHEAR STRENGTH, TSF Project: Mayhill Road Boring No.: B-45 Groundwater during drilling: Dry Groundwater after drilling: Dry Drill Date: 5/11/2011 Northing: -- Easting: -- MOISTURE CONTENT, %PLASTIC LIMIT LOG OF BORING = Torvane See Plate 3A for boring location. (50/0.25")-(50/0.25") 9 inches of CONCRETE PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11 = UU Triaxial SOIL/ROCK CLASSIFICATION % PASSINGNO. 200 SIEVE12/6"-18/6"-25/6" CLAYEY SAND WITH GRAVEL (SC), dense to verydens, reddish brown 25 24 33 0 5 10 15Shear Types: PLATE 56 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA 0.5 1.0 1.5 2.0 = Torvane 18/6"-27/6"-32/6"DRY DENSITYPCF = Unconf. Comp. CONTENT, % ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT Project: Mayhill Road Boring No.: B-46 Groundwater during drilling: Dry Groundwater after drilling: Dry PLASTIC LIMITMOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/12/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- LOG OF BORING 9 inches of CONCRETE PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11112 See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION SANDY LEAN CLAY (CLS), firm to stiff, gray-brown CLAYEY SAND (SC), reddish brown-gray 52 31 13 PLATE 57DRY DENSITYPCF = Unconf. Comp. 0.5 1.0 1.5 2.0 % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet. LIQUID LIMIT SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Project: Mayhill Road Boring No.: B-47 Groundwater during drilling: Dry Groundwater after drilling: Dry Shear Types: LOG OF BORING PLASTIC LIMIT CONTENT, %MOISTURE SHEAR STRENGTH, TSF 10 20 30 40 50 60 70 80 90 Drill Date: 5/11/2011 Northing: -- Easting: -- Project No.: DG-10-15760 Elevation: Station: -- Offset: -- = Torvane 9 inches of CONCRETE PAVEMENT LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11113 18/6"-20/6"-23/6" See Plate 3A for boring location. = UU Triaxial SOIL/ROCK CLASSIFICATION CLAYEY SAND (SC), reddish brown SILTY CLAYEY SAND (SC-SM), reddish brown SILTY SAND (SM), dense, reddish brown 46 26 23 SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA DRY DENSITYPCFPLATE 58 0.5 1.0 1.5 2.0 = Unconf. Comp. Project: Mayhill Road Boring No.: B-48 Groundwater during drilling: Dry Groundwater after drilling: Dry % PASSINGNO. 200 SIEVE0 5 10 15 ELEV. DEPTH, FEET = Hand Penet.Shear Types: Project No.: DG-10-15760 Elevation: Station: -- Offset: -- LIQUID LIMIT LOG OF BORING Drill Date: 5/11/2011 Northing: -- Easting: -- 10 20 30 40 50 60 70 80 90 SHEAR STRENGTH, TSF MOISTURE CONTENT, %PLASTIC LIMIT = Torvane 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: KEY TO TERMS AND SYMBOLS USED ON BORING LOGS Sampler penetrated full depth under weight of drill rods and hammer SOIL GRAIN SIZE PENETRATION RESISTANCE TERMS DESCRIBING SOIL STRUCTURE * The N value is taken as the blows required to penetrate the final 12 