Loading...
ST15-01A-CN170707 Bid Set CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Freeport Parkway Dividend Drive to West Bethel Road THE CITY OF COPPELL Bid No. Q-0717-02 Project ST15-01A July 2017 This page intentionally left blank. TABLE OF CONTENTS Section 1 - Bidding Documents Notice to Bidders 1-1 Instructions to Bidders 1-3 Bid Form/Proposal/Bid Schedule 1-18 Prevailing Wage Rates 1-47 Bid Affidavit 1-48 Conflict of Interest 1-50 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2-1 Certificate of Insurance 2-8 Instructions for Bonds 2-9 Performance Bond 2-10 Payment Bond 2-12 Maintenance Bond 2-14 For this project, the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix ‘C’ Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Section 4 - Specific Project Requirements Section 5 - Description of Pay Items Section 6 - Technical Specifications City of Coppell Project Sign Standard for Railroad Crossing Boards Railroad Swing Gate Hinges TXDOT Departmental Material Specifications TXDOT Special Specifications TXDOT Standard Specifications Electrical Specifications Underground Interconnect Requirements Multiple Conductor and Single Conductor Traffic Cable and Wire Power Service and Service Equipment / General System Wiring Procedures Landscaping and Irrigation Specifications Stone Masonry Earthwork for Landscape Areas Non-Vehicular Concrete Paving Landscape Irrigation System Landscape Finish Grading for Landscape Areas Sodding Section 7 - Standard Forms Contractor’s Application for Payment 7-1 Contractor’s Lump Sum Worksheet 7-2 Contractor’s Unit Price Worksheet 7-3 Contractor’s Stored Materials Worksheet 7-4 Certificate of Substantial Completion 7-5 Work Change Directive 7-6 Change Order 7-7 Field Order 7-8 Section 8 - Permits Dallas Area Rapid Transit Texas Department of Transportation 1-0 SECTION 1 BIDDING DOCUMENTS This page intentionally left blank. 1-1 NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Freeport Parkway (Dividend Drive to West Bethel Road) (Project No. ST15-01A). The work shall consist of the installation of about 48,000 S.Y. of 11” concrete pavement; 300-ft span bridge crossing of Grapevine Creek, about 9,000 LF of 12”, 16” and 20” water lines, about 5,000 LF of 8”, 12” and 24” sanitary sewer mains, related drainage and utility improvements, the removal of existing pavement, and all appurtenant work necessary to complete construction of the project. Bidding documents, including Half-sized Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $150.00 from the office of J. Volk Consulting, Inc at 830 Central Parkway East, Suite 300, Plano, Texas 75074; 972-201-3100 (carol.bush@jvolkconsulting.com). Office hours are 7:30 AM to 5:30 PM Monday through Thursday and 7:30 AM to 11:30 AM Friday. Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. To ensure proper notification of Addendums, Bidders shall ensure they are a registered plan holder on the plan holder’s list. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Freeport Parkway (Project No. ST15-01A) will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, Coppell, Texas, until 10:00 a.m. on Tuesday, July 25, 2017, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-0717-02 designated clearly on the exterior of the bid envelope. A Non-Mandatory Pre-Bid Conference has been scheduled for this project at the Coppell City Hall (255 E. Parkway Boulevard, Coppell TX 75019) at 2:00 p.m. on Tuesday, July 18, 2017. Attendance at the Pre-Bid Conference is not mandatory but strongly encouraged. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 1-2 NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-3 BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word “Owner” or "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word “Engineer” or "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: W herever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, J. Volk Consulting, Inc. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the reconstruction of approximately 6,800 LF of existing Freeport Parkway, from Dividend Drive to West Bethel Road. Freeport Parkway is currently a four-lane divided reinforced concrete roadway. Freeport Parkway shall be reconstructed as a four-lane divided roadway, comprised of a minimum 25-foot (b/c-to-b/c) concrete pavement section in each direction, and the construction of concrete trail (with ADA accessible ramps & roadway crossings) as indicated on the plans. This work will also include an approximate 300-foot long bridge crossing Grapevine Creek. Construction and/or installation of various storm drainage, water and sanitary sewer line improvements, signage, traffic signalization, pavement markings, foundations & conduit for roadway illumination, and other related 1-4 improvements within the project limits as shown on the plans are also included as part of the scope of work. This portion of Freeport Parkway is a heavily traveled arterial roadway through a primarily industrial area between I-635 to the south and West Bethel serving as a connector for the residents of the City of Coppell to & from Sandy Lake Road to the north, and Bethel Road to the south. Therefore, appropriate traffic control and construction sequencing must be considered and implemented throughout the project, as part of this scope of work, in order to maintain safe & effective: a) Two-way traffic flow along every street at all times (unless shown otherwise on the plans or directed otherwise by the Engineer); and b) Access to & from adjoining streets, neighborhoods & properties (unless shown otherwise on the plans or directed otherwise by the Engineer). The overall scope of work shall include all components necessary for the “turnkey” construction of the project as shown in the plans for the Freeport Parkway, Dividend Drive to West Bethel Road (Project No. ST15-01A). The Contractor for this project shall be responsible for coordinating with the residents regarding driveway access, mail/trash pickup (as applicable) and available street parking within the project (as applicable). 3. Copies of Bidding Documents. 3.1 Bidding documents, including Half-size Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $150.00 from the office of J. Volk Consulting, Inc. 830 Central Parkway East, Suite 300, Plano, Texas 75074; 972-201-3100. Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished two (2) full-size sets and three (3) half-size sets of Contract Documents at no charge. Additional sets will be furnished for an additional fee per set. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 1-5 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Minimum Qualifications of Bidders. The City will only consider Bidders who meet the Minimum Qualifications identified in this section. Should the City determine, at its sole discretion, that the Bidder does not meet these Minimum Qualifications, the City will disqualify the Bidder and their bid will be rejected as non-responsive. Experience performing projects of similar scope, quantities, and cost will be a primary consideration of meeting the minimum qualifications. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Bidders are subject to disqualification if they fail to provide evidence within the five day period. Confident bidders are strongly encouraged to have this evidence ready by Bid Opening. Submissions will be made to City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. The City reserves to right to conduct site/yard visits to the Bidders’ place of business, yard sites or current project sites. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the bidder including approximate cost, project start date and estimated completion date shall be submitted upon request. B. Past Project Experience. A minimum of three (3) comparable projects in each category listed below meeting the following requirements shall be submitted. 1. Roadway Projects a. Completed within the previous five years b. Located in the Dallas-Fort Worth Metroplex c. Total Construction Cost for paving and drainage and related improvements of at least $4,000,000 d. Projects must be for divided arterial roadways with high traffic volumes e. Scope of work consisting of similar items and quantities including concrete paving and sidewalks, street lighting, storm drainage improvements, landscape and irrigation f. Project start date and completion date must be provided g. Copy of actual project schedule used during construction 2. Water and Sanitary Sewer Projects a. Completed within the previous five years b. Located in the Dallas-Fort Worth Metroplex 1-6 c. Total Construction Cost for water and sanitary sewer and related improvements of at least $1,500,000 d. Projects must include replacement of 16” to 24” water and sewer mains e. Scope of work consisting of similar items and quantities including PVC water mains, fittings, hydrants, valves, meters, PVC sewer mains, aerial sewer creek crossings, manholes and service connections f. Project start date and completion date must be provided g. Copy of actual project schedule used during construction 3. Bridge Projects a. Completed in the past five years b. Projects located in Texas c. Total Construction Cost for bridge improvements of at least $1,500,000 d. Projects must include phased removal of existing bridge and construction of new bridge while maintaining minimum two lanes open to traffic at all times e. Scope of work consisting of similar items and quantities f. Copy of actual project schedule used during construction 4. Traffic Signal and Lighting Projects a. Completed in the past five years b. Projects located in Texas c. Total Construction Cost for traffic signal & lighting improvements of at least $300,000 d. Scope of work consisting of similar items and quantities e. Copy of actual project schedule used during construction Note: Individual projects may be used for more than one category. However, the project cost for each project category must be greater than the minimum costs listed above. For example, an arterial roadway reconstruction project with paving related improvements of at least $4,000,000 which also included water and sewer replacement of at least $1,500,000 may be listed in both categories. C. Key Personnel Resumes. If requested, bidder shall provide resumes of LOCAL personnel expected to oversee this project. Resumes shall be provided for executive and management team as well as on-site project manager. D. Work Performed by Subcontractor. Bidder shall submit all qualifications as required under this section for each subcontractor performing work totaling more than 10% of the greatest amount bid. 1-7 E. Equipment Inventory. A list of equipment currently owned and leased which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. The City reserves the right to conduct equipment verifications. F. Financial Statement. Each Bidder shall be prepared to submit upon request of the Owner a financial statement prepared by an independent Certified Public Accountant with no evidence of threatening losses (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. G. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest (direct or indirect) in any contract with the City, nor shall be financially interested (directly or indirectly) in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from I-635, Dividend Drive, West Bethel Road or Freeport Parkway. It shall be the Contractor’s responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 1-8 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 All work shall be completed in accordance with the recommendations of the geotechnical study performed by Alpha Testing dated February 24, 2017; Report No. G15648-REVISED and its Addendum, G15648-A. 6.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.5 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.6 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1-9 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Intentionally Omitted. 9. Substitute or "Or-Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 10. Subcontractors, Suppliers, and Others. 10.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the 1-10 Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 10.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 11. Bid Proposal. 11.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15 of these Instructions to Bidders. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 11.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By (name) - (corporate title) ." If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 12. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required 1-11 for this project, may be rejected and returned to the Bidder without being considered. 13. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a “Plans Quantity” then only the quantity shown in the unit bid price schedule will be paid. 14. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, Coppell, Texas 75019 until, 10:00 a.m. on Tuesday, July 25, 2017, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q-0717-02 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: Freeport Parkway (Project No. ST15-01A) on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 15. Modification and Withdrawal of Bids. 15.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 15.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 16. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in 1-12 more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced (as determined by Owner) may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG’s Item 102.5 of the Standard Specifications for Public works will be rejected. Bids with more than 365 Calendar Days for the time of completion will be rejected. 17. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 18. Contract Time. 18.1 The time of completion of the project will be set through the bidding technique used in the Proposal Form. A more detailed explanation of the bidding technique and completion time is given in Item 1.6 of the Specific Project Requirements (Section 4). Completion time will be a significant factor in the awarding of a contract for this project. 18.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 18.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 108.8 of the General Provisions. 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of: Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. Time Bid (B) = (CD x Daily Value) = the product of the number of calendar days (CD) provided by the Contractor and the Daily Value established by the Owner. For the purposes of this Contract, the Daily Value is $4,000.00. The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A) plus the Time Bid (B) according to the following formula: Total Bid = Base Bid (A) + Time Bid (B) Time Bid (B) from the preceding formula will not be used to determine the final payment to the Contractor. All payments will be based on actual quantities and bid unit prices. 1-13 The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/liquidated damages provision is established for this contract. The total incentive payment shall not exceed $700,000.00. A more detailed explanation of the incentive/liquidated damages provision is given in Item 20 (below). A bid with more than 550 calendar days will be considered non- responsive and will be rejected. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all formalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 1-14 20. Incentive/Liquidated damages. The Owner desires to expedite construction on this contract to minimi ze the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/liquidated damages provision is established for this contract. The total incentive payment shall not exceed the amount listed bel ow. However, there shall be no maximum liquidated damages.  The maximum time of completion that will be allowed for the construction of Freeport Parkway is 550 calendar days. A contract time bid of more than 550 days will be considered nonresponsive and, therefore, rejected.  An incentive per calendar day is available for early completion of the project prior to the expiration of the “Original Contract Time” as set forth in Item 1.6 of the Specific Project Requirements (Section 4). There will be a $3,000 incentive per calendar day that brings the completion of the project between 489 and 430 days; a $3,500 incentive per calendar day that brings the completion of the project between 429 and 365 days; and a $4,500 incentive per calendar day that brings the completion of the project between 364 to 300 days. The maximum incentive available is $700,000.  Liquidated damages of $4,000 per calendar day shall also apply to this project for any work that exceeds the “Original Contract Time”. There is no maximum for liquidated damages.  Additional provisions for the incentive/liquidated damages are set forth in Item 1.6 of the Specific Project Requirements (Section 4). 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 1-15 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count for the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 25. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of: a) materials incorporated into the project; and b) labor, equipment, supervision and materials not incorporated into the project. 26. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 27. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner using the Change Order Form included in the Appendix. 28. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 29. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 1-16 30. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 31. Testing Requirements. The Owner shall make arrangements with an independent laboratory ac ceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or re -inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor’s responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. This does not include testing to be performed under Bid Item for “Density Testing of Existing Backfill”. 32. Overtime. Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance-notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. The pay rate for Inspector overtime charges will be $54 / hr. 33. Overnight Work. Contractor shall be permitted to perform work overnight for certain elements of construction including bridge work, utility crossings, storm drain repairs, utility connections, concrete paving and other elements as deemed acceptable by the City. Overnight work may include complete closure of Freeport Parkway between 10:00 p.m. and 6:00 a.m. Each overnight closure will require a request to the City at least 7 days in advance, along with a traffic control plan, detour plan and work zone lighting plan. Notice time will reset if weather impacts a planned closure. All overnight cost incurred by the City for inspection services and any overnight cost incurred by the testing laboratory shall be paid by the Contractor. The pay rate for overnight inspection charges will be $54 / hr. 34. Payment. Contractor shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by Engineer as 1-17 provided in the General Provisions. Application for Payment shall be prepared using the form included in the Appendix. 35. Documentation of Existing Conditions. Contractor must prepare a video and provide a copy to City of existing conditions within entire work area prior to the start of construction. Refer to Bid Item for “Pre- Project Video Survey” for additional information. 36. Bid Security. Contractor must submit a bid security in the amount of five (5%) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: a) Certified or cashier’s check made payable to the Owner. b) An approved Bidder’s Bond underwritten by a surety named in the current list of “Surety Companies Acceptable on Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 37. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1-18 BID FORM PROJECT IDENTIFICATION: Freeport Parkway (Dividend Drive to West Bethel Road) Project No. ST15-01A Coppell, Texas BID OF _____________________________________________ DATE __________ (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-0717-02 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: ______ Rec'd: ______ 1-19 (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports of exploration and tests of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 1-20 (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that the work for each street will be completed in multiple phases. Plans for phasing or move-ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor’s experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to & from adjacent streets, neighborhoods and properties, which could affect productivity. 