ST9303-CN 970106'~: "' 01-06-97 A09:lO 'IN
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR THE CONSTRUCTION OF
DENTON TAP ROAD
FROM HIGHLAND DRIVE TO S.H. 121
ST 93-03
PROJECT NO. 4405
CITY OF
IllIll
PREPARED BY
DEPARTMENT OF COMMUNITY DEVELOPMENT
ENGINEERING DIVISION
AND
HALFF ASSOCIATES, INC.
AVO 12773
JANUARY, 1997
TABLE OF CONTENTS
DESCRIPTION PAGE NUMBER
Title Sheet
Table of Contents ...................................................... T-1
Addenda
Invitation to Bid .................................................... IB-1, IB-2
Proposal ......................................................... P-1 - P-7
State Reciprocal Requirement ........................................... SRR-1
List of Subcontractors .................................................. LS-1
List of Suppliers ....................................................... LS-2
Standard Form of Agreement ......................................... SF-1, SF-2
Performance Bond ................................................ PB-1, PB-2
Payment Bond ................................................... PB-3, PB-4
Standard Specifications, Special .................................... SS-1 - SS-31
Provisions and Special Specifications
Detail - Street Construction Ahead Sign ...................................... D-3
Detail - End Construction Sign ............................................ D-33
Figure V1-5 .......................................................... 6t=-3
Geotechnical Investigation ........................................... 30 Sheets
Construction Plans ................................................. 76 Sheets
T-1
Lewisville Finance Department
Purchasing Division
January 2, 1997
INVITATION TO BID
(PREQUALIFIED BIDDERS ONLY)
BID NAME: DENTON TAP ROAD (FROM HIGHLAND DRIVE TO SH 121)
PROJECT NO: 4405 BID NUMBER: 97-03-09-0015
Sealed bids, will be received by the Purchasing Division at 1100 "A" North Kealy, Lewisville,
Texas 75057 until 9:00 A.M. LOCAL TIME, FRIDAY, JANUARY 31, 1997 and then publicly
opened and read aloud for the construction project listed above. Bid envelopes should be
clearly marked with the bid number, bid opening date and company submitting the bid.
BID BOND REQUIREMENTS
Bidders are required to submit a cashier's or certified check issued by a bank satisfactory to the
City of Lewisville, or a Bid Bond (with proper Power of Attorney) from a surety licensed to do
business in the State of Texas, payable without recourse to the City of Lewisville, in an amount
not less than five (5%) percent of the total amount of the base bid submitted to insure that the
successful bidder will enter into a contract and execute all necessary bonds within fifteen (15)
days after notice of award of the contract to him. This bid security must be included in the bid
envelope along with the bid sheet for the bidder to be considered responsive.
PAYMENT AND PERFORMANCE BOND REQUIREMENTS
AFTER ACCEPTANCE OF SUCCESSFUL BIDDER
The successful bidder will be required to furnish Payment and Performance Bonds from a surety
licensed to do business in the State of Texas and having a Best Guide Rating of "A" or better in
the amount of one hundred (100%) percent of the greatest amount bid. These bonds, along with
proper insurance papers, will be incorporated as part of the final contract documents and will
remain in effect until the completion and acceptance of the project. If the amount is less than
$100,000.00, but in excess of $25,000.00, only the payment bond will be necessary.
I IIIID II IIIIII II III I IIIIIIIIIIIIIIIII
CITY OF LEWISVILLE, PURCHASING DIVISION
1100 "A" N Kealy, Lewisville, TX 75057
(972) 219-3765 Fax (972) 219-3533
IB-1
P R EQ UALI FI CATIO N
The City of Lewisville has previously advertised for submittals of prequalification. Only those
contractors who responded and were declared prequalified may bid on this project. Any bid
received from a non prequalified bidder will be returned to the bidder unopened.
Specifications, instructions to bidders, and bidding documents may be examined at the Office
of the Purchasing Manager, 1100 "A" N. Kealy Street, Lewisville, Texas 75057 and may be
obtained for a non-refundable fee of ,$40.00 per set from the office of the Building Inspection
Division on the second floor of the Municipal Building, 1197 W. Main St., Lewisville, Texas 75067.
Any questions regarding procurement procedures should be addressed to Ms. Amorelle B. Feille,
Purchasing Agent, at 1100 "A" N. Kealy St., Lewisville, Texas 75057, phone number (972) 219-
3765. Any technical questions should be addressed to Mr. William Hepworth, P.E. at 972-219-
3493.
The City is not responsible for any costs associated with the preparation of the bid from any
vendor. Also, should a vendor bid an alternate, any test costs to prove equality of product will
be at the expense of the vendor, not the City of Lewisville.
Each bidder is expected to inspect the site of the work and to inform himself regarding all local
conditions. Ignorance of existing conditions of the site will not be a basis for any changes after
the award of the bid.
Bid envelopes will be sealed and marked with bid number, name and opening time on the
outside bottom left corner to avoid the opening of any bid before the prescribed time.
Bids cannot be altered or amended after the submission deadline. Any interlineation, alteration,
or erasure made before opening time must be initialed by the signee of the bid, guaranteeing
authenticity.
In conformance with applicable statutes, the general prevailing wage rates in the locality in which
the work is to be performed have been ascertained and such rate shall be the minimum paid for
labor employed on this project; unless federal m3nies are used, in which case, specific wage
decisions will be listed as part of the overall bid documents.
The City of Lewisville reserves the right to reject any and all bids, in whole or in part; to waive
any informality in any bid, and to accept the bid which, in its discretion, is in the best interest of
the City of Lewisville. In case of ambiguity or lack of clearness in stating the prices in any bid,
the City reserves the right to consider the most advantageous construction thereof.
~e ~ ADVERTISEMENT DATES:
B. Feille THE COLONY LEADER &THE LEWISVILLE LEADER
Purchasing Agent January 8, 1997 and January 15, 1997
IB-2
PROPOSAL
City of Lewisville
Purchasing Office
1100-A North Kealy Street
P.O. Box 299002
Lewisville, Texas 75029-9002
DENTON TAP ROAD
(FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
Proposal of
(hereinafter call Bidder), a corporation organized and existing under the laws of the State
of , a partnership, or an individual doing business as
(Strike out inapplicable terms).
To the City of Lewisville, Texas (Owner)
The undersigned Bidder, in response to the Notice to Bidders for the construction of the above
project and in conformity with the bidding documents; having examined the plans, specifications,
related documents and the site of the proposed work; being familiar with all of the conditions
relating to the construction of the proposed project, including the availability of materials and
labor, hereby proposes to furnish all labor, materials, supplies, equipment, staking, testing, traffic
control, superintendence, etc., for the construction of the project in accordance with the plans,
specifications, and contract documents at the unit prices proposed herein.
The undersigned Bidder proposes, acknowledges and agrees to construct the entire project as
shown on the plans, fully in accordance with the requirements of the plans, specifications, and
the contract documents for the prices included in this Proposal and fully understands and agrees
that the various items of material, labor and construction not specifically enumerated and
provided for herein are considered subsidiary to the several items for which direct payment is
specifically provided. Further, the undersigned agrees that one such subsidiary item is the
protection, adjustment, maintenance, repair or replacement of all underground lines and services,
whether shown on the plans or not, all to the full satisfaction of the City Engineer in a timely
manner.
The Dallas Water Utility District is currently relocating approximately 800 linear feet of 30-inch
waterline within the project limits as indicated on the plans. This work is scheduled to be
complete by March 3, 1997, however, the workers involved say the relocation will be completed
in January 1997. Furthermore, the DWUD wil', make adjustments to appurtenances on the
30-inch watedine as required to suit the proposed roadway pavement as the roadway is
constructed. The undersigned Bidder hereby agrees to schedule and coordinate his work as
required to permit the DWUD to perform their work.
P-1
PROPOSAL: DENTON TAP ROAD (FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
At the time bids are being received for this project, the Texas Department of Transportation
(TXDOT) is constructing the SH 121 Bypass project. If the TXDOT contractor is at Denton Tap
Road prior to the undersigned Bidder, the TXDOT Contractor will construct storm sewer Line "B"
from Station 1 +32.22 fwd. to Station 5+81.33, including the manhole at Station 5+81.33, as
shown on Sheets 20 and 21 of the plans. The undersigned Bidder hereby agrees that if the
storm sewer items for storm sewer line "B" from Station 1 +32.32 fwd. to Station 5+81.33 are
deleted from this contract, he will have and make no claim for additional compensation due to
their deletion from the contract.
Bid items for waterline include quantities for installing approximately 2,500 linear feet of 12-inch
watedine from Station 44+43 in the 12-inch waterline (See Sheet 37 of the drawings) north along
the east side of the connecting road to the south side of FM 3040, south of Oakbrook Ddve.
Drawings for the installation of this waterline will be issued to the undersigned Bidder after the
contract is awarded. The undersigned Bidder hereby agrees to install the waterline in
accordance with the drawings to be issued. Work will include 12-inch DR18 PVC waterline, fire
hydrants, 12-inch gate valves, connection to the existing 20-inch waterline on the south side of
FM 3040 at Oakbrook Drive, with all appurtenances for the installation of the waterline being
subsidiary.
The undersigned Bidder agrees to begin work under the contract on or before the date specified
in the written Notice to Proceed, to fully complete the project within 300 consecutive calendar
days. The undersigned Bidder further agrees to pay, as liquidated damages, the sum as
specified in Item 1.36.1 of the Standard Specifications for each calendar day thereafter. It is
specifically stated and understood that the entire construction including clean up shall be
completed within the stated time.
The undersigned Bidder has contacted, within 72 hours prior to the bid opening, the Office of the
City Engineer (214) 219-3493, and has determined that all Addenda are as follows:
Addendum No. 1, dated ;
(Signature)
Addendum No. 2, dated ;
(Signature)
Addendum No. 3, dated ;
(Signature)
P-2
PROPOSAL: DENTON TAP ROAD (FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
The undersigned Bidder acknowledges that the Owner reserves the right to waive any informality
and to reject any or all proposals.
The undersigned Bidder acknowledges and agrees that this Proposal shall be good and may not
be withdrawn for 60 days from the date of bid opening.
The undersigned Bidder has shown unit prices and amounts and agrees that in the case of
discrepancy, the unit prices shown in figures shall stand that the amounts and total will be
adjusted to correspond to the unit prices shown.
In the following bid schedule, Total Amounts Bid are separated into Sub-Totals of Incorporated
Items and Sub-Totals of Consumed Items in accordance with State Law which requires
"Separated Bids" in accordance with House Bill No. 11, First Called Special Session, 1991, Texas
Legislative Session (Texas 72nd Legislature). Sub-Totals of Incorporated items include materials,
supplies, equipment and other tangible property incorporated into the real property being
improved (incorporated items). Sub-Totals of Consumed Items include all materials, supplies,
equipment and other tangible personal property used or consumed (consumed items) by the
CONTRACTOR in performing the contract with the OWNER, but not incorporated into the real
property being improved.
P-3
PROPOSAL: DENTON TAP ROAD (from Highland Drive to S.H. 121)
PROJECT NO. 4405
Item No. Description Unit Quantity Unit Price Amount
1. Start Up (Bonds, Insurance, Move In,
Sanitary Facilities, Construction Signing) LS 1 $ $
NOTE: This item may not exceed
5% of the total bid.
2. Preparing Right-of-Way 100 FT STA 45 $ $
3. Unclassified Street Excavation CY 11,356 $ $
4. 4-Inch Topsoil & Hydromulch Seeding SY 33,766 $ $
5. Silt Fence LF 4,280 $ $
6. Stabilized Construction Entrance SY 170 $ $
7. Inlet Protection EA 18 $ $
8. 6-Inch Lime Stabilization SY 30,000 $ $
9. Hydrated Lime TN 410 $ $
10. MC-30 Prime Coat SY 1,464 $ $
11. RC-2 Tack Coat SY 1,464 $ $
12, 4-Inch Thick Type "D" Temp HMAC SY 1,464 $ $
13. 8 -Inch Reinforced Concrete Pavement SY 29,000 $ $
(3,500 psi, 3,750 psi for Intersections)
14. 6-Inch Concrete Curb LF 9,774 $ $
15, Concrete Pavement Header LF 340 $ $
16. 4-Strand Barbed Wire Fence LF 1,930 $ $
17. 10 - Foot Gate EA 1 $ $
18. 5-Inch Reinforced Concrete Sidewalk SF 16,600 $ $
19. 5-Inch Stamped Concrete Median Pavement SF 1,188 $ $
20. Barricade at Temporary Dead End LF 265 $ $
21. Pavement Signing and Permanent LS 1 $ $
Pavement Markings
22. 3" Sch 40 PVC for Future Traffic Signal LF 840 $ $
23. 3" Sch 40 PVC for Future Street Lights LF 700 $ $
24. Unclassified Channel Excavation CY 300 $ $
25. 18-Inch Class III RCP Storm Drain LF 757 $ $
26. 21-Inch Class III RCP Storm Drain LF 606 $ $
P-4
PROPOSAL: DENTON TAP ROAD (from Highland Drive to S.H. 121)
PROJECT NO. 4405
Item No. Description Unit Quantity Unit Price Amount
28. 27-Inch Class Ill RCP Storm Drain LF 190 $ $
29. 30-Inch Class III RCP Storm Drain LF 1,149 $ $
30. 33-Inch Class Ill RCP Storm Drain LF 84 $ $
31. 36-Inch Class III RCP Storm Drain LF 525 $ $
32. 42-Inch Class Ill RCP Storm Drain LF 396 $ $
33. 48-Inch Class III RCP Storm Drain LF 420 $ $
34. 60-Inch Class Ill RCP Storm Drain LF 175 $ $
35. 66-Inch Class III RCP Storm Drain LF 152 $ $
36. 6- Foot x 6- Foot Concrete Box Culvert LF 122 $ $
37. 7-Foot x 5-Foot Concrete Box Culvert LF 294 $ $
(including headwalls and wingwalls)
38. 18-Inch Slotted Drain LF 95 $ $
39. 5-Foot Recessed Curb Inlet EA 5 $ $
40. 10-Foot Recessed Curb Inlet EA 12 $ $
41. 4-Foot x 4-Foot Drop Inlet EA 1 $ $
42. 4-Foot Square Storm Drain Manhole EA 10 $ $
43. 5-Foot Square Storm Drain Manhole EA 1 $ $
44. 6-Foot Square Storm Drain Manhole EA 1 $ $
45. 7-Foot Square Storm Drain Manhole EA 1 $ $
46. Storm Drain MH Riser-7'x5' Box Culvert EA 1 $ $
47. Reconnect Existing Grate Inlet to 6'x6' EA I $ $
Box Culvert
48. Connect to Existing 6'x6' Box Culvert EA 1 $ $
49. 24-Inch Rock Rip Rap CY 200 $ $
50. Trench Safety System LF 11,272 $ $
51. Connection to Existing 12-Inch Water Line EA 3 $ $
or 14-Inch Waterline
52. Rotate Existing 20" SxB 12" F Tee (2.5' Length) LS 1 $ $
180 Degrees on the Existing 20" Waterline on
the South Side of FM 3040 and Connect 12"
Waterline
53. 12-Inch DR-18 PVC Water Line LF 5,685 $ $
-- P-5
PROPOSAL: DENTON TAP ROAD (from Highland Drive to S.H. 121)
PROJECT NO. 4405
Item No. Description Unit Quantity Unit Price Amount
54. 12-Inch Gate Valve EA 16 $ $
55. Blow-Off Valve Assembly &Discharge Pipe EA 1 $ $
56. Air Release Valve Assembly EA 1 $ $
57. Fire Hydrant Assembly EA 11 $ $
58. 2-Inch Service Line Assembly EA 3 $ $
(for future irrigation system)
59. Concrete Encasement for Water Line LF 10 $ $
60. 24" Dia. Steel Casing for Water Line LF 20 $ $
61. Remove Existing Waterline 14" and Less LF 325 $ $
in Nominal Diameter
62. 8-Inch SDR 35 PVC Sewer Pipe LF 562 $ $
(Various Depths)
63. Bored Crossing (15" Steel Casing Pipe LF 100 $ $
and 8-Inch Ductile Iron Carrier Pipe)
64. Standard 6-Foot Dia. Sanitary Sewer Manhole EA 4 $ $
(Various Depths)
65. Standard 6-Foot Dia. Sanitary Sewer Drop EA 1 $ $
Manhole
66. Concrete Encasement for Sanitary Sewer Line LF 30 $ $
67. Remove Existing 27-Inch Sanitary Sewer Line LF 140 $ $
68. Remove 8-Inch Dia. Pipe Stub From Sanitary EA 1 $ $
Sewer Manhole and Repair Manhole
69. Relocate Existing 24-Foot Gate to Driveway LS 1 $ $
Approach & Reconstruct Fence as Required
at Sta. 43+00 on Rif~ht
70. At Roadway Sta. 14+60, 60 Feet Right, LS I $ $
Salvage Existing Fire Hydrant Assembly,
Remove Existing 12"x6" Tee and Insert
Section of 12-Inch Waterline
SUB-TOTAL OF INCORPORATED ITEMS $
SUB-TOTAL OF CONSUMED ITEMS $
TOTAL AMOUNT BID: $
P-6
PROPOSAL: DENTON TAP ROAD (FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
The undersigned Bidder agrees to execute the Agreement and furnish the required Performance
Bond and Payment Bond within fifteen calendar days from the date of award of a contract by the
City; and agrees that any delay in furnishing the signed Agreement and Bonds will result in
liquidated damages being applied in accordance with Item 1.36.1 of the Standard Specifications.