inches If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted Blows required to penetrate each of three consecutive 6-inch increments per ASTM D-1586 * Concrete Cement Portland Cemented 75 - 200 mm 4.75 - 75 mm 0.075 - 4.75 mm 0.002 - 0.075 mm < 0.002 mm Particle Size DENSITY OF COHESIONLESS SOILS Descriptive Very Dense Medium Dense Very Loose 0/18" 50/4" 3/6 Fracture planes appear polished or seams or layers of different soil typeSoil sample composed of alternating partings of different soil typeSoil sample composed of alternating extending through the sampleInclusion greater than 3 inches thick extending through the sampleInclusion 1/4 inch to 3 inches thick extending through the sampleInclusion less than 1/4 inch thick as small lenses of sand scatteredSmall pockets of different soils, such with little resistance to fracturingBreaks along definite planes of fracture glossy, sometimes striated through a mass of clay Resistance "N" * Dense Loose Term Blows/Foot Penetration > 50 30 - 50 10 - 30 4 - 10 0 - 4 Concrete Asphaltic Clayey Clay Construction Materials Classification Silt Boulder Cobble Gravel Sand Clay Stabilized Base Silty Debris Fill or Sandy SOIL SYMBOLS Soil Types Silt Modifiers Sand Gravel CONSISTENCY OF COHESIVE SOILS A small mass of irregular shape Having appreciable quantities of iron Having appreciable quantities of calcium stratified structure is not evident different soil type and laminated orSoil sample composed of pockets of carbonate Very Stiff Very Soft Consistency Hard Stiff Firm Soft > 2.0 1.0 - 2.0 0.5 - 1.0 0.25 - 0.5 0.125 - 0.25 0 - 0.125 Strength (tsf) Undrained Shear SAMPLER TYPES WATER LEVEL SYMBOLS open borehole or piezometerGroundwater level after drilling in Groundwater level determined during > 8 in. 3 in. - 8 in. #4 sieve - 3 in. #200 sieve - #4 sieve 0.002 mm - #200 sieve < 0.002 mm No. (U.S. Standard) Particle Size or Sieve Liner Tube > 200 mm drilling operations Split Barrel Shelby Tube Thin Walled Jar Sample Auger No Recovery PLATE 59A DG-10-15760 9200 King Arthur Dr. Dallas, TX 75247 214-678-0227 214-678-0228 Fax 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax (4/6”) Blows required to penetrate each of two consecutive 6-inches per TEX- 132-E 3/6” ○ 6120 S. Dairy Ashford RoadHouston, Texas 77072-1010 281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: KEY TO TERMS AND SYMBOLS USED ON BORING LOGS Horizontal ShallowModerate Steep Vertical Information on each boring log is a compilation of subsurface conditions and soil and rock classifications obtained from the field as well as from laboratory testing of samples. Strata have been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity. REFERENCES: (1) British Standard (1981) Code of Practice for Site Investigation, BS 5930. (2) The Bridge Div., Tx. Highway Dept. Foundation Exploration & Design Manual, 