64
Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL ROAD WIDENING AND IMPROVEMENTS IFB 6389 TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Specifications and Contract Documents shall be modified as required by the following items: Item 1-1 PROJECT SPECIFICATIONS: The IFB number on the cover and fly sheet of the specification book shall be revised to “IFB 6389.” Item 1-2 NOTICE TO BIDDERS: Replace the Notice to Bidders with the Notice to Bidders attached to this addendum (Attachment 1 – AD1). Bids are due at 11:00 a.m. on May 11, 2017. Item 1-3 BIDDER QUALIFICATIONS: Add the following paragraph to section QB: “Firm experience in the construction of at least 3 separate municipal water and wastewater projects in an urban area with a contract value of at least $1,000,000 which were similar in scope to the utilities included with this bid. Firm experience in the construction of at least 5 separate projects laying sanitary sewer pipe with a diameter equal to or greater than 21 inches and water pipe with a diameter equal to or greater than 20 inches.” Item 1-4 PROPOSAL: Replace the pricing sheets with those attached to this addendum (Attachment 2 – AD1). Item 1-5 GENERAL PROVISIONS: Sequence of Work: Replace the first paragraph in this section with the following: “A proposed sequence of work pertaining primarily to traffic control is provided

ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

Addendum 1 – Page 1

ADDENDUM NO. 1

TO

SPECIFICATIONS AND CONTRACT DOCUMENTS

FOR

CITY OF DENTON, TEXAS

MAYHILL ROAD WIDENING AND IMPROVEMENTS

IFB 6389

TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Specifications and Contract Documents shall be modified as required by the following items: Item 1-1 PROJECT SPECIFICATIONS: The IFB number on the cover and fly sheet of the specification book shall be revised to “IFB 6389.” Item 1-2 NOTICE TO BIDDERS: Replace the Notice to Bidders with the Notice to Bidders attached to this addendum (Attachment 1 – AD1). Bids are due at 11:00 a.m. on May 11, 2017. Item 1-3 BIDDER QUALIFICATIONS: Add the following paragraph to section QB: “Firm experience in the construction of at least 3 separate municipal water and wastewater projects in an urban area with a contract value of at least $1,000,000 which were similar in scope to the utilities included with this bid. Firm experience in the construction of at least 5 separate projects laying sanitary sewer pipe with a diameter equal to or greater than 21 inches and water pipe with a diameter equal to or greater than 20 inches.” Item 1-4 PROPOSAL: Replace the pricing sheets with those attached to this addendum (Attachment 2 – AD1). Item 1-5 GENERAL PROVISIONS: Sequence of Work: Replace the first paragraph in this section with the following: “A proposed sequence of work pertaining primarily to traffic control is provided

Page 2: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

Addendum 1 – Page 2

in the plans. However, the Contractor shall prepare and submit a detailed sequence of work and traffic control plan prior to beginning construction. Right-of-way acquisition is complete along the entire project.” Add the following to the second paragraph: “The Contractor shall be responsible for locating, identifying, and protecting all existing utilities within the limits of the project. The information included herein and in the Plans concerning type, elevation and location of underground utilities is not guaranteed to be accurate or all-inclusive. The Contractor is responsible for making determinations as to the type and location of underground and other utilities as may be necessary to avoid damage thereto. Any damage to existing utilities shall be repaired at the Contractor’s expense. Adjustments to franchise utilities should be made by the appropriate utility company to meet the design of this project. Furthermore, the locations of all underground piping, franchise utilities and other underground structures and utilities are based on original construction plans, information provided from franchise utility providers and limited field survey. The City of Denton assumes no responsibility for failure to show any or all of these facilities or to show them in their exact locations. It shall be the responsibility of the Contractor to locate all affected utilities, whether or not they are shown on the plans, to verify the materials, locations, elevations and dimensions of existing facilities prior to construction or purchase of materials and to provide all necessary pipe, fittings and appurtenances to make all connections as shown in the Plans. Such verification shall be considered subsidiary to the cost of the project and no additional compensation will be allowed.” Item 1-6 SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Project Signs: Replace the sign graphic with the attached graphic. Item 1-7 SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Barricades, Warning Signs, and Traffic Handling: Add the following sentence to the third paragraph: “Temporary pavement markings shall be subsidiary to this item.” Item 1-8 SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Reinforced Concrete Storm Sewer Pipe: Revise Paragraph 4 to read: “Backfill Materials: Backfill shall consist of crushed rock to the spring line of the pipe. Backfill above crushed rock shall be an approved select backfill or granular material in accordance with NCTCOG Section 504.2.2.3.”

Page 3: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

Addendum 1 – Page 3

Item 1-9 SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Concrete Headwalls, Box Culverts and Wingwalls: Replace the first paragraph of this section with: “Materials and Construction: Use Class C concrete for cast-in-place and precast concrete units unless otherwise shown on the plans. Box culverts may be either cast-in-place or precast. The requirements of NCTCOG Item 702 are applicable.” Item 1-10 SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Replace the entire section with the attached pages (Attachment 3 – AD1). Several pay items have been added, removed, and replaced to correspond to revisions in the proposal. Item 1-11 CLARIFICATION: Box culverts may be either precast or cast-in-place. Structural details for 12’-wide cast-in-place box culverts will be provided in a future addendum. Item 1-12 CLARIFICATION: Manholes, junction boxes, and inlets shall be cast-in-place per the project specifications. Precast items will not be accepted. Item 1-13 CLARIFICATION: Structural reinforcing steel is not required to be epoxy coated. Item 1-14 DRAWINGS, VOLUME 1, SHEET SC-1: Add the following note to the sheet:

“1. THE APPROXIMATELY 3.3 ACRE PARCEL ON THE WEST SIDE OF MAYHILL ROAD AT APPROXIMATELY STA. 138+00 IS A POSSIBLE STAGING AREA FOR THE CONTRACTOR. CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS AND RESTORING SITE TO PREVIOUS CONDITIONS.”

Contractor shall be required to execute a lease with the City of Denton for the use of this staging area and/or the possible staging area shown on Sheet SC-1 in Volume II. Other than a token sum of $10 for the transaction, the lease rate will be waived for these properties. The contractor will be required to provide the City with a Phase II Environmental Site Assessment and perform all

Page 4: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

Addendum 1 – Page 4

applicable and necessary site mitigation only in conjunction with their use of this property to return it to a condition equal to or better than that which existed prior to the beginning of the project. Said assessment will be tendered and all applicable mitigation conducted to the satisfaction of the City as a condition to final acceptance of the project. Item 1-15 DRAWINGS, VOLUME 1, SHEETS 249-250: Add the following note to the sheet:

“STA 6+00 to STA. 12+41.77 SHALL BE INSTALLED PER DETAIL U201.” Item 1-16 DRAWINGS: Add the following attached sheets to the plans (Attachment 4 – AD1). All detail sheets shall apply to both plan volumes as applicable.

• ECD – Extended Curb Details

• CSAB – Cement Stabilized Abutment Backfill

• RW 1(H)A – Retaining Walls

• RW 2 – Retaining Wall Miscellaneous Details

• BB-B20 – Prestressed Concrete Box Beam Details (Type B20) (3 sheets)

• BBEB – Elastomeric Bearing Details Item 1-17 PRE-BID CONFERENCE: Attached is a copy of the sign-in sheet from the pre-bid conference held on April 5, 2017 (Attachment 5 – AD1). Item 1-18 CLARIFICATION: This addendum does not address all questions received from bidders in the pre-bid conference or in telephone or email solicitations. A second addendum is expected to be issued approximately one week prior to the bid opening date.

Page 5: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL
Page 6: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

NB-1

NOTICE TO BIDDERS

IFB 6389

Sealed bid proposals addressed to the City of Denton, Purchasing Department will be received at the office of the Purchasing Agent located at 901-B Texas Street in the Purchasing Department on the second floor of the Service Center Complex until 11:00 a.m. on Thursday, May 11, 2017 for the purchase of construction services for Mayhill Road Widening and Improvements in Denton, Texas, as follows per bid instructions, plans and specifications:

IFB 6389

MAYHILL ROAD WIDENING AND IMPROVEMENTS

Questions regarding plans and specifications must be submitted by telephone or email to Spencer Maxwell, P.E. at (817) 735-7523 or [email protected] by 5:00 p.m. on Monday, May 1, 2017. All questions submitted after that date and time will not be considered to ensure all bidders are given equal access to the information provided. Bids will be publicly opened and read aloud. Bids received later than the specified time and date will be returned to the bidder unopened. The bids will then be officially reviewed and awarded by the City Council as soon thereafter as possible. All bid proposals must be made on the printed document forms included in the specifications. The submitted bid shall not be altered, withdrawn, or resubmitted within sixty (60) days from and after the date of the bid opening. Bidder shall also submit one (1) additional copy of the proposal along with their bid. Electronic copies of the bid invitation with information to bidders, bid proposals, plans and specifications can be downloaded for free at the City’s purchasing website, www.dentonpurchasing.com Qualified prospective bidders may obtain paper copies of the bid invitation with information to bidders, bid proposals, plans, and specifications at the office of Freese and Nichols, Inc., 4055 International Plaza, Ste. 200, Fort Worth, TX 76109, upon non-refundable deposit in the form of a check, money order or cashier’s check in the amount of two hundred ($200.00) dollars per set. Cash will not be accepted.

Each bid must be accompanied by a cashier's check, certified check, or acceptable bidders bond

payable without recourse to the City of Denton, Texas in an amount not less than five percent

(5%) of the bid submitted as guarantee that the bidder will enter into a contract and execute a

performance bond, a payment bond and insurance certificate within ten (10) days after the

notification of the award of the contract to the bidder.

The City of Denton, Texas reserves the right to reject any and all bids and informalities, unless all bids are rejected, and award will be made to the lowest and most responsible bidder.

Attachment 1 - AD1

Page 7: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

NB-2

Minority and small business vendors or contractors are encouraged to bid on any and all City of

Denton projects.

CITY OF DENTON, TEXAS

Purchasing Department

901-B Texas Street

Denton, TX 76209

C/o Karen Smith

Purchasing Agent

Advertisement to run APRIL 18, 2017 and APRIL 25, 2017.

Attachment 1 - AD1

Page 8: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

Exhibit 1 - Revised Addendum 1

IFB 6389 - Pricing Sheet for Mayhill Road Widening and Improvements

i.

ii.

iii.

iv.

v.

ITEM SPEC. NO.

I-1 I-1

I-2 TXDOT 500

I-3COD NCTCOG AM

ITEM 203.3

I-4 NCTCOG 801

I-5 TxDOT 6001

I-6 TXDOT 105

I-7 TXDOT 104

I-8 NCTCOG 203

I-9 NCTCOG 203

I-10 NCTCOG 301.2

I-11 NCTCOG 301.2

I-12 NCTCOG 301.5

I-13 NCTCOG 302

I-14 NCTCOG 302

I-15 NCTCOG 302

I-16 TXDOT 360

I-17 NCTCOG 301.5

I-18 TXDOT 528

I-19 NCTCOG 303

I-20 NCTCOG 305.1

I-21 NCTCOG 305.2

I-22 NCTCOG 305.2

I-23 NCTCOG 305.2

I-24 NCTCOG 305.2

I-25 NCTCOG 305.2

I-26 NCTCOG 305.2

UNIT I - STREET IMPROVEMENTS

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

Total calendar days after Notice to Proceed is issued by City of Denton for

substantial completion of Base Bid (Maximum of 900):

Total calendar days after Notice to Proceed is issued by City of Denton for

project start:

BASE BID

Respondent's Name:

Principal Place of Business (City and State):

Respondent is a Corporation, Partnership, Sole Proprietorship, or Individual?

-$

SY

RIGHT OF WAY PREPARATION 224 STA-$

BARRICADES, SIGNS, AND TRAFFIC HANDLING 30 MO-$

PROJECT SIGNS 4 EA-$

MOBILIZATION & DEMOBILIZATION 1 LS-$

-$

8" FLEXIBLE BASE 4,557

REMOVE CONCRETE PAVEMENT & MISC. CONCRETE 6,568 SY-$

PORTABLE CHANGEABLE MESSAGE SIGNS 12 EA-$

REMOVE ASPHALT PAVEMENT 49,367 SY-$

EMBANKMENT 165,410 CY-$

LIME TREATED SUBGRADE (6") 146,946 SY

816 SY-$

UNCLASSIFIED EXCAVATION 79,340 CY-$

HMAC TYPE B (PG64-22) 1,727 TON-$

HMAC TYPE B (ASPHALT DRIVEWAY) (PG64-22) 1,548 TON-$

LIME (HYDRATED LIME) (SLURRY) 3,233 TON-$

HMAC TYPE D (PG64-22) 18,520 TON

CONCRETE CURB AND GUTTER 1,083 LF-$

CONCRETE DRIVEWAYS 7,391 SY-$

REINFORCED CONCRETE SIDEWALK (5") 22,160 SY-$

-$

MEDIAN APRON (COLORED TEXTURED CONCRETE) 8,552 SY-$

CONCRETE CURB (MONOLITHIC) 82,505 LF-$

CONTINUOUSLY REINFORCED CONCRETE PAVEMENT

(12")139,391 SY

-$

6" GRAVEL DRIVEWAYS

CURB RAMP (TY 1) 26 EA-$

CURB RAMP (TY 1) (10' WIDTH) 8 EA-$

REINFORCED CONCRETE SIDEWALK (4") 10,833 SY-$

CURB RAMP (TY 1) (SHARED LANDING) (ALL WIDTHS) 18 EA-$

P - 3Attachment 2 - AD1

Page 9: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

I-27 NCTCOG 305.2

I-28 NCTCOG 305.2

I-29 TXDOT 677

I-30 TXDOT 666

I-31 TXDOT 666

I-32 TXDOT 666

I-33 TXDOT 666

I-34 TXDOT 666

I-35 TXDOT 666

I-36 TXDOT 666

I-37 TXDOT 666

I-38 TXDOT 666

I-39 TXDOT 666

I-40 TXDOT 666

I-41 TXDOT 666

I-42 TXDOT 666

I-43 TXDOT 666

I-44 TXDOT 666

I-45 TXDOT 666

I-46 TXDOT 666

I-47 TXDOT 666

I-48 TXDOT 666

I-49 TXDOT 666

I-50 TXDOT 666

ELIMINATE EXISTING PAVEMENT MARKINGS (ALL

WIDTHS)3,000 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (Y) (4")

(BRK)106 LF

-$

CURB RAMP (TY 7) 12 EA-$

CURB RAMP (TY 7) (10' WIDTH) 66 EA-$

PAVEMENT MARKERS & MARKINGS (TY I) (W) (4")

(BRK) (2')110 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (W) (6")

(SLD)11,929 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (Y) (4")

(SLD)3,225 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (W) (4")

(BRK) (10')34,668 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (W) (12")

(SLD)1,430 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (W) (24")

(SLD)7,442 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (W) (8")

(BRK) (2')1,445 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (W) (8")

(SLD)5,648 LF

-$

PAVEMENT MARKERS & MARKINGS (TY II) (Y) (4")

(BRK)106 LF

-$

PAVEMENT MARKERS & MARKINGS (TY II) (Y) (4")

(SLD)3,225 LF

-$

PAVEMENT MARKERS & MARKINGS (TY I) (W)

(ARROW)49 EA

-$

PAVEMENT MARKERS & MARKINGS (TY I) (W) (WORD) 49 EA-$

PAVEMENT MARKERS & MARKINGS (TY II) (W) (6")

(SLD)11,929 LF

-$

PAVEMENT MARKERS & MARKINGS (TY II) (W) (8")

(BRK) (2')1,445 LF

-$

PAVEMENT MARKERS & MARKINGS (TY II) (W) (4")

(BRK) (10')34,668 LF

-$

PAVEMENT MARKERS & MARKINGS (TY II) (W) (4")

(BRK) (2')110 LF

-$

PAVEMENT MARKERS & MARKINGS (TY II) (W) (24")

(SLD)7,442 LF

-$

PAVEMENT MARKERS & MARKINGS (TY II) (W)

(ARROW)49 EA

-$

PAVEMENT MARKERS & MARKINGS (TY II) (W) (8")

(SLD)5,648 LF

-$

PAVEMENT MARKERS & MARKINGS (TY II) (W) (12")

(SLD)1,430 LF

-$

P - 4Attachment 2 - AD1

Page 10: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

I-51 TXDOT 666

I-52 TXDOT 672

I-53 TXDOT 672

I-54 TXDOT 644

I-55 TXDOT 540

I-56 TXDOT 540

I-57 TXDOT 544

I-58 TXDOT 450

I-59 TXDOT 450

I-60 TXDOT 423

I-61 TXDOT 423

I-62 TXDOT 423

I-63 TXDOT 423

PEDESTRIAN RAIL (COMBINATION TY C1W) 1,101 LF-$

PEDESTRIAN RAIL (TY C221) 413 LF-$

RAISED PAVEMENT MARKER (TY II-A-A) 165 EA-$

SMALL ROADSIDE SIGN ASSEMBLY 124 EA-$

METAL BEAM GUARD FENCE TRANSITION (THRIE-

BEAM)6 EA

-$

PAVEMENT MARKERS & MARKINGS (TY II) (W)

(WORD)49 EA

-$

RAISED PAVEMENT MARKER (TY II-C-R) 1,422 EA-$

RETAINING WALL (TxDOT TYPE RW 1(H)(C) 6,190 SF-$

RETAINING WALL (TxDOT TYPE CSWD-08 (FW)) 3,385 SF-$

RETAINING WALL TXDOT TYPE RW 1(H)(A) 310 SF-$

METAL BEAM GUARD FENCE 1,652 LF-$

GUARDRAIL END TREATMENT (WOOD POST) (TY I) 10 EA-$

RETAINING WALL (MSE) 4,735 SF-$

TOTAL UNIT I-$

P - 5Attachment 2 - AD1

Page 11: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

ITEM SPEC. NO.