The undersigned Bidder has attached and made a part of this Proposal a bid security in
conformance with Item 1.5 of the Standard Specifications and in accordance with the Notice to
Bidders.
Submitted:
(Signature)
(Name - Typed or Printed)
(Title)
(Seal, if corporation)
(Firm Name)
(Address)
(City/County/State/Zip Code)
(Telephone Number/Include Area Code)
(Date)
(A~est)
P-7
STATE RECIPROCAL REQUIREMENT
DENTON TAP ROAD
(FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
THE CITY OF LEWISVILLE, AS A GOVERNMENTAL AGENCY OF THE STATE OF TEXAS, MAY
NOT AWARD A CONTRACT FOR GENERAL CONSTRUCTION, IMPROVEMENTS, SERVICES OR
PUBLIC WORKS PROJECTS OR PURCHASES OF SUPPLIES, MATERIALS, OR EQUIPMENT TO
A NON-RESIDENT BIDDER UNLESS THE NON-RESIDENT'S BID IS LOWER THAN THE LOWEST
BID SUBMITtED BY A RESPONSIBLE TEXAS RESIDENT BIDDER BY THE SAME AMOUNT THAT
A TEXAS RESIDENT BIDDER WOULD BE REQUIRED TO UNDERBID A NON-RESIDENT BIDDER
TO OBTAIN A COMPARABLE CONTRACT IN THE STATE IN WHICH THE NON-RESIDENT'S
PRINCIPAL PLACE OF BUSINESS IS LOCATED (ARTICLE 601g.V.T.C.S.). BIDDER SHALL
ANSWER ALL THE FOLLOWING QUESTIONS BY ENCIRCLING THE APPROPRIATE RESPONSE
OR COMPLETING THE BLANK PROVIDED.
1. IS YOUR PRINCIPAL PLACE OF BUSINESS IN THE STATE OF TEXAS?
YES NO
2. IF THE ANSWER TO QUESTION 1 IS "YES", NO FURTHER INFORMATION IS NECESSARY;
IF "NO", PLEASE INDICATE:
A. IN WHICH STATE YOUR PRINCIPAL PLACE OF BUSINESS IS LOCATED:
B. DOES THAT STATE FAVOR RESIDENT BIDDERS (BIDDERS IN YOUR STATE) BY
SOME DOLLAR INCREMENT OR PERCENTAGE:
YES NO
C. IF "YES", WHAT IS THAT DOLLAR INCREMENT OR PERCENTAGE:
SRR-1
CITY OF LEWISVILLE, TEXAS
DENTON TAP ROAD (FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
PROPOSED SUBCONTRACT BREAKDOWN
1. Subcontractor
Address
Phone #
Description of Work
2. Subcontractor
Address
Phone #
Description of Work
3. Subcontractor
Address
Phone #
Description of Work
4. Subcontractor
Address
Phone #
Description of Work
5. Subcontractor
Address
Phone #
Description of Work
Reference is made to Item 19 on Page SS-7
LS-1
CITY OF LEWISVILLE, TEXAS
DENTON TAP ROAD (FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
LIST OF SUPPLIERS
1. Item Supplied
Supplier
Address
Phone #
2. Item Supplied
Supplier
Address
Phone #
3. Item Supplied
Supplier
Address
Phone #
4. Item Supplied
Supplier
Address
Phone #
LS -2
STANDARD FORM OF AGREEMENT
As Adopted by
City of Lewisville
Denton County, Texas
March 1, 1989
Approved as to Legal Form by
City Attorney
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into the __ day of A.D. 1997, by
and between the City of Lewisville of the County of Denton and State of Texas, acting through
Charles R. Owens, City Manager thereunto duly authorized so to do, Party of the First Part,
hereinafter termed OWNER, and of the City of , County of
and State of , Party of the Second Part, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the Party of the First Part (OWNER), and under the
conditions expressed in the bond bearing even date herewith, the said Party of the Second Part
(CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and
complete the construction of certain improvements described as follows:
DENTON TAP ROAD
(FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
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 the materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories
and services necessary to complete the said construction, in accordance with the conditions and
prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors,
General and Special Conditions of Agreement, Plans and other drawings and printed or written
explanatory matter thereof, and the Specifications and addenda therefore, as prepared by the
City of Lewisville, Department of Community Development, Engineering Division, and Halff
Associates, Inc., herein entitled the ENGINEER, together with the CONTRACTOR'S written
Proposal, the General Conditions of the Agreement, and the Performance and Payment Bonds
hereto attached; all of which are made a part hereof and collectively evidence and constitute the
entire contract.
SF-1
The CONTRACTOR hereby agrees to commence work within ten (1 O) days after the date
written notice to do so shall have been given to him, and to fully complete the same within 300
consecutive calendar days after the date specified in the written notice to commence work,
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.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the
year and day first above written.
CITY OF LEWISVILLE
Party of the First Part (OWNER) Party of the Second Part (CONTRACTOR)
BY: BY:
Charles R. Owens, City Manager
A'I'rEST: A'I'rEST:
Marty Hendrix, City Secretary
SF-2
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOWN ALL MEN BY THESE PRESENTS: That of the City of
, and State of , as principal, and
authorized under the laws of the State of Texas to act
as surety on bonds for principals, are held and firmly bound unto the City of Lewisville (Owner),
in the penal sum of dollars ( ) for the payment whereof,
the said Principal and Surety bind themselves, and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner, dated
the __ day of ., 1997 to construct:
DENTON TAP ROAD
(FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe
and i~erform all and singular the covenants, conditions and agreements in and by said contract
agreed and covenanted by the Principal to be observed and performed, and according to the
true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then
this obligati ~n shall be void; otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160
for Public Work of the revised Civil Statutes of Te:~as as amended and all liabilities on this bond
shall be determined in accordance with the prov;sions of said Article to the same e.~.ent as if it
were copied at length herein".
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in anyway 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.
PB-1
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
instrument this __ day of 1997,
Principal Surety
By: By:
Title: Title:
Address: Address:
The name and address of the Resident Agent of Surety is:
PB-2
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That of the City of
County of , and State of , as principal, and
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound unto the City of Lewisville (Owner), in
the penal sum of Dollars
( .) for the payment whereof, the said Principal and surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner, dated
the __ day of , 1997 to construct:
DENTON TAP ROAD
(FROM HIGHLAND DRIVE TO S.H. 121)
PROJECT NO. 4405
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall pay all claimants supplying labor and material to him or a subcontractor in the
prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise
to remain in full force and effect;
?ROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article
5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be
determined in accord;,, ,ce with the provisions of said Article to the same extent as if it were
copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specificalions or drawings 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.
PB-3
IN WITNESS WHEREOF, the same Principal and Surety have signed and sealed this
instrument this __ day of , 1997.
Principal Surety
By: By:
Title: Title:
Address: Address:
The name and address of the Resident Agent of Surety is:
PB-4
STANDARD SPECIFICATIONS
Standard Specifications of the City of Lewisville are the "Standard Specifications for Public Works
Construction" as published under the authority of the North Central Texas Council of
Governments. This publication, Second Edition, 1987 along with 1988, 1989, 1990, 1991 and
1992/1993 Amendments, shall comprise the Standard Specifications for this project.
A. Special Provisions to the General Provisions of the Standard Specifications:
1. Technical specifications (Special Specifications) included in the Contract
document package shall supersede the standard specifications.
2. Prospective bidders may make written request to the City Engineer for clarification
and alterations in the plans, specifications and form of contract. Such request
must be received by the City Engineer no later than 2:00 p.m. on the Wednesday
first preceding the Tuesday on which the bids are to be opened. The City
Engineer will be the sole judge as to the necessity to an addendum or letter of
clarification. Oral statements shall in no way be considered as part of the contract
and will not be considered as binding.
3. Five (5) sets of the contract documents, exclusive of the "Standard Specifications
for Public Works Construction" referenced above, will be furnished without charge
to the CONTRACTOR for construction purposes. Additional copies may be
obtained from the City at actual reproduction cost.
4. Item 1.3: Add the following paragraphs after Paragraph 2:
In the preparation of Drawings and Specifications, Engineer has established and
relied upon the following reports of explorations and tests of subsurface conditions
at the site of the work:
Report dated September 1993 prepared by Rone Engineers, Dallas, Texas,
entitled: "Geotechnical Investigation for Denton Tap Road and Edmonds Lane,
Lewisville, Texas". The technical data contained in such report is the log of
borings shown for Borings B-1 through B-7 provided in the Appendix of the report
and it represents the conditions only at the point of the boring at the time the
boring was made and are furnished for general information only. A copy of this
report is included in these documents. Variations from the conditions indicated
by the borings shall not be used as a basis for claim of changed conditions. The
CONTRACTOR may take borings at the site to satisfy himself as to subsurface
conditions prior to bidding.
5. Item 1.4: Sentence 4 shall be changed to read: "In the cases of discrepancy
between unit prices and amounts, the unit price shown in figures shall stand and
the amount and total will be adjusted to correspond to the unit price shown".
SS-1
6. Item 1.19: Priority of Contract Documents is revised as follows: Insert the words
"addenda (last over first)" between "Proposal" and "Special Provision".
7. Item 1.20.1: Obtaining copies of NCTCOG Standard Specifications is the
responsibility of the CONTRACTOR.
8. Item 1.21.1 Surety Bonds: Paragraph (a) Performance Bond. The last sentence
of this paragraph is hereby deleted and replaced with: This bond shall provide
for the repair and/or replacement of all defects due to faulty materials and
workmanship that appears within a period of two years from the date of
acceptance by the Lewisville City Council of the improvements.
9. Item 1.21.1 Surety Bonds: Add the following paragraph:
"(e) Insurance Company to Remain on Published List. The insurance company
that furnishes the surety bonds shall be and shall remain on the Texas State
Board of Insurance, List of Insurance Companies Licensed to Write Fidelity and
Surety Bonds in Texas. If the insurance company that issued the surety bonds
fails to maintain this status, then the CONTRACTOR shall immediately and without
delay have an insurance company on the Texas State Board of Insurance, List of
Insurance Companies Licensed to Write Fidelity and Surety Bonds in Texas,
furnish for the project, additional or replacement bonds."
10. Item 1.22.3: The CONTRACTOR's attention is drawn to paragraphs I and 4 of this
item and paragraphs 1 and 3 of Item 1.30.
11. Item 1.22.5: The CONTRACTOR shall submit to the OWNER a construction
schedule setting out items of construction, limits, times and actual dates. If the
schedule is acceptable to the OWNER, the OWNER will approve it; if the schedule
is unacceptable, it will be returned to the CONTRACTOR for revision and
resubmittal. If the CONTRACTOR wants to deviate from the approved schedule,
he must submit a revised schedule to the OWNER for consideration. The entire
work shall be prosecuted in a continuous manner in accordance with the
approved schedule. Proposed stackpile locations must be approved by the
OWNER prior to depositing material.
12. Item 1.26.1 CQNTRACTOR'S Insurance: Rule 28 TAC Sec. 110.110, as follows,
applies to this contract.
Workers' Compensation Insurance Coverage
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
SS-2
person's or entitys 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 coverage
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
t; ,a governmental entity showing that coverage has been extended.
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.
SS-3
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;
(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;
SS-4
(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 (I) - (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 ten days after receipt of notice of breach from the
governmental entity.
In addition to the above the following applies to all persons providing
services on this construction contract:
"By signing this contract or providing or causing to be provided a
certificate of coverage, the person signing this contract is representing to
the governmental entity that all employees of the person signing this
contract who will provide services on the project will be c, overed 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."
13. Item 1.27.4 - Special Warranty: The first sentence of this paragraph is hereby
deleted and replaced with:
SS-5
"If within two years after the final acceptance of the work by the OWNER, as
evidenced by the final certificate of acceptance or within a longer or shorter period
of as may be prescribed by law or by the terms of any other special warranty on
designated equipment, any of the work is found to be defective or not in
accordance with the contract documents, the CONTRACTOR shall correct it
promptly after receipt of a written notice from the OWNER to do so".