7. BIDDER will complete the Work for the following price(s): Item No. Bid Quantity Unit Unit Price Total Price and CENTS per LUMP SUM and CENTS per EACH and CENTS per LUMP SUM and CENTS per EACH and CENTS per LUMP SUM and CENTS per LUMP SUM and CENTS per STATION and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per EACH $ - DOLLARS C-4 1 EA PRE-PROJECT VIDEO SURVEY $ - $ - DOLLARS C-3 $ - DOLLARSC-7 67 STA RIGHT-OF-WAY PREPARATION $ - $ - DOLLARS C-6 1 LS FURNISH, INSTALL AND MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES & $ - $ - DOLLARS C-5 1 LS FURNISH, INSTALL, MAINTAIN AND REMOVE EROSION CONTROL DEVICES $ - FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words C-1 1 LS MOBILIZATION $ - $ - DOLLARS C-2 2 EA PROJECT SIGN $ - $ - DOLLARS 1 LS $ - DOLLARSC-10 12 EA REMOVE & DISPOSE OF STREET LIGHT $ - $ - DOLLARS C-9 50 SY REMOVE & DISPOSE OF EXISTING ASPHALT PAVEMENT $ - $ - DOLLARS C-8 49000 SY REMOVE & DISPOSE OF EXISTING CONCRETE PAVEMENT $ - PROJECT COMMUNICATION $ - Bid Schedule 1-21 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per CUBIC YARD and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per LINEAR FOOT C-11 26000 CY UNCLASSIFIED EXCAVATION $ - $ - DOLLARS $ - DOLLARSC-14 300 LF ABANDON EXISTING 15" SANITARY SEWER PIPE (IN PLACE) $ - $ - DOLLARS C-13 3300 LF ABANDON EXISTING 12" SANITARY SEWER PIPE (IN PLACE) $ - $ - DOLLARS C-12 600 LF ABANDON EXISTING 8" SANITARY SEWER PIPE (IN PLACE) $ - C-17 5 EA ABANDON EXISTING SANITARY SEWER MANHOLE $ - $ - DOLLARS C-18 18 EA REMOVE EXISTING SANITARY SEWER MANHOLE $ - $ - DOLLARS C-15 1150 LF ABANDON EXISTING 24" SANITARY SEWER PIPE (IN PLACE) $ - $ - DOLLARS C-16 1075 LF REMOVE EXISTING SANITARY SEWER PIPE $ - $ - DOLLARS C-19 20 EA CONNECT TO EXISTING SANITARY SEWER PIPE $ - $ - DOLLARS C-20 80 LF 6" PVC SDR-26 SANITARY SEWER PIPE $ - $ - DOLLARS Bid Schedule 1-22 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per LINEAR FOOT C-21 550 LF 8" PVC SDR-26 SANITARY SEWER PIPE $ - $ - DOLLARS C-22 200 LF 10" PVC SDR-26 SANITARY SEWER PIPE $ - $ - DOLLARS C-25 100 LF 18" PVC PS-115 SANITARY SEWER PIPE $ - $ - DOLLARS C-26 1500 LF 24" PVC PS-115 SANITARY SEWER PIPE $ - $ - DOLLARS C-23 3050 LF 12" PVC SDR-26 SANITARY SEWER PIPE $ - $ - DOLLARS C-24 960 LF 15" PVC SDR-26 SANITARY SEWER PIPE $ - $ - DOLLARS C-29 6 EA 5' DIAMETER DROP SANITARY SEWER MANHOLE $ - $ - DOLLARS C-30 160 LF 12" BORE AND STEEL ENCASEMENT FOR SANITARY SEWER PIPE $ - $ - DOLLARS C-27 4 EA 4' DIAMETER STANDARD SANITARY SEWER MANHOLE $ - $ - DOLLARS C-28 18 EA 5' DIAMETER STANDARD SANITARY SEWER MANHOLE $ - $ - DOLLARS Bid Schedule 1-23 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT C-33 40 LF 24" PVC ENCASEMENT FOR SANITARY SEWER PIPE $ - $ - DOLLARS C-34 80 LF CONCRETE ENCASEMENT FOR SANITARY SEWER $ - $ - DOLLARS C-31 40 LF 15" PVC ENCASEMENT FOR SANITARY SEWER PIPE $ - $ - DOLLARS C-32 40 LF 21" PVC ENCASEMENT FOR SANITARY SEWER PIPE $ - $ - DOLLARS C-37 30 LF ADDITIONAL DEPTH FOR AERIAL SEWER CROSSING PIERS $ - $ - DOLLARS C-38 275 LF 20" STRUCTURAL STEEL CASING FOR AERIAL SEWER CROSSING $ - $ - DOLLARS C-35 400 LF CEMENT STABILIZED BACKFILL FOR SANITARY SEWER $ - $ - DOLLARS C-36 6 EA 18" DRILLED SHAFT PIER AND CAP FOR AERIAL SEWER CROSSING $ - $ - DOLLARS C-39 6440 LF TRENCH SAFETY FOR SANITARY SEWER IMPROVEMENTS (UP TO 22-FEET) $ - $ - DOLLARS C-40 85 LF ABANDON EXISTING 1" WATER LINE (IN PLACE) $ - $ - DOLLARS Bid Schedule 1-24 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT C-41 75 LF ABANDON EXISTING 2" WATER LINE (IN PLACE) $ - $ - DOLLARS C-42 150 LF ABANDON EXISTING 6" WATER LINE (IN PLACE) $ - $ - DOLLARS C-45 2500 LF ABANDON EXISTING 16" WATER LINE (IN PLACE) $ - $ - DOLLARS C-46 350 LF 6" PVC CLASS 200 DR-14 WATER LINE $ - $ - DOLLARS C-43 860 LF ABANDON EXISTING 8" WATER LINE (IN PLACE) $ - $ - DOLLARS C-44 6200 LF ABANDON EXISTING 12" WATER LINE (IN PLACE) $ - $ - DOLLARS C-49 7470 LF 16" PVC CLASS 150 DR-18 WATER LINE $ - $ - DOLLARS C-50 1600 LF 20" PVC CLASS 150 DR-18 WATER LINE $ - $ - DOLLARS C-47 1300 LF 8" PVC CLASS 200 DR-14 WATER LINE $ - $ - DOLLARS C-48 450 LF 12" PVC CLASS 150 DR-18 WATER LINE $ - $ - DOLLARS Bid Schedule 1-25 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH C-53 20 EA 2" DOMESTIC WATER SERVICE & METER $ - $ - DOLLARS C-54 10 EA 2" IRRIGATION WATER SERVICE & METER $ - $ - DOLLARS C-51 20 LF 24" PVC CLASS 150 DR-18 WATER LINE $ - $ - DOLLARS C-52 6 EA 1" IRRIGATION WATER SERVICE & METER $ - $ - DOLLARS C-57 8 EA 12" GATE VALVES $ - $ - DOLLARS C-58 25 EA 16" GATE VALVES $ - $ - DOLLARS C-55 25 EA 6" GATE VALVES $ - $ - DOLLARS C-56 25 EA 8" GATE VALVES $ - $ - DOLLARS C-59 7 EA 20" GATE VALVES $ - $ - DOLLARS C-60 35 EA CONNECT TO EXISTING WATER LINE $ - $ - DOLLARS Bid Schedule 1-26 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per TON and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH C-61 3 EA 12" X 12" TAPPING SLEEVE AND VALVE $ - $ - DOLLARS C-62 1 EA 16" X 16" TAPPING SLEEVE AND VALVE $ - $ - DOLLARS C-65 27 TON WATER LINE DUCTILE IRON FITTINGS $ - $ - DOLLARS C-66 20 LF 20" PVC ENCASEMENT FOR WATER LINE $ - $ - DOLLARS C-63 22 EA STANDARD FIRE HYDRANT ASSEMBLY $ - $ - DOLLARS C-64 18 EA REMOVE EXISTING FIRE HYDRANT $ - $ - DOLLARS C-69 120 LF 24" BORE & STEEL ENCASEMENT FOR WATER LINE $ - $ - DOLLARS C-70 2 EA 2" AIR RELEASE VALVE (TYPE 1) $ - $ - DOLLARS C-67 65 LF 24" PVC ENCASEMENT FOR WATER LINE $ - $ - DOLLARS C-68 250 LF 24" STEEL ENCASEMENT FOR WATER LINE $ - $ - DOLLARS Bid Schedule 1-27 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per EACH and CENTS per SQUARE YARD and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per CUBIC YARD and CENTS per EACH and CENTS per EACH and CENTS per EACH C-73 1000 SY PERMANENT REINFORCED CONCRETE PAVEMENT REPAIR (WATER LINE) $ - $ - DOLLARS C-74 11190 LF TRENCH SAFETY FOR WATER LINE IMPROVEMENTS $ - $ - DOLLARS C-71 1 EA 4" AIR RELEASE VALVE (TYPE 2) $ - $ - DOLLARS C-72 1 EA BLOW-OFF VALVE (TYPE 1) $ - $ - DOLLARS C-77 1000 CY EXCAVATE AND RE-COMPACT EXISTING TRENCH BACKFILL $ - $ - DOLLARS C-78 9 EA REMOVE EXISTING SMALL CURB INLET (4' - 8') $ - $ - DOLLARS C-75 2500 LF STORM DRAIN CLEANING AND TELEVISION INSPECTION $ - $ - DOLLARS C-76 150 EA DENSITY TESTING OF EXISTING BACKFILL $ - $ - DOLLARS C-79 21 EA REMOVE EXISTING LARGE CURB INLET (10'- 12') $ - $ - DOLLARS C-80 1 EA REMOVE EXISTING Y-INLET $ - $ - DOLLARS Bid Schedule 1-28 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT C-81 2 EA REMOVE EXISTING 4' X 4' MANHOLE $ - $ - DOLLARS C-82 2 EA REMOVE EXISTING 6' X 6' MANHOLE $ - $ - DOLLARS C-85 1 EA REMOVE EXISTING 54" HEADWALL $ - $ - DOLLARS C-86 300 LF REMOVE EXISTING 18" RCP STORM DRAIN $ - $ - DOLLARS C-83 1 EA REMOVE EXISTING 21" HEADWALL $ - $ - DOLLARS C-84 2 EA REMOVE EXISTING 27" HEADWALL $ - $ - DOLLARS C-89 250 LF REMOVE EXISTING 27" RCP STORM DRAIN $ - $ - DOLLARS C-90 20 LF REMOVE EXISTING 30" RCP STORM DRAIN $ - $ - DOLLARS C-87 200 LF REMOVE EXISTING 21" RCP STORM DRAIN $ - $ - DOLLARS C-88 75 LF REMOVE EXISTING 24" RCP STORM DRAIN $ - $ - DOLLARS Bid Schedule 1-29 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT C-93 230 LF REMOVE EXISTING 42" RCP STORM DRAIN $ - $ - DOLLARS C-94 35 LF REMOVE EXISTING 54" RCP STORM DRAIN $ - $ - DOLLARS C-91 20 LF REMOVE EXISTING 33" RCP STORM DRAIN $ - $ - DOLLARS C-92 50 LF REMOVE EXISTING 36" RCP STORM DRAIN $ - $ - DOLLARS C-97 20 LF REMOVE EXISTING 72" RCP STORM DRAIN $ - $ - DOLLARS C-98 22 LF REMOVE EXISTING 8' X 5' RCB STORM DRAIN $ - $ - DOLLARS C-95 25 LF REMOVE EXISTING 60" RCP STORM DRAIN $ - $ - DOLLARS C-96 25 LF REMOVE EXISTING 66" RCP STORM DRAIN $ - $ - DOLLARS C-99 165 LF 18" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-100 265 LF 21" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS Bid Schedule 1-30 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT C-101 85 LF 24" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-102 180 LF 27" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-105 50 LF 36" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-106 235 LF 42" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-103 20 LF 30" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-104 20 LF 33" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-109 25 LF 66" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-110 25 LF 8' X 5' REINFORCED CONCRETE BOX STORM DRAIN $ - $ - DOLLARS C-107 60 LF 54" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS C-108 20 LF 60" REINFORCED CONCRETE PIPE STORM DRAIN $ - $ - DOLLARS Bid Schedule 1-31 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH C-113 14 EA 15' RECESSED CURB INLET $ - $ - DOLLARS C-114 2 EA 20' RECESSED CURB INLET $ - $ - DOLLARS C-111 11 EA 10' RECESSED CURB INLET $ - $ - DOLLARS C-112 2 EA 15' STANDARD CURB INLET $ - $ - DOLLARS C-117 1 EA 21" TXDOT TYPE CH-FW-0 HEADWALL $ - $ - DOLLARS C-118 2 EA 27" TXDOT TYPE CH-FW-0 HEADWALL $ - $ - DOLLARS C-115 3 EA 4' X 4' STORM MANHOLE $ - $ - DOLLARS C-116 3 EA 6' X 6' STORM MANHOLE $ - $ - DOLLARS C-119 1 EA 54" TXDOT TYPE CH-FW-0 HEADWALL $ - $ - DOLLARS C-120 6 EA ADJUST EXISTING STORM MANHOLE RIM TO GRADE $ - $ - DOLLARS Bid Schedule 1-32 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per LINEAR FOOT and CENTS per LUMP SUM and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per SQUARE FOOT and CENTS per SQUARE FOOT C-121 3 EA ADJUST EXISTING RCP MITER SLOPE TO GRADE $ - $ - DOLLARS C-122 1150 LF TRENCH SAFETY FOR DRAINAGE IMPROVEMENTS $ - $ - DOLLARS C-125 48000 SY 11" REINFORCED CONCRETE STREET PAVEMENT (NO. 6 BARS 18" O.C.E.W.) $ - $ - DOLLARS C-126 3500 SY 11" REINFORCED CONCRETE DRIVEWAY PAVEMENT (NO. 3 BARS 18" O.C.E.W.) $ - $ - DOLLARS C-123 1 LS RAILROAD CROSSING COORDINATION $ - $ - DOLLARS C-124 51000 SY 4" ASPHALT (HMAC) BASE LAYER ON 6" COMPACTED SUBGRADE $ - $ - DOLLARS C-129 52000 SF 10' WIDE HIKE/BIKE TRAIL - 6" REINFORCED CONCRETE $ - $ - DOLLARS C-130 34150 SF 4" REINFORCED CONCRETE SIDEWALK (ALL WIDTHS) $ - $ - DOLLARS C-127 1700 SY 11" REINFORCED STAMPED CONCRETE PAVEMENT $ - $ - DOLLARS C-128 1900 SY 6" REINFORCED STAMPED CONCRETE IN MEDIANS $ - $ - DOLLARS Bid Schedule 1-33 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per SQUARE FOOT and CENTS per SQUARE FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per EACH and CENTS per CUBIC YARD C-133 310 SY TXDOT TYPE 7 PEDESTRIAN RAMP $ - $ - DOLLARS C-131 20 SY TXDOT TYPE 2 PEDESTRIAN RAMP $ - $ - DOLLARS C-132 500 SY TXDOT TYPE 3 PEDESTRIAN RAMP $ - $ - DOLLARS C-135 1200 SF CONCRETE RETAINING WALL INTEGRAL W/ SIDEWALK OR TRAIL (CAST-IN-PLACE) $ - $ - DOLLARS C-136 850 LF TXDOT TYPE E PEDESTRIAN HANDRAIL $ - $ - DOLLARS C-134 75 SF MODULAR BLOCK RETAINING WALL $ - $ - DOLLARS C-137 350 LF TXDOT METAL BEAM GUARD FENCE $ - $ - DOLLARS C-138 4 EA METAL BEAM GUARD FENCE TRANSITION $ - $ - DOLLARS C-139 4 EA METAL BEAM GUARD RAIL END TREATMENT $ - $ - DOLLARS C-140 400 CY GABBION BASKETS $ - $ - DOLLARS Bid Schedule 1-34 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per LUMP SUM and CENTS per STATION and CENTS per SQUARE FOOT and CENTS per EACH and CENTS per LUMP SUM and CENTS per STATION and CENTS per EACH and CENTS per EACH and CENTS per SQUARE YARD C-141 1000 LF TREE ROOT BARRIER $ - $ - DOLLARS C-142 1 LS RESTORE IRRIGATION SYSTEM $ - $ - DOLLARS C-143 67 STA RESTORE PARKWAYS AND DISTURBED AREAS $ - $ - DOLLARS C-144 7400 SF RESTORE LANDSCAPE BEDS $ - $ - DOLLARS C-145 80 EA STREET SIGNS $ - $ - DOLLARS C-146 1 LS RAILROAD CROSSING SIGNAGE, STRIPING AND MARKINGS $ - $ - DOLLARS C-147 62 STA PAVEMENT STRIPING & MARKINGS $ - $ - DOLLARS C-148 2400 EA TRAFFIC BUTTONS $ - $ - DOLLARS C-149 1 EA POST-PROJECT VIDEO SURVEY $ - $ - DOLLARS C-150a 51000 SY 8" LIME STABILIZED SUBGRADE $ - $ - DOLLARS Bid Schedule 1-35 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per TON and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per SQUARE YARD and CENTS per EACH and CENTS per CUBIC YARD and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per CUBIC YARD and CENTS per CUBIC YARD and CENTS per SQUARE FOOT C-154a 1700 SY 11" REINFORCED STAMPED CONCRETE PAVEMENT $ - $ - DOLLARS 1076 LF DRILL SHAFT (36 IN) $ - $ - DOLLARS B-4 119 CY CL C CONC (ABUT)(HPC) $ - $ - DOLLARS B-1 512 CY CEM STABIL BKFL $ - $ - DOLLARS B-2 164 LF DRILL SHAFT (18 IN) $ - $ - DOLLARS B-3 B-5 134 CY CL C CONC (BENT)(HPC) $ - $ - DOLLARS B-6 26780 SF REINF CONC SLAB (HPC) $ - $ - DOLLARS C-151a 1020 TON LIME FOR STABILIZED SUBGRADE (40LB/SY) $ - $ - DOLLARS C-155a 4 EA PORTABLE CHANGEABLE MESSAGE SIGN $ - $ - DOLLARS C-152a 48000 SY 11" REINFORCED CONCRETE STREET PAVEMENT (NO. 4 BARS 18" O.C.E.W.) $ - $ - DOLLARS C-153a 3500 SY 11" REINFORCED CONCRETE DRIVEWAY PAVEMENT (NO. 3 BARS 18" O.C.E.W.) $ - $ - DOLLARS Bid Schedule 1-36 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per CUBIC YARD and CENTS per LINEAR FOOT and CENTS per CUBIC YARD and CENTS per CUBIC YARD and CENTS per POUND and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LUMP SUM and CENTS per LINEAR FOOT and CENTS per SQUARE FOOT B-7 201 CY APPROACH SLAB (HPC) $ - $ - DOLLARS B-8 3359 LF PRESTR CONC GIRDER (TX54) $ - $ - DOLLARS B-10 260 CY RIPRAP (STONE PROTECTION)(30 IN) $ - $ - DOLLARS B-9 473 CY RIPRAP (STONE PROTECTION)(12 IN) $ - $ - DOLLARS B-13 174 LF SEALED EXPANSION JOINT (4 IN) (SEJ-A) $ - $ - DOLLARS B-14 1 LS REMOVE & DISPOSE OF EXISTING BRIDGE STRUCTURE $ - $ - DOLLARS B-11 478 LB STR STEEL (MISC NON-BRIDGE) $ - $ - DOLLARS B-12 1048 LF RAIL(PEDESTRIAN)(SPL) $ - $ - DOLLARS L-2 280 SF DRY RIVER BED OKLAHOMA FLAGSTONE (3" THICK) - RE: G/L1.9 $ - $ - DOLLARS L-1 1965 LF CONCRETE MOWSTRIP (9" WIDTH) - RE: E/L1.9 $ - $ - DOLLARS Bid Schedule 1-37 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per SQUARE FOOT and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH L-3 475 LF DRY RIVER BED STACKED CHOPPED LEUDER EDGE (2 COURSES) - RE: G/L1.9 $ - $ - DOLLARS L-6 27 EA BOULDER TYPE C (10"L X 12"W X 20"H) $ - $ - DOLLARS L-7 6 EA BOULDER TYPE D (12"L X 14"W X 18"H) $ - $ - DOLLARS L-4 26 EA BOULDER TYPE A (24"L X 14"W X 18"H) $ - $ - DOLLARS L-5 17 EA BOULDER TYPE B (18"L X 12"W X 14"H) $ - $ - DOLLARS L-10 13 EA CHINKAPIN OAK - 100 GAL. $ - $ - DOLLARS L-11 21 EA CRAPE MYRTLE 'RED ROCKET' - 30 GAL. $ - $ - DOLLARS L-8 1695 SF STAMPED & COLORED CONCRETE (TO MATCH MEDIAN NOSES) - RE: CIVIL $ - $ - DOLLARS L-9 6 EA ALLEE ELM - 100 GAL. $ - $ - DOLLARS L-12 31 EA TEXAS REDBUD - 30 GAL. $ - $ - DOLLARS Bid Schedule 1-38 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and No Cents per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH L-14 103 EA ABELIA 'CANYON CREEK' - 5 GAL. $ - $ - DOLLARS L-15 121 EA ROSEMARY 'TUSCAN BLUE' - 5 GAL. $ - $ - DOLLARS L-13 86 EA TEXAS SAGE 'THUNDER CLOUD' - 5 GAL. $ - $ - DOLLARS L-18 358 EA MEXICAN FEATHER GRASS - 3 GAL. $ - $ - No Dollars L-19 119 EA GULF MUHLY 'REGAL MIST' - 3 GAL. $ - $ - DOLLARS L-16 21 EA SOFTLEAF YUCCA - 5 GAL. $ - $ - DOLLARS L-17 233 EA WHITE CLOUD MUHLY - 3 GAL. $ - $ - DOLLARS L-22 82 EA AUTUMN SAGE - 1 GAL. $ - $ - DOLLARS L-20 194 EA RED YUCCA - 3 GAL. $ - $ - DOLLARS L-21 12 EA RUSSIAN SAGE - 1 GAL. $ - $ - DOLLARS Bid Schedule 1-39 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per SQUARE FOOT and CENTS per SQUARE FOOT and CENTS per SQUARE FOOT and CENTS per SQUARE FOOT and CENTS per SQUARE FOOT $ - $ - DOLLARS L-23 32 EA MEXICAN BUSH SAGE - 1 GAL. $ - $ - DOLLARS L-26 90 EA PINK SKULLCAP - 1 GAL. $ - $ - DOLLARS L-27 246 EA FALL ASTER - 1 GAL. $ - $ - DOLLARS L-24 153 EA 'BLONDE AMBITION' BLUE GRAMMA - 1 GAL. $ - $ - DOLLARS L-25 266 EA BLACKEYED SUSAN - 1 GAL. $ - $ - DOLLARS L-31 7915 SF BED PREPERATION & TOP MULCH $ - $ - DOLLARS L-32 1200 SF MULCH (TYP. 1' BAND AT BACK OF CURB) $ - $ - DOLLARS L-28 21675 SF SOLID SOD BUFFALO GRASS $ - $ - DOLLARS L-30 4630 SF DECOMPOSED GRANITE - RE: F/L1.9 $ - $ - DOLLARS L-29 136480 SF SOLID SOD BERMUDA GRASS Bid Schedule 1-40 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LUMP SUM and CENTS per LUMP SUM and CENTS per LUMP SUM and CENTS per SQUARE FOOT and CENTS per SQUARE FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH $ - $ - DOLLARS $ - $ - DOLLARS L-33 1 LS FERTILIZERS $ - $ - DOLLARS L-34 1 LS PRUNE BRANCHES TO 8' CLEAR ON EXISTING OVERHANGING TREES $ - $ - DOLLARS L-37 136480 SF TEMPORARY IRRIGATION SYSTEM (FOR TURF OUTSIDE STREET EDGES) $ - $ - DOLLARS L-35 1 LS ADJUST EXISTING RET. WALL & REPAIR EXISTING LANDSCAPE BED - RE: B/L1.7 $ - $ - DOLLARS L-36 7915 SF IRRIGATION SYSTEM (IN MEDIANS) T-1 42 LF DRILL SHAFT (RDWY ILL POLE) (24 IN) $ - $ - DOLLARS T-2 8 EA BRIDGE BANNER POLE ASSEMBLY $ - $ - DOLLARS T-5 42 EA PROVIDE AND INSTALL ROADWAY ILLUM ASSEMBLY (LED) (INCLUDING MATERIALS) $ - $ - DOLLARS T-3 8 EA BRIDGE ILLUMINATION POLE $ - $ - DOLLARS T-4 8 EA ANTIQUE LUMINAIRE - TYPE ZP26A Bid Schedule 1-41 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT TS-1 140 LF CONDUIT (PVC) (SCH 40) (3") $ - $ - DOLLARS TS-2 110 T-5a 42 EA INSTALL ROADWAY ILLUM ASSEMBLY (LED) (MATERIALS PROVIDED BY CITY) T-7 926 LF CONDUIT (RM) (2") $ - $ - DOLLARS T-8 27 EA GROUND BOX TYPE A $ - $ - DOLLARS T-6 12687 LF CONDUIT (PVC) (SCH 40) (2") (BORE) $ - $ - DOLLARS $ - $ - DOLLARS T-11 3 EA POWER SERVICE PEDESTAL & EQUIPMENT $ - $ - DOLLARS T-9 7023 LF ELEC CONDR (NO. 8) BARE $ - $ - DOLLARS T-10 14046 LF ELEC CONDR (NO. 8) INSULATED $ - $ - DOLLARS LF CONDUIT (PVC) (SCH 40) (4") (BORE) $ - $ - DOLLARS TS-3 970 LF ELEC CONDUCTOR (NO. 8) INSULATED $ - $ - DOLLARS Bid Schedule 1-42 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT TRF SIG CBL (TY A) (14 AWG) (5 CONDR) $ - $ - DOLLARS $ - DOLLARS TS-9 8 EA PED SIG SEC (LED) (COUNTDOWN) $ - $ - DOLLARS TS-10 40 LF 740 LF ELEC CONDUCTOR (NO. 6) BARE $ - $ - DOLLARS TS-11 630 LF TRF SIG CBL (TY A) (14 AWG) (7 CONDR) $ - $ - DOLLARS TS-12 645 LF TRF SIG CBL (TY A) (14 AWG) (16 CONDR) $ - $ - DOLLARS TS-8 1 EA SALVAGING TRAFFIC SIGNALS $ - $ - DOLLARS TS-4 TS-7 1 EA INSTALL HWY TRAF SIG (ISOLATED) $ - $ - DOLLARS TS-5 50 LF ELEC CONDUCTOR (NO. 6) INSULATED $ - $ - DOLLARS TS-6 1 EA GROUND BOX TY C (162911) W/APRON $ - TS-13 1305 LF TRF SIG CBL (TY C) (12 AWG) (2 CONDR) $ - $ - DOLLARS Bid Schedule 1-43 Item No. Bid Quantity Unit Unit Price Total Price FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) & ALTERNATE BIDS (C,D, E & F) Description and Unit Price in Words and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per EACH and CENTS per LINEAR FOOT and CENTS per LINEAR FOOT Contractor shall base bid on bid items provided. All items listed above comprise the project. Any items not included in the bid proposal shall be considered subsidiary and no separate pay will be allowed. VIVDS COMMUNICATION CABLE (COAXIAL) $ - $ - DOLLARS TS-14 4 EA PED POLE ASSEMBLY $ - $ - DOLLARS TS-15 1 EA PEDESTRIAN PUSH BUTTON POST $ - $ - DOLLARS ITEMS C-1 to C-123, C-128 to C-149, C-150a to C-154a, C-155a, B-1 to B-14, L-1 to L-37, T-1 to T-4, T-5a, T-6 to T-11, TS-1 to TS-19 $ - $ - TS-19 645 LF OPTICOM DETECTOR CABLE $ - $ - DOLLARS ITEMS C-1 to C-149, B-1 to B-14, L-1 to L-37, T-1 to T-4, T-5, T-6 to T-11, TS-1 to TS-19 TOTAL BASE BID (A) $ - TOTAL ALTERNATE BID (C) ITEMS C-1 to C-149, B-1 to B-14, L-1 to L-37, T-1 to T-4, T-5a, T-6 to T-11, TS-1 to TS-19 TS-16 8 EA PED DETECT PUSH BUTTON (APS) $ - $ - DOLLARS TS-17 1 EA PED DETECTOR CONTROLLER UNIT $ - $ - DOLLARS TS-18 645 LF TOTAL ALTERNATE BID (E) $ - City Providing Materials for Roadway Illum Assembly Alternate Pavement Section Additional Portable Changeable Message Signs ITEMS C-1 to C-149, C-155a, B-1 to B-14, L-1 to L-37, T-1 to T-4, T-5, T-6 to T-11, TS-1 to TS-19 Alternate C, D, and E TOTAL ALTERNATE BID (D) TOTAL ALTERNATE BID (F) $ - ITEMS C-1 to C-123, C-128 to C-149, C-150a to C-154a, B-1 to B-14, L-1 to L-37, T-1 to T-4, T-5, T-6 to T-11, TS-1 to TS-19 Bid Schedule 1-44 1-45 BID SUMMARY – BID NO. Q-0717-02 Freeport Parkway Dividend Drive to West Bethel Road TOTAL BID ITEMS BASE BID (A) $_______________________ (ITEMS C-1 TO C-149, B-1 TO B-14, L-1 to L-39, T-1 to T-4, T-5, T-6 to T-11, TS-1 to TS-19) TOTAL TIME BID _______ CALENDAR DAYS TOTAL OF CALENDAR DAYS X $4,000 (B) $_______________________ BASIS FOR COMPARISON OF BIDS (A) + (B)* $_______________________ TOTAL BID ITEMS ALTERNATE BID (C) $_______________________ (ITEMS C-1 to C-149, B-1 to B-14, L-1 to L-39, T-1 to T-4, T-5a, T-6 to T-11, TS-1 to TS-19) TOTAL BID ITEMS ALTERNATE BID (D) $_______________________ (ITEMS C-1 to C-123, C-128 to C-149, C-150a to C-154a, B-1 to B-14, L-1 to L-39, T-1 to T-4, T-5, T-6 to T-11, TS-1 to TS-19) TOTAL BID ITEMS ALTERNATE BID (E) $_______________________ (ITEMS C-1 to C-149, C-155a, B-1 to B-14, L-1 to L-39, T-1 to T-4, T-5, T-6 to T-11, TS-1 to TS-19) TOTAL BID ITEMS ALTERNATE BID (F) $_______________________ (ITEMS C-1 to C-123, C-128 to C-149, C-150a to C-154a, C-155a, B-1 to B-14, L-1 to L-39, T- 1 to T-4, T-5a, T-6 to T-11, TS-1 to TS-19) *The bid with the lowest amount for (A) + (B) will be considered the low bid. The awarded contract amount will be on the basis of the Base Bid (A) only. NOTE: A TIME BID OF MORE THAN 550 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1-46 4. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 5. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 6. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. PROPOSAL GUARANTY  A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition. SUBMITTED ON ________________________________________ By: ________________________________________ Name: ________________________________________ Title: ________________________________________ Company: ________________________________________ Address: ________________________________________ ________________________________________ ________________________________________ 1-47 PREVAILING WAGE RATES Classification Hourly Rate CONCRETE FINISHER (Paving & Structures) ..................................................................... 14.12 ELECTRICIAN ............................................. 19.80 FORM BUILDER / FORM SETTER Paving & Curb .............................................. 13.16 Structures ..................................................... 13.84 LABORER Asphalt Raker ............................................... 12.69 Flagger ......................................................... 10.06 Laborer, Common ........................................ 10.72 Laborer, Utility .............................................. 12.32 Pipelayer ...................................................... 13.24 Work Zone Barricade Servicer ..................... 11.68 POWER EQUIPMENT OPERATOR Asphalt Distributor ........................................ 15.32 Asphalt Paving Machine ............................... 13.99 Broom or Sweeper ....................................... 11.74 Concrete Pavement Finishing Machine ....... 16.05 Concrete Saw ............................................... 14.48 Crane Operator, Lattice Boom .................... 17.27 80 Tons or Less Crane Operator, Lattice Boom over ............. 20.52 80 Tons Crane, Hydraulic 80 Tons or Less ................ 18.12 Crawler Tractor ............................................ 14.07 Excavator, 50,000 pounds or less ................ 17.19 Excavator, over 50,000 pounds ................... 16.99 Foundation Drill, Truck Mounted .................. 21.07 Foundation Drill, Crawler Mounted ............... 17.99 Front End Loader 3 CY or Less ................... 13.69 Front End Loader, over 3 CY ....................... 14.72 Loader / Backhoe ......................................... 15.18 Mechanic ...................................................... 17.68 Milling Machine............................................. 14.32 Motor Grader, Fine Grade ............................ 17.19 Motor Grader, Rough ................................... 16.02 Pavement Marking Machine......................... 13.63 Reclaimer/Pulverizer .................................... 11.01 Roller, Asphalt .............................................. 13.08 Roller, Other ................................................. 11.51 Scraper ......................................................... 12.96 Small Slipform Machine ............................... 15.96 Spreader Box ............................................... 14.73 Servicer ........................................................ 14.58 Steel Worker (Reinforcing) .......................... 16.18 Classification Hourly Rate TRUCK DRIVER Lowboy-Float ................................................ 16.24 Off Road Hauler ........................................... 12.25 Single Axle ................................................... 12.31 Single or Tandem Axle Dump Truck ............ 12.62 Tandem Axle Tractor with Semi Trailer ....... 12.86 Transit-Mix ................................................... 14.14 WELDER ..................................................... 