II-1 TXDOT 416

II-2 TXDOT 416

II-3 TXDOT 420

II-4 TXDOT 420

II-5 TXDOT 422

II-6 TXDOT 422

II-7 TXDOT 422

II-8 TXDOT 425

II-9 TXDOT 425

II-10 TXDOT 425

II-11 TXDOT 428

II-12 TXDOT 432

II-13 TXDOT 442

II-14 TXDOT 450

II-15 TXDOT 450

II-16 TXDOT 450

II-17 TXDOT 454

ITEM SPEC. NO.

III-1COD NCTCOG AM

ITEM 202.5

III-2COD NCTCOG AM

ITEM 202.6

III-3 NCTCOG 202.2

ITEM SPEC. NO.

IV-1 TxDOT 618

IV-2 TxDOT 618

IV-3 TXDOT 624

DRILL SHAFT (30") 995 LF-$

DRILL SHAFT (36") 1,398 LF-$

UNIT II - STRUCTURAL

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

SHEAR KEY 188 CY-$

PRESTRESSED CONCRETE GIRDER (Tx40) 2,552 LF-$

CLASS C CONCRETE (ABUTMENT) 162 CY-$

CLASS C CONCRETE (BENT) 208 CY-$

CONCRETE SURFACE TREATMENT 3,489 SY-$

RIPRAP (RR8) 587 CY-$

PRESTRESSED CONCRETE BOX BEAM (4B20) 174 LF-$

PRESTRESSED CONCRETE BOX BEAM (5B20) 1,562 LF-$

RAIL TY C223 640 LF-$

RAIL TY PR1 488 LF-$

STRUCTURAL STEEL (MISC NON-BRIDGE) 689 LB-$

RAIL TY C411 1,079 LF-$

SODDING 66,936 SY-$

HYDROMULCH SEEDING 66,936 SY-$

UNIT III - LANDSCAPING

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

SEALED EXPANISION JOINTS (4") 292 LF-$

TOTAL UNIT II-$

CONDUIT (PVC) (SCHD 40) (1") 600 LF-$

CONDUIT (PVC) (SCHD 40) (2") 22,975 LF-$

UNIT IV - ELECTRICAL & LIGHTING

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

TOPSOIL (4") 133,872 SY-$

TOTAL UNIT III-$

PULL BOX (12" X 12") 231 EA-$

TOTAL UNIT IV-$

REINF CONC SLAB 28,782 SF-$

APPROACH SLAB 330 CY-$

P - 6Attachment 2 - AD1

Page 12: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

ITEM SPEC. NO.

V-1COD NCTCOG AM

ITEM 107.19.3

V-2 NCTCOG 501.6

V-3 NCTCOG 501.6

V-4 NCTCOG 501.6

V-5 NCTCOG 501.6

V-6 NCTCOG 501.6

V-7 NCTCOG 501.6

V-8 NCTCOG 501.6

V-9 NCTCOG 501.6

V-10 NCTCOG 501.6

V-11 NCTCOG 501.6

V-12 NCTCOG 501.6

V-13 NCTCOG 501.6

V-14 NCTCOG 501.6

V-15 NCTCOG 501.6

V-16 NCTCOG 501.6

V-17 NCTCOG 501.6

V-18 NCTCOG 501.6

V-19 NCTCOG 702

V-20 NCTCOG 702

V-21 NCTCOG 702

V-22 NCTCOG 702

V-23 NCTCOG 702

TRENCH SAFETY (STORM DRAIN SYSTEM) 29,610 LF-$

UNIT V - STORM SYSTEM IMPROVEMENTS

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

RCP (CLASS III) (30") 3,399 LF-$

RCP (CLASS III) (36") 1,213 LF-$

RCP (CLASS IV) (42") 1,573 LF-$

RCP (CLASS III) (18") 5,764 LF-$

RCP (CLASS III) (24") 9,742 LF-$

RCP (CLASS III) (54") 180 LF-$

RCB (5' X 4') 133 LF-$

RCP (CLASS III) (42") 2,179 LF-$

RCP (CLASS III) (48") 1,373 LF-$

RCB (8' X 4') 840 LF-$

RCB (8' X 8') 48 LF-$

RCB (6' X 4') 1,637 LF-$

RCB (7' X 6') 1,013 LF-$

RCB (12' X 6') 376 LF-$

RCB (12' X 5') 804 LF-$

RCB (9' X 6') 810 LF-$

RCB (10' X 6') 87 LF-$

JUNCTION BOX (42") (JB-1-02) 10 EA-$

JUNCTION BOX (48") (JB-1-02) 3 EA-$

MANHOLE (COMPLETE)(TYPE 1) 38 EA-$

MANHOLE (COMPLETE)(TYPE 1-C) 18 EA-$

JUNCTION BOX (54") (JB-1-02) 1 EA-$

P - 7Attachment 2 - AD1

Page 13: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

V-24 NCTCOG 702

V-25 NCTCOG 702

V-26 NCTCOG 702

V-27 NCTCOG 702

V-28 NCTCOG 702

V-29 NCTCOG 702

V-30 NCTCOG 702

V-31 NCTCOG 702

V-32 NCTCOG 702

V-33 NCTCOG 702

V-34 NCTCOG 702

V-35 NCTCOG 702

V-36 NCTCOG 702

V-37 NCTCOG 702

V-38 NCTCOG 702

V-39 NCTCOG 702

V-40 NCTCOG 702

V-41 NCTCOG 702

V-42 NCTCOG 702

V-43 NCTCOG 702

V-44 NCTCOG 702

V-45 NCTCOG 803.3

V-46 NCTCOG 803.3

JUNCTION BOX (MOD) (11' X 9') 2 EA-$

INLET (COMPLETE) (CHANNEL HEADWALL) (10') 5 EA-$

JUNCTION BOX (MOD) (9' X 5') 2 EA-$

INLET (COMPLETE) (RECESSED CURB INLET 15') 57 EA-$

INLET (COMPLETE) (RECESSED CURB INLET 20') 17 EA-$

INLET (COMPLETE) (TY Y INLET) (4' X 4') 1 EA-$

INLET (COMPLETE) (RECESSED CURB INLET 10') 86 EA-$

HEADWALL (TY PW) (SCULV-4) (9') 1 EA-$

HEADWALL & WINGWALLS (TY PW) (SCULV-5) (10') 2 EA-$

HEADWALL (TY PW) (CULV-1) (6') 1 EA-$

HEADWALL & WINGWALLS (TY PW) (CULV-3) (11') 1 EA-$

HEADWALL & WINGWALLS (TY FW-0) (SCULV-4) (9') 1 EA-$

HEADWALL & WINGWALLS (TY FW-0) (SD-01) (3') 1 EA-$

HEADWALL & WINGWALLS (TY FW-S) (CULV-1) (7') 1 EA-$

HEADWALL & WINGWALLS (TY FW-0) (SCULV-3) (8') 1 EA-$

HEADWALL & WINGWALLS (TY PW) (CULVERT-2) (8') 1 EA-$

HEADWALL & WINGWALLS (TY PW) (SD-6.1) (7') 1 EA-$

HEADWALL & WINGWALLS (TY SW-0) (CULVERT 1) (9') 1 EA-$

HEADWALL & WINGWALLS (TY PW) (CULVERT-2) (7.5') 1 EA-$

RIPRAP (CONC) (6") 532 CY-$

RIPRAP (STONE) (24") 957 CY-$

TOTAL UNIT V-$

HEADWALL & WINGWALLS (TY FW-S) (SD-28) (7') 1 EA-$

CONCRETE FLUME 437 SY-$

P - 8Attachment 2 - AD1

Page 14: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

ITEM SPEC. NO.

VI-1COD NCTCOG AM

ITEM SS01

VI-2COD NCTCOG AM

ITEM SS02

VI-3COD NCTCOG AM

ITEM SS03

VI-4COD NCTCOG AM

ITEM 107.19.3

VI-5COD NCTCOG AM

ITEM 505

VI-6COD NCTCOG AM

ITEM 503.3

VI-7COD NCTCOG AM

ITEM 503.3

VI-8COD NCTCOG AM

ITEM 505

VI-9COD NCTCOG AM

ITEM 505

VI-10COD NCTCOG AM

ITEM 503.1

VI-11COD NCTCOG AM

ITEM 503.1

VI-12COD NCTCOG AM

ITEM 503.1

VI-13COD NCTCOG AM

ITEM 503.1

VI-14COD NCTCOG AM

ITEM 501.17

VI-15COD NCTCOG AM

ITEM 501.17

VI-16COD NCTCOG AM

ITEM 501.17

VI-17COD NCTCOG AM

ITEM 501.17

VI-18COD NCTCOG AM

ITEM 501.17

VI-19COD NCTCOG AM

ITEM 501.17

VI-20COD NCTCOG AM

ITEM 501.17

VI-21COD NCTCOG AM

ITEM 501.17

VI-22COD NCTCOG AM

ITEM 501.17

VI-23COD NCTCOG AM

ITEM 501.17

VI-24COD NCTCOG AM

ITEM 501.17

VI-25COD NCTCOG AM

ITEM 501.17

VI-26COD NCTCOG AM

ITEM 501.17

VI-27COD NCTCOG AM

ITEM 502.1-A

VI-28COD NCTCOG AM

ITEM 502.1-A

VI-29COD NCTCOG AM

ITEM 502.1-A

VI-30COD NCTCOG AM

ITEM 502.1-A

VI-31COD NCTCOG AM

ITEM 502.10.4

VI-32COD NCTCOG AM

ITEM 502.12.4

UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

REMOVE SANITARY SEWER MANHOLE 6 EA-$

EXCAVATION SAFETY (TRENCH SAFETY) (SEWER

SYSTEM)5,072 LF

-$

CUT AND PLUG EXISTING SANITARY SEWER LINES 34 EA-$

ABANDON SANITARY SEWER MANHOLE 10 EA-$

18"X3/8" THICK STEEL CASING INSTALLED BY BORE 40 LF-$

18"X3/8" THICK STEEL CASING INSTALLED BY OPEN

CUT40 LF

-$

24"X3/8" THICK STEEL CASING INSTALLED BY OPEN

CUT50 LF

-$

20"X3/8" THICK STEEL CASING INSTALLED BY BORE 125 LF-$

10" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED

IN CASING125 LF

-$

10" SDR-35 PVC WASTEWATER PIPE INSTALLED IN

CASING42 LF

-$

16"X3/8" THICK STEEL CASING INSTALLED BY OPEN

CUT42 LF

-$

12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED

IN CASING50 LF

-$

12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED

BY OPEN CUT, BACKFILL PER DETAIL U201115 LF

-$

12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED

BY OPEN CUT, BACKFILL PER DETAIL U202123 LF

-$

8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED IN

CASING80 LF

-$

21" F679 115 PSI PVC WASTEWATER PIPE INSTALLED

BY OPEN CUT, BACKFILL PER DETAIL U20279 LF

-$

10" SDR-26 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U201920 LF

-$

10" SDR-26 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U202888 LF

-$

12" SDR-26 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U201184 LF

-$

12" SDR-26 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U202524 LF

-$

8" SDR-26 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U20167 LF

-$

8" SDR-26 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U202240 LF

-$

8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U201121 LF

-$

8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U20255 LF

-$

4' DIA CONCRETE MANHOLE, STANDARD OR DROP (0'-

6')4 EA

-$

EXTRA DEPTH OF 4' DIA CONCRETE MANHOLE (OVER

INITIAL 6')16 VF

-$

8" SDR-35 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U201484 LF

-$

8" SDR-35 PVC WASTEWATER PIPE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U202785 LF

-$

6" SANITARY SEWER SERVICES 14 EA-$

CONNECT TO EXISTING MANHOLE BY CORING 2 EA-$

5' DIA CONCRETE MANHOLE, STANDARD OR DROP,

INCLUDING WATERTIGHT LIDS AND VENTS WHERE

SPECIFIED (0'-6')

23 EA-$

EXTRA DEPTH OF 5' DIA CONCRETE MANHOLE (OVER

INITIAL 6')221 VF

-$

TOTAL UNIT VI-$

P - 9Attachment 2 - AD1

Page 15: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

ITEM SPEC. NO.

VII-1COD NCTCOG AM

ITEM W05

VII-2COD NCTCOG AM

ITEM W06

VII-3COD NCTCOG AM

ITEM W04

VII-4COD NCTCOG AM

ITEM 107.19.3

VII-5COD NCTCOG AM

ITEM 503.3

VII-6COD NCTCOG AM

ITEM 505

VII-7COD NCTCOG AM

ITEM 503.3

VII-8COD NCTCOG AM

ITEM 503.3

VII-9COD NCTCOG AM

ITEM 505

VII-10COD NCTCOG AM

ITEM 503.1

VII-11COD NCTCOG AM

ITEM 503.3

VII-12COD NCTCOG AM

ITEM 505

VII-13COD NCTCOG AM

ITEM 503.1

VII-14COD NCTCOG AM

ITEM 503.1

VII-15COD NCTCOG AM

ITEM 503.1

VII-16COD NCTCOG AM

ITEM 503.1

VII-17COD NCTCOG AM

ITEM 504.5

VII-18COD NCTCOG AM

ITEM 501.14

VII-19COD NCTCOG AM

ITEM 501.14

VII-20COD NCTCOG AM

ITEM 501.14

VII-21COD NCTCOG AM

ITEM 501.14

VII-22COD NCTCOG AM

ITEM 501.14

REMOVE FIRE HYDRANT 6 EA-$

REMOVE AND SALVAGE GATE VALVE 33 EA-$

UNIT VII - WATER SYSTEM IMPROVEMENTS

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

36"X1/2" THICK STEEL CASING INSTALLED BY BORE 95 LF-$

36"X3/8" THICK STEEL CASING INSTALLED BY OPEN

CUT57 LF

-$

CUT AND PLUG EXISTING WATER LINES 66 EA-$

EXCAVATION SAFETY (TRENCH SAFETY) (WATER

SYSTEM)17,531 LF

-$

24"X3/8" THICK STEEL CASING INSTALLED BY OPEN

CUT215 LF

-$

20" C-905 DR-14 PVC WATER LINE INSTALLED IN

CASING95 LF

-$

30"X1/2" THICK STEEL CASING INSTALLED BY BORE 30 LF-$

24"X3/8" THICK STEEL CASING INSTALLED BY BORE 125 LF-$

18" C-900 DR-14 PVC REUSE LINE INSTALLED IN

CASING82 LF

-$

16" SPECIAL CLASS 52 DIP WATER LINE INSTALLED IN

CASING44 LF

-$

18"X3/8" THICK STEEL CASING INSTALLED BY BORE 178 LF-$

18"X3/8" THICK STEEL CASING INSTALLED BY OPEN

CUT396 LF

-$

CONCRETE ENCASEMENT OF WATER LINES 230 LF-$

20" C-905 DR-14 PVC WATER LINE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U201111 LF

-$

12" C-900 DR-14 PVC WATER LINE INSTALLED IN

CASING530 LF

-$

8" C-900 DR-14 PVC WATER LINE INSTALLED IN

CASING303 LF

-$

16" C-905 DR-14 PVC WATER LINE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U2011,112 LF

-$

16" C-905 DR-14 PVC WATER LINE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U20230 LF

-$

20" C-905 DR-14 PVC WATER LINE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U202156 LF

-$

18" C-905 DR-14 PVC REUSE LINE INSTALLED BY OPEN

CUT, BACKFILL PER DETAIL U201108 LF

-$

P - 10Attachment 2 - AD1

Page 16: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

VII-23COD NCTCOG AM

ITEM 501.14

VII-24COD NCTCOG AM

ITEM 501.14

VII-25COD NCTCOG AM

ITEM 501.14

VII-26COD NCTCOG AM

ITEM 501.14

VII-27COD NCTCOG AM

ITEM 501.14

VII-28COD NCTCOG AM

ITEM 501.14

VII-29COD NCTCOG AM

ITEM 502.6.2

VII-30COD NCTCOG AM

ITEM 502.6.2

VII-31COD NCTCOG AM

ITEM 502.6.2

VII-32COD NCTCOG AM

ITEM 502.6.2

VII-33COD NCTCOG AM

ITEM 502.6.2

VII-34COD NCTCOG AM

ITEM 502.6.2

VII-35COD NCTCOG AM

ITEM W01

VII-36COD NCTCOG AM

ITEM W01

VII-37COD NCTCOG AM

ITEM 501.7

VII-38COD NCTCOG AM

ITEM 502.3

VII-39COD NCTCOG AM

ITEM 502.3

VII-40COD NCTCOG AM

ITEM 502.10.3-A

VII-41COD NCTCOG AM

ITEM 502.10.3-A

VII-42COD NCTCOG AM

ITEM 502.10.3-A

VII-43COD NCTCOG AM

ITEM 502.6.3

VII-44COD NCTCOG AM

ITEM 502.6.3

8" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN

CUT, BACKFILL PER DETAIL U201865 LF

-$

8" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN

CUT, BACKFILL PER DETAIL U202715 LF

-$

12" C-900 DR-14 PVC WATER LINE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U2011,406 LF

-$

12" C-900 DR-14 PVC WATER LINE INSTALLED BY

OPEN CUT, BACKFILL PER DETAIL U20210,597 LF

-$

20" GATE VALVE, VAULT AND BOX 5 EA-$

16" GATE VALVE, VAULT AND BOX 5 EA-$

6" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN

CUT, BACKFILL PER DETAIL U201190 LF

-$

6" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN

CUT, BACKFILL PER DETAIL U202125 LF

-$

6" GATE VALVE AND BOX (EXCLUDING FIRE

HYDRANT ASSEMBLIES)14 EA

-$

4" GATE VALVE AND BOX 5 EA-$

12" GATE VALVE AND BOX 28 EA-$

8" GATE VALVE AND BOX 27 EA-$

6" DUCTILE IRON PIPE 29 LF-$

NEW FIRE HYDRANT ASSEMBLIES 14 EA-$

12"X12" TAPPING SLEEVE AND VALVE 2 EA-$

8"X8" TAPPING SLEEVE AND VALVE 4 EA-$

COMBINATION AIR AND VACUUM AIR RELEASE

VALVE ASSEMBLY - 2"1 EA

-$

COMBINATION AIR AND VACUUM AIR RELEASE

VALVE ASSEMBLY - 1"5 EA

-$

RESET & RECONNECT TO EXISTING FIRE HYDRANT

ASSEMBLIES4 EA

-$

RELOCATE EXISTING WATER METER VAULT AND ALL

ASSOCIATED APPURTENANCES1 EA

-$

WATER SERVICES, ALL SIZES 14 EA-$

WATER METER, ALL SIZES 12 EA-$

TOTAL UNIT VII-$

P - 11Attachment 2 - AD1

Page 17: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

ITEM SPEC. NO.