2nd Division, revised June, 1974. JOINT DESCRIPTION Interstice; a general term for pore space or other openings in rock. Small solutional concavities. Containing small cavities, usually lined with a mineral of different composition from that of the surrounding rock. Containing numerous small, unlined cavities, formed by expansion of gas bubbles or steam during solidification of the rock. Containing pores, interstices, or other openings which may or may not interconnect. Containing cavities or caverns, sometimes quite large. Most frequent in limestones and dolomites. Void Cavities Vuggy Vesicular Porous Cavernous Very Close CloseMedium Close Wide <2" 2"-12" 12"-3'>3' SPACING SOLUTION AND VOID CONDITIONS Highly Weathered Limestone Weathered Limestone Limestone Dolomite ROCK TYPES Weathered Shale Shale Slightly Moderately Highly Completely Residual Soil Discoloration indicates weathering of rock material and discontinuity surfaces. Less than half of the rock material is decomposed or disintegrated to a soil. More than half of the rock material is decomposed or disintegrated to a soil. All rock material is decomposed and/or disintegrated into soil. The original mass structure is still largely intact. All rock material is converted to soil. The mass structure and material fabric are destroyed. Slickensided SmoothIrregular Rough BEDDING THICKNESS Very Thick Thick Thin Very Thin Laminated Thinly Laminated INCLINATION 0-5 5-35 35-6565-85 85-90 (2) >4'2'-4' 2"-2' 1/2"-2" 0.08"-1/2" <0.08" Polished, grooved PlanarUndulating or granular Jagged or pitted SURFACES THD Cone PenetrationTest Standard Penetration Test Thin-Walled Tube WEATHERING GRADES OF ROCKMASS HARDNESS Crumbles under hand pressure Can be carved with a knife Can be scratched easily with a knife Cannot be scratched with a knife SAMPLER TYPES Friable Low Hardness Moderately Hard Very Hard Granite Weathered Sandstone Sandstone Bag Sample (1) Rock Core Auger Sample PLATE 59 B DG-10-15760 9200 King Arthur Dr. Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax APPENDIX A SUMMARY OF LABORATORY TEST RESULTS 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-1 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B- 1 2.3 30 15 15 44 16.9 B- 1 3 0.75 B- 1 4 16.3 123.6 0.95 B- 1 5 1.5 B- 1 6 11.9 B- 1 9.3 18 10 8 46 11.5 B- 2 1.3 13 12 1 32 12.4 B- 2 2 0.83 B- 2 3 19.4 112.3 0.69 B- 2 4 1.17 B- 2 5 33 20 13 50 19.6 B- 2 6 1.5 B- 2 7 12 123.5 2.47 B- 2 9.8 69 17.6 B- 3 1.3 41 17.2 B- 3 2 1.5 B- 3 3 15.3 115.8 2.21 B- 3 4 1.5 B- 3 5 38 18 20 68 15.5 B- 3 6 1.42 B- 3 7 17.8 111.3 1.63 B- 3 9.8 21 18 3 49 10.1 B- 4 0 0.33 B- 4 1 24 16 8 50 15 B- 4 2 0.5 B- 4 3 20.7 105.8 0.66 B- 4 4 0.92 B- 4 5 45 18 27 72 20.3 B- 4 6 0.58 B- 4 7 18 110.8 1.05 B- 4 8 1.25 B- 4 9 41 19 22 73 17 B- 5 1 0.67 B- 5 2 28 15 13 77 15.7 B- 5 3 0.83 B- 5 4 15.1 B- 5 5 1 B- 5 6 27 