14.84 1-48 BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF _____________________________COUNTY OF____________________________ BEFORE ME, the undersigned authority, a Notary Public in and for the State of _________, on this day personally appeared ______________________________ who after being by me Name duly sworn, did depose and say: "I, __________________________________ am a duly authorized office/agent for Name _____________________________________ and have been duly authorized to execute the Name of Firm foregoing on behalf of the said _____________________________________________________ Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder:______________________________________________________ ______________________________________________________________________________ Telephone: ( )________________ by:___________________________________________ Title: ___________________________Signature:______________________________________ SUBSCRIBED AND SWORN to before me by the above named _________________________ on this the __________________ day of ___________________________________20________ Notary Public in and for the State of __________________ ________________________________________________ 1-49 If BIDDER IS: An Individual By_______________________________________________________________________(Seal) (Individual's Name) doing business as ________________________________________________________________ Business address ________________________________________________________________ ______________________________________________Phone No. ______________________ A Partnership By_______________________________________________________________________(Seal) (Firm Name) ______________________________________________________________________________ (General Partner) Business address _______________________________________________________________ _____________________________________________Phone No. ______________________ A Corporation By____________________________________________________________________________ (Corporation Name) ______________________________________________________________________________ (State of Incorporation) By____________________________________________________________________________ (Name of person authorized to sign) ______________________________________________________________________________ (Title) (Corporate Seal) Attest__________________________________________________________________________ (Secretary) Business address ______________________________________________________________ ____________________________________________Phone No. ______________________ A Joint Venture By____________________________________________________________________________ (Name) (Address) By____________________________________________________________________________ (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) This page intentionally left blank. 1-50 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. OFFICE USE ONLY Date Received 1 Name of person doing business with local governmental entity. 2  Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. 1-51 FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire?  Yes  No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity?  Yes  No C. Is the filer of this questionnaire affiliated with a corporation or other bus iness entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more?  Yes  No D. Describe each affiliation or business relationship. 6 ____________________________________________________ ___________________ Signature of person doing business with the governmental entity Date SECTION 2 CONTRACT DOCUMENTS This page intentionally left blank. 2-1 Contract Documents STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the __________ day of __________________ in the year 2017 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and _________________ (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the reconstruction of Freeport Parkway from Dividend Drive to West Bethel Road. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement , construction of a 180-foot long bridge, construction of retaining walls, the installation and/or adjustment of water & wastewater utilities, the installation and/or adjustment of related drainage facilities, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turnkey" construction of the roadway and related improvements as shown in the plans for Project No. ST15-01A. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of: Freeport Parkway Dividend Drive to West Bethel Road PROJECT NO. ST15-01A Bid No. Q-0717-02 Article 2. ENGINEER. The Project has been designed by J. Volk Consulting, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2-2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within ________ calendar days. The Contract time commences to run as provided in Item 103.2 of the General Provisions, and the work shall be completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. As stated in Item 20 of the Instructions to Bidders, the OWNER desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. Therefore, for the purposes of this project, an incentive/disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive/disincentive as set forth in Item 20 of the Instructions to Bidders, Section 1 of these contract documents. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in the Proposal and Bid Schedule, Section 1 of these contract documents. The total contract sum shall be the amount of: $ . The total tangible personal property cost included in the contract sum is: $ Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as 2-3 Contract Documents ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC-105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 2-4 Contract Documents 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2-2 thru 2-7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive), including Performance Bond, Payment Bond and Maintenance Bond. 8.3. Certificate of Insurance to include insurance requirements set forth by TXDOT and DART for applicable permits. 8.4. Notice of Award. 8.5. Part 1: Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition. 8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions (pages 3-2 thru 3-10, inclusive). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the "Freeport Parkway – Dividend Drive to West Bethel Road (Project No. ST15-01A) for the City of Coppell". 8.8. Drawings (Construction Plans) entitled: “Freeport Parkway – Dividend Drive to West Bethel Road (Project No. ST15-01A) for the City of Coppell. 8.9. The following listed and numbered addenda: ___________________ 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and 2-5 Contract Documents other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 104.2 and 109.3 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2-6 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on ____________________________________, 2013. OWNER: City of Coppell CONTRACTOR: 255 Parkway Boulevard Coppell, TX 75019 BY: _____________________________ BY: ________________________________ TITLE: __________________________ TITLE: _____________________________ ATTEST: _________________________ ATTEST: ___________________________ Address for giving notices: Address for giving notices: P.O. Box 9478 ___________________________________ Coppell, Texas 75019 Attn: Ken Griffin, P.E. ___________________________________ Dir. of Engineering/Public Works (If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach evidence of authority to sign and evidence of authority to sign.) resolution or other documents authorizing execution of Agreement.) 2-7 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner with a Certificate of Insurance, which will be executed and bound here with final documents. Please see the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required.  Contractor’s Insurance o Worker’s Compensation – As set forth in the Workers Compensation Act o Commercial General Liability - $1,000,000 Accident/Occurrence o Automobiles - $500,000 Combined single limit per occurrence o Owner’s Protective Liability - $600,000 per occurrence; $1,000,000 aggregate o “Umbrella” Liability - $1,000,000 per occurrence with drop down coverage o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate  Additional Insurance o Contractor shall provide additional insurance as required by TXDOT and DART (see attached) and specified in approved permits for construction. See Section 8 of the Contract Documents for approved permits.  Additional insured – The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner’s Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. Please see the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. DART Insurance Endorsements  Listed below are the insurance requirements on contracts for work on DART’s Right of  Way. The contractor shall provide a certificate of insurance and copies of the  endorsements; a statement on the certificate is not sufficient. The endorsements shall  display, at a minimum, the applicable policy number. Blanket endorsements are  acceptable provided a copy is forwarded and accepted by DART.  The endorsements shall be in favor of DART and the railroad(s) that run on the rail line.  The City of Dallas and TXDOT shall also be named if applicable. If the work is on the TRE line, the endorsements shall be in favor of DART, Fort Worth  Transportation Authority, Herzog Transit, Union Pacific, BNSF, and DGNO.  General Liability - $2Million per Occurrence/$2Million Aggregate Additional Insured On Going Operations - CG 2010, CG 2033 or equivalent Completed Operations CG 2037 or equivalent Contractual Liability - Railroads CG 2417 or equivalent Automobile Liability - $2Million per Occurrence/$2Million Aggregate Additional Insured CA 0403 or equivalent Workers Compensation – Statutory/$500,000 Employers Liability Waiver of Subrogation WC 42 03 04 or equivalent Railroad Protective Coverage – Railroad(s) are to be listed as the insured on the certificate. This coverage is not required if the contractor’s general liability limits are $2,000,000 per occurrence $6,000,000 aggregate or higher and the contractor provides the Contractual Liability Endorsement CG 2417 L:\Nery\Policy ­ Forms\Contractors Right of Entry Endorsements.doc  This page intentionally left blank. 2-8 Contract Documents Instructions For Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. This page intentionally left blank. 2-9 Contract Documents PERFORMANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That ____________________________________ whose address is ___________________________________________________________, hereinafter called Principal, and __________________________________________________ , a corporation organized and existing under the laws of the State of _____________ , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of _____________________________________________________________ DOLLARS ($___________________ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the _______ of ____________ , A.D. 2017, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: FREEPORT PARKWAY (Dividend Drive to West Bethel Road) PROJECT NO. ST15-01A Bid No. Q-0717-02 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which 2-10 Contract Documents Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in _______________ copies, each one of which shall be deemed an original, this the ______ day of __________________, 2017. PRINCIPAL SURETY ______________________________ ___________________________________ By: ___________________________ By:_______________________________ Title: __________________________ Title:______________________________ ATTEST: ATTEST: ______________________________ _________________________________ Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ______________________________________________________________________ ADDRESS: _____________________________________________________________________ NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name. 2-11 Contract Documents PAYMENT BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That ________________________________ whose address is _________________________________________________________ , hereinafter called Principal, and __________________________________________________ , a corporation organized and existing under the laws of the State of _____________ , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of ___________________________ _________________________________________________________DOLLARS ($___________________ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the _______ of ____________ , A.D. 2017, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: FREEPORT PARKWAY (Dividend Drive to West Bethel Road) PROJECT NO. ST15-01A Bid No. Q-0717-02 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms 2-12 Contract Documents of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in _______________ copies, each one of which shall be deemed an original, this the ______ day of ___________________, 2017. PRINCIPAL SURETY ______________________________ ___________________________________ By: ___________________________ By:________________________________ Title: __________________________ Title: _______________________________ ATTEST: ATTEST: ______________________________ ________________________________ The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ______________________________________________________________________ ADDRESS: ______________________________________________________________________ NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 2-13 Contract Documents MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT ________________________ _________________________________ as Principal, and ___________________________, a corporation organized under the laws of _____________________________________, as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the _____________________________, a Municipal Corporation, Texas, the sum of ___________________________________________ Dollars and __________________________ Cents ($_____________), for the payment of which sum will and truly be made unto said __________________________________, and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said ______________________________________________________________________ has this day entered into a written contract with the said __________________________________ to build and construct Freeport Parkway, Dividend Drive to West Bethel Road (Project No. ST15-01A), Bid No. Q-0717-02, which contract and the plans and specifications therein mentioned, adopted by the _____________________________ are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have no further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said ________________________ shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the 2-14 Contract Documents principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said __________________________________ has caused these presents to be executed by ________________________________________ and the said _____________________________________________ has caused these presents to be executed by its Attorney in fact and the said Attorney in fact ____________________________ , has hereunto set his hand, the ______________ day of _______________________, 2017. PRINCIPAL SURETY _______________________________ ___________________________________ By: ____________________________ By:________________________________ Title: ___________________________ Title:_______________________________ WITNESS: ATTEST: _______________________________ __________________________________ NOTE: Date of Maintenance Bond must not be prior to date of Contract. SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS This page intentionally left blank. 3-1 Standard Specifications Supplementary Conditions CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION – NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. – DEFINITIONS & ABBREVIATIONS SC-101.1 Engineer: The word "Engineer" or “ENGINEER” in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. Owner: The word "Owner" or “OWNER” in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer: Wherever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, J. Volk Consulting, Inc., 17304 Preston Road, Suite 1340, Dallas, Texas 75252. Working Day: Add the following sentence to the end of the “W orking Day” definition: “Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance-notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments.” All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3-2 Standard Specifications Supplementary Conditions ITEM 103.3 – SURETY BONDS SC-103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 - INSURANCE SC-103.4.6 Add the following new item: “103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR.” SC-103.4.7 Add the following new item: “103.4.7 CONTRACTOR intends that any policies provided in response to Item 103.4 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same.” SC-103.4.7.1 Add the following new item: “103.4.7.1 J. Volk Consulting, Inc. shall be included as an “Additional Insured” on all project liability insurance.” 3-3 Standard Specifications Supplementary Conditions ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC-103.6 Add following sentence to end of Item 103.6. “Before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work.” ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC-104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase: "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1: "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions:” ITEM 105.1 – CONTRACT DOCUMENTS SC-105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC-105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies". Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, the Design Engineer has established and relied upon the following reports of exploration and tests of subgrade conditions at the site of the work: Geotechnical Exploration – Freeport Parkway New Street and Bridge (Between Dividend Drive and West Bethel Road) Coppell, Texas, by Alpha Testing, Report No. G151648-Revised, dated February 2017. Copies of these reports are included in the Project Specifications. 3-4 Standard Specifications Supplementary Conditions The CONTRACTOR may also take borings at the site to satisfy himself as to subsurface conditions." ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES SC-105.2.2 Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years". ITEM 105.4 – CONSTRUCTION STAKES SC-105.4 Delete the first paragraph of Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The CONTRACTOR shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the CONTRACTOR to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the ENGINEER shall not relieve the CONTRACTOR of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC-107.3.2 Replace Item 107.3.2 with the following new paragraph: “107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The CONTRACTOR represents that no employee or officer of the City has an interest in the CONTRACTOR.” 3-5 Standard Specifications Supplementary Conditions ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC-107.14 Delete the language in Item 107.14 in its entirety and substitute the following in lieu thereof: “Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City-owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the CONTRACTOR shall furnish a breakdown (per item) of: 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project.” ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC-107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: “107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate contractor at the site, or should any claim arise out of CONTRACTOR's, OWNER’s, ENGINEER’s, Consulting Engineer’s or any other person’s actions, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, 3-6 Standard Specifications Supplementary Conditions attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 108.8. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate contractor.” ITEM 107.23 – EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC-107.23.2.1 Add the following new Item 107.23.2.1 immediately after Item 107.23.2: “107.23.2.1 Existing Utilities and Sewer Lines: The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract.” 3-7 Standard Specifications Supplementary Conditions ITEM 108.1 – PROGRESS SCHEDULE SC-108.1 Amend the first sentence of Item 108.1 by adding the following sentence: “Refer to Specific Project Requirements for additional schedule requirements.” ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC-108.3 Delete the last sentence of the second paragraph of Item 108.3 and substitute the following in lieu thereof: "In such event, CONTRACTOR shall be entitled to an extension of working time only for unavoidable delays verified by the ENGINEER, as provided in Item 108.8; however, no increase in the contract price shall be due the CONTRACTOR." Insert the following sentence at the end of the second paragraph of Item 108.3: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC-108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 – SITE PREPARATION: 203.3.2 Add the following sentence after the second sentence: “The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the ENGINEER.” 3-8 Standard Specifications Supplementary Conditions ITEM 203.7 - EMBANKMENT: 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." DIVISION 300: ROADWAY CONSTRUCTION ITEM 303. – PORTLAND CEMENT CONCRETE PAVEMENT: 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the ENGINEER. ITEM 303.5 - CONSTRUCTION METHODS: Under Item 303.5.4 Joints: Replace Item 303.5.4.2 – Expansion Joints, with the following : "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4-inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the ENGINEER. Add the following to the end of the sentence in Item 303.5.4.2.3 Proximity to Existing Structures: "or as directed by the ENGINEER". Delete the first sentence of the first paragraph of Item 303.5.4.3 Contraction Joints, and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the ENGINEER." Under Item 303.5.6 Finishing: 3-9 Standard Specifications Supplementary Conditions Add the following paragraph at the end of Item 303.5.6.1 Machine: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." Add a new paragraph after the first paragraph of Item 303.5.6.2 Hand, which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. – OPEN CUT - BACKFILL: Under Item 504.2.3.3 Type “B” Backfill: Insert the following paragraph after the first sentence of Item 504.2.3.3.3 Additional Requirements: “Additional Requirements for Type "B" backfill when used in streets - All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the ENGINEER." ITEM 504.5 - EMBEDMENT: Under Item 504.5.3.2 Compaction: Amend the second sentence of Item 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic, by striking the words: "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the ENGINEER." 3-10 Standard Specifications Supplementary Conditions DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS ITEM 803 – SLOPE AND CHANNEL PROTECTION: Under Item 803.3.3 Riprap Construction Methods: Add the following sentence to Item 803.3.3.6 Mortar Riprap: “Mortar or concrete type shall be approved by the ENGINEER and shall conform to A.S.T.M. C 387-83.” SECTION 4 SPECIFIC PROJECT REQUIREMENTS This page intentionally left blank. 4-1 Specific Project Requirements SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4-2 Specific Project Requirements 1.1 OWNER: The "OWNER" or “City” as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. 1.3 CONSULTING ENGINEER: Wherever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, J. Volk Consulting, Inc. 1.4 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix ‘C’ Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall apply. 