VIII-1COD NCTCOG AM

ITEM 201

VIII-2COD NCTCOG AM

ITEM 201

VIII-3COD NCTCOG AM

ITEM 201

VIII-4COD NCTCOG AM

ITEM 201

VIII-5COD NCTCOG AM

ITEM 201

VIII-6COD NCTCOG AM

ITEM 201

VIII-8COD NCTCOG AM

ITEM 201

VIII-9COD NCTCOG AM

ITEM 201

ITEM SPEC. NO.

IX-1 TxDOT ITEM 681

IX-2 TxDOT ITEM 681

IX-3 TxDOT ITEM 680

IX-4 TxDOT ITEM 680

IX-5 TxDOT ITEM 680

IX-6 TxDOT ITEM 680

IX-7 TxDOT ITEM 680

IX-8 TxDOT ITEM 680

IX-9 TxDOT ITEM 680

ITEM SPEC. NO.

A1-1 TXDOT 360

A1-2 TXDOT 360

STORM WATER POLLUTION PREVENTION PLAN 1 LS-$

TEMPORARY SEDIMENT CONTROL FENCE (INSTALL) 45,949 LF-$

UNIT VIII - ENVIRONMENTAL

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

CONSTRUCTION EXITS (TY I) (INSTALL) 6,111 SY-$

CONSTRUCTION EXITS (TY I) (REMOVE) 6,111 SY-$

TEMPORARY SEDIMENT CONTROL FENCE (REMOVE) 45,949 LF-$

BIODEG EROSION CONTROL LOGS (INSTALL) (12")

(INLET PROTECTION)2,095 LF

-$

EA-$

UNIVERSITY DRIVE TEMPORARY TRAFFIC SIGNAL 1 EA-$

TOTAL UNIT VIII -$

UNIT IX - TRAFFIC SIGNALS

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

ROCK FILTER DAM (TY 2) 40 LF-$

ROCK FILTER DAM (TY 3) 227 LF-$

UNIVERSITY DRIVE TRAFFIC SIGNAL 1 LS-$

TOTAL UNIT IX-$

MILLS ROAD TRAFFIC SIGNAL 1 LS-$

RUSSELL NEWMAN TRAFFIC SIGNAL 1 LS-$

MORSE STREET TRAFFIC SIGNAL 1 LS-$

MCKINNEY STREET TRAFFIC SIGNAL 1 LS-$

SALVAGE EXISTING TRAFFIC SIGNAL EQUIPMENT

(ALL INTERSECTIONS)1 LS

-$

SPENCER ROAD TRAFFIC SIGNAL 1 LS-$

MCKINNEY STREET TEMPORARY TRAFFIC SIGNAL 1

TOTAL BID ALT 1-$

BID ALTERNATE 1

DESCRIPTION

ESTIMATED

QUANTITY UNIT UNIT PRICE AMOUNT

CONTINUOUSLY REINFORCED CONCRETE PAVEMENT

(12")(139,391) SY

-$

CONTINUOUSLY REINFORCED CONCRETE PAVEMENT

(10")139,391 SY

-$

P - 12Attachment 2 - AD1

Page 18: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

TOTAL BID

ALTERNATE 1-$

TOTAL UNIT I-$

TOTAL UNIT II-$

TOTAL UNIT III-$

TOTAL UNIT IV-$

TOTAL UNIT V-$

TOTAL UNIT VI-$

TOTAL UNIT VII-$

TOTAL UNIT VIII-$

TOTAL UNIT IX-$

TOTAL BASE BID-$

P - 13Attachment 2 - AD1

Page 19: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 1

SPECIAL CONTRACT REQUIREMENTS AND BID ITEM DEFINITIONS

As Stated in the General Provisions, the October 2004 edition of the North Central Texas Council of

Governments Standard Specifications for Public Works Construction will be utilized as a basis for

both general and technical procedures to included types of materials and construction procedures used

in the City of Denton. The following specifications and definitions are intended to (1) highlight

requirements in the NCTCOG found on most projects in the City of Denton, (2) make specific

requirements for materials or procedures where the NCTCOG gives options, (3) specify provisions

for deviation from NCTCOG, and (4) define the bid items listed in the bid tabulation sheet. The

following specifications are also numbered in accordance with the NCTCOG to aid in locating more

specific requirements.

Conflicts sometimes arise when City of Denton provisions conflict with either the plans for the project

or the North Central Texas Council of Governments specifications. The following order of

precedence shall general be followed in case of conflicts; however, the City Engineer shall make final

determination:

1. City of Denton construction plans

2. City of Denton project specifications

3. NCTCOG Standard Specifications

4. TxDOT 2014 Standard Construction Specifications

Payment sections of the specifications include all material, labor, and equipment necessary to

complete the project.

Attachment 3 - AD1

Page 20: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 2

Item I-1 Project Signs

Two signs advertising the CIP Construction Project shall be placed in strategic points on the upstream

and downstream end of the project as directed by the City with lettering as needed to adequately

describe the work. These two signs shall be placed prior to beginning work and maintained until the

end of the project. No payment shall be made to the Contractor for maintenance of these signs.

Sign shall be constructed with ¾” weather treated plywood. Sign shall be painted white with blue

letters and symbols. Letter size shall conform to dimensions shown below. The City shall provide

updated text to the Contractor prior to issuing the Notice to Proceed.

Payment: Payment will be at the contract unit price for each Project Sign installed.

CITY LOGO

The flag shall resemble the Texas Flag. The Background of the stars and the

“City of Denton” lettering shall be blue. The lower bar of the flag shall be red,

and the upper bar shall be white. The dimensions, from the farthest ends, shall

be 12 inches, vertical, and 23.5 inches horizontal. The flag shall appear in the

dimensions shown. The contractor may request a digital copy in either .jpg or

.tif format.

Item I-2 Mobilization

General: The requirements of TxDOT Item 500 are applicable.

Payment: Payment for this item shall be in accordance with TxDOT Item 500.

Attachment 3 - AD1

Page 21: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 3

Item I-3 Preparing Right-of-Way

General: The requirements of City of Denton NCTCOG Amendment Item 203.3 are applicable.

Payment: Payment shall be at the contract unit price per station.

Item I-4 Barricades, Warning Signs, and Traffic Handling

General: The requirements of NCTCOG Item 801 are applicable. Contractor shall maintain traffic

flow at all times. Contractor shall provide alternate paths for pedestrians to travel for the duration of

the project.

The Contractor shall provide a detailed Traffic Control Plan (TCP) that complies with the Texas

Manual of Uniform Traffic Control Devices. The TCP shall be sealed by a Professional Engineer

registered in Texas, and shall be approved by the City for review prior to the issuance of the Notice

to Proceed.

Payment: Payment for this Item shall be at the unit price bid per month. This price is full

compensation for preparation of the TCP, and for installation, maintenance, adjustments,

replacements, removal, materials, equipment, labor, tools and incidentals. Temporary pavement

markings shall be subsidiary to this item.

Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling

devices have been installed in accordance with the TCP and construction has begun.

Monthly payment will be made each succeeding month for this Item provided the barricades, signs,

and traffic handling devices have been installed and maintained in accordance with the TCP until the

Contract amount has been paid.

If, within the timeframe established by the City, the Contractor fails to provide or properly maintain

signs and barricades in compliance with the Contract requirements, as determined by the City, the

Contractor will be considered in noncompliance with this Item. No payment will be made for the

months in question, and the total final payment quantity will be reduced by the number of months the

Contractor was in noncompliance.

The quantity paid under this Item will not exceed the total quantity shown on the plans except as

modified by change order. An overrun of the plans quantity for this Item will not be allowed for

approving designs; testing; material shortages; closed construction seasons; curing periods;

establishment, performance, test, and maintenance periods; failure to complete the work in the

number of months allotted; nor delays caused directly or indirectly by requirements of the Contract.

Item I-5 Portable Changeable Message Signs

General: The requirements of TxDOT Item 6001 are applicable. Place or relocate PCMS units as

shown on the plans or as directed. Maintain the PCMS units in good working condition. Repair

Attachment 3 - AD1

Page 22: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 4

damaged or malfunctioning PCMS units as soon as possible. PCMS units will remain the property

of the contractor.

Payment: Payment for this item shall be at the contract unit price per each PCMS.

Item I-6 Remove Asphalt Pavement

General: The requirements of TxDOT Item 105 are applicable. All existing asphalt pavement to be

removed that abuts asphalt pavement to remain (private or public) shall be sawcut in a smooth straight

line. Any work damaged behind that sawcut shall be resawed and replaced at the Contractor's

expense.

Payment: Payment shall be at the contract unit price per square yard.

Items I-7 Remove Concrete Pavement & Misc. Concrete

General: The requirements of TxDOT Item 104 are applicable. All concrete work to be removed

that abuts concrete work to remain (private or public) shall be sawcut in a smooth straight line. Any

work damaged behind that sawcut shall be resawed and replaced at the Contractor's expense.

Removing concrete pavement shall include all pavement type sections located in the existing

roadway. Pavement areas are typically 6” or greater in depth.

Payment: Payment shall be at the contract unit price per square yard.

Item I-8 Unclassified Excavation

General: Provide labor and equipment necessary to excavate materials to the grade indicated on the

plans. Unless otherwise paid for in this contract, existing asphalt surface pavement shall be included,

along with other excavated materials, as part of this bid item. The Contractor shall stockpile sufficient

suitable material to backfill and level areas outside the actual limits of the pavement. Material

unsuitable for backfill shall be disposed of by the Contractor as directed by the City. Topsoil from

the shoulders and areas adjacent to the existing pavement shall be stockpiled in order to fill behind

the curb in areas which abut sodded lawns. Backfill material shall be approved by the City. The

backfill material shall be of the black loam type with suitable properties for excellent growth of grass

or shrubs. Adjacent property owners shall be entitled to any surplus excavated material if they request

fill on their property. Any other excavated material, which is not needed for filling or leveling on the

actual construction project shall become the property of the Contractor for disposal. All excavated

areas whether street excavation, storm sewer excavation, or utility excavation shall be watered down

to prevent dust at the direction of the Engineer and is subsidiary to this item.

The requirements of NCTCOG Item 203.4 and 203.5 are applicable.

Payment: Payment shall be at the contract unit price per cubic yard of material excavated. This is a

plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless

modified by change order. Additional measurements or calculations will be made if adjustments of

quantities are required. Limits of measurement of excavation in retaining wall areas will be as shown

Attachment 3 - AD1

Page 23: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 5

on the plans. Shrinkage or swelling factors will not be considered in determining the calculated

quantities.

Item I-9 Embankment

General: The requirements of NCTCOG Item 203.6 and 203.7 are applicable. This item to include

the placement and compaction of excavated material along the entire project. The fill material may

be selected from the regular excavation, which is necessary on the project.

Materials and Construction: Compaction shall be tested at not less than 95% of the density as

determined in accordance with test method ASTM D698. Hauling, placing, sprinkling, rolling, and

obtaining final compaction are all considered as part of this fill item. Proctors will be taken on all

major fill materials before they are placed to check plasticity index and composition.

Compaction shall be started with a sheep-foot roller until the Inspector feels the soil is generally stable.

Payment: Payment shall be at the contract unit price per cubic yard in place. This is a plans quantity

measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by

change order. Additional measurements or calculations will be made if adjustments of quantities are

required. Limits of measurement of embankment in retaining wall areas will be as shown on the

plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities.

Item I-10 Lime Treated Subgrade

General: This item shall consist of treating the existing subgrade by the pulverizing, addition of lime,

mixing and compacting the mixed material to a 95% compaction as determined by test method ASTM

D698. All subgrade surfaces shall be shaped within .2' of finished grade before liming operations

start. The street template may be checked utilizing blue tops or a string line for accuracy at the option

of the Engineer.

Materials and Construction: Type A hydrated lime is required for mixing the slurry on the job. Type

B lime slurry may be used if approved by the Engineer. Gradations on the particle sizes after final

mixing may be required. Three days of curing time after the initial mixing of the subgrade will be

required. Proctors on the soil shall include the lime and normally take 3 days to process before

densities can be run.

All subgrade including the treated layer and the underlying layers shall be sound and stable before

paving operations will be allowed to begin. The subgrade shall be kept moist enough to prevent hair

cracking during all stages of the liming process. The requirements of NCTCOG Item 301.2 are

applicable.

Prior to placing hydrated lime at a particular site, the Contractor will be required to determine the

quantity of lime which needs to be added to the subgrade. The City of Denton will hire a soils lab for

the tests. The percentage of quantity of lime shall be determined utilizing either Atterburg Limits

tests or by determining the hydrogenation concentration (pH) of the soil mixture. These tests are

typically performed and should be evaluated by an approved geotechnical engineering laboratory. A

series of these tests should be used at each site. Tests should be performed on representative samples

Attachment 3 - AD1

Page 24: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 6

of each proposed subgrade material as determined by the City Engineer. Payment shall be at the

contract unit price per square yard of lime subgrade placed, mixed, and compacted.

Lime Treatment Construction Methods

a. Preparation of sub-base is not required for entire subgrade before liming. The

Contractor shall test roll to determine weak spots and correct those before liming

operations to avoid later reworking efforts.

b. Dry placement of lime is not allowed.

Prime Coat

The City of Denton will allow pavements to be placed on the lime after 72 hours of curing time. No

curing seal (prime coat) is required if the pavement is to be placed within 14 days. Contractor shall

provide the City with an exact schedule and meet that schedule to ensure subgrade protection. If the

City determines that paving operations may be delayed, a prime coat shall be applied at the specified

rate and will be subsidiary to this pay item.

Payment: Payment shall be made at the contract unit price per square yard of surface area. The

dimensions for determining the surface area are established by the widths shown on the plans and the

lengths measured at placement.

Item I-11 Hydrated Lime

General: This item establishes the requirements for hydrated lime and commercial lime slurry of the

type and grade considered suitable for use in treatment of subgrades.

Construction: Tests and samples of lime slurry shall be according to TEX 600-J. Lengths of streets

to be covered with each load of slurry (TYPE A or B) shall be checked with the Engineer before

applying. Tickets certifying quality and weights of the lime shall accompany all lime delivered to the

project.

Payment: Payment shall be at the contract unit price per ton of lime installed. The amount of lime

per square yard (example 36 lbs./SY) shall be used to compute pay items. Overages shall be absorbed

by the Contractor.

Item I-12 Flexible Base

General: The requirements of NCTCOG Item 301.5 are applicable.

Payment: Payment shall be made at the contract unit price per square yard of flexible base installed

at the depth specified in the plans.

Attachment 3 - AD1

Page 25: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 7

Items I-13, I-14 & I-15 Asphalt Pavement Construction

General: The requirements of NCTCOG Item 302 are applicable. This item shall consist of a total

depth asphalt pavement section as shown on City of Denton standard detail sheets or in the plans.

General guidelines for streets are as follows:

Preparation of Subgrade: Final compaction shall be achieved after all liming operations are complete.

This compaction shall be started with a sheep-foot roller and finished to grade with a pneumatic roller.

All irregularities, which develop during final compaction in excess of ½ inch, as shown by straight

edge or template, shall be corrected until the final road surface conforms to the correct alignment,

cross section, or elevation. The subgrade will be compacted from the bottom up to at least 95 percent

of Standard Proctor. Subgrade materials should be moistened to keep the material at its optimum

moisture content until the asphalt base course is applied.

Materials and Construction Procedures: Course aggregate used under this item, for 5/8” size or

larger, shall be crushed mineral aggregate. AC 20 grade asphalt shall be used. In place density

shall be provided utilizing Texas Department of Transportation Bulletin C-14 specifications and

methods. Asphalt material shall not be heated to a temperature of more than 350º F at the plant

and shall be placed at a minimum temperature of at least 250º F. No material shall be placed unless

temperature limits are met. Tack coat shall be RC-2 cut back asphalt and shall be applied at a rate

of 0.05 gallons per square yard. An approved mixture of asphalt emulsion may be substituted for

the RC-2. Typically, approved dilutions with water shall be in the 50-80% range. Tack coats are

required when base and surface course are not applied on the same day. Surface and base asphalt

course may be laid on the same day if the Engineer approves such process.