14. Item 1.30: The CONTRACTOR shall designate a full-time superintendent who shall
be on the job site at all times during construction including times when work is
being performed by subcontractors. The OWNER'S Representative will
communicate only with the superintendent. The CONTRACTOR may replace with
designated superintendent by written notification to the OWNER.
15. Item 1.32: All objectionable surplus and waste material due to construction shall
be removed from the site at the CONTRACTOR'S expense.
16. Item 1.32.1: "Construction Stakes" is amended to the extent that the OWNER will
provide initial horizontal and vertical control for construction of this project. the
control will be staked one time only by the OWNER. Any restaking will be at the
CONTRACTOR'S expense. All other construction staking will be at the expense
of the CONTRACTOR.
17. Item 1.36: Delete the first paragraph of Section 1.36, Delays; Extension of Time;
Liquidated Damages, and replace with the following:
"The CONTRACTOR shall be entitled to an extension of working time under this
contract only when claim for such extension is submitted to the owner in writing
by the CONTRACTOR within seven days from and after the time when any alleged
cause of delay shall occur; and then only when such time is approved by the
OWNER. In adjusting the working time for the completion of the projects, the
OWNER will consider delays due to acts of God, or the public enemy, acts of the
OWNER, fires, floods, epidemics and quarantine restrictions. The OWNER may,
but is not obligated to, take into account any unforeseeable causes of delay which
the Owner considers beyond the ccntrol and without the fault or negligence of the
CONTRACTOR. It is anticipated that during the course of the contract, inclement
weather (rain or freezing temperatures) will hinder or prevent work. The contract
time has been established assuming that up to 20% of the contract days will be
inclement weather days, during which no work can be performed. No extension
of time will be granted for such inclement weather days. The OWNER may grant
an extension of time for inclement weather days beyond 20% of the contract item,
but is under no obligation to do so.
18. Item 1.42.3: Delete the first and last paragraphs of Item 1.42.3 and replace with
the following:
'q'he CONTRACTOR shall engage the services of an acceptable testing laboratory
company to perform all required testing services. The CONTRACTOR (not the
SS-6
OWNER) shall pay all costs for these services, including any retesting after failure
to pass tests. The CONTRACTOR shall obtain OWNER'S acceptance of the
testing laboratory before having services performed.
Written reports of tests and engineering data furnished by CONTRACTOR for
OWNER'S review shall be submitted as specified in Item 1.28, Shop Drawings".
Please refer to Item 5.8.6. "Pavement Testing":
(b) "Pavement Thickness Test". Twenty-two (22) One-Inch diameter cores will be
required for pavement thickness testing. The City will select the exact locations
for all of these tests.
19. Item 1.46 - add the following paragraph:
"The CONTRACTOR shall perform with his own organization and with the
assistance of workmen under his immediate superintendence, work of a value not
less than 50 percent of the value of all work embraced in the contract exclusive
of items not commonly found in contract for similar work and exclusive of items
that require highly specialized knowledge, craftsman and/or equipment not
ordinarily available in the organization of CONTRACTORS performing work of the
character embraced in the contract".
20. Item 1.51. "Monthly Estimate, Partial Payments, Retainage, Final Inspection,
Acceptance and Final Payment"
Delete from the first paragraph of 1.51.1:
"The monthly estimate may include acceptable non-perishable materials delivered
to the work site; such payment shall be allowed on same percentage basis of the
net invoice value as provided hereinafter."
Add in its place, the following:
The City will pay for materials on hand only under the following conditions:
a) The CONTRACTOR shall provide proof of payment for the materials.
b) The materials shall be secured in a manner acceptable to the City.
c) Payment will not be made for small items, and other items not easily
measured.
d) No payment will be made for small quantities of material on hand (less
than 0.5% of the contract amount).
SS-7
e) No payment for materials on hand will be made for items such as paint,
mastics, cement and other similar materials.
21. Item 1.58 - State and Local Sales Tax is hereby deleted and replaced with the
following:
"ITEM 1.58. STATE AND LOCAL SALES TAXES
The OWNER qualifies for exemption from the State and local sales and use taxes
in accordance with House Bill No. 11, First Called Special Session, 1991 Texas
Legislature Session (Texas 72nd Legislature). In accordance with House Bill No.
11, cost of materials incorporated into the final product is tax exempt and must be
separated from other costs which are not tax exempt.
In accordance with the above:
a. The CONTRACTOR shall issue an exemption certificate in lieu of the tax on
the purchase of all materials, supplies, equipment and other tangible
personal property incorporated into the real property being improved.
b. All materials, supplies, equipment and other tangible personal property
used or consumed by the CONTRACTOR in performing the contract with
the OWNER will not qualify for sales or use tax exemption.
Total Amounts Bid in the PROPOSAL will be separated (SEPARATED
CONTRACT) into Sub-Totals of Incorporated Items and Sub-Totals of
Consumed Items in accordance with the above in order that sub-total
costs of all materials, supplies, equipment and other tangible property
being incorporated into the real property being improved can be
determined.
The OWNER will issued a Certificate of Tax Exemption to the
CONTRACTOR in the total amount bid for Incorporated Items after the
contract is awarded."
B. Special Provisions to the Materials and Construction Methods of the Standard
Conditions.
Only items in the Proposal are Pay Items. Other specification items will be complied with;
however, their measurement and payment provisions are hereby deleted.
The price bid shall cover all work required by the Contract Documents. All costs in
connection with the proper and successful completion of the work, including furnishing
all materials, equipment, supplies, and appurtenances; providing all construction plant,
equipment, and tools; and performing all necessary labor and supervision to fully
complete the work, shall be included in the unit and lump sum prices bid. All work not
specifically set forth as a pay item in the Proposal shall be considered a subsidiary
SS-8
obligation of CONTRACTOR and all costs in connection therewith shall be included in the
prices bid.
Work that is subsidiary includes, but is not limited to, traffic control (including barricades),
signing, detour pavement required during construction, pipe fittings, thrust blocks,
removing existing drainage facilities as required (including storm sewer, inlets and
manholes), grouting abandoned waterlines, removing existing pavement and sidewalk as
required and as indicated on the drawings, removal of waste from the site, sawcut and
break out grooves, sawcutting concrete pavement joints, installing dowels, clean up, and
all other work required to complete the project and restore the areas of construction to
their pre-construction conditions.
Special provisions to the materials and construction methods of the Standard
Specifications as applicable to the Proposal Pay Items are as follows:
1. Payment for Start-Up, Proposal Item 1, shall be on a lump sum basis. The
amount bid for this item shall not exceed five (5) percent of the Total Amount Bid.
If the bid for Item 1 exceeds 5% of the Total Amount Bid, the amount in excess
of 5% shall be paid on the project progress estimates throughout the duration of
the project, with the amount determined by the percent complete on all other bid
items for the project.
2. Payment for Preparing Right of Way, Proposal Item 2, shall be per 100 foot
station. This item includes sawcutting existing pavement, as well as removing
approximately 4,722 square yards of existing concrete pavement and removing
approximately 326 linear feet of existing concrete curb and gutter.
Also included is removal of inlets, manholes and storm sewer pipes and the
placement of concrete plugs in existing storm sewers, as required. Final payment
shall be for the plans quantity of 45 stations. (No measurement will be made.)
3. Payment for Unclassified Street Excavation, Proposal Item 3, shall be per cubic
yard. This item also includes all work in accordance with Embankment Standard
Specifications. Final payment shall be for the plans quantity of 11,356 cubic
yards. (No measurement will be made.)
4. For Item 10 (MC-30 Prime Coat), Item 11 (RC-2 Tack Coat) and Item 12 (4-Inch
Thick Type "D" Temp HMAC), the CONTRACTOR shall provide to the City shipping
tickets for those materials. Payment for these items shall be per square yard of
each item measured in its final position.
5. Payment for 8-Inch Reinforced Concrete Pavement (3,500 PSI) (3,750 PSI for
intersection), Proposal Item 13, shall be per square yard measured in its final
position. Eight-Inch Reinforced Concrete Pavement (Standard Specification Item
5.8) shall use Type I cement and shall conform to Standard Specification Item
7.4.5,b, Class C concrete. Reinforcing shall be 60 KSI steel. This item includes
all work required for sawcutting joints and joint sealant.
SS-9
6. Six-Inch Concrete Curb, Proposal Item 14, shall be paid per linear foot of curb in
place. The curb shall be reinforced and constructed in accordance with details
shown in the plans.
7. Five Inch Reinforced Concrete Sidewalk, Proposal Item 18, shall consist of
constructing sidewalk and barrier free ramps as indicated on the drawings and/or
specified by the CITY during construction. Payment shall be per square foot of
sidewalk measured in its final position.
8. Payment for Unclassified Channel Excavation, Proposal Item 24, shall be per cubic
yard. Final payment will be for plans quantity of 300 cubic yards. (No
measurement will be made.)
9. Trench Safety Systems, Proposal Item 50, shall be per linear foot of trench. The
CONTRACTOR is responsible for the preparation and proper execution of the
Trench Safety Program. Trench safety and excavation systems must meet all the
requirements of the Occupational Safety and Health Administration's Standards for
trench safety in effect during the construction period for the project. This item
applies to all trench greater than 5 ft. in depth.
10. The following applies to Item 52 "Rotate Existing 20-inch SxB 12-inch F Tee (2.5-
foot length) 180° on the existing 20-inch waterline on the south side of FM 3040
and connect 12-inch waterline:"
On Sheet 76 of the drawing is a reproduction of shop drawings for the existing 20-
inch waterline under FM 3040. The valve at the north side of this crossing is
closed. The CONTRACTOR hereby agrees to include in the proposal item the
following:
a) Work to remove the 20-inch SxB 12-inch F Tee (2.5-foot length) on the
south end of the existing 20-inch waterline (south side of FM 3040) and
rotate it 180° so that the 12-inch Tee faces west. The 12-inch waterline
shall be connected to this tee and a new thrust block placed on the 20-
inch plug.
b) The existing 20-inch waterline beneath FM 3040 shall be pudfied by the
CONTRACTOR before it is placed in service. (Chlorination, flushing and
testing is required.)
11. Payment for Item 53, for untested waterlines, will be made up to a maximum of
70% of their total cost. The remaining 30%, not to include the standard retainage,
will be withheld until the waterline has been successfully tested. Tests required
include pressure test, purification and backfill compaction.
12. Payment for Standard Fire Hydrant Assembly, Item 57, includes 6-inch gate valve,
fire hydrant lead and all appurtenances.
SS-IO
13. Item 58, Two-Inch Service Line Assembly (for future irrigation) includes corporation
stop, 2-inch copper waterline with no splices, 2-inch gate valve, 2-inch plug and
all appurtenances.
14. Payment for Item 62, 8-inch SDR 35 PVC Sewer Pipe (various depths), will be
made up to a maximum of 70% of their total cost. The remaining 30%, not to
include the standard retainage, will be withheld until the sanitary sewer has been
successfully tested. Tests required include T.V. testing and backfill compaction.
SPECIAL SPECIFICATIONS
1. "Road Construction Ahead" (a total of 6 each) and "End Construction" (a total of 6 each)
signs shall be installed in accordance with Figure 6-1 (Rural District) of the "1980 Texas
Manual on Uniform Traffic Control Devices". The exact locations will be determined by
the OWNER. The CONTRACTOR shall provide flagmen to protect the public in
accordance with all governing laws and regulations. The CONTRACTOR shall not install
regulatory signs, but may request such signs be installed by the OWNER. The installation
of "Road Construction Ahead" and "End Construction" signs shall be made and such
approved at least 48 hours prior to any construction or the moving of any equipment or
materials onto or nearby the site.
2. Construction signing shall be placed on new 4" x 4" wooden posts (two required except
"Road Construction Ahead" may be on one post). Upon post removal, the holes shall be
filled and compacted. Signs shall be new.
3. The CONTRACTORshall provide construction and maintenance signs, construction lights,
barricades, channelizing devices, and flagmen as required to provide for the safety of the
traveling public. These items shall be in accordance with the traffic control plan the
recommended practices of the "1980 Texas Manual on Uniform Traffic Control Devices
for Streets and Highways".
4. Construction signing shall not be removed from the project until approved by the
OWNER.
5. No street shall be closed except upon written authority from the OWNER.
6. At the end of each day, the CONTRACTOR shall prepare the work to the satisfaction of
the OWNER.
7. Prior to beginning construction, the CONTRACTOR shall contact all utility companies with
utilities in the area and the property owners, 48 hours in advance of starting work. If
necessary, test ditches will be dug to verify actual locations and conditions.
Denton County Electric Cooperative ..................... (817) 430-1195
General Telephone ...................................... 318-8850
Texas-New Mexico Power Company ......................... 436-3561
Lone Star Gas Company .................................. 436-1561
SS-11
Lone Star Gas Company, Bill Bettis
Transmission Pipe Line Department .................... 579-7119
8. Information shown on these plans concerning type and location of underground utilities
is not guaranteed to be accurate or all inclusive. The CONTRACTOR is responsible for
making his own determination as to type and location of underground utilities as may be
necessary to avoid damage thereto. The CONTRACTOR shall verify location of
underground pipelines, conduits and structures by contacting the owners of the
underground facilities and prospecting in advance of excavation operations. The
CONTRACTOR shall pay for all repairs resulting from the construction of this project and
no additional payment will be made by the CITY.
Furthermore, whenever the OWNER requests the CONTRACTOR to uncover any water
line, sewer line or pipe line, or any other underground utility line well in advance of his
construction activity in order to confirm locations of utilities, the CONTRACTOR shall
comply with the OWNER'S request.
9. Boundary fences or other improvements removed to permit this construction shall be
replaced in the same location and left in a condition as good or better than that in which
they were found. Temporary fencing shall be installed as required. Cost of temporary
fencing is incidental to contract bid items.
Where surface drainage channels are disturbed or blocked during construction, they shall
be restored to their original condition of grade and cross section.
1 O. The CONTRACTOR shall at all times keep the job site as free from all material, debris and
rubbish as is practicable and shall remove same from any portion of the job site as
construction of that portion is completed. No item of work will be considered complete
for payment purposes until required cleanup has been performed.
Upon completion of the work, the CONTRACTOR shall remove from the site all plants,
materials, tools and equipment belonging to him and leave the site with an acceptable
appearance.
11. No material which has been used by the CONTRACTOR for any temporary purpose
whatever is to be incorporated in the permanent structure without wdtten consent of the
CITY.
Where materials or equipment are specified by a trade or brand name, it is not the
intention of the OWNER to discriminate against an equal product of another manufacturer,
but rather to set a definite standard of quality of performance, and to establish an equal
basis for the evaluation of bids. Where words "equivalent", "proper", or "equal to" are
used, they shall be understood to mean that the thing referred to shall be proper, the
equivalent to, or equal to some other thing, in the opinion or judgment of the Engineer.
