Loading...
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