1.5 SITE: The CONTRACTOR shall limit his work to the area shown on the Project Drawings as within the street right-of-way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. PROJECT DESCRIPTION: This work shall consist of the reconstruction of Freeport Parkway from Dividend Drive to West Bethel Road. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, construction of a 300-foot span bridge, the installation and/or adjustment of water & wastewater utilities, the installation and/or adjustment of related drainage facilities, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turnkey" construction of the roadway and related improvements as shown in the plans for Project No. ST15-01A. 1.6 EXPLANATION OF CONTRACT TIME: In the event the CONTRACTOR completes the contract prior to the expiration of the Original Contract Time, the OWNER will pay the CONTRACTOR an incentive payment of the Daily Value amount specified in Item 20 of the Instructions to Bidders (Section 1) in the Contract Documents for each calendar day the actual completion date precedes the Original Contract Time and is subject to the conditions set forth below. The term “Original Contract Time” as used herein will mean the number of calendar days established by the CONTRACTOR for completion of the work of the Contract on the date the Contract was executed. The term “calendar day” as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of 4-3 Specific Project Requirements CONTRACTOR’s operations, delays or other events as described herein. For purposes of the calculation and the determination of the incentive/liquidated damages, the Original Contract Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the OWNER). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work performed, disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the CONTRACTOR are specifically contemplated and acknowledged by the parties in entering into this Contract. Further, any and all costs or impacts whatsoever incurred by the CONTRACTOR in accelerating the CONTRACTOR’s work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time, regardless of whether the CONTRACTOR successfully does so or not, shall be the sole responsibility of the CONTRACTOR in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of CONTRACTOR negligence which may impact the critical path of the project construction schedule, the OWNER may choose to negotiate the extension or reduction of the Original Contract Time with the CONTRACTOR. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the OWNER) directly and substantially affecting the CONTRACTOR’s operations on the Contract, the CONTRACTOR and the OWNER shall agree as to the number of calendar days to extend the Original Contract Time, so that such extended Original Contract Time will be used in the calculation of any incentive payment. In the event the CONTRACTOR and OWNER are unable to agree to the number of calendar days to extend the Original Contract Time, the OW NER shall unilaterally determine the number of calendar days to extend the Original contract Time reasonably and necessary and due solely to such catastrophic event and the CONTRACTOR shall have no right whatsoever to contest such determination, save and except that the CONTRACTOR establishes that the number of calendar days determined by the OWNER were arbitrary or without any reasonable basis. The CONTRACTOR shall have no rights under the Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in this Provision. As conditions precedent to the CONTRACTOR’s entitlement to any incentive the CONTRACTOR must: 1. Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the OWNER prior to expiration of the Original Contract Time. 4-4 Specific Project Requirements 2. The CONTRACTOR shall notify the OWNER in writing, within 30 days after the final acceptance of the Contract by the OWNER, that the CONTRACTOR elects to be paid the incentive payment which the CONTRACTOR is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the CONTRACTOR of any and all claims, causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the OWNER, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the CONTRACTOR has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of CONTRACTOR’s operations, extended or unabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark-up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as to or arising out of the Contract. This waiver, release and acknowledgement of satisfaction shall be all-inclusive and absolute, save and except any routine OWNER final estimating quantity adjustments. Should the CONTRACTOR fail to actually complete the Contract and obtain final acceptance by the OWNER prior to expiration of the Original Contract Time, or should the CONTRACTOR, having timely completed the Contract and obtained final acceptance by the OWNER prior to expiration of the Original Contract Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the CONTRACTOR choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the CONTRACTOR shall have no right to any payment whatsoever under this Article. Notwithstanding the CONTRACTOR’s election or non-election of the incentive under this provision, the liquidated damages provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time. Should the CONTRACTOR fail to complete the Contract on or before the expiration of the Original Contract Time, as adjusted in accordance with the provisions above, the OWNER shall deduct from the monies due the CONTRACTOR the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time. This deduction shall be the liquidated damages for the CONTRACTOR’s failing to timely complete the Contract. This shall be strictly enforced. 4-5 Specific Project Requirements In the event the CONTRACTOR elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to “Substantially Complete” shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 PROJECT SCHEDULE: Within ten days of the date of the Notice of Award, CONTRACTOR shall submit to the City a detailed Project Schedule. An updated Project Schedule shall be submitted to the City monthly with each payment application. Payment shall not be made until an updated schedule is received. A monthly progress meeting shall be held with the City Project Manager. The schedule shall meet the following minimum requirements: 1. The project schedule shall be prepared using Primavera P6 or other as approved by the City. 2. The Original Project Schedule submitted prior to construction and approved by the City shall become the basis for measuring progress and evaluating whether the project is on schedule. Once approved by the City, the Original Project Schedule shall not be changed. 3. Work shall commence on the Bridge within 45 days of the date of the Notice to Proceed. The contractor shall provide a detailed schedule of the bridge related improvements. The Project schedule shall reflect that the east (northbound) side of the bridge will be completed and ready to be opened to traffic concurrent with paving of northbound lanes, such that no delays occur in shifting traffic. Similarly, the schedule shall reflect that the west (southbound) side of the bridge will be completed and ready to be opened to traffic concurrent with paving of the west (southbound) lanes. 4. There shall be at a minimum one schedule Activity for each bid item in the proposal. Many bid items will need to consist of multiple Activities. 5. The length of the Freeport Parkway project is such that many Activities or Sets of activities will be repeated for various stages of construction and segments of the roadway. Any repeated Activity must clearly identify the location and/or stage of construction. 6. The schedule must be based on clearly defined Activities and milestones that can be easily field verified. 7. All Activities must have Predecessor and Successor activities (except start and finish milestones). Independent or open ended activities shall not be included. 8. The schedule must clearly identify relationship between Predecessor and Successor activities as “start-to-start”, “start-to-finish”, or “finish-to-finish”. 9. Negative lag times shall not be permitted. 10. Activities with a duration of ten days or greater shall be broken into sub- activities. (For example, if the activity for “Install Water Line A” has a 4-6 Specific Project Requirements duration of 11 days, is should be divided into sub-activities such as “Install Water Line A, Sta 0+00 to 15+00”, etc.) 11. Monthly schedule updates shall include actual start and completion dates for completed and ongoing Activities. Original Project Schedule dates must be shown for tracking purposes. 12. For activities behind schedule, a Recovery Plan must be submitted detailing how project will be brought back within schedule. This may include such measures as adding work crews, leasing additional equipment, or engaging subcontractors. Any additional costs resulting from Recovery Plan measures shall be at the contractor’s sole expense. 13. Activity durations reflected in the original schedule cannot be reduced without a Recovery Plan description reflecting what additional resources or actions will implemented justifying the schedule change. 1.8 SAFETY PRECAUTIONS: The CONTRACTOR shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.9 SOIL INVESTIGATION: A geotechnical investigation report has been prepared for this project and will be made available to the CONTRACTOR upon request. The CONTRACTOR shall also visit the site and acquaint himself with the site conditions. 1.10 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the OWNER as shown on the plans. The CONTRACTOR shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The CONTRACTOR shall preserve all stakes or markings until authorized by the ENGINEER to remove same. The CONTRACTOR shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the CONTRACTOR for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.11 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-sections, and dimensions shown on the Drawings. Any deviation from the 4-7 Specific Project Requirements Drawings which may be required by the exigencies of construction will be determined by the ENGINEER and authorized by him in writing. 1.12 TESTING LABORATORY SERVICE: The OWNER shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The CONTRACTOR shall bear all related costs of retests, or re-inspections. The CONTRACTOR shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the CONTRACTOR of all reports and laboratory test results. Testing by the OWNER does not alleviate the CONTRACTOR’s responsibility for his own quality assurance/quality control testing. CONTRACTOR shall replace any deficient construction items. 1.13 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the OWNER may at any time during suspension upon seven days written notice to the CONTRACTOR, terminate the Contract. In such an event, the OWNER shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.14 PRESERVATION OF TREES: Except where noted on the plans, permission of the ENGINEER must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the ENGINEER shall be $500.00 per caliper inch payable to the OWNER. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the ENGINEER at the CONTRACTOR's expense. 1.15 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the CONTRACTOR shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.16 WARNING DEVICES: The CONTRACTOR shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other 4-8 Specific Project Requirements precautionary measures required by law for the protection of persons or property under pay item to “Furnish, Install and Maintain Traffic Control Devices”. The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-way or public place, the CONTRACTOR shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The CONTRACTOR shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the CONTRACTOR shall take into account that the project will be constructed in multiple phases. The CONTRACTOR shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The CONTRACTOR's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the OWNER. If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. In addition, the CONTRACTOR will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the ENGINEER may order the damaged portion immediately removed and replaced by and at the cost and expense of the CONTRACTOR. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the CONTRACTOR. All of this work is considered incidental to pay item entitled, “Furnish, Install and Maintain Traffic Control Devices”. 1.17 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the CONTRACTOR understands and accepts the following conditions: 4-9 Specific Project Requirements a. Prior to any excavation, the CONTRACTOR shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the CONTRACTOR will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. c. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The CONTRACTOR shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The CONTRACTOR shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the CONTRACTOR shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.18 DRAINAGE: The CONTRACTOR shall maintain adequate drainage along the project and provide for positive drainage from adjoining properties, at all times. 1.19 PROJECT MAINTENANCE: The CONTRACTOR shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.20 CLEANUP: During Construction. The CONTRACTOR shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the OWNER. Final. Upon completion of the work, the CONTRACTOR shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the ENGINEER and the OWNER. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. 4-10 Specific Project Requirements 1.21 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an OWNER's agent will observe the construction on behalf of the OWNER. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the CONTRACTOR's performance. 1.22 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the CONTRACTOR. Any required burning and/or disposal permits shall be the sole responsibility of the CONTRACTOR. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the CONTRACTOR. 1.23 WATER FOR CONSTRUCTION: The CONTRACTOR shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The CONTRACTOR shall provide water as required at his own expense. 1.24 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4-11 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. CONTRACTOR to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the ENGINEER, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4-12 Specific Project Requirements 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with ENGINEER's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the CONTRACTOR requires, plus two that will be retained by the ENGINEER. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier c. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re-submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. 4-13 Specific Project Requirements D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the CONTRACTOR of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the CONTRACTOR. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the CONTRACTOR, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the ENGINEER for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the ENGINEER and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the ENGINEER. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to CONTRACTOR for distribution, or for resubmission. This page intentionally left blank. SECTION 5 DESCRIPTION OF PAY ITEMS This page intentionally left blank. 5-1 Description of Pay Items SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various pay items so that the CONTRACTOR can fully understand the scope of work contemplated and required for each item bid. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the proposal, shall be considered subsidiary to the contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal of spoils; (b) water for construction; (c) construction staking and/or layout; (d) surveying to re-establish grade; (e) maintenance of streets during construction; (f) sprinkling for dust control; (g) project trailer, if needed; and/or (h) any other incidentals necessary to complete the work, whether directly called out within the plans or implied. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006-1129), and Appendix "C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Pay Item No. C-1 – Mobilization: This pay item shall include the mobilization and demobilization efforts required for the construction of the project. The project is anticipated to be constructed in multiple phases. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with the project. Mobilization shall be defined as all necessary equipment, field offices, supplies, materials, and personnel on the job site ready to begin construction. Note: The total amount bid for Mobilization & Demobilization shall not exceed five percent (5%) of the Base Bid (A) amount, exclusive of this pay item (Adjusted Contract Amount). Measurement and payment shall be made on the basis of price bid per lump sum (LS) and should be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Ten percent (10%) of the amount bid shall be paid with the first pay estimate following the initial project mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment 5-2 Description of Pay Items shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly esti mate following the 90% payment. Pay Item No. C-2 – Project Sign: This pay item shall consist of the installation of a project sign in the following locations: the north and south ends of the construction limits on Freeport Parkway (2 total project signs). Each sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The Ci ty of Coppell will furnish the CONTRACTOR with the official City of Coppell logo upon request. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-3 – Project Communication: This item shall consist of communicating all aspects of the project to adjacent property owners, residents, motorists and the City of Coppell throughout the entire term of the project. The CONTRACTOR shall attend a stakeholder meeting with all adjacent property owners prior to commencing work. This meeting shall be in addition to the preconstruction meeting with the City of Coppell. The stakeholder meeting shall consist of introductions of key CONTRACTOR personnel, presentation of CONTRACTOR’s anticipated schedule, presentation of details rega rding coordinating services such as driveway access, ingress and egress to properties, property signage relocation, etc... and any other pertinent project information. This pay item shall also include preparing and distributing communication materials to adjacent property owners, residents, motorists and others in support of the project. This shall include, but not be limited to door hangers, meeting display boards, letters, postcards, temporary information signs or use of portable message boards in addition to the two (2) portable message boards included in the “Furnish, Install and Maintain Temporary Traffic Control Devices and Detours” pay item. CONTRACTOR will be responsible for communicating lane closures, traffic impacts, traffic switches, significant construction milestones, routine updates or any other project information as determined and d irected by the City of Coppell. Additionally, the CONTRACTOR shall provide a bi-monthly update memo including progress in the previous two weeks, detailed anticipated schedule for the next two weeks, overall schedule of progress, anticipated closings of specific 5-3 Description of Pay Items work areas, anticipated disruptions to adjacent properties, updated contact information, project photos and any other pertinent information to the project or adjacent property owners. Bi-monthly progress reports shall be delivered to the CITY ENGINEER for review on Thursdays by 3:00pm. Once approved, progress reports shall be delivered on Fridays by 3:00pm to the owner or representative of each adjacent property. Additionally, a copy of the update memo shall be emailed to the CITY ENGINEER, CITY INSPECTOR, DESIGN ENGINEER, and any others as determined by the City of Coppell. Measurement and payment shall be made on the basis of price per lump sum (LS) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work of communicating the project. Payment for this item shall be paid upon substantially completing the work and successfully communicating the project milestones. Additionally, monthly pay requests will not be processed without proof of the bi-monthly updates being prepared and delivered to adjacent property owners. Pay Item No. C-4 – Pre-Project Video Survey: This pay item shall consist of the CONTRACTOR conducting video documentation of the existing project conditions prior to beginning construct ion. The CONTRACTOR shall submit the pre-project video to the City of Coppell prior to submission of the first payment application. Video shall include audio narrative describing condition of existing improvements, with special attention being given to damaged/deteriorating improvements. Failure to document existing damaged improvements may result in CONTRACTOR being required to repair/replace such items at no additional pay. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-5 – Furnish, Install, Maintain and Remove Erosion Control Devices: This pay item shall consist of furnishing, installing, maintaining and removing erosion controls throughout the duration of the project in accordance with the Texas Commission on Environmental Quality’s (TCEQ) permitting procedures and requirements for construction projects that disturb one (1) or more acres. Under the Texas Pollution Discharge Elimination System (T PDES) general construction permit TXR 150000, the operator with control of construction plans and specifications (OWNER) and the operator with day-to-day operational control (CONTRACTOR) are required to obtain a permit for the discharge of storm water runoff. The CONTRACTOR shall be required to prepare and implement a single comprehensive site-specific Storm Water Pollution Prevention Plan (SWP3) for the entire construction site. The CONTRACTOR shall: (1) sign the SWP3, (2) submit an NOI for the City of Coppell & CONTRACTOR, and (3) post a site notice as part of the permit. The SWP3 5-4 Description of Pay Items must describe and insure the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and insure compliance with the terms and conditions of the permit. The SWP3 must clearly indicate which operator is responsible for satisfying each shared requirement of the SWP3. The SWP3 shall be subject to approval by the OWNER and must be retained on-site during the term of the construction. Notice must be posted if the SWP3 is retained off -site. A Texas Registered Professional Engineer must sign and seal the Erosion Control Plan (ECP) submitted as part of the SWP3. The CONTRACTOR shall submit a Notice of Termination for City of Coppell and CONTRACTOR upon completion of the project. This work shall also include the installation and maintenance of: (a) Silt fence; (b) Rock check dam; (c) Stabilized construction entrance; (d) Staged inlet protection; (e) Scourstop, or approved equivalent; (f) Any additional erosion control measures required by the SWP3. Measurement and payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWP3. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of stru ctural control measures throughout the duration of construction and along its entire stretch, including within the railroad crossing area and at the bridge location . Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Payment shall be evenly prorated throughout the term of construction on a monthly basis, based on amount bid and time bid. Pay Item No. C-6 – Furnish, Install and Maintain Temporary Traffic Control Devices and Detours: This work includes furnishing, installing and maintaining the required temporary traffic control devices & detours (including temporary traffic buttons and striping, signage, temporary pavement, temporary rumble strips, temporary special shoring & traffic barriers as needed) during each phase of construction as shown and/or indicated on the plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including the TMUTCD. Inclusive with this pay item is the requirement for adequate notification and instruction to be given to the traveling public regarding interruptions or changes to established traffic flow patterns to, from and along the work site. This work also includes the use of flagman, if necessary, to control traffic in an orderly manner as it enters, exits and/or passes through the construction area, as well as the installation and 5-5 Description of Pay Items removal of all temporary pavement. Additionally, the CONTRACTOR shall maintain the existing roadway and temporary pavement in a safe driving condition at all times during construction. The CONTRACTOR shall provide, utilize and update two (2) message boards to be located on the northern and southern ends of the project, or as directed by the OWNER or ENGINEER. This work includes providing “full matrix” type portable changeable message (PCMS) signs. Contractor shall furnish the two PCMS for the duration of the project. The PCMS shall be furnished with pre-installed cellular modems (Raven PinPoint XT or approved equal) to allow for remote communications with the PCMS. Wireless cellular service for each PCMS shall be provided by the contractor and include a data plan allowing for up to 5 gigabytes of data per month. The signs must be compliant with the National Transportation Communications for ITS Protocol (NTCIP) V2. All modems must be labeled with the IP address of the modem. Contractor shall furnish login credentials for both the sign and the modem to the City of Coppell. PCMS are anticipated to be operational every day and will not be available for contractor use for other purposes. Locations for PCMS shall be determined by OWNER and moved up to twice per month by the CONTRACTOR. The CONTRACTOR shall provide two (2) radar speed detection signs at each end of the bridge. Signs shall be properly mounted and maintained throughout the entire term of the project. Signs shall be include regulatory speed limit signs for 20 MPH or as directed by the OWNER or ENGINEER. CONTRACTOR shall submit to the OWNER specifications for the intended radar speed detection sign to be used for approval prior to installation. Traffic control plans and updates shall be provided to the ENGINEER for review prior to construction or modifying any traffic flow (changing lanes, road closures, changing a street to one way, etc.). This work shall also include the construction of temporary pavement necessary for traffic shifts, construction staging, or as determined by the ENGINEER, consisting of 6” Type B HMAC on 8” Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement shall be constructed and maintained in these areas prior to the construction of the final pavement. Temporary pavement repair for proposed utility work (water line, sanitary sewer and storm drain) is not covered in this pay item and shall be covered in other pay items. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for this work shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete all phases of the work. Twenty-five percent (25%) of the amount bid shall be paid with the first pay estimate following the installation of the traffic 5-6 Description of Pay Items control devices & detours for the first phase of construction. On all subsequent pay estimates, payment shall be prorated based on the total number of months bid. No additional payment will be made if the CONTRACTOR goes over the time bid. Pay Item No. C-7 – Right of Way Preparation: This work includes the clearing & grubbing and removal & trimming of vegetation in all areas within the project limits requiring such work. This includes work within the right-of-way and any adjacent property that is necessary to complete the work as shown on the construction plans or as determined by the ENGINEER in accordance with the appropriate details and specifications, including NCTCOG Item 203.1, 203.2 & 203.3. All vegetation within the paving limits shall be removed. Any tree labeled for removal in the plans shall be confirmed with the ENGINEER prior to removal. Tree removal shall include all pruning, felling, stump removal, mulching of leaves and limbs necessary to safely remove any tree approved for removal. Once work has commenced on the removal of a tree approved for removal, it shall not cease until the remnants of the tree are completely mulched and lawfully removed from the project site. All debris and mulch from the removal of trees shall be disposed of in a legal manner. This item shall also include the protection of any trees, shrubs, fences, structures, signs or other items that are to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the ENGINEER and any cuts of two inches or more in diameter shall be treated as directed by the ENGINEER. Disposal of said material will be at the CONTRACTOR’s sole expense. Any existing landscape improvements, including landscape beds and landscape timbers, shall be removed if deemed necessary for the construction of the improvements shown within the plans. Any removal of existing landscape improvements shall be coordinated with the ENGINEER and OWNER. Removal of landscape improvements shall be considered subsidiary to this pay item. This work shall also include: (a) The removal of existing pavement markings and traffic buttons; (b) The removal of any existing gravel driveway/roadway; (c) The removal and relocation of any fencing and gates within the proposed right of way as specified within the construction plans; (d) The removal of existing rock rip rap; (e) The removal of a portion of the existing retaining wall at the locations shown in the construction plans; (f) The removal of landscape edging; (g) The removal of mailboxes; (h) Any grading activities (excavation or fill) deemed necessary to prepare the proposed grades of the subgrade prior to lime and 5-7 Description of Pay Items pavement, unless separate bid items are provided for excavation or embankment; (i) The removal and salvage of any existing regulatory, school or informational signs; (j) The removal of all trees, stumps, bushes, vegetation, roots and shrubs within the limits of work; (k) Trimming of trees to provide a 7-foot clearance over sidewalks and an 18-foot clearance over roadways; (l) Adjusting water vaults to finished grade as indicated on the plans. These items of work will not be paid for directly but shall be considered subsidiary to this pay item. Any item indicated in the plans to be removed (directly called out or implied) for which there is no specific pay item shall be considered subsidiary to this pay item. This work includes any right of way preparation required for the waterline improvements along Southwested Boulevard. Measurement and payment for work performed and materials furnished related to general site and/or right of way preparation, as provided herein, shall be made on the basis of the price bid per station (STA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Payment shall be prorated based on the percentage of the project length completed, as determined by the ENGINEER. Up to fifty percent (50%) of the total amount bid for this pay item shall be paid upon completion of the west side right of way preparation and the remaining 50% paid upon the completion of the east side right of way preparation. Pay Item No. C-8 – Remove & Dispose of Existing Concrete Pavement: This work includes the removal and disposal of existing concrete pavement (including concrete street paving, driveways, stamped concrete, pavers, median pavers, and sidewalks) at the locations and limits shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. Concrete to be removed shall be sawed full-depth through the existing reinforcement along even straight lines leaving a clean vertical side, as shown on the plans or as established by the ENGINEER, in accordance with NCTCOG Item 402.3. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be re-sawed, removed and replaced at the CONTRACTOR’s expense. Once concrete improvements are removed, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. CONTRACTOR shall epoxy grout #4x18” dowel bars into end of existing concrete (12” o.c.). For sidewalks or driveways, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. CONTRACTOR shall epoxy grout #3x18” dowel bars into end of existing sidewalk 5-8 Description of Pay Items or driveway concrete (18” o.c.). This operation shall be inspected and approved by the ENGINEER prior to placement of new concrete. The thickness of the existing concrete is unknown. All spoils shall be removed from the project site at the CONTRACTOR’s expense. The removal of concrete curb that is integral to any concrete pavement, which is to be removed as part of this work, shall not be paid for directly but shall be considered subsidiary to this pay item. Also, any concrete removal required for the installation or adjustment of existing utilities is included in this pay item. The removal of stamped concrete as shown on the construction plans shall not be paid for directly but shall be considered subsidiary to this pay item. Also, any barrier free ramps designated on the plans to be removed are included in this pay item. Measurement and payment for work performed and materials furnished related to the removal of concrete pavement, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by CONTRACTOR and by OWNER’s representative prior to removal. Pay Item No. C-9 – Remove & Dispose of Existing Asphalt Pavement: This work includes the removal and disposal of existing asphalt pavement roadway at the locations and limits shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be re-sawed, removed and replaced at the CONTRACTOR’s expense. Asphalt to be removed shall be sawed full-depth along even straight lines leaving a clean vertical side, as shown on the plans or as established by the ENGINEER, in accordance with NCTCOG Item 402.3. The thickness of the existing asphalt pavement is unknown. All spoils shall be removed from the project site at the CONTRACTOR’s expense. The removal of concrete curb that is adjacent to any asphalt pavement, which is to be removed as part of this work, shall not be paid for directly but shall be considered subsidiary to this pay item. Also, any asphalt removal (with the exception of temporary pavement for temporary trench repair) required for the installation or adjustment of existing utilities is included in this pay item. Any parking lot asphalt identified on the construction plans to be removed shall be included in this pay item. However, the removal of temporary pavement required as part of the temporary traffic control work will not be measured and paid for separately, but shall be considered subsidiary to the pay item for Furnish, Install and Maintain Temporary Traffic Control Devices. 5-9 Description of Pay Items Measurement and payment for work performed and materials furnished related to the removal of asphalt pavement, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by CONTRACTOR and OWNER’s representative prior to removal. Pay Item No. C-10 – Remove & Dispose of Street Light: This work includes the removal and disposal of any street light indicated on the construction plans to be removed, including removing the concrete base and any hardware associated with the street light. Also, included in this pay item will be the coordination between the CONTRACTOR and franchise utility company to safely disconnect and cap any electrical lines connected to the street light. Measurement and payment for street light removal and disposal work performed herein shall be made on the basis of the price bid per eac h (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-11 – Unclassified Excavation: This work consists of all the required excavation within the limits of the right-of-way and adjacent areas to establish the roadway cross-section, grade and profile as shown on the plans. All excavation is considered unclassified and shall be performed to the lines & grades shown on the construction plans or as directed by the ENGINEER, in accordance with the appropriate specifications, details and notes, including NCTCOG Item 203.4 and the City of Coppell Standard Construction Details. This item also includes temporary stockpiling, placement and compaction of excavated material required for this project, in accordance with the appropriate specifications, including NCTCOG Item 203.6 and 203.7. Fill shall be placed and compacted (minimum 95% of maximum dry density) in accordance with the geotechnical report and the City of Coppell and/or NTCOG specifications. Payment shall include the removal and proper utilization or disposal of all excavated materials (including haul off of unused material), constructing, shaping and finishing of all earthwork involved. This is a “Plans Quantity” item and will not be measured unless there are revisions to the scope of work. Payment for work performed and materials furnished related to the unclassified street excavation, as provided herein, shall be made on the basis of the price bid per cubic yard (CY) for unclassified excavation and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-10 Description of Pay Items Pay Item No. C-12 – Ab andon Existing 8” Sanitary Sewer Pipe (In Place): Pay Item No. C-13 – Abandon Existing 12” Sanitary Sewer Pipe (In Place): Pay Item No. C-14 – Abandon Existing 15” Sanitary Sewer Pipe (In Place): Pay Item No. C-15 – Abandon Existing 24” Sanitary Sewer Pipe (In Place): This work includes the grouting of existing sanitary sewer pipe for the purpose of abandonment as indicated on the construction plans or as directed by the ENGINEER in accordance with TXDOT Special Specification 7076, “Grouting of Water Mains”. Work performed under this item includes cutting, grouting and plugging ends of pipes to be abandoned. The CONTRACTOR shall verify that all sewer services and sewer branches serviced by the existing sewer pipe to be abandoned are transferred to the proposed sewer improvements as shown in the construction plans prior to pavement construction. Cutting, grouting and plugging of existing sewer pipes shall be considered subsidiary to this pay item. All grout/flowable fill shall conform to TXDOT Item 401, “Flowable Backfill” and TXDOT Special Specification 7076, “Grouting of Water Mains”. Measurement and payment shall be made on the basis of price bid per linear foot (LF) regardless of depth and shall be the total compensation for the furnishing of all labor, materials, tools, equipment and incidentals necessary to complete the work all in accordance with the plans. Pay Item No. C-16 – Remove Existing Sanitary Sewer Pipe: This work includes the removal of existing sanitary sewer pipe as indicated on the construction plans or as directed by the ENGINEER in accordance with the appropriate specifications and details. CONTRACTOR shall cut existing sanitary sewer pipe at locations shown on the construction plans; clean and prepare remaining pipe end for connection to proposed sanitary sewer pipe. Connections of proposed sanitary sewer pipe to existing sanitary sewer pipe are not included in this pay item, but will be covered in the “Connect to Existing Sanitary Sewer Pipe” pay item. CONTRACTOR is responsible for the proper disposal of all excess materials. Excavation and removal of sewer pipe and disconnection from existing sewer lines to remain shall be performed by the CONTRACTOR without causing damage to existing utilities or other improvements. Any improvements damaged as a result of the CONTRACTOR’s operations shall be promptly repaired to an acceptable condition (as determined by the ENGINEER) by the CONTRACTOR and at the sole expense of the CONTRACTOR. Excavated areas shall be backfilled, compacted and tested in accordance with City of Coppell Standards and Specifications. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and shall be the total compensation for the furnishing of all labor, materials, tools, equipment, disposal of materials and incidentals necessary to complete the work all in accordance with the plans. 5-11 Description of Pay Items Pay Item No. C-17 – Abandon Existing Sanitary Sewer Manhole: This work includes the abandonment of existing sanitary sewer manholes as indicated on the construction plans or as directed by the ENGINEER. Payment shall include excavation, reinforcing steel, concrete, backfill, and all other materials; and shall also include the proper disposal of surplus material. Sanitary sewer manhole abandonment shall be performed in accordance with the City of Coppell Standard Specifications and Standard Detail 5150. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for the furnishing of all labor, materials, tools, equipment, disposal of materials and incidentals necessary to complete the work all in accordance with the plans. Pay Item No. C-18 – Remove Existing Sanitary Sewer Manhole: This work includes the removal of existing sanitary sewer manholes as indicated on the construction plans or as directed by the ENGINEER. Payment shall include excavation and disposal of removed manhole and any surplus backfill. Excavation and removal of manhole and disconnection from existing sewer lines to remain shall be performed without causing damage to existing utilities or other improvements. Any improvements damaged as a result of the CONTRACTOR’s operations shall be promptly repaired to an acceptable condition (as determined by the ENGINEER) by the CONTRACTOR and at the sole expense of the CONTRACTOR. Excavated areas shall be backfilled and compacted and tested in accordance with City of Coppell Standards and Specifications. All concrete, debris, or non-native material shall be removed from excavated areas. Removed storm drain pipe or structures shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or permits. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for the furnishing of all labor, materials, tools, equipment, excavation, disposal of materials and incidentals necessary to complete the work all in accordance with the construction plans. Pay Item No. C-19 – Connect to Existing Sanitary Sewer Pipe: This work includes the connection of proposed sanitary sewer lines to any existing sanitary sewer lines (or to plug existing and proposed sanitary sewer lines if CONTRACTOR discovers existing line is inactive as indicated in the construction plans). Connection to existing line shall include a Class “B” concrete collar around the joint and between the existing and new pipe. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be the total compensation for the furnishing of all labor, materials, tools, 5-12 Description of Pay Items equipment, and incidentals necessary to complete the work in accordance with the construction plans. Pay Item No. C-20 – 6” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-21 – 8” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-22 – 10” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-23 – 12” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-24 – 15” PVC SDR-26 Sanitary Sewer Pipe: Pay Item No. C-25 – 18” PVC PS-115 Sanitary Sewer Pipe: Pay Item No. C-26 – 24” PVC PS-115 Sanitary Sewer Pipe: This work includes the installation of ASTM D3034 SDR-26 PVC and ASTM F679 PS-46 PVC sanitary sewer pipe of various diameters at the locations and to the grades shown on the plans. Work shall be in accordance with NCTCOG Items 501, 503, 504, 505, 507, 509 and City of Coppell Standard Construction Details. Payment shall include furnishing, hauling and laying of pipe shown on the plans, trench excavation, dry boring under existing utilities if necessary, and backfilling, including embedment material as specified, replacement of top soil, protecting or replacing existing structures or utilities, mandrel pulling, testing, disposal of surplus materials, general clean -up and maintenance. Payment shall include any and all extra preca utions or construction requirements necessary to adequately protect and support existing utilities. Payment for the pipe lines shall include all costs required to have utility companies repair any damage inflicted to their lines by the CONTRACTOR and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the CONTRACTOR. This pay item shall include dry boring proposed sanitary sewer pipe under existing utilities in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 476 and as indicated in the plans or as determined by the ENGINEER. There will be no separate pay for dry-boring of proposed sanitary sewer pipe. This work shall be considered subsidiary to this pay item. This pay item does not include boring proposed sanitary sewer pipe with steel encasement pipe as specifically indicated in the plans. This work shall be covered in the “12” Bore and Steel Encasement for Sanitary Sewer Pipe” pay item. This work shall also include the construction of temporary pavement repair necessary for traffic control and detours or as determined by the ENGINEER, consisting of 6” Type B HMAC on 8” Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement repair shall be constructed and maintained in sanitary sewer installation areas as indicated in the construction plans that will be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. 