Unless otherwise specified, all materials shall be the best of their respective kinds and
shall be in all cases fully equal to approved samples. Notwithstanding that the words "or
equal to" or other such expressions may be used in the specifications in connection with
SS-12
a material, article or process specifically designated shall be used, unless a substitute
shall be approved in writing by the Engineer, and the Engineer shall have the right to
require the use of such specifically designated material, article or process.
12. The CO NTRACTOR'S attention is directed to the requirement by Item 6.7 Underground
Circuit Installation in the Standard Specifications for Public Works for Construction,
specifically Section 6.7.1 General, paragraph 2 under (a). The CONTRACTOR is required
to provide, and to install at the end of each working day, a temporary plug in the end of
the utility main being installed under this contract.
13. The following materials tests will be required for the project:
a. Fill Compaction: The testing laboratory will make tests of in-place density at
points selected by the City Inspectors at a minimum rate of one density test for
each 5,000 square feet per lift unless otherwise directed by the City Inspectors.
Tests shall be in accordance with ASTM D 2922-81.
b. Backfill Compaction: The testing laboratory will make tests of in-place density in
accordance with ASTM D 2922-81 of points selected by the City Inspector. A
minimum of one density test will be made for each 200 linear feet of every lift for
water, sewer, and storm drain construction.
c. Concrete: Four standard 6-inch test cylinders shall be made from each type or
strength of concrete for each pouring operation, but not less than five cylinders
from each 100 yards of concrete placed. Cylinders shall be made and cured, as
prescribed by ASTM Specification C-31, and broken, two at seven days, and three
at twenty-eight days, as prescribed by ASTM Specification C-39.
"During construction, trench backfill shall be tested to see if it meets the moisture and
density requirements for the project. The minimum number of tests required for utilities
is as follows:
Sanitary Sewer ........................................ 280 Tests
Waterline ............................................. 240 Tests
Storm Sewer .......................................... 430 Tests
The City Inspectors shall determine the location and depth for each test to be performed.
When backfill tested fails to meet the required density, trench backfill in the vicinity of the
test, i.e. for a minimum of 50 feet in both directions from the test location, shall be
removed and replaced with compaction. Thereafter, three tests shall be performed, in
addition to the above stated number of tests, on the material removed and replaced, to
determine if it is in accordance with the project compaction requirement."
The number of tests specified in this item is the exact number required for waterline and
storm sewer backfill compaction on this project, except additional tests are required as
-- specified when a backfill compaction test fails.
SS-13
14. Any temporary pavement (asphalt - minimum 2 inches thick) required to keep traffic open,
when it is not specifically called for in the plans shall be considered incidental to the
contract bid prices. All travelled surfaces must be paved.
15. Valves, fire hydrants and meter boxes shall be located outside the sidewalk areas.
16. Existing concrete pavement, curb, asphalt pavement, or curb and gutter to be removed,
whether in streets or drives, shall be sawed along neat lines where portions are to be left
in place.
17. On-site soils, free of organic matter and other debris may be used for fill to raise the
roadbed to grade. Areas to receive fill shall be stripped of vegetation and foreign matter
to a depth of 3 inches. Just pdor to fill placement the surface shall be proofrolled. All
soft or loose areas identified during proofrolling shall either be processed to dry the soil
and compacted in place, or over excavated and replaced with compacted fill. Fill shall
be placed in 8-inch loose lifts and uniformly compacted using a tamper type roller to at
least 95 percent density at moisture content wet of optimum, as determined by Texas
SDHPT Test T-113-E. Fill placed by hand shall be placed in lifts not exceeding 4-inches
loose measure.
18. All excavated earth in excess of that required for backfilling shall be removed from the job
site and disposed of in a satisfactory manner except in locations where, in the judgment
of the City and property owner, it can be neatly spread over the adjacent area.
19. Positive drainage shall be established during the initial phase of grading and maintained
throughout construction. Any softening or saturation of any lift will necessitate removal
and replacement of the affected area.
20. All trenches which cause the removal of pavement shall be backfilled and covered with
a minimum of 2 inches of hot mix asphalt until such time as the permanent pavement is
placed. Payment for this work shall be included in other items of work.
21. All trench backfill under roadbed areas shall be mechanically compacted as required by
North Central Texas Council of Governments Specifications.
22. Bar chairs to support reinforcing steel and dowels in pavements will be required.
23. Hand finish of concrete pavement will not be a separate pay item on this project.
24. Trees to remain will be protected from damage by the CONTRACTOR. Employees of the
CONTRACTOR (his sub-contractors) will not park closer than ten (1 O) feet to any tree
which is to remain.
25. Prior to the start of construction, the CONTRACTOR shall complete the following survey
work:
mmml
SS-14
a) "Control Points" for establishing the horizontal alignment are given on the
drawings. Offset reference points, beyond the limits of construction, shall be set
(as required) in order that these points may be re-established after being
disturbed.
b) All bench marks and temporary bench marks given on the plans shall be
relocated beyond the limits of construction. A level loop shall be run by the
CONTRACTOR's surveyor for the entire project limits in order to verify the
accuracy of all benchmarks.
26. Fly Ash shall not be used in any concrete on the project.
27. Delays associated with delivery of materials by the manufacturer will not be considered
for any extension of contract time. It shall be the sole responsibility of the CONTRACTOR
to assure that the materials are manufactured and delivered on time.
28. The CONTRACTOR will be responsible for reimbursing the City of Lewisville for overtime
charges for construction inspection services on Saturdays, Sundays and all City holidays.
The overtime charges will be based on a rate of twenty-five dollars ($25.00) per hour and
a minimum of four (4) hours will be charged for each occurrence of such service. The
overtime charges will be billed on a monthly basis. Failure to pay for these services will
result in delaying the final acceptance and payment.
29. Item 6.7.2, Sanitary Sewer Conduit Installation: The costs of all testing shall be the
responsibility of the CONTRACTOR. Add the following:
All sewer lines shall be tested by 5% Deflection Mandril Tests, low pressure air test and
television inspection. Television inspection shall conform to the following:
Television Inspection:
a. The CONTRACTOR, at his own entire expense, shall perform a television
inspection of all sanitary sewer lines prior to the acceptance of the project.
b. The CONTRACTOR shall use color video tape in all television inspections.
c. The CONTRACTOR may employ a firm qualified in the type of work to make the
television inspections, or if qualified and acceptable to the OWNER, he may
perform the inspection himself.
d. The OWNER'S Representative must be present during the television inspection,
unless specifically otherwise authorized in writing.
e. The visual inspection by photographic means of the sanitary sewer mains shall
commence after the backfill, the air test, and the Mandrel test are completed.
SS-15
f. The jet ball technique may be used to remove all foreign debris and silt, prior to
photographic inspection.
Television Inspection Equipment:
a. All television equipment used shall have a minimum of 600 lines of horizontal
resolution.
b. All information gathered must be legible, clearly understandable, and of good
picture quality.
c. A run sheet shall be made, and it shall be compatible with the tape in noting
deficiencies.
d. By audio on the tape, the operator must:
(1) Note the date and time the recording is made.
(2) Note the developer or CONTRACTOR'S name, project name, and contract
number.
(3) Note the name of company performing the inspection, if other than the
CONTRACTOR, and the operator's name.
(4) Note the location, line, designation, main size, and direction of run.
(5) Identify every 50-foot station.
(6) Identify the station of each manhole.
(7) Identify deficiencies and include station number.
e. The sewer mains must be televised from manhole to manhole downstream and
manhole to clean-out upstream.
f. All sanitary sewer mains must be laced with water. The television inspection must
be done immediately following the lacing of the main with no water flow.
Tapes:
a. Two tapes per visual photographic inspection shall be furnished to the OWNER.
The tapes shall be made available to the OWNER as outlined in Item C-3.
b. Tapes must be VHS and shall be one-half (1/2) inch size.
SS-16
c. All tapes and run sheets shall be submitted to the OWNER'S Representative for
storage and inspection by the OWNER. All tapes and run sheets shall become
the property of the OWNER.
Criteria for Repair:
a. The developer shall make repairs if the OWNER'S Representative notes problems,
including but not limited to the following:
(1) Pulled or slipped joints.
(2) Water infiltration.
(3) Cracked or damaged pipe.
(4) If standing water is found in pipes of gradients equal to or greater 0.7
percent.
(5) In pipes or gradients less than 0.7 percent, a maximum one-haft (1/2) inch
of standing water will be allowed in 6 inches through 12 inches diameter
pipes; and a maximum 10 percent of pipe size or 3 inches, whichever is
less in pipes greater than 12 inches diameter.
(6) Structural damage to pipe.
(7) The OWNER shall make the final determination for repairs and shall review
the visual photographic tape for additional data. A letter must be
transmitted to the CONTRACTOR for needed repairs within five (5) working
days after the inspection. (All verbal repair requests shall be valid and
noted in the letter.)
b. If repairs are required, another television inspection of the repaired area may be
made after the repairs are complete if deemed necessary by the OWNER'S
representative, at the CONTRACTOR'S expense.
c. Repairs shall be made to the satisfaction of the OWNER'S Representative.
36. Low Pressure Air Test for Gravity Sewers
The CONTRACTOR shall perform air tests on all sanitary sewer placed. The following air
test requirements shall replace all less restrictive air test requirements of Item 6.7.2
Sanitary Sewer of the Standard Specifications.
The low pressure air test shall conform to the procedures described in ASTM C-828,
ASTM C-924 or other appropriate procedures.
SS-17
For sections of pipe up to 36-inch average inside diameter, the minimum time allowable
for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per
square inch gauge shall be computed from the following equation:
T = 0.0850 (D) (K) / (Q) where T = time for pressure to drop 1.0 pound per square inch
gauge in seconds
K = 0.000419 (D) (L), but not less than 1.0
D = average inside diameter in inches
L = length of line in feet of same pipe size being tested
Q = rate of loss, 0.0015 cubic feet per minute per square foot interval surface shall be
used
Since a K value of less than 1.0 shall not be used, there are minimum testing times for
each pipe diameter as outlined below:
Pipe Minimum Time Length for Time for Longer
Diameter Minimum Time Length
(inches) (seconds) (feet) (seconds)
6 340 398 0.855 (L)
8 454 298 1.520 (L)
10 567 239 2.374 (L)
12 680 199 3.419 (L)
15 850 159 5.342 (L)
18 1020 133 7.693 (L)
21 1190 114 10.471 (L)
24 1360 1 O0 13.676 (L)
27 1530 88 17.309 (L)
30 1700 80 21.369 (L)
33 1870 72 25.856 (L)
SS-18
41 iI
For sections of pipe which have an average inside diameter of 15 inches to 33 inches,
the following option is available. If no pressure loss has occurred dudng the first 25% of
the calculated testing time, then the test may be stopped at that point. If any pressure
loss or leakage has occurred during the first 25% of the testing period, then the test shall
continue for the entire test duration as outlined above or until failure.
Lines 36-inch average inside diameter and larger may be air tested at each joint. The
minimum time allowable for the pressure to drop from .5 psig to 2.5 psig during a joint
test, regardless of pipe size shall be 20 seconds."
37. PVC Sewer Pipe
Gravity flow sewer pipe shall conform to ASTM D3034, SDR35 or ASTM F679, minimum
pipe stiffness 46 psi.
Small diameter (12-inch and less) sanitary sewer force mains shall be Schedule 40 PVC,
solvent cement joint and shall conform to ASTM D1785.
38. 4-Inch Topsoil and Hydromulch Seeding
Item 3.8. Topsoil and Item 3.10. Seeding of the Standard Specifications are hereby
deleted and replaced with this specification. Item 3.11. Fertilizer is hereby revised as
indicated below.
a) Description - Seeding shall consist of preparing ground, providing and planting
Bermuda seed along and across areas within the right-of-way, on side slopes and
channels adjacent to the street but outside the right-of-way, and any areas
disturbed by the CONTRACTOR.
b) Preparation of Areas - All areas to receive topsoil and hydro mulch seeding shall
be graded to the lines, grades and cross-sections shown on the plans and as
provided for in other items of this contract, with the surface grade set four (4)
inches low to allow for the placement of topsoil. All rocks and foreign material shall
be rakeo off the surface prior to the placement of topsoil.
c) Imported Topsoil Topsoil shall be obtained from an approved off-site
location.Topsoil shall consist of natural, fertile, friable, screened, dark-colored sandy
loam. It shall contain no acidity or alkalinity detrimental to plant growth. It shall
contain no subsoil, lumps, stones, roots, or other foreign matter. Topsoil shall be
obtained from a commercial source. The CONTRACTOR shall furnish invoices for
all topsoil to the City prior to invoicing the City for imported topsoil.
d) Grass Type - Bermuda grass seed shall be used.
e) Hydro Mulching - Before planting, the area to be planted shall be raked or
harrowed to a depth of approximately 1/4-inch and rolled with a smooth roller,
developing 15 to 25 psi contact pressure upon the area to be seeded and giving
SS-19
a smooth appearance without ruts and tracks. After the above preparation,
Bermuda seed shall be uniformly distributed over the areas shown on the plans or
where directed. Seed and fertilizer are to be distributed as a water slurry, and the
mixture shall be applied to that area to be seeded within 30 minutes after all
components are placed in the equipment. After application of seed, the planted
area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six-inches in depth.
f) Fertilizer - Fertilizer shall conform to the requirements of Item 2.15.2 Fertilizer of the
Standard Specifications. Fertilizer shall be applied at the rate of 400 Ibs/acre.
g) Watering - Hydro mulched areas shall be watered by the CONTRACTOR as
required to promote rapid growth of grass without unnecessary delay. Also, any
slope repair and/or re-seeding shall be performed immediately when required
without delay.
h) Acceptance - The City will accept the hydro mulch seeding as complete upon
establishment of a growth of grass covering all areas requiring seeding.
i) Payment - Payment will be by the square yard for 4-inch topsoil hydromulch
seeding. Payment will be for the plans quantity of 33,766 square yards. (No
measurement will be made.) This payment will include all work inside and outside
the right-of-way. The cost of fertilizer shall be incidental to the unit cost.
39. Precast Box Culvert Excavation and Backfill
Culvert Excavation: The box culvert excavation may encounter sandy clay, clayey sand
and sandstone layers, therefore, heavy rock type excavation equipment should be used.
The sides of excavations must be sloped in the interest of safety and exceed all the
requirements provided in the OSHA Regulation for Excavation - 29 CFR part 1926, as
provided in the Federal Register Vol. 54, No. 209/Tuesday, October 31, 1989. Excavation
slopes under no circumstances shall be greater than one horizontal to one vertical (1:1).
Shop drawings must be submitted to the engineer for approval.
40. All valves on laterals from the main being placed shall be flanged and shall be attached
to a flanged outlet from the water main (i.e. flanged tee, cross, etc.).