14 13 60 16.3 108.6 1.05 B- 5 7 0.83 B- 5 8 11.6 117.6 0.6 B- 5 9.5 23 14 9 33 13.1 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-2 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B- 6 0.5 22 16 6 44 9.1 B- 6 1 1.5 B- 6 2 1.5 B- 6 2.5 10.1 116 2.46 B- 6 4.3 22 6.9 B- 6 8 1.5 B- 6 9 61 25 36 99 20.2 B- 7 1.5 44 6.2 B- 7 2.8 18.1 B- 7 4 1.5 B- 7 5 11.5 125.5 4.68 B- 7 6 1.5 B- 7 7 31 16 15 62 10.7 B- 7 8 1.5 B- 7 9 15.1 116.3 2.55 B- 8 0.4 1.5 B- 8 1.3 25 14 11 61 12.6 B- 8 2 1.5 B- 8 3 10.9 118.9 4.44 B- 8 4 1.5 B- 8 5 38 16 22 68 12.9 B- 8 6 1.33 B- 8 7 15.6 119.3 1.81 B- 8 9 33 15.3 B- 9 0 0.5 B- 9 1 40 18 22 79 20 B- 9 2 0.83 B- 9 3 14.6 116.8 B- 9 4 1.5 B- 9 5 38 16 22 70 17.3 B- 9 6 0.92 B- 9 7 17.5 114.9 B- 9 8 0.58 B- 9 9 41 16 25 87 20.4 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-3 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B-10 0 0.83 B-10 1 37 16 21 74 20.8 B-10 2 1.5 B-10 3 10.8 123.8 4.27 B-10 4 1.5 B-10 5 37 15 22 70 11.9 B-10 6 1.5 B-10 7 12.1 121.1 2.53 B-10 8 1.5 B-10 9 37 14 23 65 13.9 B-11 2 13 8 5 39 10.5 B-11 3.8 9 6.3 B-11 5 1.25 B-11 6 17.7 112.4 0.62 B-11 7 1.17 B-11 8 16.5 B-11 9 1.5 B-11 9.5 28 14 14 61 18 B-12 1 29 18.9 B-12 3 16.3 B-12 5 20 16 4 41 18 B-12 7 17.6 B-12 9 20 17 3 41 18.9 109.1 B-13 1.3 28 9.7 B-13 3 11.9 B-13 5 24 10.7 B-13 7 15.6 112.1 B-13 9 29 14 15 46 19 B-14 0 1.5 B-14 1 22 14 8 55 10.2 B-14 2 1.5 B-14 3 10.3 121.1 6.66 B-14 4 1.5 B-14 5 39 16 23 88 13.1 B-14 6 1.5 B-14 6.5 7.9 B-14 9.3 70 6.7 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-4 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B-15 1.5 9.9 B-15 2.8 20 NP NP 21 6.4 B-15 5.3 25 12 13 15 6 B-15 7.3 5.4 B-15 9.3 20 10 10 9 3.1 B-16 1.5 12 4.9 B-16 4.3 18 9.1 B-16 8 0.58 B-16 9 47 14 33 75 18 B-17 0 0.92 B-17 1 33 11 22 53 16.9 B-17 2 1.17 B-17 3 14.6 117.6 1.11 B-17 5 28 9 19 46 14.3 B-17 6.8 19 8 B-17 9 8.8 B-18 1.2 1.33 B-18 1.5 29 14 15 67 16.1 116.6 1.12 B-18 2 1.25 B-18 3 16.2 B-18 4 0.58 B-18 5 28 18 10 74 16.1 B-18 6 1.17 B-18 7 29.7 95.5 0.7 B-18 8 1.5 B-18 9 29 14 15 90 15.2 B-18-1 1.2 0.83 B-18-1 1.5 45 15 30 88 21.4 B-18-1 2.8 14.1 B-18-2 1.5 40 38 2 14 26.1 B-18-2 2 0.58 B-18-2 3 19.1 B-18-2 4 0.92 B-18-2 5 28 13 15 76 17.6 115.7 1.35 B-18-2 6 1.08 B-18-2 7 14.5 119.1 1.66 B-18-2 9 19 12 7 39 11 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-5 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B-18-3 1 0.5 B-18-3 2 23 13 10 50 21.5 B-18-3 3 0.5 B-18-3 4 14.4 B-18-3 5 0.5 B-18-3 6 15 15 NP 51 13.2 B-18-3 8 0.33 B-18-3 9 22 14 8 65 16 B-19 0 1.5 B-19 1 12 B-19 2.8 33 6.6 B-19 4 1.5 B-19 5 71 16.1 B-19 6 1.33 B-19 7 13 120.7 1.96 B-19 8 0.92 B-19 9 52 12.3 B-20 1 0.5 B-20 2 48 15 33 70 21 B-20 3 1.17 B-20 4 17.8 113.9 1.91 B-20 5 1.33 B-20 6 37 12 25 69 15.3 B-20 7 1.33 B-20 8 13.5 121.6 2.46 B-20 9 1.5 B-20 9.5 30 12 18 68 13.2 B-21 1.3 