Cores will be taken to ensure depth control and if compaction control is needed. Extractions will

normally be taken on all mixes in the field at selected times.

Special attention shall be paid to tacking of all connecting surfaces to provide a closely bonded,

watertight joint.

The fine aggregate shall be processed sufficiently, prior to entering the dryer, so that the slakeable

material retained on the No. 4 sieve shall not exceed 2%. A minimum of 20% of the fine aggregate

incorporated into the final mixture shall consist of crushed stone screenings.

Representative samples for each grade of material from each aggregate source will be secured at

random from aggregate stockpiles. These samples will be subjected to the four (4) cycles of the

soundness test in accordance with test method TEX-411-A. The loss shall not be greater than 30%

when magnesium sulfate is used. This test will not apply to materials meeting the sulfate

requirements for coarse aggregates in Item 302.

Crushed stone screenings must be produced from stone which will comply with the physical

requirements specified for the coarse aggregate under Article 340.2 (1) (A) of the standard

specifications. The crushed stone screenings stockpile may contain a maximum of 35% retained on

the number ten sieve.

The coarse aggregate shall be crushed so that a minimum of 50 percent of the aggregate retained on

the 3/8", No. 4 and No. 10 sieves shall have more than one crushed face when tested in accordance

Attachment 3 - AD1

Page 26: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 8

with test method TEX-413-A. The crushed faces required for gravel, Article 340.02. (1) (A)

paragraph 8, is voided. (No crushed gravel.)

The completed mix shall be evaluated by test method TEX-530-C and the amount of uncoated

aggregate shall not exceed ten percent. If stripping occurs, the aggregate and/or the asphalt will be

treated with lime slurry and/or an approved liquid anti-stripping agent in accordance with special

specification Item 3373, "Asphalt Anti-stripping agent (lime) or Item 3374, "Asphalt Anti-stripping

Agent (liquid)". It shall be the Contractor's option as to the type of anti-stripping agent selected. A

minimum of ½% shall be used with all mix designs.

Payment: Prime coat and tack coat shall not be measured for direct payment but shall be considered

as subsidiary work pertaining to the placing of hot mix asphalt mixtures of the type specified. Hot

mix asphalt pavement material shall be measured complete in place by the ton computed at 110-lb.

per square yard surface area per inch thickness of course of the type(s) and grade(s) used in the

completed and accepted work.

Item I-16 Continuously Reinforced Concrete Pavement

General: This item shall govern the composition and construction of Portland cement concrete

pavement to the standards and dimensions required by the plans and specifications.

Materials:

Aggregate Composition: Coarse and fine aggregates for concrete shall conform to the provisions of

TxDOT Item 360.

Portland Cement: Portland cement shall conform to the provisions of TxDOT Item 360.

Chemical Admixtures: Chemical admixtures shall conform to the provisions of TxDOT Item 360.

Air entrainment admixtures shall be utilized to ensure total air content of the concrete between 4%

and 6%. Water reducing and set retarding admixtures shall be approved on a project by project basis.

Mineral Admixtures: Mineral admixtures shall conform to the provisions of TxDOT Item 360.

Maximum fly ash amount shall not exceed 25% by weight per cubic yard of concrete.

Mineral Filler: Mineral filler will be allowed under the provisions of TxDOT Item 360.

Fibrous Reinforcement: Fiber reinforcement is required for concrete sidewalk. Fiber shall be

Fibermesh® 300 Synthetic Fiber as produced by Propex Concrete Systems or an approved equivalent.

Application shall be 1.5 lbs of fiber per cubic yard of concrete. Application shall follow the

manufacturer’s guidelines.

Steel Reinforcement: Steel reinforcement shall be of the size and quantity as called for on the plans

or in the Special Contract Requirements. Steel reinforcement shall conform to the standards of

TxDOT Item 360.

Curing Materials: Curing material shall be a ASTM 309 Type 2, white pigmented curing compound

unless otherwise noted on the plans or in the Special Contract Requirements. The use of mats, paper

Attachment 3 - AD1

Page 27: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 9

or film shall not be permitted for curing purposes. The compound and its application shall conform

to TxDOT Item 360. The compound shall be applied per the manufacturer’s guidelines.

Mix Design: Mix design shall be as called for on the plans or in the Special Contract Requirements.

Construction: Concrete shall be mixed, delivered and placed per the requirements of TxDOT Item

360. Concrete shall not be placed if the temperature is less than 40 degrees F and falling but may be

placed if the temperature is above 35 degrees F and rising. Contractor is responsible for any adverse

impacts on the quality and strength of concrete placed due to weather related conditions. Under no

circumstances shall concrete be placed upon frozen subgrade. Concrete must be placed within the

time limits prescribed by TxDOT Item 360. Hand finishing of concrete pavement is only allowed in

areas inaccessible to a finishing machine. Curing compound shall be applied immediately upon

conclusion of finishing per TxDOT Item 360. Curing compound shall be applied to the side pavement

edge after the forms are removed and before the placement of soil. Excessive voids or honeycombing

of the pavement edge may be cause for the rejection of the pavement section. When required,

contraction or dummy joints shall be sawed into the concrete per the plans within 24 hours of

placement.

Unless otherwise noted in the plans or Special Contract Requirements, all vehicle traffic shall be

excluded from the new concrete pavement for a minimum of 14 days.

Payment: Payment shall be at the contract unit price per square yard of concrete placed at the design

pavement thickness. Price shall include all concrete, steel reinforcement, form work, finishing work,

jointing, sawing, sealing, and cleaning. Integral or monolithic concrete curb placed with the pavement

shall not be included, it shall be paid for separately.

Item I-17 Gravel Driveways

General: The requirements of NCTCOG Item 301.5 are applicable.

Payment: Payment for this item shall be at the contract price per square yard.

Item I-18 Median Apron (Stamped Colored Concrete)

General: The requirements of TxDOT Item 528 are applicable.

Payment: Payment for this item shall be at the contract price per square yard.

Item I-19 and I-20 Concrete Curb & Gutter

General: This item shall consist of Portland Cement Concrete Curb and Gutter. The requirements of

NCTCOG Item 305.1 are applicable. Section of Curb and Gutter shall be as shown on City of Denton

Standard Curb and Gutter Section on file in the Engineering Section, Public Works Department. Curb

and Gutter to be constructed on approved subgrade and to line and grade as established by the City

and details shown on plans.

Attachment 3 - AD1

Page 28: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 10

Materials: Materials and proportions for concrete used in construction under this item shall conform

to the requirements of Class A concrete as defined in Item 303.

Construction: No concrete shall be placed if the temperature is less than 35 degrees F. Concrete curb

and gutter shall be installed per the plans and according to the provisions of TxDOT Item 527.

Expansion joints shall be required every 200 feet of curb length per TxDOT Item 527. One

longitudinal dowel bar of #4 reinforcing steel two feet in length shall be required at every expansion

joint.

Backfilling: The curb and gutter shall be backfilled within seventy-two (72) hours of pouring. The

backfill shall be of suitable material and compacted in a manner acceptable to the City. All backfill

material shall be free of clods and rocks and compacted to a level even with the top of curb.

Payment: Payment shall be at the contract unit price per linear foot.

Item I-21 Concrete Driveways

General: This item consists of driveways with reinforcing steel, composed of Portland cement

concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and

grades established by the Engineer and details shown on the plans. The requirements of NCTCOG

Item 305.2 are applicable.

Materials: Materials and proportions used in construction under this item shall conform to the

requirements for Class A concrete. Expansion joint filler shall be pre-molded materials meeting the

requirements specified under "Concrete Structures" or board material meeting "Concrete Pavement"

requirements in. Class A concrete is 3000 psi with an approved slump of 2" - 6".

Construction: The subgrade shall be excavated and shaped to line, grade, and cross section. A

minimum 6" section shall be placed on a subgrade of clean approved material that has been compacted

to at least 95% density. The subgrade shall be moist at the time the concrete is placed. Reinforcing

steel will be required (3/8" bars at maximum 16" center or 6 x 6 No. 6 wire mesh) at a location 2"

from the bottom of the poured concrete. Steel chairs may be required by the Inspector to hold the

steel at this location.

New expansion joints of ½" asphalt board or equivalent material shall be placed at the points of new

construction. All street materials that are removed to allow for the front forms on the gutter and drive

approach shall be replaced with the same or better materials. A light smooth broom finish is required

once the concrete has begun to set up. All driveways shall receive an approved white pigmented

curing compound after the slab has been placed and the finish applied.

Dummy joints shall be tooled into the driveways as follows:

12' to 24' One tooled joint in the middle.

24' to 30' Two tooled joints as directed.

When a driveway connects two sections of sidewalk, pedestrian ramps shall be installed. A minimum

of 18" shall be used in the transitions from ½" to 6" on both sides. This is the same sort of transition

used in sidewalk ramps.

Attachment 3 - AD1

Page 29: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 11

Temperature requirements for placement shall be as per NCTCOG Item 303.

Payment: Payment shall be at the contract unit price per square yard of driveway in place. Price shall

include concrete, reinforcing steel, and chairs.

Items I-22 thru I-28 Concrete Sidewalks and Curb Ramps

General: This item shall consist of sidewalks composed of Portland Cement concrete, constructed as

specified on an approved subgrade, in conformity with lines and grades established by the Engineer

and the details shown on the plans.

References: The contractor shall refer to applicable City of Denton standard detail(s). Where City of

Denton standard detail(s) are void of a specific requirement and/or without detail and/or not addressed

sufficient to complete the construction, the contractor shall comply with Item 305.2 of the NCTCOG

Specifications, and/or the Texas Standards Specification(s) including but not limited to Accessibility

Standards Section 4, Accessible Elements and Spaces for Scope and Technical Requirements for

items not specifically called out in this specification, the plans, or the special contract definitions.

Design and Placement: All sidewalk shall be a minimum of five foot in width except where noted

below. Sidewalk requirements, including, but not limited to lateral and longitudinal slopes shall

comply with current Federal ADA requirements or Texas Accessibility Standards (TAS) as may

apply. Where differences exist between City, TAS and ADA, contractor shall contact City for solution

prior to continuing. When a permanent obstruction is present and right-of-way is not sufficient for a

five-foot sidewalk, the width of the sidewalk can be reduced only by the amount to avoid the

obstruction but shall not be allowed to be less than a minimum width of the sidewalk may be thirty-

six inches, but only for the length of the obstruction. The path of the sidewalk around an obstruction

must be such as not to cause the need for a wheel chair to make a sharp bend around the obstruction.

The pavement for a sidewalk may also be reduced to a width of thirty-six inches where crossing an

existing driveway with a cross slope that is considerably steeper than the 1:50 cross slope.

Passing spaces are required at intervals not to exceed two hundred feet for sections of sidewalk less

than five feet in width. A passing space consists of a section of sidewalk a minimum of five feet in

width for a length of five feet. Any section of sidewalk less than five feet in width that exceeds two-

hundred feet in length between any combination of street intersections, driveway intersections, or

sidewalk intersections must contain passing spaces in which such item contains a minimum 5ft x 5ft

portion that complies with all longitudinal and lateral TAS/ADA slope requirements.

The sidewalk must have a vertical clearance of eighty inches for the entire length and width of the

sidewalk. Trees, shrubs and brush that must be trimmed to complete this task must be cut and

removed in a professional manner.

All curb ramps shall be behind the curb such that the rise of the ramp does not project into the street.

Flares on a slope may be 1:10 unless the flare is part of the pedestrian route, in which case the slope

of the flare may not be greater than 1:12. For purposes of warning, the surface of the pedestrian

portion of a curb ramp shall have both light reflective value and texture that contrast significantly with

adjoining pedestrian routes. One-eighth inch deep grooves ¼” wide and ¾” to 2” on center, shall be

acceptable. Grooves must not permit water to accumulate. Rubber and raised abrasive strips shall

Attachment 3 - AD1

Page 30: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 12

not be permitted as these items will have a maintenance cost associated with them after the

construction is complete. The color of the curb ramp must also contrasts with the adjoining pedestrian

path, while maintaining a light reflective value. This may be done by means of dying the concrete

mix.

Where a median cut is necessary, a level area of a minimum of 48” is required between the streets.

Ramps are only permissible if the area between the back of curbs exceeds 48” and such ramps must

meet all ramp requirements in this specification.

Where the surface of the natural ground exceeds 1:20 (5%,) sidewalk shall be constructed to the ramp

requirements of the Texas Accessibility Standards. Ramps shall not exceed thirty inches in rise and

shall have a maximum slope of 1:12 (8.33%.) Each ramp shall have a landing of the same width and

a minimum of sixty inches in length. Ramps greater than six inches in rise shall have handrails on

both sides. Handrails shall be bid and detailed as a separate pay item. Ramps shall also have grooves

as specified for curb ramps above.

Materials and Construction: Concrete for the sidewalk shall be 3000 psi strength and shall be placed

at a 2" to 6" slump. Thickness shall be a minimum of 4". A 2" cushion of approved sand shall be

placed under all sidewalk pavements. Fibermesh, in accordance with City requirements at minimum

is required in all 4” sidewalk. The thickness of a sidewalk shall be 6" when crossing driveways or

approaches or other vehicle paths and reinforcing steel consisting of 6 x 6 (No 6) wire mesh or #3

bars on 16" centers shall be installed in the sidewalk. Approved expansion material shall be placed

every 40 feet for construction joint purposes and dummy joints shall be placed at 5-foot intervals in

accordance with the width of sidewalk at that location. Also, where the sidewalk abuts a curb or other

structure the sidewalk shall be separated from that structure by the above approved expansion

material, and doweled into the structure with #3 bars on 24-inch centers. All sidewalks shall receive

an approved white pigmented curing compound after the slab has been placed, except for ramps,

whose pigment shall differ as per the ramp requirements in this specification. A light broom finish

shall be applied after the concrete begins to set up, except in the case of ramps, whose surface texture

shall differ as per the ramp requirements in this specification.

Sidewalk ramps for wheelchair access will be constructed at all driveways and intersection radii.

Payment: Payment shall be at the contract unit price per square yard of sidewalk and each ramp in

place. Price shall include concrete, reinforcing steel, and joint material.

Items I-29 Eliminate Existing Pavement Markings (All Widths)

General: The requirements of TxDOT Item 677 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Items I-30 thru I-53 Pavement Markings

Type I-A. Type I-A shall contain a face that reflects amber light. The body, other

than the reflective face, shall be yellow.

Attachment 3 - AD1

Page 31: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 13

Type I-C. Type I-C shall contain a face that reflects white light. The body, other

than the reflective face, shall be white.

Type I-R. Type I-R shall contain one (1) face that reflects red light. The body,

other than the reflective face, shall be white.

Type II-A-A. Type II-A-A shall contain two (2) reflective faces oriented 180

degrees to each other, each of which shall reflect amber light. The body, other

than the reflective faces, shall be yellow.

Type II-C-R. Type II-C-R shall contain two (2) reflective faces oriented 180

degrees to each other, one (1) of which shall reflect white light and one (1) of

which shall reflect red light. The body, other than the reflective faces, shall be

white.

Nonreflectorized traffic buttons shall be of the following types:

Type W. Type W shall have a white body and no reflective faces.

Type Y. Type Y shall have a yellow body and no reflective faces.

Unless specified in the construction plans or the special contract definitions of these

specifications, lane lines shall be Type I-C, centerlines shall be Type II-A-A. If nonreflectorized

traffic buttons are specified, lane lines shall be Type W, centerlines shall be Type Y.

Appearance Requirements: The outer surface of the pavement marker shall be smooth except for

the molding or stamping of the manufacturer's unique model imprint. All corners and edges

exposed to traffic shall be rounded. The interface between the reflective face(s) and the body of

the marker shall be solid.

The bottom surface of pavement markers shall have a minimum roughness comparable to that of

fine sandpaper, but shall not be of such roughness or grooved such that air will be entrapped

when pressed into the adhesive.

Epoxy:

Where epoxy is required, Epoxy shall meet the minimum requirements of TxDOT Standard

Specifications for Construction and Maintenance of Highways, Streets and Bridges Item 575 and

TxDOT Departmental Material Specification D-9-6100. Epoxy shall be machine mixed.

Epoxies acceptable for binding raised pavement markings to concrete surfaces are as follows:

Types I and I-M: Rapid setting marker adhesive for use when a very fast set is required or if

markers must be placed when pavement temperature is below 50 F / 10C.

Types II, II-M, and II-MA: Medium setting marker adhesive.

Types III and III-M: Standard setting marker adhesive

Attachment 3 - AD1

Page 32: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 14

Types IV and IV-M: Slow setting marker adhesive for use when setting time is not a

consideration.

Those adhesives designated as Types I through IV are intended for had mixing and application.

On projects where the adhesive is to be handled by automatic metering, mixing and application

equipment, Types I-M through IV-M which are designated specifically for machine application,

shall be used. Type II-MA adhesive is designated for placement of all-weather markers. For all

types of marker adhesives, the resin component shall be pigmented white and the hardener

component black.

The type of adhesive to be used for placing ceramic or plastic markers on a specific project shall

be based upon the setting time required under the prevailing weather and traffic conditions and

approved by the Engineer.

Prior to use, each component shall be stirred to redisperse any settling or separation of the fillers

and liquid portions until a uniform color and appearance obtained. No addition of solvents shall

be allowed unless indicated by the manufacturer or approved by the Engineer.

Bituminous Adhesive For Pavement Markers:

Where Bituminous Adhesive is required, bituminous adhesive shall meet the minimum

requirements of TxDOT Departmental Material Specification D-9-6130.