41. Salvaged fire hydrants, valves and other appurtenances shall be delivered to the City of
Lewisville Public Services storage yard at 11 O0 North Kealy in the City of Lewisville.
42. Fire Hydrant Specifications
a. General Specifications
1) All fire hydrants shall comply with AWWA C-502 for dry barrel fire hydrants.
SS-20
2) All fire hydrants shall be compression type, closing with the line pressure.
The valve opening shall be 5 1/4-inch only.
3) All fire hydrants shall have an oil compatible sealed lubrication reservoir and
be furnished with biodegradable grease or oil from the point of manufacture.
4) All fire hydrants shall have a bronze operating nut 11/2-inch pentagon point
to flat. The operating nut may be fully covered with a cast-iron weather
shield and protection device measuring 11/2-inch point to flat to protect the
bronze operating nut when opening and closing the hydrant.
5) All fire hydrants shall be furnished with a breakable flange traffic feature, one
that permits a full 360 degree rotation of the hydrant nozzle section. Un-
notched electroplated bolts and nuts must be used to retain the safety
flange that connects the nozzle section to the lower barrel. Traffic flange
repairs and other maintenance will not require Allen wrenches to
accomplish.
6) The interior and exterior of the hydrant shoe shall be 'lusion-bonded" with
an epoxy coating. All other methods are unacceptable. A minimum of four
stainless steel bolts and nuts shall secure the hydrant shoe to the lower
barrel.
7) All hydrants shall be able to deliver the required flow with a friction loss not
to exceed 5 PSIG at 1000 GPM, as per AWWA test procedure. Certification
of this standard shall be furnished from an independent testing laboratory
pdor to approval. All tests must be performed at the testing company's own
facilities.
8) All fire hydrants shall be designed for 200 PSI working pressure and tested
to 400 PSI hydrostatic pressure.
9) All fire hydrants shall drain automatically when the main valve is closed and
shall be an integral part of the main valve. Drain valves that operate by
toggles, springs or adjustable mechanisms are unacceptable. The upper
plate shall be of bronze and incorporate two hard rubber drain facings that
activate the drain ports, or a drain tube with all bronze crossarm and fusion
bonded epoxy washer. The drain facings shall be attached to the upper
valve plate with stainless steel screws or rolled pins. Other methods of
attachment are unacceptable.
10) All fire hydrants shall have a field replaceable bronze main valve seat
threaded into a bronze drain dng.
11) The main valve rubber shall be positioned between a bronze upper plate
valve and bronze crossarm and a fusion-bond epoxy upper valve washer,
SS-21
,iI I~
and a fusion-bond epoxy lower valve plat or washer, and be field-
replaceable.
12) All fire hydrants shall have two (2) 2 1/2-inch hose nozzles and one (1) 4
1/2-inch pumper nozzle. All threads shall be National Standard. All nozzles
shall have o-ring seals. The nozzles shall be threaded and/or mechanically
attached into the nozzle section and locked. Threads are to be NST.
13) All fire hydrants shall have a warranty of not less than five (5) years. A copy
of the warranty must be submitted prior to approval.
14) All fire hydrants shall be able to be opened in a counter-clockwise direction.
15) All fire hydrants and hydrant components shall be of domestic (U.S.A.)
manufacture and assembly.
16) Fire hydrants shall be painted with two (2) pdmer coats. Final painting to
be done after installation.
Fire hydrants shall be painted as follows:
Size of Water Main Fire Hydrant Paint Color
6" Red
8" Blue
10" thru 14" Green
16" and larger Yellow
b. Special Conditions
1) The City of Lewisville will approve no more than one (1) model/unit per
manufacturer and/or ownership for use within the City.
2) Manufacturers shall have a minimum of ten (10) years of manufacturing
experience in the U.S.A.
3) Parts shall be available locally from a minimum of two (2) authorized
distributors.
4) Fire hydrants known to meet the above specifications are the Mueller Super
Centurion, the Clow Medallion and the Waterous WB-67.
43. Stamped and Patterned Concrete
Median pavement for this project will receive a stamped and patterned surface with
coloring in accordance with the following:
a) In addition to the requirements of the Standard Specifications, Median Pavement
shall be in accordance with either PATTERNED CONCRETE INDUSTRIES, INC. or
SS-22
BOMINITE CORPORATION specifications. This includes their requirements for
expansion joints, joint fillerboard, welded wire fabric and concrete mix.
b) Stamped and patterned concrete (imprinted concrete paving) shall be installed in
accordance with the standard specifications of either PATI'ERNED CONCRETE
INDUSTRIES, INC. or BOMINITE CORPORATION. The CONTRACTOR performing
the work must submit a letter from one of the above tooling manufacturere stating
that the installer is trained and licensed to install the specified work.
c) Median pavement shall be stamped and patterned to one of the following:
1) Per Patterned Concrete Industries, Inc.
Pattern: Running Bond Cobble
Color: A-27 Dark Red
2) Per Bominite Corporation
Pattern: Running Bond Cobblestone
Color: B-15 Colonial Red
All work performed on this project must be of the same manufacturer and all materials
used, including the concrete mix, must be the same for the entire project. Color
hardenere and release agents as recommended by the tooling manufacturers shall be
used.
44. Stone Rip Rap
a) Scope - This section covers the furnishing of all labor, materials, and equipment
required to place loose rock rip rap on filter fabri,~ at the locations shown on the
drawings. The measured thickness of rock rip rap in place shall not be less than 24
inches.
b) ! Filter Fabric - Filter fabric shall be of the non-woven type. The filter fabric to be
used shall be SUPAC 9NP (UV) or equal.
c) Rip Rap - Stone for rip rap shall be durable, free from cracks, seams, and other
defects which would tend to increase unduly its deterioration from natural causes,
and reasonably well graded between the prescribed limits as hereinatter specified.
Materials from certain localized areas, zones, and strata may be rejected when failing
to meet the following specific requirements:
1) Weight - One hundred fifty pounds per solid cubic foot minimum calculated
form the bulk specific gravity (saturated surface dry) of the sample determined
in accordance with procedure in ASTM Specifications C127-59, "Methods of
Test for Specific gravity and Absorption of Coarse Aggregate".
2) Soundness in Magnesium Sulphate - Maximum loss 20 percent weighted
average 5 cycles when tested for soundness in Magnesium Sulphate in
accordance with ASTM Standard C88-61T, using particles passing a 2-1/2"
SS-23
sieve and retained on a 1-1/2" sieve. After final drying, the material will be
screened over the 1-1/2" sieve.
3) Resistance to Abrasion Maximum percentage of wear 50 after 500
revolutions, as determined by ASTM Standard C 535, Grading 1.
4) Gradation - Stone for rip rap shall conform to the following gradation:
24" Rock Rip Rap
Sieve Percent Minimum
Size Retained on Required
Sieve Weight Per
Stone Retained
on Sieve Size
30" 0% ....
24" 5% 1200#
18" 35% 800#
15" 70% 460#
12" 100% 175#
d) Foundation Preparation - The subgrade surfaces on which the rip rap or bedding
course is to be placed shall be cut or filled and graded to the lines and grades
shown on the drawings. When fill to subgrade lines is required, it shall consist of
approved materials and shall conform to the requirements of the specified class of
fill. Rip rap shall not be placed until the foundation preparation is completed and the
subgrade surfaces have been inspected and approved by the Engineer.
e) Filter Fabric Placement - Filter fabric shall be placed with a minimum overlap of 24".
Fabric shall be secured by pins and washers according~ to manufacturers
recommendations.
f) Stone Rip Rap - Stone for rip rap shall be placed in such a manner as to produce
a reasonably well-graded mass of rock with the minimum practicable percentage of
voids and shall be constructed to the lines, grades and elevations shown on the
plans. The larger stones shall be well distributed and the finished rip rap shall be
free from objectionable pockets of small stones or clusters of large stones.
Rearranging of individual stones by mechanical equipment or by hand will be
required to the extent necessary to obtain a reasonably well graded distribution of
stone sizes as specified above. The CONTRACTOR shall maintain the dp rap
protection until accepted and any material displaced by any cause shall be replaced
at his expense to the lines and grades shown on the plans. Rip rap shall be
stockpiled and placed in a manner to prevent damage to adjacent structures. Care
shall be exercised in placing stones to prevent damage to filter fabric.
g) Testing and Reporting - Prior to delivery of rock rip rap to the project site, the
CONTRACTOR shall submit to the CITY, test results for the following:
SS-24
a) Specific GraVity
b) Soundness in Magnesium Sulphate
c) Resistance to Abrasion
d) Gradation of Rip Rap
In addition, the CONTRACTOR shall submit the manufacturers specifications for the
filter fabric and submit a one square foot sample of the fabric.
h) Measurement and Payment - Stone rip rap shall be measured for payment by the
cubic yard of the specified minimum thickness. The unit price shall include
excavation, subgrade preparation, furnishing and placing filter fabric and stone and
for all labor, tools, equipment and incidentals necessary to complete the work in
accordance with the plans and specifications.
45. Inlet Protection
a) Scope - Inlet protection may use silt fence or straw bales in lieu of filter fabric.
b) Schedule - Prior to start of construction, submit schedules to the Owner and
Engineer for accomplishment of temporary and permanent erosion control work
included in the plans, as are applicable for clearing and grubbing, grading,
construction and paving. Also submit a proposed method of erosion and dust
control on haul roads and borrow pits and a plan for disposal of waste materials.
c) Conflict - In the event of conflict between these requirements and pollution control
laws, rules or regulations of other Federal, State, or Local agencies, the more
restrictive laws, rules or regulations shall apply.
d) Materials
1 ) Filter fabric shall be a nylon reinforced polypropylene fabric which conforms
to NCTCOG specification number 2.24.4 and has a built-in cord running the
entire length of the top edge of the fabric. The fabric must meet the following
minimum criteria:
· Tensile Strength ASTM D463290 Ibs.
· Puncture Rating ASTM D483360 Ibs.
· Mullen Burst Rating ASTM D3786280 psi
· Apparent Opening Size U.S. Sieve No. 70
2) Posts for fabric shall be 2" x 2" pressure treated wood: stakes or galvanized
steel, tubular in cross-section in accordance with' NCTCOG standard
specification 2.8.2.(b)(2), or they may be standard fence 'T' posts.
3) Wire mesh shall be standard hardware cloth or comparable wire mesh with an
opening size not to exceed 1/2 inch.
SS-25
e) Filter Fabric Protection
1) Silt fence shall consist of nylon reinforced polyester netting supported by
wood or galvanized steel posts set a minimum of 1 foot depth and spaced not
more than 6 feet on center. A 6 inch wide trench is to be cut 6 inches deep
at the toe of the fence to allow the fabric to be laid below the surface and
backfilled with compacted earth or gravel. This entrenchment prevents any
bypass of runoff under the fence.
2) Straw bales shall be embedded a minimum of three (3) inches and securely
anchored using 2" x 2" wood stakes driven through the bales into the ground
a minimum of one foot. Straw bales are to be placed directly adjacent to one
another leaving no gap between them.
f) Measurement and Payment - Measurement for payment for all forms of inlet
protection will be made by the individual unit as necessary for one storm drain inlet,
complete, in place and ready for use inclusive of all components necessary for a
complete and working installation.
46. Silt Fence
a) Scope - Silt fence is a barrier consisting of geotextile fabric supported by wooden
posts to prevent soil and sediment loss from a site. This includes all labor and
materials associated with installation and maintenance of the silt fence as shown in
the construction drawings or similar documents.
The purpose of a silt fence is to intercept and drain water-borne sediment from
unprotected areas to a limited extent. Silt fence is used during the period of
construction near the perimeter of a disturbed area to intercept sediment while
allowing water to percolate through. This fence shall remain in place until the
disturbed area is permanently stabilized.
b) Schedule - Prior to start of construction, submit schedules to the Developer and
Engineer for accomplishment of temporary and permanent erosion control work
included in the construction drawings, as are applicable for clearing and grubbing,
grading, construction and paving. Also submit a proposed method of erosion and
dust control on haul roads and borrow pits and a plan for disposal of waste
materials.
c) Conflict - In the event of conflict between these requirements and pollution control
laws, rules or regulations of other Federal, State, or Local agencies, the more
restrictive laws, rules or regulations shall apply.
d) Materials
1) Silt fence fabric shall be a nylon reinforced polypropylene fabric which
conforms to NCTCOG Item No. 2.24.4 and has a built-in cord running the
SS-26
entire length of the top edge of the fabric. The fabric must meet the following
minimum criteria:
· Tensile Strength ASTM D463290 Ibs.
· Puncture Rating ASTM D483360 Ibs.
· Mullen Burst Rating ASTM D3786280 psi
· Apparent Opening Size U.S. Sieve No. 70
2) Fence posts shall be 1-1/2"x 1-1/2" oak posts.
e) Installation - Silt fence shall be installed according to the details shown on the
Drawings. A 6-inch wide trench is to be cut 6-inches deep at the toe of the fence
to allow the fabric to be laid below the surface and backfilled with compacted earth
or gravel. This entrenchment prevents any bypass of runoff under the fence. Fabric
shall double overlap at abutting ends a minimum of 6-inches and shall be joined
such that no leakage or bypass occurs.
f) Measurement and Payment - Measurement and payment for silt fence shall be
made by the linear foot, complete, in place and ready for use inclusive of all
components necessary for a complete and working installation.
47. Stabilized Construction Entrance
a) Scope - The work shall consist of the construction of a temporary stabilized
construction entrance at all locations where construction traffic will enter or leave the
site for the duration of the construction period to prevent sediment from leaving the
project site and becoming a nuisance on a paved surface. This includes all labor
materials associated with installation and maintenance of the stabilized construction
entrance as shown in the construction drawings or similar document.
b) ~-Schedule - Prior to start of construction, submit schedules to the Developer and
Engineer for accomplishment of temporary and permanent erosion control work
included in the construction drawings, as are applicable for clearing and grubbing,
grading, construction and paving. Also submit a proposed method of erosion and
dust control on haul roads and borrow pits and a plan for disposal of waste
materials.
c) Conflict - In the event of conflict between these requirements and pollution control
laws, rules or regulations of other Federal, State, or Local agencies, the more
restrictive laws, rules or regulations shall apply.
d) Materials
1) Stone material shall consist of Type "A" rip-rap conforming to NCTCOG
standard specification 2.1.6(b) (2) and shall be placed in a layer of at least 6-
inches thickness.