21 16 5 37 11.5 B-21 2.5 8.5 117 B-21 3.8 19 18 1 56 6.8 B-21 9.8 33 10.1 B-22 1 18 11 7 24 12.5 B-22 2 1.42 B-22 4 0.67 B-22 5 48 13 35 83 20.7 B-22 6 0.83 B-22 8 1.5 B-22 9 59 17 42 96 19.7 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-6 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B-23 1.5 17.6 B-23 2.8 9.8 B-23 3.8 19 10 9 11 8.3 B-23 9.3 36 15 21 93 12.3 B-24 1.5 31 13 18 48 17.8 B-24 3.5 16.2 B-24 5.3 28 12 16 54 15.3 B-24 9 39 21.1 B-25 2 6.5 B-25 3.8 7 4.4 B-25 9.3 11 14.9 B-26 1 8.5 B-26 3 17 11 6 25 15.2 B-26 5 11.9 B-26 7.3 16 15 1 14 12.7 B-26 9.3 16 15 1 27 23.3 B-27 1 29 12 17 44 16.4 B-27 2 0.92 B-27 3 16.9 110.9 0.69 B-27 5 32 12 20 44 15.5 B-27 6 1.5 B-27 7 19.1 107.7 1.54 B-27 9 48 17 31 97 17.9 B-28 2 16 8 8 39 13.3 B-28 4 12.1 B-28 5 0.58 B-28 6 39 13 26 68 16.7 114.9 1.41 B-28 7 1 B-28 8 17.8 112.2 1.43 B-28 9 1.08 B-28 9.5 56 14 42 91 21.5 B-29 0 1.5 B-29 1 35 16 19 53 14.2 B-29 2 1.5 B-29 2.5 13.9 B-29 8 0.92 B-29 9 51 16 35 83 21.5 103.2 0.57 B-30 2 15.6 B-30 3.8 17 12 5 34 9.3 B-30 8 1.5 B-30 9 42 15 27 81 19.3 110.2 1.74 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-7 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B-31 0 1.5 B-31 1 37 12 25 76 12.7 B-31 2 1.5 B-31 3 10 122.8 6.89 B-31 4 1.5 B-31 5 34 12 22 64 9.2 B-31 6 1.5 B-31 7 11.7 B-31 8 1.5 B-31 9 54 19 35 99 16.9 117.7 1.55 B-32 2 20 10 10 31 10.6 B-32 3 1.08 B-32 4 18 110 2.01 B-32 5 1.42 B-32 5.5 16.9 B-32 6.8 59 B-32 8 1.5 B-32 9 33 13 20 9.7 B-33 0 1.5 B-33 1 39 19 20 76 17.3 B-33 2 1.5 B-33 3 13 115.2 5.56 B-33 4 1.5 B-33 5 34 15 19 76 11.9 B-33 7 9 B-33 9 23 16 7 32 7.2 B-34 0 0.67 B-34 1 24 17 7 64 13.4 B-34 2 1.5 B-34 3 11.3 114.9 2.48 B-34 5 27 18 9 45 9.1 B-34 6 1.5 B-34 7 11.4 121.1 4.66 B-34 9 29 18 11 36 12.6 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-8 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B-35 1 25 12 13 40 15 B-35 2 1.17 B-35 3 14.5 114.5 0.7 B-35 4 1.17 B-35 5 11.9 114 2.5 B-35 6.5 28 14 14 30 10.6 B-35 7.8 11.3 B-35 9.3 22 14.4 B-38 2 23 11 12 48 12.4 B-38 3 1.5 B-38 4 14.2 115.1 3.23 B-38 5 1.5 B-38 6 44 19 25 67 18.1 B-38 7 1.5 B-38 7.8 17.9 111.1 1.66 B-38 9.3 30 12 18 43 10.2 B-39 1 1.25 B-39 2 17.8 103.9 0.81 B-39 3.8 22 15 7 23 7.7 B-39 5.3 6.5 B-39 9 21 5.9 B-40 1 0.58 B-40 1.5 54 16.2 B-40 2 0.42 B-40 3 32 12 20 17.3 114.9 0.58 B-40 5 26 13 13 12 14.9 B-40 7 18.3 B-40 9 23 18.2 B-41 2 42 33 9 9 25.5 B-41 3 0.75 B-41 4 22.9 104.7 0.59 B-41 5 1.5 B-41 6 52 19 33 99 16.2 B-41 7 1.5 B-41 7.8 12.8 123.1 5.74 B-41 9.3 25 11 14 80 8.7 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-9 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B-42 1 1.08 B-42 2 66 20 46 97 20.8 B-42 3 0.75 B-42 4 20.9 105.8 1.05 B-42 5 0.75 B-42 6 66 19 47 78 22.6 B-42 7 1.5 B-42 8 18.5 123.5 0.56 B-42 9 1.5 B-42 9.5 29 13 16 92 7.3 B-43 1 1.5 B-43 1.5 23.9 B-43 