The adhesive shall be suitable for bonding ceramic and plastic markers to Portland cement

concrete, asphaltic concrete and chip-sealed road surfaces and applicable when road surface and

marker temperatures are in the approximate range of 4 to 71 °C (40 to 160 F). The composition

of the adhesive must be such that its properties will not deteriorate when heated to and applied at

temperatures up to 218 °C (425 F) using either air or oil-jacketed melters.

Construction:

Pavement surface preparation for pavement markings shall be done in accordance with TxDOT

Item 678.

Each class of raised pavement markers shall come from the same manufacturer.

Surfaces to which markers are to be attached by an adhesive shall be prepared by any method

approved by the Engineer to ensure that the surface is free of dirt, curing compound, grease, oil,

moisture, any other material which would adversely affect the adhesive bond. Payment for the

preparation of the surface for installation of raised pavement markers shall be paid in this bid

item.

Guides shall be established to mark the lateral location of the pavement markings in the location

as shown on the construction plans. The location shall be verified before the pavement markings

are placed. The guides shall not leave a permanent marking on the road surface.

Pavement markers shall be placed in accordance to the construction plans. The markers shall be

in alignment when placed and not deviate by more than two inches. Any markers placed and

Attachment 3 - AD1

Page 33: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 15

deemed unsatisfactory be the Engineer shall be relaid at the contractors expense.

The contractor shall use bituminous adhesive for Class A, B, C, and D markers on bituminous

pavement. The contractor shall use epoxy adhesive for Class A, B, C, and D markers on

portland cement as well as Class E for bituminous pavement and portland cement. The epoxy

shall be applied in sufficient quantity such that 100% of the bonding area of the raised pavement

marker shall be in contact with the adhesive and such that the raised pavement markers are

seated on a continuous layer of adhesive and not in contact with the pavement surface, except for

Class E.

Adhesive shall be applied in accordance with manufacturers specifications except where

different in these specifications.

Where bituminous adhesive is required, the pavement and raised pavement markers shall be at

least 40 F / 5 °C. The bituminous adhesive shall not be heated above 400 F / 205 °C. The

bituminous adhesive shall be agitated intermittently to ensure even heat distribution.

Raised pavement markers shall be placed immediately after the adhesive is applied and shall be

firmly bonded to the pavement. The raised pavement marker surfaces, especially the reflective

surfaces, shall be free of adhesive.

Reflectorized Pavement Markings

General: This item shall govern the installation reflectorized pavement markings of the types,

colors, shapes, sizes, thickness and widths as shown.

Materials:

Materials used shall be classified in accordance with TxDOT Standard Specifications for

Construction and Maintenance of Highways, Streets and Bridges Item 666:

Type I Marking Materials. Type I markings are thermoplastic materials that require

heating to elevate the temperatures for applications. Type I marking materials shall

conform to TxDOT Departmental Materials Specifications D-9-8220. Each container of

Type I marking material shall be clearly marked to indicate the color, mass, type of

material, manufacturer's name and the lot/batch number.

Type II Marking Materials. Type II markings are paint-type materials that are applied at

ambient or slightly elevated temperatures. Type II marking materials shall conform to

TxDOT Departmental Materials Specifications D-9-8200, YPT-10 and/or WPT 10 and

D-9-8290.

Construction:

Pavement surface preparation for pavement markings shall be done in accordance with Item 678

of the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets,

and Bridges.

Guides shall be established to mark the lateral location of the pavement markings in the location

Attachment 3 - AD1

Page 34: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 16

as shown on the construction plans. The location shall be verified before the pavement markings

are placed. The guides shall not leave a permanent marking on the road surface.

Pavement markers shall be placed in accordance to the construction plans. The markers shall be

in alignment when placed and not deviate by more than two inches. Any markers placed and

deemed unsatisfactory be the Engineer shall be relaid at the Contractor’s expense.

Markings shall essentially have a uniform cross-section. The density and quality of markings

shall be uniform throughout the thickness. The applied markings shall have no more than five

percent, by area, of holes or voids and shall be free of blisters.

Markings, in place or on the roadway, shall be reflectorized both internally and externally. Glass

beads shall be applied to the material at a uniform rate sufficient to achieve uniform and

distinctive retroflective characteristics when observed in accordance with Test Method Tex-828-

B.

Pavement to which material shall be applied shall be completely dry and free of dirt, oil, grease,

debris and other foreign objects.

Application of Type I Markings:

New portland-cement concrete surfaces shall be further prepared for Type I markings,

after cleaning, by placing a Type II marking as a sealer in accordance with this Item.

When placing Type I markings in new locations on asphaltic surfaces three years or older

or any portland cement concrete surfaces, a Type II marking shall be used as a sealer.

Unless otherwise shown on the plans, existing portland cement concrete and asphaltic

surfaces to be restriped will not require Type II markings as a sealer; existing markings

may be used as a sealer in lieu of Type II makings. Type II markings shall be placed a

minimum of two and a maximum of thirty calendar days in advance of placing Type I

markings. Type II markings which become dirty due to inclement weather or road

conditions shall be cleaned by washing, brushing, compressed air, or other means

approved by the Engineer, prior to application of Type I markings. If washing is used,

the surface of Type II markings shall become thoroughly dry before placing the Type I

markings. Color, location and configuration of Type II markings shall be the same as the

Type I markings.

Type I pavement marking material shall be applied within temperature limits

recommended by the material manufacturer. Application of Type I pavement markings

shall be done only on clean, dry pavement having a surface temperature above 50 F/ 10C.

Pavement temperature shall be measured in accordance with Test Method Tex-829-B.

When Type I pavement marking application is by spray, and operations cease for five

minutes or more, the spray head shall be flushed by spraying pavement marking material

into a pan or similar container until the pavement marking material being sprayed is at

the proper temperature for application.

Type I makings shall be a minimum thickness of 0.060 inches (1.5 millimeters) for

edgeline markings and 0.090 inches (2.3 millimeters) for stop-bars, legends, symbols,

directional arrows, turn-only arrows, school zones, railroad crossings, gore and

Attachment 3 - AD1

Page 35: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 17

centerline/no passing barrier line markings when measured in accordance with Test

Method Tex-854-B. The maximum thickness of all Type I markings shall be 0.180

inches (4.5 millimeters). The markings shall be of uniform thickness throughout their

lengths and widths.

Application of Type II Markings:

The application of Type II marking materials shall be done only on surfaces with a

minimum surface temperature of 50F / 10C.

The application rate for Type II marking material shall be: between 15 and 20 gallons

per mile of solid four inch line and between 30 and 40 gallons per mile of solid eight-inch

line except that, for new surface treatment projects the application rate shall be between

25 and 30 gallons per mile of solid four inch line and between 40 and 50 gallons per mile

for solid eight inch line.

Pavement markings for new surface treatment projects shall be applied in two

applications for each approximately one-half the application rate. The first application

shall not contain glass beads. The interval between the first and second application shall

be a minimum of one hour.

The contractor shall not place paint on the road surface in inclement weather.

Payment: Payment for this item shall be at the contract price per linear foot or each as applicable.

Item I-54 Small Roadside Sign Assembly

General: The requirements of TxDOT Item 644 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item I-55 Metal Beam Guard Fence

General: The requirements of TxDOT Item 540 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item I-56 Metal Beam Guard Fence Transition (Thrie-Beam)

General: The requirements of TxDOT Item 540 are applicable.

Payment: Payment for this item shall be at the contract price per each transition.

Attachment 3 - AD1

Page 36: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 18

Item I-57 Guardrail End Treatment (Wood Post) (TY I)

General: The requirements of TxDOT Item 544 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Items I-58 through I-59 Pedestrian Rails

General: The requirements of TxDOT Item 450 are applicable.

Payment: Payment shall be at the contract unit price per square foot.

Items I-60 through I-63 Retaining Walls

General: The requirements of TxDOT Item 423 are applicable.

Payment: Payment shall be at the contract unit price per square foot.

Items II-1, II-2 Drill Shaft

General: The requirements of TxDOT Item 416 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Items II-3, II-4 Class C Concrete

General: The requirements of TxDOT Item 420 are applicable.

Payment: Payment for this item shall be at the contract price per cubic yard.

Items II-5 Reinforced Concrete Slab

General: The requirements of TxDOT Item 422 are applicable.

Payment: Payment for this item shall be at the contract price per square foot.

Items II-6 and II-7 Shear Key and Approach Slab

General: The requirements of TxDOT Item 422 are applicable.

Payment: Payment for this item shall be at the contract price per cubic yard.

Attachment 3 - AD1

Page 37: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 19

Item II-8 Prestressed Concrete Girder

General: The requirements of TxDOT Item 425 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item II-9, II-10 Prestressed Concrete Box Beam

General: The requirements of TxDOT Item 425 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item II-11 Concrete Surface Treatment

General: The requirements of TxDOT Item 428 are applicable.

Payment: Payment for this item shall be at the contract price per square yard.

Items II-12 Riprap (RR8)

General: The requirements of TxDOT Item 432 are applicable.

Payment: Payment for this item shall be at the contract price per cubic yard.

Item II-13 Structural Steel (Misc Non-Bridge)

General: The requirements of TxDOT Item 442 are applicable.

Payment: Payment for this item shall be at the contract price per pound.

Items II-14 Rail Type C411

General: The requirements of TxDOT Item 450 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item II-15 Rail Type C223

General: The requirements of TxDOT Item 450 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Attachment 3 - AD1

Page 38: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 20

Items II-16 Rail Type PR1

General: The requirements of TxDOT Item 450 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item II-17 Sealed Expansion Joints 4”

General: The requirements of TxDOT Item 454 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item III-1 Sodding

General: The requirements of City of Denton NCTCOG Amendment Item 202.5 are applicable.

Payment: Payment shall be at the contract unit price per square yard.

Item III-2 Hydromulch Seeding

General: The requirements of City of Denton NCTCOG Amendment Item 202.6 are applicable.

Payment: Payment shall be at the contract unit price per square yard.

Item III-3 Topsoil

General: The requirements of NCTCOG Item 202.2 are applicable.

Payment: Payment for this item shall be at the contract price per square yard.

Items IV-1, IV-2 Conduit

General: The requirements of TxDOT Item 618 are applicable. Specific product requirements are

shown on the plans.

Payment: Payment for this item shall be at the contract price per linear foot.

Attachment 3 - AD1

Page 39: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 21

Item IV-3 Pull Box (12”x12”)

General: The requirements of TxDOT Item 624 are applicable. Specific product requirements are

shown on the plans.

Payment: Payment for this item shall be at the contract price per each.

Item V-1 Trench Safety (Storm Drain System)

General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Items V-2 thru V-9 Reinforced Concrete Storm Sewer Pipe

Materials: Pipe used in the storm drainage system shall comply in all respects with the latest ASTM

requirements and COG Standard Specifications.

Construction:

1. Installation: No pipe shall be installed in the trench until all excavation, trench shaping, line,

and grades have been approved by the City. Grades shall be transferred to flow lines by use

of a laser. The pipe shall be accurately laid to line and grade with the tongue end downstream

entering the groove to full depth and in such manner as not to drag earth into the space for

sealing of the joints. Pipes shall be fitted together and matched so that when laid in the work,

they shall form a sewer with a smooth and uniform invert.

2. Jointing the Pipe: All concrete pipe joints shall be constructed using G.S. 702-Talco joints,

Ram-Nek joint material, or an equivalent product. Approved concrete mortar may be required

to seal joints having small cracks or chips or with slightly uneven flow lines after one of the

above joint materials have been applied. Pipes to be placed along curves shall consist of

whatever pipe joint lengths or beveled end joints of pipe or combinations of that are required

to place the pipe on the designated center line curve with no more than one-half of the tongue

length of the pipe exposed from its normal fully closed joint position.

3. Bedding or Foundation: A minimum 6" of class B+ bedding is required for all stable areas.

Where rock is encountered, 6 inches of bedding will also be required. In unstable areas, the

existing soil may be required to be excavated to solid substances or until a solid base of rock

can be obtained at the discretion of the Engineer. Otherwise, a minimum of 6 inches of crushed

stone will be required to stabilize the base.

4. Backfill Materials: Backfill shall consist of crushed rock to the spring line of the pipe. Backfill

above crushed rock shall be an approved select backfill or granular material in accordance with

NCTCOG Section 504.2.2.3.

Attachment 3 - AD1

Page 40: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 22

Payment: Payment shall be at the contract unit price per lineal foot of pipe installed. Price shall

include pipe, flowable fill, backfill, select fill, and joint materials.

Items V-10 thru V-18, V-31 thru V-43 Concrete Headwalls, Box Culverts, and Wingwalls

Materials and Construction: Use Class C concrete for cast-in-place and precast concrete units unless

otherwise shown on the plans. Box culverts may be either cast-in-place or precast. The requirements

of NCTCOG Item 702 are applicable.

Payment: Payment shall be at the contract unit price per linear foot for concrete box culverts and per

each for headwalls. All other items shall be incidental.

Metal for Structures

Are not to be used unless specifically referenced. These items are covered under the applicable

building code already referenced by the City Ordinance.

Castings

General: Provide and install inlet frames with covers for storm sewer inlets as specified in plans.

Construct one frame and cover at each location for an inlet, regardless of the number of inlets that

may be connected in series. One frame, ring, and cover shall be installed at each 10’ inlet and each

drop inlet, and two frame, rings and covers shall be installed at each 15’ or 20’ inlet. At least one

frame, ring, and cover shall be placed at the location of the storm sewer pipe at each inlet. Grate inlets

shall be as per City of Denton standard details. Covers shall be 300 lbs. in strength and shall include

1 minimum pick slot.

Inlet Rings

Inlet ring & covers shall be locking. The cover dimension shall be 24 3/8”, the internal ring opening

shall be 21 ¾”, and the greatest external dimension shall be 26 ¼”. The height of the overall ring

shall be six inches. The ring and cover shall have a weight of 155 pounds.

Payment: Payment shall be at the contract unit price per each frame, ring, and cover or per grate in

place for each inlet. Only one frame, ring, and cover shall be installed at each series of inlets. The

grate shall be paid at one unit price regardless of how many sections the grate is constructed of.

Items V-19 thru V-30 Manholes, Junction Boxes, and Inlets

General: NCTCOG Item 702 shall govern for the construction of manholes, junction boxes, and inlets

complete in place as per standard City of Denton detail sheets including all materials, labor, and

equipment used therein.

Manholes shall be monolithic poured in place. Junction boxes and inlets shall be formed. Depth

restrictions may prevent the use of manhole forms, which may create the need to form a square box.

Rings and covers shall be classified as part of junction boxes and manholes but as a separate item for

inlets.

Attachment 3 - AD1

Page 41: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 23

Materials and Construction: Concrete used in construction shall be Class A concrete (3000 psi).

Reinforcing steel shall be as specified on City of Denton detail sheets and of a quality as per Item

702.

Backfill materials out of the streets shall be select granular backfill, and in the street shall be one-sack

cement. Minimum cut around the structure to be 12" - maximum cut to be 24".

Manholes shall be 4' inside diameter typically. Junction boxes are typically 5' inside wall to inside

wall unless a special size or design is shown in plans. Inlets sizes shall be 10', 15’, or 20’. Minimum

curb inlet size shall be 10’. Maximum length of curb inlet at any curb location shall be 20’ on each

side of the street. Five-foot transitions on each side of the inlets will be required. Typical spacing of

junction boxes and manholes (500') with inlets as per plans. Special inlets of extra width as per City

of Denton standard details may be required to fit larger sizes of pipes or to eliminate large bends in

the storm sewer pipe. No steps will be installed in any manhole, inlet, or junction box located in the

city of Denton.

All construction operations will follow the Two-Phase Construction method where junction boxes

and manholes are left down 18" from the top of curb grades for Phase I and inlets have the bottoms

and half the walls poured. Phase II for the construction will include raising the manholes and junction

boxes to finished grade and completing the walls, tops, and throats for the inlets. All holes dug up

will be poured back with 3,000 psi concrete. Phase II will begin after curb and gutter has been laid

and before any asphalt is applied to the road surface for inlets with manholes and valves beginning

Phase II operations after the asphalt base course has been laid. Steel protruding upward shall be bent

down between Phase I and Phase II construction.

Frames and covers shall conform to shape and dimensions shown on the plans. Bearing surfaces shall

be machined so that even bearing may be had in any position in which the cover is seated. Pick slots

are required in the lids.

Covers will meet the following strength requirements:

1. Located in the street traveled way - 400 lbs.

2. Located outside traveled way - 300 lbs.

In the event that a PVC or clay tile sanitary sewer or water line is located so that it is necessary to

build a junction box, inlet, or manhole with the utility running through it, the utility line will be

replaced with Ductile Iron pipe through the structure and will be considered incidental to this item.

Payment: Payment shall be at the contract unit price per each inlet, junction box, or manhole,

complete in place.

Items V-44 Concrete Flume

General: The requirements of NCTCOG Item 702 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Attachment 3 - AD1

Page 42: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 24

Item V-45 Concrete Riprap

General: The requirements of NCTCOG Item 803.3 are applicable.

Payment: Payment for this item shall be at the contract price per cubic yard.

Item V-46 Stone Riprap

General: The requirements of NCTCOG Item 803.3 are applicable.

Payment: Payment for this item shall be at the contract price per cubic yard.