SS-27
2) Geotextile fabric shall be a non-woven polypropylene fabric conforming to
NCTCOG Item No. 2.23.3 and be designed specifically for use as a soil
filtration media with an approximate weight of 60Z./SY., a mullen burst rating
of 140 psi as measured by ASTM D751 and having an equivalent opening size
(EOS) greater than a #50 sieve as measured by ASTM D4751.
e) Installation
1) A temporary stabilized construction entrance shall be installed at any point
where traffic will be entering or leaving a construction site to or from a paved
surface such as a street, alley, sidewalk or parking area. The purpose of a
stabilized construction entrance is to reduce or eliminate' the tracking or
flowing of sediment onto paved surfaces. The entrance must be properly
graded or incorporate a drainage swale to prevent runoff from leaving the
construction site. The length of the entrance shall be as shown on the plans.
2) The temporary stabilized construction entrance shall be maintained in a
condition which will prevent tracking or flowing of sediment onto paved
surfaces. This may require periodic top dressing with additional stone as
conditions demand. All sediment spilled, dropped, washed or tracked onto
public rights of way must be removed immediately by the contractor.
3) When necessary, vehicles must be cleaned to remove sediment prior to
entrance onto public right of way. When washing is required, it shall be done
on an area stabilized with crushed stone which drains into and approved
sediment trap or sediment basin or other sedimentation/filtration device. All
sediment shall be prevented from entering any storm drain, ditch or
watercourse using approved methods.
4) If' instructed by Developer, stabilized construction entranees shall be left in
place and removed by others after final completion. S~tt fences shall be
removed prior to final completion.
f) Measurement and Payment - Measurement and payment for stabilized construction
entrance shall be made by the square yard, complete, in place and ready for use
inclusive of all components necessary for a complete and working installation.
48. Prevailing Wage Rate Determination
Pursuant to Article 5159a, Texas Civil Statutes, as amended by H.B. 560, Ch. 606,
Acts, 73rd Legislature, Regular Session (1993), the Facilities Construction Program
of the General Services Commission of the State of Texas has ascertained that the
following rates of wages are paid to various classifications of workers in Denton
County, Texas.
SS-28
Not less than the following hourly rates shall be paid for the various classifications
of work required by this project. Workers in classifications for which wage rates are
not identified shall be paid not less than the general prevailing wage rate of "laborer"
for the various classifications of work therein listed.
The hourly wage rate for legal holiday and overtime work shall be not less than one
and one half (1 & 1/2) times the base hourly rate.
The rates specified are journeyman rates. Apprentices may be used on the project
and may be compensated at a rate determined mutually by the worker and
employer, commensurate with the experience and skill of the worker but not at a rate
less than sixty percent (60%) of the journeyman's wage rate as shown. At no time
shall a journeyman supervise more than one (1) apprentice. All apprentices shall be
under the direct supervision of a journeyman working as a crew.
Welders shall receive the wage rate prescribed for the craft performing the operation
to which the welding is incidental.
Site Work and Utility Construction
Denton County Texas
The following wages apply to workers engaged in site or construction beyond five
feet of buildings.
SUTX2043A 11/18/1991
Rates Frin.qes
Air Tool Operator $7.554
Asphalt Raker 8.565
Asphalt Shoveler 8.255
Batching Plant Weigher 9.371
Batterboard Setter 8.920
Carpenter 9.447
Concrete Finisher-Paving 9.345
Concrete Finisher-Structures 9.058
Concrete Rubber 7.733
Electrician 12.761
Flagger 5.598
Form Builder-Structures 8.717
Form Liner-Paving &Curb 8.913
Form Setter-Paving &Curb 8.686
Form Setter-Structures 8.427
Laborer-Common 6.402
Laborer-Utility 7.461
Manhole Builder 11.000
Mechanic 10.658
SS-29
Oiler 8.698
Servicer 8.104
Painter-Structures 10.913
Piledriver 7.500
Pipe Layer 8.509
Blaster 11.333
Asphalt Distributor Operator 8.404
Asphalt Paving Machine 9.053
Broom or Sweeper Operator 7.908
Bulldozer, 150 HP &Less 8.703
Bulldozer, Over 150 HP 9.160
Concrete Paving Curing Machine 8.213
Concrete Paving Finishing Machine 9.453
Concrete Paving Form Grader 8.500
Concrete Paving Joint Machine 9.042
Concrete Paving Joint Sealer 7.350
Concrete Paving Float 7.875
Concrete Paving Saw 9.290
Concrete Paving Spreader 9.750
Paving Sub-Grader 9.000
Slipform Machine Operator 9.000
Crane, Clamshell, Backhoe, Derrick, Dragline,
Shovel Less Than 1-1/2 C.Y. 9.513
Crane, Clamshell, Backhoe, Derrick, Dragline,
Shovel 1-1/2 C.Y. and Over 10.517
Crusher or Screening Plant Operator 9.500
Form Loader 12.000
Foundation Drill Operator Crawler Mounted 10.000
Foundation Drill Operator Truck Mounted 11.138
Front End Loader 2-1/2 C.Y. and Less 8.823
Front End Loader Over 2-1/2 C.Y. 9.311
Hoist - Double Drum 8.917
Milling Machine Operator 6.650
Mixer (over 16 C.F.) 9.000
Mixer (16 C.F. and Less) 7.913
Mixer - Concrete Paving 9.500
Motor Grader Operator Fine Grade 10.346
Motor Grade Operator 9.891
Pavement Marking Machine 6.402
Roller, Steel Wheel Plant-Mix Pavements 8.339
Roller, Steel Wheel Other Flatwheel or
Tamping 7.963
Roller, Pneumatic, Self-Propelled 7.403
Scraper-17 C.Y. and Less 8.138
Scraper-Over 17 C.Y. 8.205
Side Boom 7.793
Tractor-Crawler Type 150 HP and Less 8.448
SS-30
Tractor-Crawler Type Over 150 H P 8.873
Tractor-Pneumatic 7.735
Traveling Mixer 7.615
Trenching Machine-Light 8.188
Trenching Machine-Heavy 12.498
Post Hole Driller Operator 9.000
Wagon-Drill, Boring Machine 9.000
Reinforcing Steel Setter Paving 9.218
Reinforcing Steel Setter Structures 11.548
Steel Worker-Structural 12.860+3.440
Sign Erector 11.436
Spreader Box Operator 6.988
Barricade Servicer Zone Work 6.402
Mounted Sign Installer Permanent Ground 6.402
Truck Driver-Single Axle Light 7,465
Truck Driver-Single Axle Heavy 8,067
Truck Driver-Tandem Axle Semi Trailer 7.816
Truck Driver-Lowboy/Float 9.653
Truck Driver-Transit Mix 7.507
Truck Driver-Winch 8.200
Vibrator Operator 7.000
Welder 10,459
Welders: Rate for the craft performing the operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the
classifications listed may be added after award only as provided in the labor
standards contract clauses (29 CFR 5.5 (a) (1) (ii)).
~ln listing above, the "SU" designation means that rates listed under that identifier do
· not reflect collectively bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be prevailing.
END OF GENERAL DECISION
The CONTRACTOR hereby accepts that the City of Lewisville and other
governmental agencies have the right to and may audit the CONTRACTOR's books
whenever they choose to do so.
49, All caps (plugs) used shall be manufactured by the supplier of the pipe being used,
or approved equal.
50. Salvaging existing fire hydrant assemblies and existing valves is subsidiary to other
waterline work.
SS-31
D-3
I
RO.;AD
i
7'C~
, 49,',~"
5oe FT'
~./.~, 7' C 'X'
$
I
~ CW20- I A
I
48" X 48"
SIGNAL UTILITY STREET RAMP
CW2OSG- I CW2OUY- I CW2OST- I : CW2ORP- I
BRIDGE LIGHTING SIGNIO00FT
CW2OBR- I CW2OLT- I CW2OSN- I CW20- I B
I ,.c ,., ,.: ,~;~.,,..,,.,,,...~
50OFT AHEAD I/2MiLE IMILE
CW20- I C CW20- I D CW20- I E CW20- I F
I TeC T"C T'C 7'C
Me eppergllx lee eppergllx
kePtere - B I aok
Nl.~erole - il~l~
BorNe- - Blaok
laol~greurKI - Ore'tge Reflexfive
(Rev. No. 2)
G20,- 2
60"x 24"
Letters - Black
Border - Black
Background - Orange Reflective
ROAD WORK_
I~R
G20 - 2a
48"x 24'
Letters - Black
Border - Black
Background - Orange
6 to 12 ft or 12 fl or
1.8 to 3,6 3,6 meters
melers '~'
~ 7 fl or 6 fl or
2.1 meters 1,8 meters
6 ftor
Min. 1.8 meters
I::; ~''' :"': ~':l I::"':' ~':
'~Paved Shoulder
RURAL DISTRICT RURAL DISTRICT WITH
ADVISORY SPEED PLATE
Plaque may be used where needed to indi-
cate maximum recommended speed. Advi-
sory speed should be determined at site by
authority in charge of highway or street.
24' or 24" or
0 6 meter 0 6 meter
Min. Min.
7flor
2.1 meters
Min.
'WALKWAY ~
URBAN DISTRICT URBAN DISTRICT
Figure VI-5. Height and laterel location of signs - Typical installation.
TX 6F-3 (Rev. No. 6)
RoneEngineers 121 North Rayner Street Tel. (817) 831-6211 · -
RoneEn '
Incorporated Fort Worth,Texas 76111 Metro (81 7) 429-4328
Fort Worth Dallas Houston
PROJECT NO. ~-758-01
NOTE: For inclusion in the Denton Tap Road Bid Document.
Log Boring Sheets B-8 thru B-16 (which are for
Edmonds Lane) were deleted from this report.
GEOTECENICAL INVESTIGATION
DENTON TAP ROAD AND EDMONDS LANE
l ,F,,WISVn ,l ,F,, TEXAS
Presented To:
,BERT H. HAT,~'F ASSOCIATES, INC.
FORT WORTH, TEXAS
SEPTEMBER, 1993
, Rone Engineers 121 North RaynerStreetTel. (817) 831-6211
RoneEn ineers
Incorporated Fort Worth,Texas 76111Metro (817) 429-4328
Fort Worth Dal/as Houston
September 14, 1993
Project No. 3-758-01
Albert H. Halff Associates, Inc.
4000 Fossil Creek Boulevard
Fort Worth, Texas 76137
Attn: Mr. Jerry F. Roberrs, 'P.E.
GEOTECt{NICAL INVESTIGATION
DF_2qTON TAP ROAD AND EDMONDS LANE
I,~,WISVrr,I,t~,, ~
Gentlemen:
Submitted herewith are the results of a geotechnical investigation for the referenced
p~oj ect. These studies were performed in accordance with our Proposal No. 9-04-GD.
Engineering analyses and recommendations are contained in the narrative section of
the report. Results of our field and laboratory investigation are submitted in detail
in the Illustrations section of the report.
We appreciate the' opportunity to provide these services. Please cqntact us if you
have any questions or if you need any additional services.
Respectfully submitted,
RONE ENGINEERS, INC.
Project Engineer
Vice President
KR/CMJ/md
copies submitted: (2)
I ~,-~+,~-hnlr-~l ,f. I=nvlfOnmentR! I".nn~,jl~n+~ Mnt,ris~l~ T~.'~finn Fnvlrnnf'nenf~t F~DlnrRtinn s~nd Buildina Sciences
TABLE OF CONTENTS
Page
1.0 INTRODUCTION ......................................... 1
2.0 PURPOSES AND SCOPE OF STUDY .........................
3.0 FIELD AND LABORATORY INVESTIGATIONS ................. 2
4.0 GENERAL SITE CONDITIONS
4.1 Site Description ...................................... 3
4.2 Subsurface Conditions ................................. 4
4.3 Groundwater ........................................ 5
5.0 ANALYSIS AND RECOMMENDATIONS
5.1 Lateral Pressure on Retaining Structures and Culverts ......... 6
5.2 Pavement Thickness Guidelines .......................... 7
6.0 CLOSURE .............................................. 11
ILLUSTRATIONS
Plate
PLAN OF BORINGS .......................................... 1
LOGS OF BORINGS ........................................ 2-17
UNIFIED SOIL CLASSIFICATION SYSTEM ........................ 18
KEY TO CLASSIFICATIONS AND SYMBOLS ........................ 19
RESULTS OF THE EADES AND GRIM LIME SERIES TESTS .......... 20
APPENDIX
Page
FIELD OPERATIONS ........................................ A-1
.LABORATORY OPERATIONS .................................. A-3
i
Rone Engineers
ROE ENGIN'R~,,RS, INC.
REPORT NO. 3-758-01
GEOTECHNICAL INVESTIGATION
DENTON TAP ROAD AND EDMONDS LANE
T,lq',"W'ISVTI',T,R, ~
1.0 INTRODUCTION
The proposed project consists of reconstructing Denton Tap Road generally from
S.H. 121/F1VI 3040 to Highland Drive (approximately 3,100 lineal feet and designing
new Edmonds Lane from FiVI 3040 to S.H. 121 (approximately 4,000 lineal feet).
Denton Tap Road and Edmonds Lane will include a six-lane and four-lane divided
highway, respectively, with limited box culverts, occasional retaining walls, storm
drain, water and sewer lines. Trench safety design for the utility trenches was
beyond the scope of this service. It is our understanding that no bridges will be
constructed along the study areas. The new pavements will comprise of a Portland
Cement concrete CPCC) pavement with proper cambet and drainage.
2.0 PURPOSES AND SCOPE OF STUDY
The principal purposes of this investigation were to evaluate the general soil
conditions and to develop guidelines for subgrade improvements and the rigid
pavement components. To accomplish its intended purposes, the study was conducted
in the following 'phases:
Rone Engineers
(1) drill sample borings to obtain soil samples and evaluate the general soil
conditions at the boring locations;
(2) conduct laboratory tests on se]ected samples recovered from the borings
to establish the pertinent engineering characteristics of the subFade
soils; and
(8) perform engineering analyses, using all field and laboratory data, to
develop design criteria.
3.0 Fr!~,T,D AND LABORATORY INVESTIGATIONS
Subsurface conditions were evaluated by a total of 16 sample borings (Borings B-1
through B-16). Borings B-1 through B-7 were advanced along the existing Denton
Tap Road in April, 1993. Borings B-8 through B-16 were advanced along the
p~oposed Edmonds Lane in June and July, 1993. The delay in completing the field
work was because of the difficulties attaining permission from the property owners.
The locatiQns of the sample borings were located and staked by Rone Engineers, Inc.
and are sEtown on Plate 1. Sample depth, description of soil, and soil classification
(based on the Un]ried Soil Classification System) are presented on the Logs of
Borings, Plates 2 through 17. Keys to terms and symbols used on the logs are shown
on Plates 18 and 19.
Laboratory soil tests were performed on selected soil samples recovered from the
borings in order to verify visual classification. In addition to the classification
properties, tests were performed to establish the percentage of lime required to
Rone Engineers
stabilize the subgrade soils. Classification test results are presented on the logs ~f
borings. Results of the pH lime series test are shown on Plate 20.