2.8 50 25 25 99 18.4 B-43 3.5 1.17 B-43 4.3 17.6 114.7 1.98 B-43 5 1.17 B-43 6 22.1 103.6 0.78 B-43 7 1.33 B-43 8 20.9 B-43 9 1.5 B-43 9.5 68 30 38 99 19.4 B-44 1 1.5 B-44 1.5 59 19 40 99 17.8 B-44 2 1.5 B-44 3 16.9 116.2 0.8 B-44 4 1.5 B-44 5 55 17 38 96 20.6 B-44 6 1.5 B-44 7 22.7 109 1.3 B-44 9 31 17.8 B-45 2 31 14.7 B-45 3 0.75 B-45 4 23.5 105.7 0.56 B-45 5 1 B-45 6 60 26 34 98 24.8 B-45 7 1.5 B-45 8 10.5 125.5 1.7 B-45 9 1.5 B-45 9.5 28 13 15 81 8.8 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-10 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) B-46 1.5 25 12 13 25 12.4 B-46 3 5.8 B-46 5.5 24 16.4 B-46 9.3 33 17.3 B-47 1 0.33 B-47 2 30 18 12 52 20.3 B-47 3 0.5 B-47 4 19.1 112.4 0.65 B-47 6 23 19 4 31 15.3 B-47 8 17.1 B-47 9.5 13 19.5 B-48 2 25 16 9 46 15.4 113.4 B-48 4 17.4 B-48 6 24 19 5 26 18 B-48 7.8 19.4 B-48 9.3 24 21 3 23 19.1 BB1 1 33 11.4 BB1 2 1.08 BB1 3 14.3 129.3 1.64 BB1 4 1.5 BB1 5 26 17 9 12.3 BB1 6 1.33 BB1 7 16.1 116.1 1.51 BB1 9 20.1 BB1 14.8 49 23.5 BB1 19 1.5 BB1 19.5 97 18.8 BB2 0 1.5 BB2 1 27 16 11 72 16.1 BB2 2 0.83 BB2 3 15.7 114.2 0.97 BB2 4 1 BB2 5 15.9 BB2 6 1.33 BB2 7 26 15 11 50 14.2 BB2 8 0.67 BB2 9 15.5 120.6 0.68 BB2 14 1.5 BB2 19 1.5 BB2 19.5 52 25 27 98 18.2 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-11 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) BB3 1 23 14 9 44 13.5 BB3 2 1.33 BB3 3 15.3 117.7 2.08 BB3 4 0.5 BB3 5 36 16 20 84 18.4 BB3 6 1.5 BB3 7 12.6 BB3 8 1.17 BB3 9 19.3 105.1 1.07 BB3 14.5 26 14 12 49 13.7 BB3 19.5 17.3 BB3 24.3 26 18.9 BB3 29 1.5 BB3 29.5 59 28 31 18.1 BB36 0.5 25 10.1 BB36 1 0.75 BB36 2 30 13 17 54 16.9 110.1 1.14 BB36 6.5 1.5 BB36 7.3 15.3 116.8 1.93 BB36 8.3 26 11 15 13 BB36 9.3 26 12.7 BB36 14 1.5 BB36 14.5 11.9 128.5 2.98 BB36 19 1.5 BB36 19.5 29 12 17 86 9.4 BB36 30.3 40 11.9 BB36 39.5 54 24.8 BB36 44.5 22.6 BB36 49.5 44 16 28 94 15.3 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax 6120 S. Dairy Ashford Road Houston, Texas 77072-1010281.933.7388 Ph 281.933.7293 Fax DRAWING NO.:PROJECT NO.: APPROVED BY:PREPARED BY: DATE: 8/15/2011 SUMMARY OF LAB TEST RESULTS MAYHILL ROAD Plate A-12 DG-10-15760 RE FF Borehole Depth Liquid Limit Plastic Limit PI Percent Finer Than #200 Sieve Moisture Content (%) Dry Unit Weight (pcf) Shear Strength (UC) (tsf) Shear Str. (Pkt Pen) (tsf) BB37 0 1.5 BB37 1 24 14 10 83 8.9 BB37 2 1.5 BB37 3 6.5 117.8 4.91 BB37 4 1.5 BB37 5 9 BB37 6 1.5 BB37 7 13.6 121.8 1.18 BB37 8.8 43 14 29 87 20.6 BB37 14.5 8.9 BB37 19.5 36 13 23 96 11.6 BB37 24.5 34 4.9 BB4 0 1.5 BB4 1 24 14 10 56 7.5 BB4 2 1.5 BB4 3 9.6 117 1.27 BB4 5 23 15 8 48 11.3 BB4 7 11.6 113.8 BB4 9 25 16 9 29 15.9 BB4 14.5 16.1 BB4 19.3 9 BB4 19.8 20.6 BB4 24 1.5 BB4 24.5 50 25 25 15 Total Number of Tests: 127 127 127 161 274 74 67 154 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 214-678-0227 Ph 214-678-0228 Fax