Item VI-1 Cut and Plug Existing Sanitary Sewer Lines

General: The requirements of City of Denton NCTCOG Amendment Item SS01 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VI-2 Abandon Sanitary Sewer Manhole

General: The requirements of City of Denton NCTCOG Amendment Item SS02 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VI-3 Remove Sanitary Sewer Manhole

General: The requirements of City of Denton NCTCOG Amendment Item SS03 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VI-4 Excavation Safety (Trench Safety) (Sewer System)

General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-5 24”x3/8” Thick Steel Casing Installed by Open Cut

General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Attachment 3 - AD1

Page 43: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 25

Item VI-6 20”x3/8” Thick Steel Casing Installed By Bore

General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-7 18”x3/8” Thick Steel Casing Installed By Bore

General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-8 18”x3/8” Thick Steel Casing Installed by Open Cut

General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-9 16”x3/8” Thick Steel Casing Installed by Open Cut

General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-10 12” C-900 DR-25 PVC Wastewater Pipe Installed in Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-11 10” C-900 DR-25 PVC Wastewater Pipe Installed in Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-12 10” SDR-35 PVC Wastewater Pipe Installed in Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Attachment 3 - AD1

Page 44: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 26

Item VI-13 8” C-900 DR-25 PVC Wastewater Pipe Installed in Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-14 21” F679 115 PSI PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-15 12” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-16 12” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-17 12” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-18 12” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-19 10” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Attachment 3 - AD1

Page 45: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 27

Item VI-20 10” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-21 8” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-22 8” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-23 8” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-24 8” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-25 8” SDR-35 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VI-26 8” SDR-35 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Attachment 3 - AD1

Page 46: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 28

Item VI-27 4’ Diameter Concrete Manhole, Standard or Drop (0-6’)

General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VI-28 Extra Depth of 4’ Diameter Concrete Manhole (Over Initial 6’)

General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable.

Payment: Payment for this item shall be at the contract price per vertical foot.

Item VI-29 5’ Diameter Concrete Manhole, Standard or Drop, Including Watertight Lids and Vents

Where Specified (0’-6’)

General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VI-30 Extra Depth of 5’ Diameter Concrete Manhole (Over Initial 6’)

General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable.

Payment: Payment for this item shall be at the contract price per vertical foot.

Item VI-31 6” Sanitary Sewer Services

General: The requirements of City of Denton NCTCOG Amendment Item 502.10.4 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VI-32 Connect to Existing Manhole by Coring

General: The requirements of City of Denton NCTCOG Amendment Item 502.12.4 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-1 Remove Fire Hydrant

General: The requirements of City of Denton NCTCOG Amendment Item W05 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Attachment 3 - AD1

Page 47: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 29

Item VII-2 Remove and Salvage Gate Valve

General: The requirements of City of Denton NCTCOG Amendment Item W06 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-3 Cut and Plug Existing Water Lines

General: The requirements of City of Denton NCTCOG Amendment Item W04 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-4 Excavation Safety (Trench Safety) (Water System)

General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-5 36”x3/8” Thick Steel Casing Installed by Bore

General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-6 36”x3/8” Thick Steel Casing Installed by Open Cut

General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-7 30”x1/2” Thick Steel Casing Installed by Bore

General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-8 24”x3/8” Thick Steel Casing Installed by Bore

General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.

Attachment 3 - AD1

Page 48: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 30

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-9 24”x3/8” Thick Steel Casing Installed by Open Cut

General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-10 20” C-905 DR-14 PVC Water Line Installed in Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-11 18”x3/8” Thick Steel Casing Installed by Bore

General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-12 18”x3/8” Thick Steel Casing Installed by Open Cut

General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-13 18” C-900 DR-14 PVC Reuse Line Installed by Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-14 16” Special Class 52 DIP Water Line Installed in Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-15 12” C-900 DR-14 PVC Water Line Installed in Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Attachment 3 - AD1

Page 49: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 31

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-16 8” C-900 DR-14 PVC Water Line Installed in Casing

General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-17 Concrete Encasement of Water Lines

General: The requirements of City of Denton NCTCOG Amendment Item 504.5 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-18 20” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-19 20” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-20 18” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-21 16” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-22 16” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Attachment 3 - AD1

Page 50: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 32

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-23 12” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-24 12” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-25 8” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-26 8” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-27 6” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-28 6” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202

General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.

Payment: Payment for this item shall be at the contract price per linear foot.

Item VII-29 20” Gate Valve, Vault and Box

General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.

Attachment 3 - AD1

Page 51: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 33

Payment: Payment for this item shall be at the contract price per each.

Item VII-30 16” Gate Valve, Vault and Box

General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-31 12” Gate Valve and Box

General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-32 8” Gate Valve and Box

General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-33 6” Gate Valve and Box (Excluding Fire Hydrant Assemblies)

General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-34 4” Gate Valve and Box

General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-35 12’x12” Tapping Sleeve and Valve

General: The requirements of City of Denton NCTCOG Amendment Item W01 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-36 8”x8” Tapping Sleeve and Valve

General: The requirements of City of Denton NCTCOG Amendment Item W01 are applicable.

Attachment 3 - AD1

Page 52: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 34

Payment: Payment for this item shall be at the contract price per each.

Item VII-37 6” Ductile Iron Pipe

General: The requirements of City of Denton NCTCOG Amendment Item 501.7 are applicable.

Payment: Payment for this item shall be at the contract price per vertical foot.

Item VII-38 New Fire Hydrant Assemblies

General: The requirements of City of Denton NCTCOG Amendment Item 502.3 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-39 Reset & Reconnect to Existing Fire Hydrant Assemblies

General: The requirements of City of Denton NCTCOG Amendment Item 502.3 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-40 Relocate Existing Water Meter Vault and All Associated Appurtenances

General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-41 Water Services, All Sizes

General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-42 Water Meter, All Sizes

General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VII-43 Combination Air and Vacuum Air Release Valve Assembly – 2”

General: The requirements of City of Denton NCTCOG Amendment Item 502.6.3 are applicable.

Attachment 3 - AD1

Page 53: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 35

Payment: Payment for this item shall be at the contract price per each.

Item VII-44 Combination Air and Vacuum Air Release Valve Assembly – 1”

General: The requirements of City of Denton NCTCOG Amendment Item 502.6.3 are applicable.

Payment: Payment for this item shall be at the contract price per each.

Item VIII-1 Storm Water Pollution Prevention Plan

General: The requirements of NCTCOG Item 201 are applicable.

Payment: Payment for this item shall be at the contract lump sum price.

Items VII-2 thru VII-9 Sediment Control

General: The requirements of City of Denton NCTCOG Amendment Item 201 are applicable.

Payment: Payment for items VIII-2 thru VIII-4 and VIII-8 thru VIII-9 shall be at the contract price

per linear foot. Payment for items VIII-5 and VIII-6 shall be at the contract price per square yard.

Items IX-1 thru IX-2 Temporary Traffic Signals

General: The requirements of TxDOT Item 681 are applicable.

Payment: Payment for this item shall be at the contract price for each intersection. This price shall

be full compensation for all labor, materials, and incidentals necessary to construct, adjust, and

remove each temporary traffic signal system.

Item IX-3 Salvage Existing Traffic Signal Equipment

General: The requirements of TxDOT Item 680 are applicable. All salvaged materials from the

Spencer Road and McKinney Street intersections shall be delivered to the City of Denton. All

salvaged materials from the University Drive intersection shall be delivered to TxDOT.

Payment: Payment for this item shall be at the lump sum contract price for removal and salvage of

all traffic signal materials on the project. This price shall be full compensation for all labor, materials,

and incidentals necessary to remove and salvage traffic signal equipment.

Attachment 3 - AD1

Page 54: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

D - 36

Items IX-4 thru IX-9 Traffic Signals

General: The requirements of TxDOT Item 680 are applicable.

Payment: Payment for this item shall be at the contract lump sum price for each intersection. This

price shall be full compensation for all labor, materials, and incidentals necessary to construct each

traffic signal system.

Attachment 3 - AD1

Page 55: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

StandardDivisionBridge

DN: CK: DW: CK:FILE:

JOB

COUNTY

SECT

DIST

REVISIONS

GAF TxDOT TxDOT GAF

HIGHWAY

SHEET NO.

C TxDOT

CONT

ecdstde1.dgn

February 2010

of this standard to other for

mats or for in

correct results or da

mages resultin

g fro

m its use.

kin

d is

made by Tx

DO

T for any purpose

whatsoever. Tx

DO

T assu

mes no responsibilit

y for the conversio

n

The use of this standard is governed by the "T

exas E

ngin

eerin

g Practic

e

Act".

No

warranty of any

DIS

CL

AI

ME

R:

FILE:

DA

TE:

EXTENDED CURB DETAILS

CURBS OVER 1'-0" TO 5'-0" TALL

FOR BOX CULVERTS WITH

ECD

CURB QUANTITIES

TABLE OF ESTIMATED

BARS L (#5)

OPTIONAL

3'-8"

10"

9"

3

1 "T"

"C"~ Curb

TYPICAL SECTION

1

2

5

H 5

Bars

V

Bars L

GENERAL NOTES:

BARS V (#5)

BARS U (#4)

BARS L (#5)

10"

3

(CY/LF)

2'-0"

2'-6"

3'-0"

3'-6"

4'-0"

4'-6"

5'-0"

0.074

0.093

0.111

0.130

0.148

0.167

0.185

(Lb/LF)

Reinf

Steel

1'-0" 0.037

Curb

Height

"C"

2'-8"

10"

3 7

H 4

"2

12

1'-6" 0.056

10"

2"

4

U 6

V 6

6

8.9

14.3

15.4

17.7

18.8

21.2

22.2

24.6

25.6

2

"2

14

12"

Max

"C"

plu

s 3"

"2

11

Spaced at 12" Max

Conc

Used for curbs over 1'-0" to 5'-0"

3"

Max

6

7

8

8

6

1'-0"

(Typ)

L 3Const jt

over 1'-

0" to 5'-

0"

Eq spa at

Reinforcing bar dimensions shown are out-to-out of bar.

otherwise.

Cover dimensions are clear dimensions, unless noted

grade

Finished

Spaced at 12" Max

Spaced at 12" Max

Spaced at 12" Max

payment.

This Curb is considered as part of the Box Culvert for

T631LS railing, use the T631-CM standard.

of other rail types. For new construction using T631 or

type rails. These details are not suitable for the mounting

These details are suitable for use with PR1, PR2 and PR3

allow for future retrofit of Type T631 or T631LS railing.

These extended curb details have sufficient strength to

Specifications.

Designed according to AASHTO LRFD Bridge Design

Provide Class "C" concrete (f'c = 3,600 psi) minimum for curbs.

Provide Grade 60 reinforcing steel.

3" above the finished grade.

For vehicle safety, top of the curb must not project more than

" cover.41 Adjust reinforcing steel as necessary to provide 1

CONSTRUCTION NOTES:

MATERIAL NOTES:

Quantity includes bars K (when applicable).

intermediate values of curb height, "C".

in table can be interpolated for

linear foot of curb length. The value

information only. Quantities are per

Quantities shown are for Contractor's

closure pour.

for precast box culverts with 3'-0"

Optional bars L are to be used only

maintain clear cover.

length of bars V as necessary to

shown spaced at 12" Max. Adjust

with one bar U and two bars V as

Replace normal culvert curb bars K

maintain 12" Max spacing.

Additional bars H(#4) as required to

clear obstructions.

as shown. Adjust as necessary to

Place normal culvert curb bars H(#4)

necessary to maintain cover.

Place bars L as shown. Tilt hook as

necessary to clear obstructions.

Adjust normal culvert slab bars as

standard for additional details.

slabs less than 7" thick, see SCP-MD

thickness. For precast boxes with

"T" is equal to the culvert top slab

03-16: General Notes added T631-CM.

Attachment 4 - AD1

Page 56: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

StandardDivisionBridge

DN: CK: DW: CK:FILE:

JOB

COUNTY

SECT

DIST

REVISIONS

TxDOT TxDOT TxDOT TxDOT

HIGHWAY

SHEET NO.

C TxDOT

BRIDGE ABUTMENT

ABUTMENT BACKFILL

CEMENT STABILIZED

CONT

csabste1.dgn

January 2015

CSAB

of this standard to other for

mats or for in

correct results or da

mages resultin

g fro

m its use.

kin

d is

made by Tx

DO

T for any purpose

whatsoever. Tx

DO

T assu

mes no responsibilit

y for the conversio

n

The use of this standard is governed by the "T

exas E

ngin

eerin

g Practic

e

Act".

No

warranty of any

DIS

CL

AI

ME

R:

FILE:

DA

TE: SECTION A-A

Varie

s

Varie

s

1'-

0"

1'-

0"

1'-

0"

2'-0" 2'-0"

1'-

1"

1'-

0"

Limit of CSB

than 1:1

No steeper

1

1

1

Abutment

than 1:1

No steeper

1

Abutment

Wingwall

Wingwall

~

~

Varies

Typ pavement

section

1

WITHOUT APPROACH SLAB WITH APPROACH SLAB

Pavement

2

2

3between approach slab and CSB.

Place 1" Min ACP bond breaker

GENERAL NOTES:

A

A

1

2

3

A

A

deck

Bridge

1'-

0"

Varie

s

Varie

s1'-

0"

abut bkwl

Face of

Varies

Limit of CSB

Select fill zone (MSE walls)

Select fill zone (MSE walls)

backfill

stabilized

Cement

area

Embankment

1

Pavement thickness

elsewhere for dimension

See appropriate details

4

4

~

~

abut bkwl

Face of

deck

Bridge

backfill

Cement stabilized

wingwall

End of

backfill

Cement stabilized

approach slab

Bridgewingwall

End of

slab

approach

End of

backfill

Cement stabilized

Block retaining walls are used in lieu of wingwalls.

These details do not apply when Concrete

See Bridge Layout for actual skew direction.

Details are drawn showing left forward skew.

at bridge abutments.

Backfill for Structures", to the limits shown

the requirements of Item 400, "Excavation and

Provide Cement Stabilized Backfill (CSB) meeting

5

01-16: Add MSE wall details.

PLAN WITH WINGWALLS PLAN WITH MSE RETAINING WALLS

Cast-in-place retaining walls similar.

MSE retaining wall

MSE retaining wall

4

4

with approval from the Engineer.

substituted for cement stabilized backfill

is less than 5'-0", MSE select fill may be

When distance between select fill zones

details for additional information.

select fill zone. See retaining wall

adjust CSB limits to accommodate the

Where MSE retaining walls are present,

sheeting are examples.

2 layers of heavy mil polyethylene

2 layers of 30 Lb roofing felt or

breaker if permitted by the Engineer.

Other materials can be used as a bond

(approximate) bench depths.

Bench backfill as shown with 12"

steeper than 1:1 at bottom of backfill.

as required to maintain a slope no

is at end of wingwall. Extend CSB limits

Usual limit of Cement Stabilized Backfill

5

Attachment 4 - AD1

Page 57: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

StandardDivisionBridge

DN: CK: DW: CK:FILE:

JOB

COUNTY

SECT

DIST

REVISIONS

TxDOT TxDOT GHO MPM

HIGHWAY

SHEET NO.

C TxDOT

RETAINING WALLS

CONT

rwstde08.dgn

March 2010

RW 1(H)A

of this standard to other for

mats or for in

correct results or da

mages resultin

g fro

m its use.

kin

d is

made by Tx

DO

T for any purpose

whatsoever. Tx

DO

T assu

mes no responsibilit

y for the conversio

n

The use of this standard is governed by the "T

exas E

ngin

eerin

g Practic

e

Act".