5-13 Description of Pay Items Measurement and payment shall be made on the basis of price bid per linear foot (LF), regardless of depth, measured horizontally from center of manhol e to center of manhole or cleanout without any deduction for the length of pipe through manholes and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill. Pay Item No. C-27 – 4’ Diameter Sanitary Sewer Manhole: Pay Item No. C-28 – 5’ Diameter Sanitary Sewer Manhole: Pay Item No. C-29 – 5’ Diameter Drop Sanitary Sewer Manhole: This work includes the installation of 4’ & 5’ diameter standard sanitary manholes and 4’ & 5’ diameter drop sanitary sewer manholes with outside drop connections per NCTCOG item number 502.1 and City of Coppell Standard Construction Details. Payment shall include excavation, castings, reinforcing steel, concrete, backfill, and other materials, and all appurtenances for a complete and functional unit. Both pre -cast and cast-in-place manholes are permitted for this project. Measurement and payment shall be made on the basis of price bid per each (EA). There is no separate bid item for extra depth of manhole. The contract price shall be the total compensation for the furnishing of all labor, materials, tools, equipment and incidentals necessary to complete the work, including curb identification markings, earth excavation, disposal of surplus materials and backfill. Pay Item No. C-30 – 12” Bore and Steel Encasement for Sanitary Sewer Pipe: This work includes the labor, equipment, and material required for placement of 12” steel casing by dry bore method. Bores for 12” steel casing line installation shall be performed at the locations shown on the plans. Work performed under this item shall conform to the requirements of the City of Coppell Standard Detail 3090 and NCTCOG Items 501, 503, 504, 507 and 509. This work shall include steel casing pipe, seals, spacers, etc. required for proper installation. This item does not include PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and includes the operation of the bore rig, and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation and backfill. Pay Item No. C-31 – 15” PVC Encasement for Sanitary Sewer Pipe: Pay Item No. C-32 – 21” PVC Encasement for Sanitary Sewer Pipe: Pay Item No. C-33 – 24” PVC Encasement for Sanitary Sewer Pipe: This work includes the labor, equipment, and material required for placement of various diameter PVC casing pipe for the proposed sanitary pipe at as indicated in 5-14 Description of Pay Items the construction plans or as directed by the ENGINEER. Work performed under this item shall conform to the requirements of the City of Coppell Standard Details, NCTCOG Item 501, 503, 504, 507, 509 and TCEQ Section 217.53(d)(5)(A). PVC encasement is required at all locations where the proposed sanitary sewer pipe crosses above a water line. Installation of the PVC encasement must meet TCEQ requirements. This work shall include the PVC casing pipe, seals, spacers, etc. required for proper installation. This item does not include PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation and backfill. Pay Item No. C-34 – Concrete Encasement for Sanitary Sewer: This work includes concrete encasement for proposed sanitary sewer improvements as indicated on the construction plans or as directed by the ENGINEER in accordance with the appropriate specifications and standards. All concrete for sanitary sewer encasement shall be Class A and meet TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 421 and Special Specification 5955. All crossings must meet TCEQ Standards. Measurement and payment shall be made on the basis of price bid per linear foot (LF) of concrete encasement and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-35 – Cement Stabilized Backfill for Sanitary Sewer: This work includes cement stabilized backfill for proposed sanitary sewer improvements as indicated on the construction plans or as directed by the ENGINEER in accordance with the appropriate specifications and standards. All materials sued shall be in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 400 and TCEQ Section 217.53(d)(7)(B) & 217.53(d)(7)(D). All crossings must meet TCEQ Standards. Measurement and payment shall be made on the basis of price bid per linear foot (LF) of cement stabilized backfill and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-15 Description of Pay Items Pay Item No. C-36 – 18” Drilled Shaft Pier and Cap for Aerial Sewer Crossing: This work includes the furnishing and installation of reinforced concrete drilled- shaft pier and reinforced concrete cap at the locations shown on the plans. All work shall be completed in accordance with the TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges – 2004 Edition. All concrete for this pay item shall conform to the requirements of TXDOT Item 421, "Hydraulic Cement Concrete". Steel used for reinforcement in concrete structures shall conform to the requirements of Item 440, "Reinforcing Steel" and shall be ASTM A615 Grade 60. Galvanized steel straps and hardware shall meet ASTM A123 and F2329. Neoprene spacer pads shall be 1/2-inch thick as manufactured by Advanced Products and Systems, or approved equal. All excavation for this pay item shall be completed in accordance with TXDOT Item 416, "Drilled Shaft Foundations". CONTRACTOR shall place the shaft to within a vertical plumbness of 1” (one inch) per 10’ (ten feet) of depth and a shaft center within one-inch of horizontal plan position. The construction plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. If caving conditions are encountered, stop drilling and notify the OWNER immediately. Completely remove all cuttings from drilled shaft. Dispose of material excavated from shafts on-site. CONTRACTOR shall provide suitable access, lighting, and equipment for proper inspection of the completed excavation and for checking the dimensions and alignment of shafts and bell excavation. CONTRACTOR shall completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). If the shaft is lengthened beyond plan length, extend the reinforcing steel cage to the bottom of the pier shaft. Additional excavation, concrete, reinforcing steel, etc. beyond depths indicated on the construction plans are not covered under this pay item, but shall be included in the “Additional Depth for Aerial Sanitary Sewer Crossing Piers” pay item. Contractor shall tie spiral reinforcement to the longitudinal bars at a maximum spacing of 24” (twenty-four inches), or as required for a stable cage. Do not weld lateral reinforcement to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved centering devices. Use enough devices to hold the cage in position along its entire length. Do not use square concrete spacer blocks in cased shafts. Support or hold down the cage to control vertical displacement during concrete placement. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6” (six inches) per 5-16 Description of Pay Items 20’ (twenty feet) of shaft length and upward movement of the steel up to 6” (six inches) total are acceptable. Maintain the minimum length of steel required for lap with pier cap steel. Locate and tie anchor bolts when required prior to placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. CONTRACTOR shall perform all concrete work in accordance with requirements of TXDOT Item 420, “Concrete Structures.” Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25’ (twenty-five feet). Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and to permit raising as the placement progresses. When free fall is used, provide a hopper with a minimum 3’ (three foot) long drop tube at the top of the shaft to direct concrete vertically down the center of the shaft. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. For cased shafts, maintain a sufficient head of concrete at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4” (four inches). Cure the top surface and treat any construction joint area in accordance with Item 420, “Concrete Structures.” CONTRACTOR is responsible for ensuring that all welds conform to the requirements of TXDOT Item 448, "Structural Field Welding" and performed by a certified welder. Measurement and payment of this item shall be on the basis of price bid each (EA) pier and cap and shall be total compensation for all equipment, materials, excavation, drilling, testing and other incidental items required to complete the work. For purposes of this pay item, a pier length of 25 (twenty-five) vertical feet is assumed. Additional depth of pier shall be paid under the bid item for, “Additional Depth for Aerial Sanitary Sewer Crossing Piers.” All required testing for this work is considered subsidiary to this pay item and shall include concrete testing in accordance with TXDOT Item 421.4 G, "Sampling and Testing of Concrete." A testing lab representative shall be on site at all times during pier drilling operations to confirm pier depth and penetration. A pier inspection report shall be provided to the OWNER. 5-17 Description of Pay Items Pay Item No. C-37 – Additional Depth for Aerial Sewer Crossing Piers: This work includes additional depth required for CONTRACTOR to extend piers for aerial sewer a minimum of three (3) feet into Gray Shale. This item shall be for extra length of concrete pier in excess of the length included in the bid item for “18” Drilled Shaft Pier and Cap for Aerial Sewer Crossing.” Requirements for materials, construction, testing, etc. shall be in accordance with the pay item for “18” Drilled Shaft Pier and Cap for Aerial Sewer Crossing”. The length shall be field verified by the City of Coppell inspector or other authorized representative prior to installation. Measurement and payment of this item shall be by linear foot (LF) of pier length and shall include all costs for materials, drilling, equipment, labor, testing and incidental items to complete the work as required. Pay Item No. C-38 – 20” Structural Steel Casing for Aerial Sewer Crossing: This work includes furnishing and installing 20-inch diameter, 0.5-inch galvanized structural steel casing pipe at locations and grades indicated on the construction plans. Casing shall be galvanized structural steel pipe meeting or exceeding ASTM A500, Grade B and having a minimum yield strength of 42 KSI. Casing spacers shall be Raci Type F/G or approved equal and shall be installed per manufacturer’s recommendations and the construction plans. Neoprene end seal shall be 1/8-inch thick as manufactured by Advanced Products and Systems (Model AW) or by CCI Pipeline Systems (Model ESW), or approved equal. End seals shall be attached with 1/2-inch wide T-304 stainless steel straps. Field splice welds shall conform to AWS Structural Welding Code D1.1 and use E70XX electrodes. All welding work must be performed by a State of Texas licensed/certified welder. Measurement and payment of this item shall be by price bid per linear foot (LF) and shall be the total compensation for the furnishing of all labor, excavation, materials, tools, equipment, testing, backfill, compaction and incidentals necessary to complete the work. Pay Item No. C-39 – Trench Safety for Sanitary Sewer (Up to 22-feet): This work includes preparing a job specific trench safety plan and installing the proper shoring and/or bracing to adequately provide a safe trench for all sanitary sewer improvements, in compliance with current regulations and requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA). The CONTRACTOR shall have a Trench Safety Plan prepared, signed and sealed by a professional engineer and provided to the ENGINEER prior to the start of construction. The preparation of the trench safety plan, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. 5-18 Description of Pay Items Measurement and payment for work performed and materials furnished related to the preparation of a trench safety plan and the installation of a trench safety systems, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensat ion for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-40 – Abandon Existing 1” Water Line (In Place): Pay Item No. C-41 – Abandon Existing 2” Water Line (In Place): Pay Item No. C-42 – Abandon Existing 6” Water Line (In Place): Pay Item No. C-43 – Abandon Existing 8” Water Line (In Place): Pay Item No. C-44 – Abandon Existing 12” Water Line (In Place): Pay Item No. C-45 – Abandon Existing 16” Water Line (In Place): This work includes the grouting of existing various diameter water lines for the purpose of abandonment as indicated on the construction plans or as determined by the ENGINEER, in accordance with TXDOT Special Specification 7076, “Grouting of Water Mains”. The CONTRACTOR shall verify that all services, meters, stub-outs and other branch water lines supplied from the existing water lines to be abandoned are transferred to other water lines as shown on the construction plans prior to pavement construction. No service or meter shall be without water supply for more than four (4) hours. Cutting, grouting and plugging of existing water lines, as well as placement of restrained plugs on water lines to remain, shall be subsidiary to this pay item. The existing water lines shall be abandoned as follows: a) After each section of the existing water line is taken out of service, the abandoned section shall be completely drained, including pumping water from the system, as necessary. b) Place grout/flowable fill using concrete or grout pumps capable of continuous delivery. c) Any and all openings into the existing pipe will be closed by use of approved M.J. cast irons caps or plugs and blocking according to the plans, specifications and/or details governing such work. d) Existing valves may be used to close the existing system, the pipe on the abandoned side shall not be left open, but shall be plugged and blocked. e) Valves stacks shall be removed and backfilled with soil. All grout/flowable fill shall conform to TXDOT Item 401, “Flowable Backfill” and TXDOT Special Specification 7076, “Grouting of Water Mains”. Measurement and payment for work performed and materials furnished related to abandoning existing water line, as provided herein, shall be made on the basis of the price bid per linear feet (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-19 Description of Pay Items Pay Item No. C-46 – 6” PVC Class 200 DR-14 Water Line: Pay Item No. C-47 – 8” PVC Class 200 DR-14 Water Line: Pay Item No. C-48 – 12” PVC Class 150 DR-18 Water Line: Pay Item No. C-49 – 16” PVC Class 150 DR-18 Water Line: Pay Item No. C-50 – 20” PVC Class 150 DR-18 Water Line: Pay Item No. C-51 – 24” PVC Class 150 DR-18 Water Line: This work includes the furnishing and installation of 6” & 8” PVC CLASS 150 DR- 14 water line and 12”, 16”, 20” & 24” PVC Class 150 DR-18 water line at the locations shown in the plans as per NCTCOG Items 501.14, 502.4, 503, 504, 506 and 509 and the City of Coppell Standard Construction Details. Proposed water line of diameters 6”, 8” and 12” shall comply with AWWA C900 and proposed water line of diameters 16”, 20” and 24” shall comply with AWWA C - 905. Payment shall include furnishing, hauling and laying of pipe shown on the plans, trench excavation, boring under existing utilities if necessary, and backfilling, including embedment material as specified, protecting or replacing existing structures or utilities, testing, disposal of surplus mat erials, and cleaning up and maintenance. Payment shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities. Payment for the pipe lines shall include all costs required to have ut ility companies repair any damage inflicted to their lines by the CONTRACTOR and any cleanup, property damages, fines, etc. resulting from damage inflicted to any utility line by the CONTRACTOR. Testing as required in accordance with specifications is considered subsidiary to the price bid. All ductile iron fittings associated with the proposed water line installation, as indicated in the plans, are not included in this pay item and will be included in the “Ductile Iron Fittings” pay item. This work shall also include the construction of temporary pavement repair necessary for traffic control and detours or as determined by the ENGINEER, consisting of 6” Type B HMAC on 8” Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement repair shall be constructed and maintained in water line installation areas as indicated in the construction plans that will be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This pay item shall include dry boring the proposed water line pipe under existing utilities in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 476 as indicated in the plans or as determined by the ENGINEER. There will be no separate pay for dry boring the proposed water line pipe. This work shall be considered subsidiary to this pay item. 5-20 Description of Pay Items This pay item does not include boring of proposed water line pipe with steel encasement pipe as specifically indicated in the plans. This work shall be covered in the “24” Bore & Steel Encasement for Water Line” pay item. Measurement and payment shall be made on the basis of price bid per linear foot (LF) measured horizontally and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and back fill; any intermediate taps necessary for testing & disinfecting. Pay Item No. C-52 – 1” Irrigation Water Service and Meter: Pay Item No. C-53 – 2” Domestic Water Service and Meter: Pay Item No. C-54 – 2” Irrigation Water Service and Meter: This work includes the installation of various sizes and types of water services and meters in multiple locations along the project as indicated on the construction plans or as determined by th e ENGINEER. This work shall be in accordance with NCTCOG Item 502.10 and the appropriate City of Coppell Standard Construction Details. The service line (various sizes), setter and water meter box shall be replaced at each water service location. This work includes replacing the existing setter and meter box with new service lines, new setter and new meter box; however, all meters shall be re -used or provided by the City of Coppell. No separate pay will be allowed for repairing damage to water meters due to construction on this project, unless approved otherwise by the ENGINEER. The cost to repair such damage shall be the sole responsibility of the CONTRACTOR. All connections to existing private service lines shall be done using a brass compression coupling. Any portion of the existing private water service line that needs to be replaced or modified shall be done under the supervision of a licensed plumber and shall meet all local, state, and federally applicable codes. The CONTRACTOR shall be responsible for verifying that all water services and meters within the project limits are transferred to the proposed water line as indicated on the construction plans. No service or meter shall be without water supply for more than four (4) hours. Measurement and payment shall be made on th e basis of price per each (EA) Water Service and Meter installed, for all lengths of service line, and shall be the total compensation for furnishing all materials regardless of service length, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-21 Description of Pay Items Pay Item No. C-55 – 6” Gate Valve: Pay Item No. C-56 – 8” Gate Valve: Pay Item No. C-57 – 12” Gate Valve: Pay Item No. C-58 – 16” Gate Valve: Pay Item No. C-59 – 20” Gate Valve: This work includes the furnishing and installation of various sizes of gate valves as shown on the plans or as determined by the ENGINEER, in accordance with NCTCOG Item 502.6 and the City of Coppell Standard Construction Details and Specifications. These pay items shall be inclusive of all fittings, megalugs, blocking, retainer glands, etc. necessary to complete the installation. Measurement and payment shall be made on the basis of the price per bid each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including curb identification markings, all excavation, embedment and backfill necessary to complete the work. Pay Item No. C-60 – Connect to Existing Water Line: This work consists of connecting the proposed water lines to the existing water system by means other than the use of tapping sleeves and valves. The CONTRACTOR shall locate the existing water line and identify existing valves to be closed to isolate the line segment at the connection. All existing valves shall be operated by the City of Coppell personnel only. The CONTRACTOR will be required to make connections such that no service or meter shall be without water supply for more than four (4) hours. All property owners, businesses or residents affected by service disruption shall be notified a minimum of 48 hours in advance. Notifications shall be coordinated with the City of Coppell. Measurement and payment shall be made on the basis of the price per bid each (EA) connection and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, embedment and backfill; any intermediate taps necessary for testing & disinfecting, and all bends, fittings, blocking, retainer glands, megalugs, etc. necessary to complete the water line installation. Pay Item No. C-61 – 12” x 12” Tapping Sleeve and Valve: Pay Item No. C-62 – 16” x 16” Tapping Sleeve and Valve: This work includes the furnishing and installation of various sized tapping sleeves and associated valves as shown within the construction plans (areas indicated as wet connections) and in accordance with NCTCOG Item 502.10.2.3 and City of Coppell specifications. Measurement and payment shall be made on the basis of the price per bid each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, all fittings, megalugs, blocking, retainer glands, etc. necessary to complete the installation, and any other incidentals necessary to complete the work, 5-22 Description of Pay Items including curb identification markings, all excavation, embedment and backfill necessary to complete the work. Pay Item No. C-63 – Standard Fire Hydrant Assembly: This pay item shall consist of the installation of new fire hydrant assemblies including connections and testing of the fire hydrants at locations indicated on the plans and in accordance with NCTCOG Item 502.3 and City of Coppell Standard Construction Details and Specifications. The 6” PVC water line lead from water main to gate valve and the 6” gate valve required for fire hydrant installation are not included in this pay item, but are included in the “6” PVC C-900 DR-14 Water Line“ and “6” Gate Valve” pay items respectively. Fire hydrant assemblies shall be inclusive of all work necessary to install and connect the new fire hydrant to the water line. This includes all fittings, megalugs, water pipe from fire hydrant gate valve and water pipe for stack, blocking, etc. necessary to complete the construction. Measurement and payment for work performed and materials furnished related to installing the fire hydrant and valve assembly, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including curb identification markings and any barrel extensions required. Pay Item No. C-64 – Remove Existing Fire Hydrant: This work includes the labor, equipment, and material required to remove existing fire hydrants as indicated on the construction plans. This includes the removal of fire hydrant, fittings, blocking, and piping back to fire hydrant valve. Fire hydrants salvaged in good condition shall be delivered to the City of Coppell. Fire hydrants damaged during removal shall be disposed of at the CONTRACTOR’s expense. Existing fire hydrants shall remain in service until the activation of the proposed fire hydrants. This work shall include plugging hydrant leads and any and all openings into the existing water line that are created as a result of the abandonment and/or relocation of a fire hydrant/valve assembly by use of approved M.J. cast irons caps or plugs and blocking according to the plans, specifications and/or details governing such work. Any items or appurtenances required for the removal of the fire hydrant and closing off of the existing water line shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the removal of existing fire hydrants shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. 