Descriptions of the procedures used in the field and laboratory phases of this study
are presented in the Append{~.
4.0 GENERAL SITE CONDITIONS
4.1 Site Description
4.1.1 Denton Tap Road
The study area covers a segment of the existing Denton Tap Road starting from
Highland Drive and extending approximately 3,100 feet to the north. The road will
consist of a 6-lane, divided, Portland Cement concrete pavement. It is our
understanding that excellent drainage will be constructed in the form of subsurface
storm sewers with regularly spaced drainage inlets. The study area slopes downward
generally from themid-portion of the road toward north and south with a maximum
change in elevation of approximately 45 feet. At the time of this investigation, the
study area was paved and open to traffic.
4.1.2 Edmonds Lane
The proposed Edmonds Lane will provide access from Round Grove Read (F.M. 3040)
to State Highway 121 (approximately 4,000 lineal feet) located in Lewisville, Texas.
'The new road will consist of a 6-lane, divided, Portland Cement concrete pavement.
It is our understanding that excellent drainage also will-be constructed along the
-3-
Rone Engineers
proposed road in the form of subsurface storm sewers with regularly spaced drainage
inlets. Edmonds Lane will be constructed generally along the west property line of
the existing Texas Instruments. The study area slopes downward from north to south
with a maximum change in surface elevation of approximately 50 feet. At the time
of this investigation, the study area was undeveloped and covered with light to
moderate vegetation and scattered trees.
4.2 Subsurface Conditions
4.2.1 Denton Tap Road
Borings B-1 through B-7 were advanced a]ong Denton Tap Road. The subsurface
materials present within the depth explored at the boring locations consist of sandy
cl~y soils underlain by clay. The sandy clay soils extend to depths ranging from 1 to
10 feet below the existing ground surface. The sandy clay soil was not encountered
in Borings B-4 and B-5. Below the sandy clay soils, clay is present. The clay was
noted at the surface in Borings B-4 and B-5. With the exception of Boring B-5, the
clay soils extend to the maximum 15-foot depth explored along the aforementioned
study area. In Boring B-5, shale is present at a depth of t0 feet below the existing
ground elevation.
4.2.2 Edmonds Lane
,
Borings B-8 through B-16 were advanced generally along the proposed Edmonds
Lane. The subsurface materials present within the depth explored at the boring
locations' consist primarily of sandy clay soils with intermittent clayey sand se_._rns
-4-
Rone Engineers
and occasional sand and gravel seams. The sandy clay soils are underlsin by clay in
Borings B-8 and B-16. The clay soils are present at depths of 12.5 and 13.5 feet
below the existing ground surface in Borings B-8 and B-16, respectively. In addition,
shale was encountered in Boring B-14 at a depth of 13 feet below the ground surface.
In view of the existing t. opography of the site, access to the intended locations of B-14,
B-15 and B-16 were not possible at the time of this investigation. Therefore, these
borings were offset.
The approximate locations of the borings are shown on Plate 1. Detailed descriptions
of the soils encountered and their classifications are presented in the logs of borings.
4.8 Groundwater
All borings were advanced using auger drilling methods in order to observe
Foundwater seepage levels. Subsurface groundwater seepage was encountered in
Borings B-14, B-15 and B-16 at depths of 9, 18 and 9 feet, respectively. Upon
completion of the borings, standing groundwater was noted at depths ranging from
? to 14 feet below the existing ground elevation at the aforementioned borings.
Future construction activities may alter the surface and subsurface drainage
characteristics of this site. The depth to groundwater may be verified just prior to
construction. It is not possible to accurately predict the magnitude of subsurface
water fluctuations that might occur based upon short-tern observations.
Rone Engineers
'5.0 ANALYSIS AND RECOMIV~-NDATIONS
5.1 Lateral Pressure on Retg{n~ng Structures And Culverts
5.1.1 Rete~ning Structures
Retaining structures may be founded on continuous footings placed within the natural
sandy clays and clays. ,An allowable soil bearing pressure of 3,000 pounds per square
foot should not be exceeded. The retaining structures, such as head walls, should be
provided with enough steel reinforcement to resist the horizontal soil pressures.
These pressures are dependent on the type of material and quality of drainage
provided behind the walls. Assuming that the at rest state of stress will develop (the
wall is rigid and no movement is allowed), and free draining coarse sand or gravel
backfill (less than 5 percent passing a No. 40 U.S. Sieve) is provided, a lateral earth
pressure coefficient Ko = 0.5 or an equivalent fluid pressure of 60 pounds per cubic
foot per foot of depth of wall should be used. To the aforementioned equivalent fluid
pressures, ~ surcharge load should be added in order to accommodate surface loads
such as street traffic, construction equipment and materials, etc.
It will be necessary to prevent the build-up of hydrostatic pressures behind the
retaining structures. Water behind the retaining walls may be collected by a system
of perforated pipes provided at least 18 inches below the lower level and routed away
from the structure. Alternatively, weep holes may be provided with proper spacing
to prevent accumulation of water behind the walls.
-6-
Rone Engineers
5.1.2 Underground Utility Strums
The box culverts and other underground utility lines should be provided with enough
steel reinforcement to resist the horizontal and vertical soil pressures. Assuming that
the at rest state of stress will develop, and on-site soils are provided, a lateral earth
pressure coefficient Ko = 0.7 or an equivalent fluid pressure of 85 pounds per cubic
foot per foot of depth of wall should be used. To the aforementioned equivalent fluid
pressures, a surcharge load should be added in order to accommodate surface ]oads
such as street traffic, construction equipment and materials, etc. Additionally, the
vertical loads on the underground utility structures may be ca]culated using 125
pounds per cubic foot for soils wet unit weight multiplied by the thickness of the
overburden soils including any additional loads such as traffic loads.
5.2 Pavement Thiclmess Guidelines
5.2.1 General
The existing soils can undergo some volume change when subjected to moisture
variations. If the moisture contents of these upper soils are reduced, they may shrink
and cracks may develop. If the moisture contents of these materials are increased,
they could swell somewhat and lose strength. Shrinkage, swelling, or strength loss
could be detrimental to the proper function of the pavement. Therefore, subgrade
preparation is important if maintenance is to be minimized. Also, the final Fades
must be such that drainage is facilitated, and access of surface water to the subgrade
materials is prevented.
Rone Engineers
Lime stabilization will reduce the required thickness of the pavement structure.
However, the overall thickness of the pavement depends on the type of pavement
components used, traffic loads, traffic frequencies, subgrade material properties, and
design life period. Various pavement component thickness combinations of rigid
pavements were analyzed for a 20-year design life period. For rigid pavements, it is
anticipated that the Portland cement concrete pavement will be placed atop lime
treated subgrade soils. Therefore, the required pavement thickness will be
determined for the previously mentioned sections and for the following assumptions:
Design Ass~rnptions
(1) 20,000 Bidirectional Vehicle. Movements per day on Denton Tap Road.
Of the 2,500 vehicle movements per day, 99 percent would consist of
light passenger and truck traffic and 1 percent would consist of 80-kip,
1S-wheel truck traffic;
(2) 15,000 Bidirectional Vehicle Movements per day on Edmonds Lane. Of
the 15,000 vehicle movements per day, 99 percent would consist of
light passenger and truck traffic and 1 percent would consist of 80-kip,
18-wheel truck traffic;
(3) the load distribution for a 1S-wheel, 80-kip truck traffic is one 8-kip
axle load on the front axle and four 18-kip single axle loads;
(4) the load distribution for a passenger cars is one 1.7-kip axle load on
the front axle and a 3.3-kip single rear axle load;
(5) no growth factor;
(6) excellent drainage;
(7) reliability of 95%;
(8) concrete Modulus of Rupture at 28 days = 650 psi
-8-
Rone Engineers
(9) jointed Reinforced Concrete Pavement (JRCP)
(10) usage of Dowels to Transfer Pavement Stresses at Joints
(11) a 7-day week and a 12-month year for the determination of the
equivalent single axle CESAL) traffic repetitions;
(12) initial serviceability, Po of 4.5 and a terminal serviceability, Pt
and
(13) an assumed CBR value of 3 for natural subgrade soils and an assumed
CBR of 10 for the lime treated subbase.
5.2~ Rigid Pavements
The type of rigid pavement analyzed, consists of a doweled, jointed reinforced concrete
pavement (JRCP) and according to the pavement thickness calculations utilizing the
American Association of State Highway and Transportation Officials (AASHTO)
method and the above assumptions, an 8-inch Portland Cement concrete pavement
section laid over 6 inches of lime stabilized subbase and prepared subgrade soil
should provide 20 years of service.
5.2.3 Evaluation of the Plasticity of Natural Subgrade SoU Stabilized
with 6% Hydrated TAme
Eades and Grim lime series tests were performed on two samples of typical subgrade
soils in order to determine the optimum percentage of lime required to stabilize the
subgrade soils. Results of the Eades & Grim Lime Series test indicate that
approxhnate]y 6 percent of hydrated lime is required to stabilize the subgrade soils.
The mount of lime to be mixed with the subgrade soils is on the order of 28 pounds
Rone Engineers
and 36 pounds per square yard for 6 inches and 8 inches thick stabilized subgrades,
respectively. The results of the lime series tests are provided on Plate 20.
5.2.4 Subgrade Preparation
All topsoil, existing pavement, and vegetation should be removed. Grade the areas
to be paved to the required elevations. The exposed subgrade in the areas which will
not require fill should be undercut to a depth equal to that of the wearing surface.
Following the undercutting, tt~e subgrade should be lime stabilized to a depth of at
least six inches by the addition of hydrated lime to the exposed subgrade soils. Six
(6) percent hydrated lime by dry weight should provide the desired stabilization
effect (approxhnate]y 28 pounds per square yard for a 6-inch thick stabilized
:
subgrade). Lime stabilization should be performed in accordance with Item 260,
current Standard Specifications for Construction of Highways, Streets, and Bridges,
Texas Department of Transportation (TX DOT) or applicable city standards. In some
of the test borings advanced during this investigation, intermittent surficial sandy
soils are present. We recommend that upon establishing the final grade Coarticuiar]y
the proposed Edmonds Lane), a member of our geotechnical staff visually observe the
subgrade soil conditions. This is to insure that the subgrade consist of sandy clay
or clay soils. In areas where sandy soils are present and depending on the lateral
extent of the sandy soils, cement stabilization may be required.
We recommend that field density 'tests be taken by a representative of Rone
Engineers, Inc., supervised by a geotechnical engineer, at the rate of one test per
Rone Engineers
· each 5,000 square feet, per lift, in compacted fill areas. In areas where .hand
tamping is required, the testing frequency should be increased to approximately one
test, per lift, per 100 linear feet of area. Additionally, in areas where f~l is required,
the fill should be placed and compacted in accordance with applicable City
standards.
5.2.5 Portland Cement Concrete
Portland cement concrete pavement should have a minimum modulus of rupture of
650 pounds per square inch (PSI) at 28 days. Crushed coarse aggregate should be
used in the mix. An appropriate number of properly designed expansion joints ~lso
should be installed to compensate for temperature induced volume changes in the
cSncrete. It is recommended that all concrete pavement components meet the
criteria outlined in Item 360, current Standard Specifications for Construction of
Highways, Streets and Bridges, Tx DOT or applicable City standards.
6.0 CLOSURE
This report has been prepared for the use of Albert H. Halff Associates, Inc. for
specific application to the referenced project in accordance with generally accepted
soil and foundation engineering practices. No other warranty, expressed or implied,
is made.
This report is developed to be informative and to provide design inleormation for the
engineer and should not be used as a design document in itself. Those components
Rone Engineers
of the report that are styled as specifications may be utilized in developing
specifications, but the report itself should not be represented as a design or
specification document to bidders or to the selected contractor.
It is recommended that final plans and specifications be read by Rone Engineers,
Inc. to ascertain float geotechnical recommendations presented herein are
incorporated into these plans. In addition, an experienced engineering company
should perform soil testing, and other related construction materials testing to see
that proper construction techniques and materials are utilized in completing the soil
related component.
- 12 -
Rone Engineers
I I I I I I ! I ! ! I ! ! I I i I ! I
m ~i I 1
Denotes ,,~ bo~g ~<~m. o,/3/,3 · RONE ENGINEERS, INC. 1
~ DENTON TAP ROAD ac EDMONDS LANE Plan of Bofings PLATE
Denote pfoix, ed roodwey Ook,/F~ W~t~/'Now~,, Lewlsvllle, Texas Projed No. 3-758-01
Project No. Boring No. Project Denton Tap Road
3-7584)1 B - l , I.ewtsvtile, Texas
Locatic~ gater Observations
See Plan of Bor~mgs ~ at completion of drilling operations.
C~teti°n ~ C~teti°n
Depth %5.0' Date
Surface ELevation Type m
~ IntermiLL Samp]i.!~ L . m ,,
E n ILl OI O O L-P L:D -HI\
~ ~ ~ raturn escr on
II 114Ji4J · 0 Q.r
E
· -I I · l.-4 -.4--4--4.-4--if" DO Cn COO
SANDY CLAY, brown, very stiff, with 4.0 11
· interminent sandy clay and clay seams
(Ct,)
' I
SANDY CLAY, tan and brown, stiff, with some 2.25 55 21 34 20 110 4500
gravel and clay sand seams
-5- ~ 4,5+ 9
CLAY, tan and gray, stiff
[ 2,5 29
[ -grades to very stiff in consistency at 14 feet 4,5 + 24
(CH)
z,oo or nop,~G rqo. B-1 ?~ATn 2
~mcng a nee n
Project No. Boring No. Project Denton Tap Road -
3-7S8-01 B - 2 , Lewisrifle, Texas
Location Water Observations
See Plan or Borings Dry at completion of drilling operations,
Comptetion ~ Comptetion
Depth 15.0' Date 4-8-93
Surface Elevation Type
4j Intermitt- Sampling t- , ~ ~; 4~ c"
0~ O 31 ~ 3n ~0 ·
~ -.-e Ill
= g Stratum Description
w o
E) ILl Cr .-~Ol · I--I ,-I--I --~-,~,-~C O0 I:.D COO
17 IZ D!:LI- 0. ffl_J,J 0, J O.H 'tO ::)J Z) Cln
SANDY CL~¥, bin, very
SANDY CIAY, tan and brown, calcareous, stiff, 15 17
I with some gravel
l - grades to hard in consistency at 5 feet 4.5 + 1
~ (CL)
CLAY, tan and gray, hard, with some iron stains
4.5 + 52 29 23 3
4.5 + 29
(CH)
kou o~op, n,~o No. B-2 ~,t~ 3
Project No. I Boring No. Project Denton Tap Road
3-758-01 B- 3 , [~-wisyl!le, Texas
Location Idater Observations
See Plan of Borings Dry at completion of drilling operations.