No

warranty of any

DIS

CL

AI

ME

R:

FILE:

DA

TE:

PROPERTIES

WALL DIMENSIONS

Fw Tw Sw Hw Ft Kw

Max

Soil

Press

1

T/SF

2 3 4 5 6 7C

QUANTITY

CONC

FOR ONE

32' PANELREINF

U

U

A1

A1

H

=

Av

Ht

of

Panel

Bott of Ftg

H DEFINITION

Top of Wall

U U U

13'-3"

1„

12

1'-0" Min Lap

Tw + Sw - 6" 2

11'-2"

5'-0"

H - 8'-3"

H - 8'-3"

3

12'-2"

H - 11'-3"

4

14'-4"

H - 13'-9"

A

Tw +Sw - 6"

1'-5" Min Lap

5

H - 17'-9"

A

Sw - 6"

1'-8" Min Lap

21A1

6

A2'-3" Min Lap

7

H - 25'-1"

A

3'-0" Min Lap

4

Tw +Sw - 6"

H 14'=<

BARS A1

=>

H 14'=<

><

= >

BARS A =< >

BARS A

BARS A

>H 29'=<H 29' BARS A

Lgth = H + Tw

Lgth = H + Tw Lgth = H + 0.75Tw

BARS A

BARS A

Lgth = H + Tw

Varies

=><

Ft

+ 1'

U

1'-0"

Min

Lap

BARS B

BARS U

Lgth = H - 6"

=>

Lgth = 8'-4"

<

Tw +Sw - 6"

H >14'<16' H 16'

13'-0"

12"

11'-4"

4'-0"

D (#5) H (#5) T (#5)A ~ 26 #5

at 15" c-c

B ~ 26 #5A ~ 25 #11 A ~ 26 #11A ~ 25 #6 A ~ 25 #7 A ~ 26 #8 A ~ 25 #9

12" c-c

at

U ~ 26 #5

at at at at

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

Lgth Wt Lgth Lgth Lgth Lgth Lgth Lgth Lgth Lgth Lgth WtWtWtWtWtWtWtWtWtWtWtWtWt

at 15" c-cat 15" c-c at 15" c-c at 15" c-c at 15" c-c at 15" c-c at 15" c-c

No No No NoNoSize Spa

12" c-c12" c-c12" c-c

(CY) (LB)

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

9"

9"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-3"

1'-3"

1'-6"

1'-6"

1'-6"

1'-9"

1'-9"

1'-9"

2'-0"

2'-0"

2'-3"

2'-3"

2'-3"

2'-3"

2'-3"

2'-3"

2'-6"

9"

9"

9"

9"

9"

9"

9"

9"

9"

9"

9"

9"

1'-0"

1'-0"

1'-3"

1'-3"

1'-3"

1'-6"

1'-6"

1'-6"

1'-6"

1'-6"

1'-6"

1'-6"

1'-6"

1'-6"

1'-9"

1'-9"

1'-9"

1'-9"

1'-9"

H - 1'-11"

H - 1'-11"

11'-4"

Lgth = H + Tw + Sw - 2'-6" Lgth = 13'-3"

1„

12

1„

12

1„

12

1„

12

1„

12

1„

12

1„

12

1„

12

1„

12

H 14' 20' H 20'

Lgth = 11'-2"

U at 15"

H 24' H 24'

Lgth = 12'-2"+ Sw - 11'-10"

2'-0"

Lgth = 14'-4"+ Sw - 14'-4"

2'-0"

H - 20'-10"

+ Sw - 18'-5"

+ Sw - 25'-9"

-0"

-0"

1'

6"

H - (

Ft

+2'-1")

H - 2'-1"

H - 6"

H 5'

H 5'

6"

for H 5'

Lgth = 2H - 8"

for H 5'

D at 12"

854

827

800

773

746

719

692

664

637

610

583

556

529

502

475

447

420

393

366

339

312

285

258

231

203

176

149

122

95

31'-6"

30'-6"

29'-6"

28'-6"

27'-6"

26'-6"

25'-6"

24'-6"

23'-6"

22'-6"

21'-6"

20'-6"

19'-6"

18'-6"

17'-6"

16'-6"

15'-6"

14'-6"

13'-6"

12'-6"

11'-6"

10'-6"

9'-6"

8'-6"

7'-6"

6'-6"

5'-6"

4'-6"

3'-6"

76

76

76

76

76

76

76

76

76

76

38

38

38

38

38

38

38

38

38

38

38

38

38

26

26

26

26

26

26

#10

#10

#10

#9

#9

#9

#8

#8

#8

#8

#10

#10

#10

#9

#9

#9

#9

#9

#8

#7

#6

#6

#4

#4

#4

#4

#4

#4

#4

5"

5"

5"

5"

5"

5"

5"

5"

5"

5"

10"

10"

10"

10"

10"

10"

10"

10"

10"

10"

10"

10"

10"

15"

15"

15"

15"

15"

15"

11'-6"

11'-2"

10'-9"

10'-5"

10'-1"

9'-10"

9'-6"

9'-2"

8'-9"

8'-6"

8'-1"

7'-9"

7'-5"

7'-2"

6'-9"

6'-5"

6'-1"

5'-9"

5'-5"

5'-1"

4'-9"

4'-4"

4'-0"

3'-8"

3'-4"

3'-0"

2'-8"

2'-3"

1'-10"

3761

3652

3516

2692

2606

2541

1928

1860

1776

1725

1322

1267

1213

926

872

829

786

743

550

395

271

247

102

64

58

52

46

39

32

12

11

11

11

10

10

10

9

9

9

8

8

8

7

7

7

6

6

5

5

4

4

4

3

3

3

3

2

2

2

394

361

361

361

329

329

329

296

296

296

263

263

263

230

230

230

197

197

164

164

131

131

131

99

99

99

99

66

66

66

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

8'-4"

7'-4"

5'-4"

3'-4"

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

226

199

145

90

16'-6"

16'-0"

15'-6"

15'-0"

14'-6"

14'-0"

13'-6"

13'-0"

12'-4"

12'-0"

11'-4"

10'-11"

10'-4"

10'-0"

9'-4"

8'-10"

8'-4"

7'-10"

7'-4"

6'-10"

6'-4"

5'-10"

5'-3"

4'-9"

4'-3"

3'-9"

3'-2"

2'-7"

2'-0"

1'-6"

1'-4"

5'-6"

5'-4"

5'-2"

5'-0"

4'-10"

4'-8"

4'-6"

4'-4"

4'-2"

4'-0"

3'-10"

3'-8"

3'-6"

3'-4"

3'-2"

3'-0"

2'-9"

2'-7"

2'-6"

2'-4"

2'-2"

2'-0"

1'-9"

1'-7"

1'-6"

1'-3"

1'-1"

11"

8"

6"

4"

2'-6 •"

2'-5 ƒ"

2'-4 †"

2'-3 •"

2'-2 …"

2'-1 ‚"

2'-0 „"

1'-11 ‚"

1'-10 „"

1'-9 ‚"

1'-8 „"

1'-7"

1'-6 ‚"

1'-5"

1'-4"

1'-3 „"

1'-2"

1'-1 „"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

1'-0"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

13'-3"

16'-2"

15'-0"

13'-10"

12'-8"

11'-6"

10'-3"

9'-1"

8'-0"

6'-9"

5'-7"

4'-5"

3'-2"

359

359

359

359

359

359

359

359

359

359

359

359

359

359

359

359

359

438

407

375

343

312

278

246

217

183

151

120

86

11'-2"

11'-2"

11'-2"

11'-2"

11'-2"

11'-2"

11'-2"

11'-2"

11'-2"

11'-2"

11'-2"

11'-2"

14'-2"

13'-1"

12'-0"

10'-11"

9'-10"

8'-9"

7'-8"

6'-7"

5'-6"

4'-5"

3'-4"

419

419

419

419

419

419

419

419

419

419

419

419

532

491

451

410

369

329

288

247

207

166

125

12'-2"

12'-2"

12'-2"

12'-2"

12'-2"

12'-2"

12'-2"

12'-2"

18'-2"

16'-11"

15'-8"

14'-5"

13'-2"

11'-11"

10'-8"

9'-5"

8'-1"

6'-10"

5'-8"

4'-6"

622

622

622

622

622

622

622

622

928

864

801

737

673

609

545

481

413

349

290

230

14'-4"

14'-4"

14'-4"

22'-0"

20'-8"

19'-5"

18'-2"

16'-11"

15'-8"

14'-5"

13'-2"

11'-11"

10'-8"

9'-5"

8'-2"

6'-11"

5'-7"

995

995

995

1527

1435

1348

1261

1174

1088

1001

914

827

740

654

567

480

388

20'-3"

19'-1"

17'-10"

16'-8"

15'-4"

14'-2"

13'-0"

11'-9"

10'-7"

9'-4"

8'-2"

6'-11"

2690

1622

1516

1793

1303

1204

1105

999

890

793

694

588

14'-4"

13'-1"

11'-10"

1980

1807

1635

102.6

94.2

89.9

85.8

81.8

77.0

73.2

66.3

62.5

56.5

53.1

50.3

44.6

42.3

38.7

34.0

31.8

27.1

25.3

23.0

21.2

19.4

17.6

15.8

14.0

12.2

10.3

8.5

6.6

4.7

3.3

REINFORCING STEEL FOR ONE 32' PANEL (DESIGN A)

263

263

230

230

230

197

197

197

197

197

164

164

164

164

164

164

131

131

131

131

131

99

99

99

99

66

66

66

66

66

66

8

8

7

7

7

6

6

6

6

6

5

5

5

5

5

5

4

4

4

4

4

3

3

3

3

2

2

2

2

2

2

2.69

2.59

2.51

2.43

2.34

2.26

2.17

2.08

2.03

1.90

1.85

1.75

1.67

1.56

1.50

1.40

1.34

1.24

1.14

1.05

0.97

0.89

0.85

0.77

0.67

0.61

0.54

0.47

0.42

0.31

0.19

3'

Max

Lgth = H + 0.5Tw - 7'-7"

0.5Tw+9"

0.75 Tw +

3

15" c-c

(Ft)

"H"

Height

Wall

(Ft)

"H"

Height

Wall

32

32

31

30

29

28

27

26

25

24

23

22

21

20

19

19

18

17

16

15

14

13

12

11

10

9

8

7

6

4

3

257

257

249

241

233

225

217

208

200

192

184

176

168

160

152

152

144

136

128

120

112

104

96

88

80

72

64

56

48

32

24

60

60

58

56

54

52

50

48

46

44

42

40

38

36

34

34

32

30

28

26

24

22

20

18

16

14

12

10

8

6

4

Level

Slope

Uniform

Panel Length minus 6"

8'-5 •"

8'-2 ‚"

7'-11…"

7'-8 •"

7'-5 †"

7'-2 ƒ"

6'-11‡"

6'-8 ƒ"

6'-3 ‡"

6'-2 ƒ"

5'-9 ‡"

5'-8"

5'-3 ƒ"

5'-3"

4'-10"

4'-6 ‡"

4'-5"

4'-1 ‡"

3'-10"

3'-6"

3'-2"

2'-10"

2'-6"

2'-2"

1'-9"

1'-6"

1'-1"

8"

4"

0

0

1971

1971

1906

1840

1774

1708

1643

1577

1511

1446

1380

1314

1248

1183

1117

1117

1051

986

920

854

789

723

657

591

526

460

394

329

263

197

131

Face of Wall

Dowel F

Lgth = H - 18'-11"

13'-1"

12'-1"

11'-1"

10'-1"

9'-1"

8'-1"

7'-1"

6'-1"

1738

1605

1472

1339

1206

1074

941

808

16528

14986

14305

12421

11488

10971

9938

9409

8527

8128

7309

6896

6115

5504

5158

4895

4484

3928

3470

3081

2521

2287

1972

1644

1507

1334

1196

1024

855

506

312

1

2

A1

A2

U

H

PARTIAL WALL ELEVATIONS

H = 20' H = 23' H = 32'

U

U

U

A1

A1

A1

A2

A3

A3

A2

A4

A2

A3

A4

A5

A2

A2

A3

A4

A5

A6

A7

A4

A5

A6

7 •"

Ft

Kw

Min

H

Kw

Fw

Tw Hw

Sw

3"3"

Clear

H

F

CT

F

3"

Clear

3"

AB

1

Sw

SECTIONS

2

<

=

Ft

Kw

Min

2

3"

Kw

3"

Clear

Fw

3"3"

Clear

Hw

Sw

Tw

1

B A

C

F

H

F

T

>

H

Tw Tw

H 14' H 14'

(Showing vertical reinforcing pattern in back face)

BARS D,H,T

BARS F

A3

3'-0"

D at 12"

U at 15"

2 ƒ"2 ‚"

1'

1„

12

2 ‚"

2 ƒ"

3"

5"

5"

5"

5"5"

15"

3"

15"

15"

15" 15"15"

15"

H = 12' H = 14' H = 28'

15"

1'

Tie all bars A at

bend point to

front face reinf

Wall

Face of

3

3locations.

F at Joint

locations.

F at Joint

3

3 See standard RW 2 for size.

Place footing toe against undisturbed soil.

bars (Typ both faces).

Place vertical bars inside of horizontalGENERAL NOTES:

Footing pressure design ~ L = low, H = high

C = traffic surcharge and/or slopes up to 2.5:1

B = slopes up to 4:1

Design - A = no surcharge or slope above wall

Average Height "H" of panel

quantities

Panel Length ~ 32' is standard; 28' requires special

LA - 28 - 32

HC - 21 - 28

Wall Layout Sheets.

Retaining Walls are designed to be coded as follows on Retaining

Quantities are based on "H" being average height of panel.

For notes and details not shown on this sheet see sheet RW2.

All reinforcing steel to be Grade 60.

All concrete to be Class "C".

Attachment 4 - AD1

Page 58: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

StandardDivisionBridge

DN: CK: DW: CK:FILE:

JOB

COUNTY

SECT

DIST

REVISIONS

TxDOT TxDOT JGD MJG

HIGHWAY

SHEET NO.

C TxDOT

MISCELLANEOUS DETAILS

RETAINING WALL

CONT

rwstde11.dgn

March 2010

RW 2

of this standard to other for

mats or for in

correct results or da

mages resultin

g fro

m its use.

kin

d is

made by Tx

DO

T for any purpose

whatsoever. Tx

DO

T assu

mes no responsibilit

y for the conversio

n

The use of this standard is governed by the "T

exas E

ngin

eerin

g Practic

e

Act".

No

warranty of any

DIS

CL

AI

ME

R:

FILE:

DA

TE:

Varies

~ 13'

Max

Vertical

12

Sw Sw

ALL HEIGHTS

AS DETAILED

BACK FACE SLOPED

FRONT FACE VERTICAL

(Basis for payment)

ALTERNATE STEM SLOPE DETAILS

concrete due to changing of slope of wall stem.

in Table on Sheet 1. No payment will be made for excess

approval by the Engineer. Sw shall not be less than shown

Walls with slopes other than those shown may be used after

1

12"12"

Grade

Finished

Grade 2 or 3

aggregate,

Concrete coarse

Finished grade

Waterstop

Type "A"

(sponge, etc.)

Compressible plug

Joint mat'l

Expansion

Permanent

•"

Edge of wall

Waterstop

Type "B"of unequal thickness

Use spacer for stems

of unequal thickness

Use spacer for stems

Edge of wall

Face of wallFace of wall

EXPANSION JOINT CONSTRUCTION JOINT

Š"

•"•" 2"

‰"

„"

‰" …"

…" …"

7 ‚"

PVC WATERSTOP TYPE "B"PVC WATERSTOP TYPE "A"

on manufacturer.

may vary slightly depending

Note: Dimensions and shapes

"B" Waterstop

Type "A" or

Waterproofing

Type 10

Waterproofing

Type 10

Cl Cov

2' c-c

Bars Z at

"B" Waterstop

Type "A" or

Equal

Bars F

Dowel

Waterproofing

Type 10

Waterproofing

Type 10

PARTIAL ELEVATION PARTIAL SECTION

Difference in

footing elevations

1„

+ -

Walls are designed assuming unit weight of

earth pressure = 0.33.

Walls are designed to provide a minimum factor

or compacted soil depth in front of walls, from

bottom of Key up, shall not be less than

Retaining walls may be placed on Horizontal

Curves by adjusting lengths of footing Bars T

and H. Minor revisions of Concrete Quantities

may be required.

All reinforcing steel to be Grade 60.

1"

of safety against sliding of 1.5. The undisturbed

2"

Dowel Bars F

2'

1'-9"

2' c-c

Z at

6" 6"

2' c-c

Z at

1'

opening

centered behind

hardware cloth

to drain) 1'

15' max (slope

4" weep holes at

2'

2'-6"

1'-9"

1'-9"

2" 2" 2"

Ž"+-Š" min •"+

-

9"

+-

Ž

"

ƒ" chamfer

3 ƒ"1 …" 1 …"

ƒ" chamfer

#8 x 3'-0"

Bars F

is less than 6'.

of footing elevations

difference in top

Omit Bars Z when

Kw + Ft + 1'.

Note

A

Designed in accordance with current AASHTO

All concrete to be Class "C".

GENERAL NOTES:

soil = 120 pcf, and coefficient of horizontal

at 1'-0" c-c

smooth dowels

Dia x 3'-0"

Bars F ~ 1"

30# roofing felt

sleeve or wrap with

1" I.D. Polyethylene

Standard and Interim Specifications.

involved

same amount. No change in Quantities will be

and increasing length of legs of Bars U by the

can be accommodated by shortening Bars A and B

changes in reinforcing steel. Steeper grades

grades up thru 10% with footing level, with no

Retaining walls are detailed to be placed on

Wall

Face of

Wall

Face of

Wall

Face of

Wall

Face of

‹"

BARS Z (#5)

2

1

2

(Type C)

material

Filter

~

Filter Fabric

combination there of may not be used.

crushed hydraulic cement concrete or

Crushed blast furnace slag, recycled

DRAINAGE DETAILS AND

EXCAVATION DIAGRAM

Min

soil

or compacted

undisturbed

Top of

3"

Min

Structural Excavation

Limits of Unclassified

Min

SHOWING WATERSTOP AT FOOTING JOINT

are used, omit weep holes.

If pipe underdrains

on the underdrain pipe.

approximately centered

aggregate shall be

and the concrete coarse

elsewhere in the plans

shall be as shown

flowline and outlets

are required, the

If pipe underdrains

JOINT AND WATERSTOP DETAILS

•SwH 20'

H 20'

Waterproofing

Type 10

Waterproofing

Type 10

H "X" H "X"

2"

Max

0"

Min

1•

"

4"

2'

1' 3 •

"

1 •

"

1'

2'

1'

1'

6"

placed between adjacent footings with 4" cover top and bottom.

elevations is less than 6'. Omit when Dowel Bars F can be

Unreinforced Class "C" Concrete when difference in top of footing Note

B

2'-0"

2'-0"

underdrains are used.

Note B: Use coarse aggregate to here with filter material above when

Note A: Stop coarse aggregate at this level when weep holes are used.

"X"

14'

12'

11'

DESIGN

A

B

C

Wall

Face of

Wall

Face of

undisturbed soil

key against

Place toe and

1

04-11: Added Note 2.

Attachment 4 - AD1

Page 59: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

StandardDivisionBridge

of this standard to other for

mats or for in

correct results or da

mages resultin

g fro

m its use.

kin

d is

made by Tx

DO

T for any purpose

whatsoever. Tx

DO

T assu

mes no responsibilit

y for the conversio

n

The use of this standard is governed by the "T

exas E

ngin

eerin

g Practic

e

Act".

No

warranty of any

DIS

CL

AI

ME

R:

FILE:

DA

TE:

DN: CK: DW: CK:FILE:

JOB

COUNTY

SECT

DIST

REVISIONS

TxDOT TxDOT TxDOT TxDOT

HIGHWAY

SHEET NO.