5-23 Description of Pay Items Pay Item No. C-65 – Water Line Ductile Iron Fittings: This work includes the furnishing and installation of ductile iron fittings for the proposed water line improvements as indicated on the construction plans and in accordance with NCTCOG Item 501.14.5 and City of Coppell Standard Details and Specifications. All ductile iron fittings shall comply with AWWA C110 or C153 standards. Measurement and payment for work performed and materials furnished related to the water line ductile iron fittings shall be made on the basis of price bid per ton (TON) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. Pay Item No. C-66 – 20” PVC Encasement for Water Line: Pay Item No. C-67 – 24” PVC Encasement for Water Line: This work includes the labor, equipment, and material required for placement of various diameter PVC casing pipe for the proposed water line improvements by open cut method. Work performed under this item shall conform to the requirements of City of Coppell Standard Detail 3090 and NCTCOG Items 501, 504 506 and 509. Casing pipe shall be Class 150 DR-18 pipe as per NCTCOG Item 501.14. This work shall include casing pipe, seals, spacers, etc. required for proper installation. This item does not include PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and Shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation and backfill. Pay Item No. C-68 – 24” Steel Encasement for Water Line: This work includes the labor, equipment, and material required for placement of 24” steel encasement pipe by open cut method as indicated in the construction plans or as directed by the ENGINEER. Work performed for this pay item shall conform to the requirements of City of Coppell Standard Detail 3090 and NCTCOG Items 501, 504, 506 and 509. This work shall include steel casing pipe, seals, spacers, etc. required for proper installation. This item does not include PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF), regardless of depth, measured horizontally from the beginning of the encasement to the end of the encasement and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-24 Description of Pay Items Pay Item No. C-69 – 24” Bore & Steel Encasement for Water Line: This work includes the labor, equipment, and material required for placement of 24” steel casing by dry bore method. Bores for 24” steel casing line installation shall be performed at the locations shown on the construction plans. Work performed under this item shall conform to the requirements of City of Coppell Standard Detail 3090 and NCTCOG Items 501, 503, 506 and 509. This work shall include steel casing pipe, seals, spacers, etc. required for proper installation. This pay item does not include the PVC carrier pipe. Measurement and payment shall be made on the basis of price bid per linear foot (LF) and includes the operation of the bore rig, and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including all excavation, pressure grouting, and backfill. Pay Item No. C-70 – 2” Air Release Valve (Type 1): Pay Item No. C-71 – 4” Air Release Valve (Type 2): This work includes the labor, equipment, and material required to install air release valves (various sizes and types), including fittings, gate valve, pipe, and nozzle assembly at the locations shown on the construction plans. Air release valve installation shall be performed in accordance with the City of Coppell Standard Construction Specifications and Construction Details and NCTCOG Item 502.6. Measurement and payment for work performed and materials furnished related to the installation of the proposed air release valves shall be made on the basis of price per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. Pay Item No. C-72 – Blow-Off Valve (Type 1): This work includes the labor, equipment, and material required to install a blow-off assembly, including fittings, valves, saddle, pipe, nozzle assembly, galvanized meter box, etc. at the locations indicated on the construction plans. Blow-off valve installation shall be performed in accordance with the City of Coppell Standard Construction Specifications and Construction Details. Measurement and payment for work performed and materials furnished related to the installation of the proposed blow-off assembly shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. 5-25 Description of Pay Items Pay Item No. C-73 – Permanent Reinforced Concrete Pavement Repair (Water Line): This work includes the labor, equipment, and material required to repair concrete pavement sections (including integral curb) removed for proposed water line improvements as indicated on the construction plans or as directed by the ENGINEER and in accordance with the City of Coppell Standard Details 2050 & 3070. CONTRACTOR shall prepare 8” lime treated subgrade in concrete pavement repair areas to match existing grades and in accordance with the appropriate details and specifications, including Item 260 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. There will be no separate pay for lime stabilization of subgrade for concrete pavement repair areas, it is considered subsidiary to this pay item. All concrete used for this pay item shall be Class “C” concrete with a minimum cement content of 6 sacks per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. CONTRACTOR shall match thickness of adjacent remaining concrete pavement section as shown on the standard detail. All curb for this pay item shall be a 6” monolithic curb. No separate payment shall be made for the integral curb, it is subsidia ry to this pay item. The concrete shall be doweled into the existing pavement and reinforced in accordance with the City of Coppell Standard Construction Deta il 3070. All construction joints shall be in accordance with t he City of Coppell Standard Construction Detail 2050. The CONTRACTOR shall place and vibrate all concrete during the pour by a method approved by the ENGINEER. The CONTRACTOR is responsible for making sample concrete cylinders at a cycle determined by the ENGINEER for testing purposes. No sand level up course will be allowed under any paving. The paving shall be a baker broom finish and shall be cured with a highway white curing compound applied per the manufacturer’s recommendations. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 18 feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. 5-26 Description of Pay Items Any pavement markings, buttons, or other striping/markers removed shall be replaced as part of this work and conform to the requirements/specifications for “Pavement Striping and Markings” pay item. Measurement and payment for work performed and materials furnished related to the permanent reinforced concrete pavement repair shall be made on the basis of price bid per (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, and other incidentals necessary to complete the work. Pay Item No. C-74 – Trench Safety for Water Line Improvements: This work includes preparing a job specific trench safety plan and installing the proper shoring and/or bracing to adequately provide a safe trench for all water line construction, in compliance with current regulations and requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA) and in accordance with the appropriate details and specifications, including NCTCOG Item 107.19.3. The CONTRACTOR shall have a Trench Safety Plan prepared, signed and sealed by a professional ENGINEER and provided to the ENGINEER prior to the start of construction. The preparation of the trench safety plan, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the preparation of a trench safety plan and the installation of a trench safety systems, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-75 – Storm Drain Cleaning and Television Inspection: The City of Coppell recently performed a TV inspection of existing storm drains within the project limits. It was determined that approximately 2,500 LF of existing storm lines have varying amounts of silt and debris. Description: The work shall include all labor, tools, equipment and related items as may be required for the complete cleaning of the storm drain to allow internal inspection by television monitoring (including bypass plumbing, drain dewatering and associated work). This work shall also include the removal and disposal of all deposits from the drains. The work shall include the thorough cleaning of storm drains in order to permit an unrestricted inspection by closed circuit television. All storm drains shall be thoroughly cleared prior to television inspection. If the television inspection shows drains were improperly cleaned, the CONTRACTOR SHALL re-clean storm drains and re-inspect by closed circuit television. Re-cleaning and re-inspecting due to 5-27 Description of Pay Items improper cleaning of the storm drain by the CONTRACTOR shall be performed at the sole expense of the CONTRACTOR. Cleaning Procedures and Equipment: Cleaning equipment may consist of hydraulic high-pressure jet machines, heavy duty power rodding machines capable of cleaning distances covered under the Contract in one step and heavy duty bucket machines that can be used to drag line work with buckets, brushes, scrapers, swabs or other similar devices. The equipment utilized shall be capable of removing all sand, dirt, rocks and other debris from the drain line to allow adequate internal inspection (in the opinion of the ENGINEER) of all internal surfaces. The equipment used shall suit the conditions and size of the storm drain to be cleaned. All precautions shall be taken by the CONTRACTOR to protect the storm drain from damage that might result from the use of unsuitable equipment or improper use of approved cleaning equipment. Any drains damaged during the cleaning operations as a result of the CONTRACTOR’s operations shall be promptly repaired to an acceptable condition (as determined by the ENGINEER) by the CONTRACTOR and at the sole expense of the CONTRACTOR. CONTRACTOR shall remove collected silt and debris from the storm drain and prevent such material from being discharged back into the drainage system. Removed material shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or permits. Closed Circuit Television Inspection Procedure and Equipment: Television equipment used for the inspection shall be specifically designed and constructed for storm drain inspection. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe. The camera shall be operative in 100 percent humidity conditions and shall be capable of showing the entire inside periphery of the pipe. The camera shall develop and transmit a sharp picture on video bandwidths only. The camera shall be equipped with an automatic light compensating iris, adjustable optical focus and automatic white balancing circuitry. The camera adjustments shall be set to produce a clear, sharp picture of the internal conditions within the storm drain. The camera lens shall be cleaned prior to each deployment in the storm drain. A television picture with interferences, lines, blurry vision or distortions will not be acceptable. The camera shall be moved through the storm drain in either direction (dependent upon the site’s condition) at a uniform rate that will allow a clear visual picture to be obtained. Record of Inspection: The CONTRACTOR will log the results of all observations and prepare whatever data may be required for record purposes. Measurement for location of features along the pipe alignment shall be at ground level by means of a counting meter to be provided and operated by the CONTRACTOR. The counting meter shall accurately record the distance in feet, which the video cable has traveled. The 5-28 Description of Pay Items measurement will be accurate to three-tenths (0.3) of a foot per ten (10) feet of inspected sewer reach length. All storm drain inspections shall be recorded on DVD and provided to the City. The date of the television inspection and the distance that the camera has traveled through a particular storm drain reach shall be continuously displayed on the recorded DVD. If the DVD recording is not complete or the quality is not satisfactory, the storm drain shall be re- inspected at the CONTRACTOR’s expense. Measurement and payment for work performed as provided herein shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment, temporary traffic control and other incidentals necessary to complete the work. Pay Item No. C-76 – Density Testing of Existing Backfill: This work consists of density testing of backfill over existing storm drain utility trenches. After removal of existing concrete pavement within project limits as indicated on the construction plans, CONTRACTOR shall perform density testing in accordance with NCTCOG Item 504.5.3.2. Tests shall be performed at 300 ft intervals for each one foot of depth of pipe up to fiv e feet deep. This interval equates to approximately one test every 60 feet at varying depths . CONTRACTOR shall excavate test holes of depths from 1 to 5 feet along storm lines. Test hole depths shall terminate one foot above existing storm drains and CONTRACTOR shall use every precaution to protect existing storm drains. The CONTRACTOR shall be responsible for repairing damage to any existing underground improvements. Test hole locations should be selected to provide even distribution over project limits. Test holes over intersecting or parallel lines should be spaced a minimum of 30 feet apart. OWNER shall approve test locations. Approximate horizontal locations of existing storm drains are shown in the plans. This information was compiled based on available record drawings and neither the OWNER nor ENGINEER assumes any responsibility for the accuracy of this information. It shall be the CONTRACTOR’s responsibility to verify location and depths of storm drains. CONTRACTOR shall employ an independent materials testing lab acceptable to the OWNER. Test hole locations shall be documented by approximate street centerline station and offset. Test reports shall be provided to the OWNER and ENGINEER. Measurement and payment for density testing of existin g backfill over storm drain utility trenches will be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all testing costs, materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-29 Description of Pay Items Pay Item No. C-77 – Excavate and Re-Compact Existing Trench Backfill: This work consists of excavating and re-compacting existing material over storm drain pipes and culverts at each location where a failed density test occurred, as determined with the “Density Testing of Existing Backfill” pay item. Limits of work shall be 30 linear feet along the storm alignment on each side of the failed test location (60 linear feet total), or to the midpoint between the failed test and the nearest passed test location. The width of the excavated area shall be the four feet, or the pipe diameter plus two feet, whichever is greater. Excavation depth shall be to one foot above top of storm pipe (6-feet maximum depth). Contractor shall backfill excavated areas in accordance with NCTCOG Item 504.5.3. Any excavated material determined to be unsuitable shall be removed and disposed of and replaced with suitable excess material from other locations within the project limits. Measurement and payment for excavation and compaction of failed storm pipe/box backfill shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the wo rk. Pay Item No. C-78 – Remove Existing Small Curb Inlet (4’-8’): Pay Item No. C-79 – Remove Existing Large Curb Inlet Major (10’-12’): Pay Item No. C-80 – Remove Existing Y-Inlet: Pay Item No. C-81 – Remove Existing 4’ X 4’ Manhole: Pay Item No. C-82 – Remove Existing 6’ X 6’ Manhole: Pay Item No. C-83 – Remove Existing 21” Headwall: Pay Item No. C-84 – Remove Existing 27” Headwall: Pay Item No. C-85 – Remove Existing 54” Headwall: Pay Item No. C-86 – Remove Existing 18” RCP Storm Drain: Pay Item No. C-87 – Remove Existing 21” RCP Storm Drain: Pay Item No. C-88 – Remove Existing 24” RCP Storm Drain: Pay Item No. C-89 – Remove Existing 27” RCP Storm Drain: Pay Item No. C-90 – Remove Existing 30” RCP Storm Drain: Pay Item No. C-91 – Remove Existing 33” RCP Storm Drain: Pay Item No. C-92 – Remove Existing 36” RCP Storm Drain: Pay Item No. C-93 – Remove Existing 42” RCP Storm Drain: Pay Item No. C-94 – Remove Existing 54” RCP Storm Drain: Pay Item No. C-95 – Remove Existing 60” RCP Storm Drain: Pay Item No. C-96 – Remove Existing 66” RCP Storm Drain: Pay Item No. C-97 – Remove Existing 72” RCP Storm Drain: Pay Item No. C-98 – Remove Existing 8’ X 5’ RCB Storm Drain: This work consists of removing various existing storm drain pipe, box culvert and storm drain structures as indicated in the construction plans or as directed by the ENGINEER. 5-30 Description of Pay Items The CONTRACTOR shall exercise every precaution when excavating pipe or structures indicated to be removed in the construction plans to prevent damage to existing and proposed utilities or other improvements. Any improvements damaged as a result of the CONTRACTOR’s operations shall be promptly repaired to an acceptable condition (as determined by the ENGINEER) by the CONTRACTOR and at the sole expense of the CONTRACTOR. Any RCP plugs or additional improvements required to adjacent storm lines/structures shall be considered subsidiary to these items. Excavated areas shall be backfilled, compacted and tested in accordance with City of Coppell Standards. All concrete, debris, or non-native material shall be removed from excavated areas. Removed storm drain pipe or structures shall be hauled off and lawfully disposed of. CONTRACTOR shall be responsible for any disposal fees or permits. Measurement and payment for removal of structures shall be made on the basis of the price bid per each (EA) structure and shall be total compensation for furnishing all materials, tools, equipment, labor, proper disposal of materials and any other incidentals necessary to complete the work. Measurement and payment shall be made on the basis of the price bid per linear foot (LF) of pipe or box and shall be total compensation for furnishing all materials, tools, equipment, labor, proper disposal of materials and any other incidentals necessary to complete the work. Pay Item No. C-99 – 18” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-100 – 21” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-101 – 24” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-102 – 27” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-103 – 30” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-104 – 33” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-105 – 36” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-106 – 42” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-107 – 54” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-108 – 60” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-109 – 66” Reinforced Concrete Pipe Storm Drain: Pay Item No. C-110 – 8’ X 5’ Reinforced Concrete Box Storm Drain: This work includes the construction of all RCP and RCB storm drain (various sizes) at the locations shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including NCTCOG Item 501.6 and 508.3. All RCP and RCB storm drain shall be Class III or IV (NCTCOG Item 501.6) as indicated on the plans. All bends shall be pre-fabricated. Ram-nek joint material shall be used for all joints, unless otherwise approved by the ENGINEER. This work shall include trench excavation, preparation and shaping of bedding, transporting of pipe, jointing, connections to 5-31 Description of Pay Items existing and/or proposed improvements and structures, embedment, backfill, and temporary pavement repair, if necessary. Embedment shall be in accordance with the City of Coppell Standard Construction Detail 3020. Testing in accordance with specifications is considered subsidiary to this pay item. Where leads, pipe or box terminate into an existing system, this work shall include construction of a concrete collar at the junction to form a watertight connection in accordance with City of Coppell Standard Detail 6085. The construction of concrete collars, as required by these specifications, and the connection to the existing storm sewer line will not be paid for directly but shall be considered subsidiary to this pay item. This work shall also include the construction of temporary pavement repair necessary for traffic control and detours or as determined by the ENGINEER, consisting of 6” Type B HMAC on 8” Flex Base over a geo-grid (StrataBase SB11 or approved equal). Temporary pavement repair shall be constructed and maintained in storm drain installation areas as indicated in the construction plans that will be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of RCP storm drain (various sizes and/or classes), as provided herein, shall be made on the basis of the price bid per linear foot (LF) in accordance with NCTCOG Item 508.6, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Items No. C-111 – 10’ Recessed Curb Inlet: Pay Items No. C-112 – 15’ Standard Curb Inlet: Pay Items No. C-113 – 15’ Recessed Curb Inlet: Pay Items No. C-114 – 20’ Recessed Curb Inlet: This work includes the construction of non-recessed (standard) & recessed curb inlets (various lengths) at the locations indicated on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details 6020 and 6030 and NCTCOG Item 702. Concrete used for the construction of inlets shall be Class “A”, with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. Measurement and payment for work performed and materials furnished related to the construction of curb inlets (various types & lengths), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-32 Description of Pay Items Pay Item No. C-115 – 4’x4’ Storm Drain Manhole: Pay Item No. C-116 – 6’x6’ Storm Drain Manhole: This work includes the construction of square st orm drain manholes (various sizes) at the locations shown in the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Detail 6010 and NCTCOG Items 702. Concrete used for the construction of storm drain manhol es shall be Class “A”, with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. Measurement and payment for work performed and materials furnished related to the construction of square storm drain manholes (various s izes), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-117 – 21” TxDOT Type CH-FW-0 Headwall: Pay Item No. C-118 – 27” TxDOT Type CH-FW-0 Headwall: Pay Item No. C-119 – 54” TxDOT Type CH-FW-0 Headwall: This work includes the construction of TxDOT Type CH-FW -0 headwalls (various sizes) at the locations indicated on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 466. All excavation performed for this work shall be in accordance with TxDOT Item 400. Concrete used for the construction of headwalls shall be Class “C” and shall be in compliance with TxDOT Items 420 and 421. All reinforcing steel shall be Grade 60 and in compliance with TxDOT Item 440. This pay item shall also include any and all grading required to create appropriate and positive drainage. “Grade to drain” will not be paid for separately but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of TxDOT Type CH-FW -0 Headwalls (various sizes), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-120 – Adjust Existing Storm Manhole Rim to Grade: This work includes adjusting existing storm manhole rims to proposed grade as indicated on the construction plans or as directed by the ENGINEER, in accordance with the appropriate specifications and standards. This work shall include all excavation, salvage of manhole ring and cover when possible, replacement of manhole ring and cover when necessary, grade rings, and all other 5-33 Description of Pay Items materials required to complete the work. Damage to existing storm manholes or ring and cover during adjustments by the CONTRACTOR shall be replaced in a timely manner in accordance with the proper standards and specifications and at the CONTRACTOR’s sole expense. Measurement and payment for this work and shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-121 – Adjust Existing RCP Miter Slope to Grade: This work includes adjusting the existing RCP miter slope to proposed grade as indicated on the construction plans or as directed by the ENGINEER and in accordance with the appropriate standards and specifications. This work shall include all excavation, saw cuts, proper disposal of excess material and all other materials needed to complete the work. Damage to existing RCP pipe during adjustments by the CONTRACTOR shall be replaced in a timely manner in accordance with the proper standards and specifications and at the CONTRACTOR’s sole expense. Measurement and payment for this work and shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other in cidentals necessary to complete the work. Pay Item No. C-122 – Trench Safety for Drainage Improvements: This work includes preparing a job specific trench safety plan and installing the proper shoring and/or bracing to adequately provide a safe trench for all storm drain construction, in compliance with current regulations and requirements of the United States Department of Labor Occupational Safety and Health Administration (OSHA) and in accordance with the appropriate details and specifications, including NCTCOG Item 107.19.3. The CONTRACTOR shall have a Trench Safety Plan prepared, signed and sealed by a professional engineer and provided to the ENGINEER prior to the start of construction. The preparation of the trench safety plan, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the preparation of a trench safety plan and the installation of a trench safety systems, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-123 – Railroad Crossing Coordination: This item includes the reconstruction of railroad crossings as indicated on the construction plans in accordance with the appropriate details and specifications. 