Cc~ptetion [ Comptetion
Depth 15.0' Date 4-8-93
$urfece Ereration Type
43 Intermitt. Sampling
E E
· Stratum Description
E
O ILl
\
SANDY CLA. Y, brown, hard, with some gravel 4_~ +
(ct.)
SANDY CLAY, tan and brown, stiff, with some
fine to medium gravel 2.5 42 20 22 18
- with clayey sand seams below 5 f¢ct 1.75 15
(cL)
CLA. Y, tan and gray, hard, with some iron stains 4.5+ 24
(CH) 4.5 + 25
LOG OF BORING NO. B - 3 PLATE
Project No. eorSng No. Project Denton Tap Road
3-758-01 B-4 , Lewis~tlle, Texas
Location 14ater Observations
See Plan of BoHngs Dr7 at completion of drilling operations.
completion ~ completion
Depth 15,0' Date 4-8-93
Surface ELevation Type
4; Intermitt. Sampling ~. , ca 4; ,j cu,
O~ 0 ~ ~ 31L ~0 ·
II --.~ Z ,u I1~ IT'
O --I 41'0 ~ ~ ~ --! I., 3. C lit)
St D ipti ' ' 5;~414141 ×,~ .. \c L '0
= i ratum escr on .~ .-~ ~e · ::> ;-~
c) ILl G .-{ II · II .-~-*~--q .-~ *.~.~ C O 0 C n t- O O
n' n, W~&~-
CM¥, brow~, rum
(CH)
CLAY, tan, stiff 2.0 29 93 33.00
(Ca) 4.0
~ CLAY, tan and ~ay. very stiff to ha~d, with some
calcareous deposits
4,5 + 22
66 26 40 27
(CH)
LOG OF BO]~:NG NO. B-4 P~TE 5
Project No. ~ Boring No. Project Denton Tap Road
3-758-01 B- 5 , Lewisd!le, Texas
Location Vater Observations
See Plan of Borings Dry at completion of drilling operations.
CompLetion ; Comp[etion
Depth 15.0' Date 4-8-93
Surface Etevation Type
~ Intermitt. Sampling o c o :~ .~ 3 u. ~ o ·
· .-~ Z 4J g ..~ D'
.~ .D G. ILl
~ ~ ~: Stratum Description .~ .~ ~=,,
E
o ~ ~ ,-4 o~ · ·-~ -,.4-,4~ .,4J~ c o o c .o c o o
rna. I--
CLAY, taa, calcar. ous, stiff 3.0 32
CLAY, tan aad Fay, stiff
3.0
- w~th some ima stains at 3
· 5 - ~ I - i~rades to hazel in consistenc~ at 5 feet 4_5 + 28
~~ (CTI)
.]C _-._-_
: __ ~ SHALI~, dark Fay 25
' ' ~-~-' - highly w~athe~ed to ~ feet .00/2.25"
""~"
22
LOG O~ BO]LrNG NO. B - 5 P~E 6
Project No. Boring No. Project Denton Tap Road -
3-758-01 B- 6 , Lewis lie, Texas
Location tJater Observations
See Plan of Borings Dry at completion of drilling operations.
Completion I Completion
Depth 15.0' Date 4-8-93
Surface Elevation Type
4~ Intermitt. Sampling L - ~u u.
on ~ c
f' 0 3
· -I 4~13 ,~ ,~ .~--( 8 ,,3 · C I1(/')
.~ -~ o. ,.g. g u u ~--,-,~-=..~,\
" St D ipti ~ a~ ,.-.~ ,T'~ ;:--, -.-.~ ~ ,-o u~- o.
4J4J ~X 4~i \ CL'D
~ ~ · ratum escr on '~ '~ ~ . ~ ~ .~.s-~s · s ,~+~ · o ~ c
43 (tl 03 0 O O C(~ ~ IIIrE I~ El$'g-.-I C=-.~ I~U E 3
O ILl (3' -~ II · 8.4 ..4-4 --4 .-4 .-e C 0 0 C Xl C 0 O
\
CLAYEY SAND AND SANDY CLAY, reddish 3.0 5
brown, stiff, with some gravel
_ _
- ' ~ - grades to hard in consistency at 2 feet 4.5 + 5
_ _
(sc)
_
l CLAY' brown, stiff, with some sand and gravel
seams
-- 5- 1.5 58 23 27
-
_
(CH)
CLAY, tan, stiff
I 2.0 28
(CH)
CLAY, tan and gray, hard 43 + 27
.........................
~,OG OF BOnn,:O NO. B - 6 PLATE 7
Project No. I Boring No. Project Denton Tap Road
3-758-01 B - 7 , Lewisvii!e, Texas
Location Water Observations
See Plan of Borings Dry at completion of drilling operations.
Cc~nptetion I completion
Depth 15.0' Date 4-8-93
Surface Elevation Type
~ Intermitt. Sampling
ODI 4~ r
~ St D ipti
· raturn escr on
~ ttl (~' -4 W · le-4 -,.4-,4,-t-4 ,-I C O 0 C n C 0 O
\ IZ IZ Dnl- nql jj nJ nH 'r'O; ::)_1 DOn
SANDY CLAY, brown, stiff 23 38 18 20 6
_ (CL)
CLAY, brown, stiff
2.25 54 22 32 22
- 5- ~~ 2.25 23
) ·
(CH)
CLAY, tan, stiff
-10- 2.5 22
2.5 23
(CH)
-15-
x_x>G OF SORn~O NO. B-7 PZ.Ara B
Rona~nelnaer,
,&"
Majo~ divisions Sym. Typical names Laboratory claa~i~cations criteria
30
i -~ O ~ Poorly ~raded ~ravels, Gravel-
~ :3 GP c · .- NOt rneelir~ all Graduation requirements for GW
· ~ ~ ~ sand mixtures, little or no fires. -~ : : -~
.~ (~ ~ ~ ~ Silty Gravels, Gravel-sand-silt mix- o : : ~ Liquid and Plastic limits
.c ~ ~ GM '~ :~ balow "A" line or P. l. less
tures. " ' Liquid and Plastic limits
c~ : I:~:~jr~ between 4 and 7
ed ~ ~ .~ m -; than 4.
: are border/me cases
)· . · symbols.
~ ~ ~ 2 GC Oayey gravels, Gra,,~-sand-day o d Liquid and namic
.c_ mixtures ~ Z · . above "A" line with P.I.
o~ E ' 30
0 E ~' We~l-~raded sands, grayally sands, _,_ ~ .
m c~ SW . C - -- ~ealer th~n 6: C - -- betv,~,en 1 and 3
~ 'o c little or no ~nes. '~ ~ . · . c
) -~ m o ~ Z~ D10 D10xD60
) i'~ ~ · .:
~ >m ~ ~ Poorly Graded sands; GraveJly ~ ~ · · Not meeting all Graduation requirements for SW
~ ~ .m '~ SP sands, little or no fines.
~'~..::
sand-., ...,. .nd
~ below "A" line o~ P.I. less Liquid and Plastic limits
~: ~. than 4. plotting in hatched zone
, c® c 'O ~ with P.I. between 4 and 7
'~- 'c ~ ~ ~; quiring use of dual
~ ~-~ ~ - are bordenng cases, re-
~ _~ ~. _, ~;; Liquid and Rastic I~nits symbols.
~ ~ SC Clayey sands, sand-day mixlures ~ Q '~ above "A" line with P.I.
~ Greater than 7.
ML jrockfiour, siltyor dayey fine sands,
6' ! or clayey silts with slight plasticily
~_ ! /
6~ CL plasticity, Gravetly days, sandy 50 ~ i /
~ ~ -.~. si,~ da~. ~n da~ , ,
c. OL Orga~s~tsando,Oa~sinydays ~ [
or k~w p~strjty
._, MH ~ maceous fine sandy or silty sods, 20
~ ~ .~ CL
~ ~o
=. .=_" '~ days- , ..... V J
~ :~ 0 10 20 30 40 50 60 70 80 90 100
o ._~
Organic days of medium to high
UNIFIED SOIL CLASSIFICATION SYSTEM PLATE 18
SOIL OR ROCK TYPES SAMPLE TYPES
'~',e~ GRAVEL LEAN CLAY i LIMESTONE
.. SAND . ':.SANDY- _ -:SHALE ;
· "i''Lr ....
· :. '_~,:. , . ~ _
SILT SILTY '7"'."7:"..,~, SANDSTONE I I
HIGHLY PLASTIC Shelby Auger Split ROck Cone No
CLAY CLAYEY ..... .' CONGLOMERATE Tube Spoo~ Cor~ Pen P~,v-T
TERMS DESCRIBING CONSISTENCY, CONDITION AND STRUCTURE OF SOIL
Fine Grained Soils (uore than 50~ Passing NO. 200 Sieve)
DESCRIPTIVE ITEM PENETROMETER READING, (t~f)
Soft 0.00 to 1.00
Firm 1.00 to 1.50
Stiff 1 ..50 to 3,00
Very Stiff 3.00 to 4.50
Hard 4.50+
Coarse Grained Soils(More than 50% Retained on No. 200 Sieve)
PENETRATION RESISTENCE DESCRIPTIVE ITEM RELATIVE DENSITY
blows/foot
0 to 4 Very Loose 0 to 20%
4 to 10 Loose 20 to 40%
10 to 30 Medium Dense 40 to 70%
30 to 50 Dense 70 to 90%
OVER 50 Very Dense 90 to 100%
Soil Structure
CALCAREOUS Contains appreciable deposits of calcium carbonate; generally nodular
SLICKENSI~DED Having inclined planes of weakness that are slick and glossy in appemance
Containing cracks, sometimes filled with fine sand or silt
INTERBEDDED Composed of alternate layers of different soil-types, usually_in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
VERY SOFT OR PLASTIC Can be retooltied in hand; corresponds in consistency up to very stiff in soils
SOFT Can be scratched with fingernail
MODERATELY HARD Can be scratched easily with knife; cannot be scratched with fingernail
HARD Difficult to scratch with knife
VERY HARD Cannot be scratched with knife
POORLY CEMENTED OR FRIABLE Easily crumbled
CEMENTED Bound together by chemically precipitated material. Quartz, calcite, dolomite, siderite. and
iron oxide are common cementing materials.
Degree of Weathering
UNWEATHERED Rock in its natural state before being exposed to atmospheric agents
SLIGHTLY WEATHERED Noted predominantly by color change with no disintegrated zones
WEATHERED Complete color change with zones of slightly decomposed rock
EXTREMELY WEATHERED Complete color change with consistency, texture and general appearance approaching soil
K~¥ TO CLASSIFICATION AND S¥1VIBOLS PLA3T, 19
RESULTS OF THE EADES AND GRIM LIME SERIES TESTS
G~OTECHNICAL INVESTIGATION
PRO POSRD DF_aNTON TAP ROAD AND
RDMONDS LANE
T,~,V~ISVTT,T,'R,, TF_JD~
REPORT NO. 2-758-01
Boring No. B-7 B-12
Depth (feet) 2 - 3.5 0 - 1.5
Soil Description CLAY, brown SANDY CLAY, reddish brown
0 7.71 5.42
2 12.09 11.92
4 12.32 12.21
6 12.37 12.43
8 12.40 .12.33
l0 12.41 12.36
Hate 20
Rone Engineers
FIELD OPERATIONS
Sub surface conditions were defined by a total of 16 s~mple borings located as shown
on the Plan of Borings, Plate 1. The borings were advanced between sample
intervals using auger .drilling procedures. The results of each boring are shown
graphically on the Logs of Borings, Plates 2 through 17. Sample depth, description,
and soil classification based on the Un~fied Soil Classification System. are shown on
the logs of borings. Keys to the symbols and terms used on the logs of borings are
presented on Plates 18 and 19.
Undisturbed samples of cohesive soils were obtained with Shelby tube samplers at
tt~e locations shown on the logs of borings. The Shelby tube sampler consists of a
thin-walled steel tube with a sharp cutting edge connected to a head equipped with
a ball valve threaded for rod connection. The tube is pushed into the undisturbed
soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded
from the tube in the field, logged, tested for consistency with a hand penetrometer,
'sealed, and packaged to maintain "in situ" moisture content.
The consistency of cohesive soil samples was evaluated in the field using a calibrated
hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the
undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these
tests are tabulated at respective sample depths on the logs. When the capacity of
the penetrometer is exceeded, the value is tabulated as 4.5+.
A-1
Rone Engineers
Disturbed samples of the noncohesive granular or stiff to hard cohesive materials
were obtained utilizing a two (2) inch O.D. split-spoon sampler in conjunction with
the Standard Penetration Test (ASTM D 1586). This test employs a 140 pound
hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon
sampler into the material. The number of blows required for 18 inches of pene-
tration is recorded and value for the last 12 inches, or the penetration obtained from
100 blows, is reported as the Standard Penetration Value (N) at the appropriate
depth on the attached "Log of Borings".
To evaluate the relative density and consistency of the harder formation, Texas
Department of Transportation Cone penetrometer tests were performed at selected
lbcations. The actual test consists of driving the three-inch diameter cone with a
170-pound hammer freely falling 24 inches. In relatively soft materials, the
penetrometer cone is driven one foot and the number of blows required for each six-
inch penetration is tabulated at respective test depths, as blows per six inches on the
log. In hard materials, the penetrometer cone is driven with the resulting
penetrations, in inches, accurately recorded for the first and second 50 blows a total
of 100 blows. The penetration for the total 100 blows is recorded at the respective
testing depths on the boring logs.
Groundwater observations during and after completion of the borings are shown on
the upper right of the boring log. Upon completion of the borings, the bore holes
'were backf~lled from the top and plugged at-the surface.
Rone Engineers
LABORATORY TESTING
.General
Laboratory tests were performed to define pertinent engineering characteristics of
the soils encountered. The laboratory tests included moisture content, visual
classification, liquid and plastic limit, unconfined compression and Eades and Grim
Lime Series Test.
Classification Tests
Classification of soils was verified by natural moisture content determinations and
liquid and plastic limit determinations. These tests were performed in accordance
with the American Society for Testing and Materials (ASTM) Procedures.
Strength Tests
Unconfined compression tests were performed on selected samples of cohesive soils.
In the Unc~nfined Compression test, a cylindrical specimen is subjected to axial load
at a constant rate o~ strain until failure occurs. Test procedures were in accordance
with procedures outlined in ASTM D-2166. Streng~chs determined by this test are
tabulated at their respective sample depths on the logs of borings. Results of
natural moisture content and dry unit weight determinations are also tabulated at
the respective sample depths on the logs.
A-3
Rone Engineers
pH lime Series
Eades and Grim lime series tests were performed on two near surface sample
obtained from Boring B-7 and B-12. The purpose of the test is to determine the
percentage of lime necessary to adequately stabilize the subgrade soils. The results
are shown on Plate 20..
A-4
Rone Engineers