C TxDOT

CONTDecember, 2006

SHEET 1 OF 3HL93 LOADING

01-12: Bars Z.

2"

2" 2"

2"

4"

4"

5"

5"

1'-8"

4'-11 ƒ"

2"4'-7 ƒ"

5"5" 3'-5 ƒ" Void

9 •

"

Void

Slab

Top

Slab

Bott

5"

5 •

"

CU

2"

9"

11"

Tendon hole

L TransverseC

BEAM PROPERTIES

2

4

Area 591.8in

in

in

in

lb/ft

Y top

Y bott

I

Weight

10.19

9.81

28,086

616

Bars D ~ 7 Eq Spa

A B

2"

2" 2"

2"

4"

4"

5"

5"

1'-8"

3'-11 ƒ"

2"3'-7 ƒ"

5"5" 2'-5 ƒ" Void

9 •

"

Void

Slab

Top

Slab

Bott

5"

5 •

"

CU

A

2"Z

U

9"

11"

Tendon hole

L TransverseC

Z

Bars D ~ 5 Eq Spa

B

717.8

10.12

9.88

35,234

748

Type 5B20Type 4B20

TYPICAL SECTION ~ TYPE 4B20

TYPICAL SECTION ~ TYPE 5B20

strands

locate between

Drain holes ~

U

strands

locate between

Drain holes ~

7

1 1

6

2

3

6

2

3

2" Clr

Cover

2" Clr

Cover D

D

1 •

"

Clr

Cover

1 •

"

Clr

Cover

U

U

N

N

C

2 ES =

8 ‚"

Z

Z

•3 "

2 ES =

8 ‚"

•3 "Bars C ~ 2 ‚"

2 ES =

8 ‚"

B

Bars A & B 1'-2"

1'-2"Bars Z

Bars U ~ 2 ‚"

PARTIAL PLAN

Bars N ~ 2 ‚"

with Bars N

M ~ space

1

1

1

2tendon

L TransverseC

(Showing Type 4B20)

D

A

M

N

C

U

B DZBlockout

1'-0"

Blockout

7"

Bars M ~ 1 •"

ELEVATION

tendon

L TransverseC

1'-4" Min End of

Internal Void

strands

C.G. of

Beam

C.G. of

Yt

Yb "

e"

2 1 4

5

4

C

A

6" Max Spa

12" Max Spa

12 Spaces at 4" = 4'-0"

12" Max Spa

12 Spaces at 4" = 4'-0"

12" Max Spa42 Spa at 6" = 21'-0"

1

2

3

4

5

6

7

Z 1Z 1(Typ)

4"

(Typ)

4"

GENERAL NOTES:

a ƒ" radius.

Chamfer bottom beam corners ƒ" or round to

degrees only.

These details are applicable for skews up to 30

substituted for Bars A, B, C, and D.

meeting the requirements of ASTM A1064 may be

An equal area of welded wire reinforcement (WWR)

anchorage at bridge edges to be cast in beams.

See standard BBRAS or BBRAO for railing

unless noted otherwise.

1 ‚" clear cover to reinforcement is required

casts.

as required to ensure consolidation between the two

cast (webs and top beam flange) is placed. Vibrate

flange) must remain plastic until the second stage

concrete in the first stage cast (bottom beam

Two-stage monolithic casting is required. The

must be Grade 60.

required elsewhere in plans. All reinforcing steel

Use Class H concrete. Use Class H (HPC) if

Designed according to AASHTO LRFD Specifications.

of end blocks and interior diaphragms is not included.

Based on 150 pcf weight density of concrete. Weight

See standard BBRAO for void modification dimensions.

not topped with a Min 5" cast-in-place concrete slab.

Showing void modification required in exterior beams

Tee Bent Stems.

shall be vertical at Abutment backwall and Inverted

90° at conventional Interior Bents. Ends of beams

reinforcement into blockouts.

Blockouts required at ends of all beams. Extend beam

Diaphragm, and Drain Details".

interior diaphragms. See "Blockout, Interior

in all beam void corners including each side of

Place drain holes (1" Dia PVC Sch 40 Pipe) as shown

interior beams. See standard BBPT for details.

Diaphragm, and Drain Details". Form 3" Dia holes in

in staged constructed bridges. See "Blockout, Interior

and beams that serve temporarily as exterior beams

tendons. Cast interior diaphragms in exterior beams

See span details for number and spacing of transverse

topped with a Min 5" cast-in-place concrete slab.

Post-tensioning tendons are required for beams not

cast-in-place concrete slab only.

Bars Z are required for beams topped with a

(TYPE B20)

BOX BEAM DETAILS

PRESTRESSED CONCRETE

BB-B20bbstds01.dgn

Attachment 4 - AD1

Page 60: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

StandardDivisionBridge

of this standard to other for

mats or for in

correct results or da

mages resultin

g fro

m its use.

kin

d is

made by Tx

DO

T for any purpose

whatsoever. Tx

DO

T assu

mes no responsibilit

y for the conversio

n

The use of this standard is governed by the "T

exas E

ngin

eerin

g Practic

e

Act".

No

warranty of any

DIS

CL

AI

ME

R:

FILE:

DA

TE:

DN: CK: DW: CK:FILE:

JOB

COUNTY

SECT

DIST

REVISIONS

TxDOT TxDOT TxDOT TxDOT

HIGHWAY

SHEET NO.

C TxDOT

CONTDecember, 2006

HL93 LOADING SHEET 2 OF 3

01-12: Bars Z.

PARTIAL PLAN ~ 15° SKEW

U

1 •"

C

A

B

Z

Z3"0

2 ES =

8 ‚"

Bars C

Bars C

C,MM & U

Eq Spa

Bars A & B

Bars U & Z

PARTIAL PLAN ~ 30° SKEW

3"

Bars C

Bars A & B

Bars U & Z

0

1 •"

2 ES

=

8 ‚"

U

U

Bars C

C,

MM &

U

D

6"

1

8

8

1

1

1

8 8

AA

U

MM

MM

CC

CC

N

Angle

Skew

(use for skew angles of 15° or less)

(Showing Type 4B20)

12" Max Spa

Bars AL, CL & U

2tendon

L TransverseC

12" Max Spa

6" Max Spa

AL

CL

AL CL

Bars AL, CL & U

Angle

Skew

15° and less than or equal to 30°)

(use for skew angles greater than

(Showing Type 4B20)

N

AA

12 Spaces at 4" = 4'-0" 42 Spa 6" = 21'-0"

12 Spaces at 4" = 4'-0"

12" Max Spa

12 Spaces at 4" = 4'-0" 12" Max Spa42 Spa 6" = 21'-0"

C

A

B

Z

Z

D

1

1 2tendon

L TransverseC

6" Max Spa

12 Spaces at 4" = 4'-0"

at 4" Max

Eq Spa at 4" Max

3"

2

Eq

Spa

4"

7"

Strands

Bottom

U

N

(Showing End Mat Reinforcing)

45

1213

89

45

1213

89

3"

2

Eq

Spa

4"

7"

Strands

Bottom

U

N

(Showing End Mat Reinforcing)

457811118754

SECTION THRU BLOCKOUT ~ TYPE 4B20

SECTION THRU BLOCKOUT ~ TYPE 5B20

10

9

11

10

11

9

M or MM

Bars

M or

MM

Spa

M or MM

Bars

M or

MM

Spa

C or CC

C or CC

D

D

1

8

9

10

11

2

14-14 strand locations.

contains fewer than 28 strands. In this case, place Bars N at the 4-5, 9-10 and

For Type 5B20 Box Beams: Bars N may be reduced to 5 bars per row when beam design

8-9 strand locations.

contains fewer than 22 strands. In this case, place Bars N at the 5-6 and

For Type 4B20 Box Beams: Bars N may be reduced to 4 bars per row when beam design

sheet for locations of pretensioning strands.

See standard BBND or appropriate Prestressed Concrete Box Beam Standard Designs

Bars M may be adjusted vertically as required to avoid pretensioning strands in web.

Cut as required to maintain one inch clear between bars.

interior beams. See standard BBPT for details.

"Blockout, Interior Diaphragm, and Drain Details". Form 3" Dia hole in

that serve temporarily as exterior beams in staged constructed bridges. See

transverse tendons. Cast interior diaphragms in exterior beams and beams

cast-in-place concrete slab. See span details for number and spacing of

Post-tensioning tendons are required for beams not topped with a Min 5"

Bars Z are required for beams topped with a cast-in-place concrete slab only.

(TYPE B20)

BOX BEAM DETAILS

PRESTRESSED CONCRETE

BB-B20bbstds01.dgn

Attachment 4 - AD1

Page 61: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

StandardDivisionBridge

of this standard to other for

mats or for in

correct results or da

mages resultin

g fro

m its use.

kin

d is

made by Tx

DO

T for any purpose

whatsoever. Tx

DO

T assu

mes no responsibilit

y for the conversio

n

The use of this standard is governed by the "T

exas E

ngin

eerin

g Practic

e

Act".

No

warranty of any

DIS

CL

AI

ME

R:

FILE:

DA

TE:

DN: CK: DW: CK:FILE:

JOB

COUNTY

SECT

DIST

REVISIONS

TxDOT TxDOT TxDOT TxDOT

HIGHWAY

SHEET NO.

C TxDOT

CONTDecember, 2006

HL93 LOADING SHEET 3 OF 3

01-12: Bars Z.

5 •"

4 •"

5 •

"

10 ‚

"

BARS N (#4)

3" 3" 3" 3"

6 •

"

4 †"

BARS E (#4)

3" 3"6 •" 6 •"

7"

BARS F (#4)

10"

1'-0

" 1'-4"

Bloc

kout

C

C

See Detail "A"of exterior beam

Fascia side

(Showing 30° skew)

E

F

DETAIL A

E

F

Block

End

2'-2"

BARS D (#5)

Min

Permiss

Splice

Beam Length minus 3"

third of span

be placed in middle

Permissible splices to

6"

BARS MM (#4)

6"

0 0

2'-11"

cos 0

1'-3"

1'-6"

(Min)

of Void

Limits 2"

(Typ)

bottom slab

Drain holes in

BLOCKOUT, INTERIOR DIAPHRAGM AND DRAIN DETAILS

(Typ)

strands

BARS U (#4)

1'-1 •"

2'-11"

6"

BARS M (#4)

4'-0"

1'-3"

BARS A & C (#4)

1'-3"

BARS AA & CC (#4)

3'-0"

cos 0

Type 5B20

Type 5B20

Type 5B20

Type 4B20

Type 4B20

Type 4B20

3'-0"4'-0"

cos 0

3'-4"

BARS B (#4)

Type 5B20

Type 4B20

4'-4"

3'-11"

3'-11"

cos 0

Type 4B20

Type 5B20

3

2

4

8

13

13

12

Type 5B20

Type 4B20

(parallel to beam ends)

L 1 •" Diameter hole

L Interior Diaphragm and

bet

ween

Locate

Min

3'-0" (Max)

4'-0" (Max)

BARS AL & CL (#4)

ANCHORAGE DETAIL

POST-TENSION

of beam

Top edge

ˆ" per inch

taper sides

formed recess ~

4" square

5" (Typ)

4 …"

2 •

"

6 „"

9"

6 ‡

"

5 •

"

1'-3"

9" 8"

1'-5"

Type 4B20

Type 5B20

BARS Z (#4) 1

locations (only) may be omitted.

option is used, Bars B at Bar Z

one continuous bar. If this

pairs may be fabricated using

At fabricator's option, Bars Z

3'-0"

4'-0"

1

2

3

4

8

13

12

Dimension will vary slightly with skew. Adjust as necessary.

details.

5" (Typ) or sufficient depth to provide 1" Cover on cut-off tendon. See BBPT for

Cut as required to maintain one inch clear between bars.

Blockouts required at ends of all beams. Extend beam reinforcement into blockouts.

and Drain Details".

including each side of interior diaphragms. See "Blockout, Interior Diaphragm,

Place drain holes (1" Dia PVC Sch 40 Pipe) as shown in all beam void corners

Details". See standard BBPT for details.

3" Dia holes in interior beams. See "Blockout, Interior Diaphragm, and Drain

that serve temporarily as exterior beams in staged constructed bridges. Form

transverse tendons. Cast interior diaphragms in exterior beams and beams

cast-in-place concrete slab. See span details for number and spacing of

Post-tensioning tendons are required for beams not topped with a Min 5"

Bars Z are required for beams topped with a cast-in-place concrete slab only.

(TYPE B20)

BOX BEAM DETAILS

PRESTRESSED CONCRETE

BB-B20bbstds01.dgn

Attachment 4 - AD1

Page 62: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

StandardDivisionBridge

DN: CK: DW: CK:FILE:

JOB

COUNTY

SECT

DIST

REVISIONS

TxDOT TxDOT TxDOT TxDOT

HIGHWAY

SHEET NO.

C TxDOT

CONTDecember, 2006

of this standard to other for

mats or for in

correct results or da

mages resultin

g fro

m its use.

kin

d is

made by Tx

DO

T for any purpose

whatsoever. Tx

DO

T assu

mes no responsibilit

y for the conversio

n

The use of this standard is governed by the "T

exas E

ngin

eerin

g Practic

e

Act".

No

warranty of any

DIS

CL

AI

ME

R:

FILE:

DA

TE:

HL93 LOADING

3" Mi

n

(Typ)

1 •"

Min

3"

9 •"

(Typ)

W

L BearingC

Skew Angle

3"

(Min)

L

3"

W

L

or Inverted Tee Stem

Face of Abutment Backwall

3" Mi

n

(Typ)

1 •"

Min

9 •"

(Typ)

W

L BearingC

Skew Angle

3"

(Typ)

L

(Typ)

3"

W

L

L BearingC

AT ABUTMENT OR INVERTED TEE BENTS

AT CONVENTIONAL INTERIOR BENTS

ELASTOMERIC BEARING PLACEMENT DIAGRAMS

C

Bearing

Elastomeric

Laminated

(Min)

Bearing

Elastomeric

Laminated

(Typ)

(Typ)

or Inverted Tee Corbel

Face of Abutment Capor Inverted Tee Corbel

Face of Abutment Cap

Face of Interior Bent Cap

Face of Interior Bent Cap

Bearing

Elastomeric

Laminated

Bearing

Elastomeric

Laminated

(Typ)

L BentC

L BentC

or Inverted Tee Stem

Face of Abutment Backwall

3"

3"

1

L Beam

CL Beam

L BearingC

3

4

2

0.0625"

1

Length

BO

TT

All bea

m types

Bevel to match Beam Slope

(50 DUROMETER)

4 4

3

ELEVATION

Pad

Taper in inches (

= „

")

N

‰"

Min

…"

Max

2

2

Length = L

tapered elastomeric top layers.

and minimum thickness criteria for

may be sloped to satisfy maximum

the pad, except the top laminate(s)

parallel to the bottom surface of

Place 0.105" thick steel laminates

Elasto

mer

Thickness

‚" 6

Req'd at ‚

" ‚

"

IN

TE

RI

OR

TO

P

(50 DUROMETER)

ELASTOMERIC BEARING SECTION

manufacture of bearing pads, is not permitted.

The use of Polyisoprene (natural rubber), for the

2 ƒ"

Locate Permanent Mark here.

than IN/IN.

vary from plan beam slope by more

Fabricated pad top surface slope must not

(etc.)

N=2, (for ‚" taper)

N=1, (for „" taper)

Examples: N=0, (for 0" taper)

taper in „" increments) in this mark.

will include the value of "N" (amount of

located on the high side. The Fabricator

For tapered pads, BEARING TYPE will be

Indicate BEARING TYPE on all pads.

are for elastomer only, on tapered layers.

Maximum and minimum layer thicknesses shown

treatment as shown for Abutment Bents.

elastomeric bearings will receive the same

For Transition Bents with backwall, beams and

and the Back Station Beam End will have two bearings.

The Forward Station Beam End will have one bearing

C

GENERAL NOTES:

30 degrees only.

These details are applicable for skews up to

See Bridge Layout for actual direction.

Details are drawn showing right forward skew.

"Prestressed Concrete Box Beams".

bearings is to be included in unit price bid for

Cost of furnishing and installing elastomeric

provided to the Engineer.

layout. A copy of the bearing layout is to be

each bearing in accordance with the bearing

by the bearing fabricator. Permanently mark

orientation of all bearings will be developed

A bearing layout which identifies location and

Shop drawings for approval are required.

allowable tolerances.

However, predicted contact is considered within

slope may not provide uniform contact.

For skewed supports, Bearings beveled for beam

moderate beam slopes up to 0.0113 ft/ft.

Constant thickness bearings may be used for

shown.

nominal L bearing as possible within limits

dimensions shown. Center bearings as near

Set beams on elastomeric bearings of the

4B20

TYPE

BEARING

TYPE

BEAM

B20-"N"

6"

ONE BEARING

L W L W

12" 6" 6"

5B20 6" 12" 6" 6"

4B28 6" 14" 6" 7"

5B28 6" 14" 6" 7"

4B34 6" 16" 6" 8"

5B34 6" 16" 6" 8"

4B40 6" 20" 6" 10"

5B40 6" 20" 6" 10"

B28-"N"

B34-"N"

B40-"N"

BEARING DIMENSIONS

ELASTOMETRIC

BEARINGS

TWO

BEARING DETAILS

ELASTOMERIC

PRESTR CONC BOX BEAMS

BBEBbbstde08.dgn

Attachment 4 - AD1

Page 63: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

Attachment 5 - AD1

Page 64: ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR … · Addendum 1 – Page 1 ADDENDUM NO. 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS MAYHILL

Attachment 5 - AD1