5-34 Description of Pay Items Work to be performed by the RAILROAD includes installation of four quadrant gate system, flashing signals, vehicle detection loop system, ties, rails, base, ballast, and concrete crossing panels. RAILROAD shall also provide construction phase interim gates to allow for traffic shifts. All work performed within 25’ of tracks will require a railroad flagger. Work to be performed by CONTRACTOR includes street pavement headers, sidewalk, hike and bike trail, sidewalk headers, detectable warning surface on sidewalks and trail, pedestrian rail and pedestrian emergency swing gates, all permanent signage and striping. CONTRACTOR shall also be responsible for all traffic control, temporary signage and barricades. CONTRACATOR shall coordinate with Fort Worth & Western Railroad and their contractor(s) for the installation of phased interim crossing signalization and permanent crossing signalization. CONTRACTOR shall notify Bill Parker (817-201- 4450) with Fort Worth & Western Railroad 45 days prior to taking down lanes of Freeport Parkway and switching traffic to allow adequate time to install interim crossing signalization. Interim crossing signalization must be in place prior to CONTRACTOR switching traffic. CONTRACTOR is responsible for this coordination during each phase of construction. CONTRACTOR shall also coordinate with railroad for the installation of the permanent railroad crossing signalization. CONTRACTOR shall be required to furnish evidence of insurance in accordance with DART requirements. Measurement and payment for this pay item shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for all coordination, furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-124 – 4” Asphalt (HMAC) Base Layer on 6” Compacted Subgrade: This work includes the construction of the specified thickness of hot mix asphalt concrete (HMAC) pavement base layer at the locations indicated in the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. The pavement cross-section shall be in accordance with the construction plans, including the 4” Type “B” HMAC pavement base layer on 6” compacted subgrade. The roadway grades shall be established in accordance with the construction plans. The reinforced concrete pavement surface layer and monolithic curb of the pavement section are not included in this pay item, but shall be covered in the reinforced concrete street & driveway pavement pay items. 5-35 Description of Pay Items The CONTRACTOR shall treat the subgrade to a depth of 6” or as directed by the ENGINEER by scarifying, pulverizing and compacting the material to the required density indicated on the construction plans. Subgrade shall be constructed to the lines and grades as required by the construction plans, in accordance with the appropriate details and specifications. Subgrade treatment shall be provided under all proposed asphalt base layer, median pavement, curbs, concrete valley gutters and HMAC pavement unless noted or otherwise approved by the ENGINEER, and shall extend to a point at least one-foot behind the back of curb. After subgrade treatment and shaping is complete, CONTRACTOR shall maintain the proper moisture content in the subgrade to prevent drying and cracking, until covered by paving material. An application of emulsified asphalt curing sealant shall be applied, after final rolling, at a rate of 0.2 gallons per square yard in accordance with TXDOT Item 314, “Emulsified Asphalt Treatment”. Subgrade treatment and emulsified asphalt treatment, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of asphalt pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-125 – 11” Reinforced Concrete Street Pavement (No. 6 Bars 18” O.C.E.W.): Pay Item No. C-126 – 11” Reinforced Concrete Driveway Pavement (No. 3 Bars 18” O.C.E.W.): This work includes the construction of the specified thickness of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class “C” concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All curb within the construction plans shall be a 6” monolithic curb. No separate payment shall be made for the integral curb, it is subsidiary to this pay item. Any street headers and butt joints shall also be constructed subsidiary to this pay item. The concrete shall be doweled into the existing pavement and reinforced in accordance with the City of Coppell Standard Construction Details. The CONTRACTOR shall use a slip form paving machine and vibrate all concrete during the pour by a method approved by the ENGINEER. The CONTRACTOR is responsible for making sample concrete cylinders at a cycle determined by the 5-36 Description of Pay Items ENGINEER for testing purposes. No sand level up course will be allowed under any paving. The paving shall be a baker broom finish and shall be cured with a highway white curing compound applied per the manufacturer’s recommendations. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 18 feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Concrete street headers shall be constructed at the locations shown on the plans or as directed by the ENGINEER, including but not limited to, street headers at railroad crossings. Concrete street headers will not be measured or paid for separately, but shall be subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-127 – 11” Reinforced Stamped Concrete Pavement: Pay Item No. C-128 – 6” Reinforced Stamped Concrete in Medians: This work includes the construction of reinforced stamped concrete pavement at locations shown in the plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications listed in the City of Coppell Standard Construction Details (Details 2130 & 2190). Stamped concrete that is to be constructed in the medians shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,000 psi at 28 days. Stamped concrete used within the roadway and driveways for crosswalks for this project shall be Class “C” concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted in either case. The CONTRACTOR shall vibrate all concrete during the pour by a method approved by the ENGINEER. The CONTRACTOR is responsible for making 5-37 Description of Pay Items sample concrete cylinders at a cycle determined by the ENGINEER for testing purposes. No sand level up course will be allowed under any paving. Color shall be Red Clay – Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray – Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of the specifications and a test section that demonstrates the ability to match color and pattern. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 18 feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Joint sealant shall match color of concrete where appropriate or as directed by ENGINEER. Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-129 – 10’ Wide Hike / Bike Trail - 6” Reinforced Concrete: Pay Item No. C-130 – 4” Reinforced Concrete Sidewalk (All Widths): This work includes construction of the 10’ wide concrete trails and concrete sidewalks at the locations shown in the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including City of Coppell Standard Detail 2170. All concrete used for the sidewalks and trails shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All sidewalk and trail construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. Any sidewalk or trail found to be 5-38 Description of Pay Items in noncompliance shall be removed and brought to compliance at the CONTRACTOR’s sole expense. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the sidewalk or trail to rejection. The CONTRACTOR will be required to replace the sidewalk or trail at the sole expense of the CONTRACTOR. All joints shall be placed in accordance with City of Coppell Standard Detail 2170. All joints shall be sealed with silicone joint sealant. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Measurement and payment for reinforced concrete trail and concrete sidewalk work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square foot (SF) in accordance with NCTCOG Item 305.2, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-131 – TxDOT Type 2 Pedestrian Ramp: Pay Item No. C-132 – TxDOT Type 3 Pedestrian Ramp: Pay Item No. C-133 – TxDOT Type 7 Pedestrian Ramp: This work includes the construction of pedestrian ramps at locations shown in the construction plans or as determined by the ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 531. All concrete used for barrier free ramp construction shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All pedestrian ramps are based on the Texas Department of Transportation’s Design Division Standards for Pedestrian Facilities: Curb Ramps (Detail PED- 12A). All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope, correct width, correct texture, and correct color differentiation (i.e. staining to the finished ramp). The ENGINEER shall verify each ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and brought to compliance at the CONTRACTOR’s sole expense. 5-39 Description of Pay Items Measurement and payment for construction of barrier free ramps and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-134 – Modular Block Retaining Wall: This work includes the furnishing and installing of Pavestone Anchor Diamond Pro Stone Cut Retaining Wall, Large, or approved equal, segmental retaining wall systems at the locations shown in the plans or as established by the ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 423, including the Technical Specifications and those of the manufacturer. The CONTRACTOR shall submit shop drawings, product data, material samples and a manufacturer’s approved design for the proposed segmental retaining wall to the ENGINEER for approval, prior to beginning construction in accordance with these contract documents. CONTRACTOR shall provide OWNER with color palette and face options prior to beginning construction for approval. Measurement and payment for segmental retaining wall work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square foot (SF) of block actually installed, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-135 – Concrete Retaining Wall Integral with Sidewalk or Trail (Cast-in-Place): This work includes the construction of cast-in-place concrete retaining walls at the locations shown in the plans or as established by the ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 423 and City of Coppell Standard Detail 2180. The cast-in-place walls shall include the wall veener and cap as shown on Sheet C-63 of the construction plans and all additional appurtenances and incidentals necessary. Measurement and payment for cast-in-place concrete retaining wall work performed shall be made on the basis of the price bid per square foot (SF) of the wall. The price shall include the sidewalk or trail in front of the wall, which is a part of the base of the wall and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-40 Description of Pay Items Pay Item No. C-136 – TxDOT Type E Pedestrian Handrail: This item includes the furnishing and installation of TxDOT Type E Pedestrian Handrail in all areas shown on the construction plans or as determined by the ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 450. All handrail construction shall be in accordance with the construction plans and should follow the Texas Department of Transportation’s Design Division Standards for Pedestrian Handrails: Type E (Detail PRD-13). Pedestrian handrail shall be black powder coated. Black powder coating of the handrail will not be paid for separately and shall be considered subsidiary to this pay item. This work also includes the installation of four (4) pedestrian swing gates at the railroad crossing as shown on the plans. This includes any incidentals required for the proper installation and operation of the emergency pedestrian swing gates. Pedestrian railing located on bridge is not covered in this pay item will be included in the Bridge pay items. Measurement and payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-137 – TxDOT Metal Beam Guard Fence: This work includes the furnishing and installation of TxDOT Metal Beam Guard Fence as indicated on the construction plans or as determined by the ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 540. All metal beam guard fence construction shall be in accordance with the construction plans and should follow the Texas Department of Transportation’s Design Division Standards for Metal Beam Guard Fence (Detail MBGF-11) and Metal Beam Guard Fence Short Radius (Detail MBGF(SR)-11). Measurement and payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-138 – Metal Beam Guard Fence Transition: This work includes the furnishing and installation of TxDOT Metal Beam Guard Fence Transitions as indicated on the construction plans or as determined by the 5-41 Description of Pay Items ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 540. All metal beam guard fence transitions shall be constructed in accordance with the construction plans and should follow the Texas Department of Transportation’s Design Division Standards for Metal Beam Guard Fence Applications to Rigid Rails (Detail BED(28)-11). Connections to bridge rail shall be made per Detail A on TXDOT Detail BED(28)-1. Measurement and payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-139 – Metal Beam Guard Fence End Treatment: This item includes the furnishing and installation of TxDOT Metal Beam Guard Fence End Treatments as indicated on the construction plans or as determined by the ENGINEER, in accordance with TxDOT’s Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 540. All metal beam guard fence end treatments shall be constructed in accordance with the construction plans and should follow the Texas Department of Transportation’s Design Division Standards for Metal Beam Guard Fence (Detail MBGF-11). This work includes terminal anchor sections. Measurement and payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-140 – Gabion Baskets: This item includes the furnishing and installation of gabion baskets in all areas designated in the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. This item will require draining of the existing pond. Contractor shall coordinate with the OWNER to notify the affected property owner. All equipment needed for pumping and draining the existing pond shall be included in this bid item. All Gabion construction shall be in accordance with the construction plans, “Standard Specifications for Construction of Highways, Streets and Bridges”, 2004 Edition by the Texas Department of Transportation (TxDOT) Item 459, and Standard Construction Specifications of the City of Coppell. 5-42 Description of Pay Items Measurement and payment for work performed and materials furnished, completed and in place, as provided herein, shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-141 – Tree Root Barrier: This work includes the furnishing and installation of Tree Root Barriers at locations indicated on the construction plans or as directed by the ENGINEER. Installation of the Tree Root Barriers shall be performed per the detail shown in the construction plans and per the Manufacturer’s recommended installation procedure. Any proposed curb or existing curb to remain that is damaged with the installation of the tree root barrier shall be removed and replaced at the CONTRACTOR’s sole expense. No separate pay shall be given for replacement of damaged curb during tree root barrier installation. Measurement and payment for work performed and materials related to the installation of the tree root barriers shall be made on the basis of price bid per linear foot (LF) of tree root barrier installed and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-142 – Restore Irrigation System: This work includes repairing, replacing reconstructed and/or modifying any existing irrigation system or system component within the limits of the work area that is damaged or whose function/operation is adversely impacted by the construction of the proposed improvements, in a manner satisfactory to the adjacent property owners to whom they belong, and the ENGINEER. This work includes repairing or replacing any damaged pipes, sprinkler heads or other system components (i.e., valves, controllers, valve boxes, etc.), as well as adding additional lines and/or heads necessary to properly irrigate landscape or turf areas that are adjusted, modified, or reconfigured as a result of this project. All irrigation work must be performed by a licensed irrigator (CONTRACTOR must submit documentation/qualifications to OWNER prior to work being performed). All existing irrigation systems will be assumed to be in good condition and fully operational unless the CONTRACTOR has inspected, noted and documented some specific damage to a system that exists, prior to construction beginning. CONTRACTOR shall contact adjacent property owners and/or system owners/operators prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components, and to identify and document any existing damage. CONTRACTOR will be required to submit an affidavit to the ENGINEER documenting meeting with property owners/irrigation system owners/operators, documentation of condition/operational status of each system and description of any deficiencies in systems (i.e. entire system not working, zone not working, broken heads, leaks, 5-43 Description of Pay Items etc.). CONTRACTOR will be required to fix any pre-existing problems with irrigation systems within the limits of the work area not documented prior to construction. CONTRACTOR shall be responsible for ensuring irrigation systems within the limits of the work area remain operational throughout construction. All repairs should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from a lack of water during construction because of damage to irrigation systems or irrigation systems that become inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact number and location of sprinkler heads, valves, controllers, etc. on this project is unknown. The CONTRACTOR is, therefore, advised to visit the project site for themselves and make their own determination of where existing irrigation systems may be located and to what extent those systems and system components may be damaged or impacted during construction. Measurement and payment for work performed and materials furnished related to the repair, replacement and/or modification of existing irrigation systems, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including replacing any sod, trees or landscaping damaged during the course of construction due to the lack of adequate watering or the inability to properly operate an existing irrigation system resulting from the construction. Pay Item No. C-143 – Restore Parkways & Disturbed Areas: This work does not include landscape/irrigation within medians. Landscape improvements in medians is included in separate landscape/irrigation pay items. This item includes all work, materials and incidentals necessary to restore parkways, yards or other areas that are disturbed to an equal or better condition than prior to construction, in accordance with the appropriate details and specifications, including NCTCOG Items 202.2, 202.3, 202.4, 202.5, 202.6 & 202.7. Disturbed areas along the length of the project shall be fine graded and cut to receive sod. Topsoil shall be placed in low areas to bring them to grade. Unless directed otherwise by the ENGINEER, block sod matching the species (minimum of Bermuda sod) that existed prior to construction and/or the species adjacent to the disturbed area shall be placed in all disturbed areas where improved lawn or established turf existed prior to construction. The CONTRACTOR will be required to water, fertilize, mow and otherwise maintain restored areas to establish healthy growth, even distribution of vegetation and full coverage over the entire restored area. The CONTRACTOR shall also maintain and protect these areas from damage and repair any damage that occurs, until completion and final acceptance of the project by the OWNER. 5-44 Description of Pay Items Any restoration to existing landscape improvements, landscape beds, gravel rock beds, and/or any other existing improvement removed or relocated during the course of construction are not included in this pay item and shall be covered in the ‘Restore Landscape Beds’ pay item. Measurement and payment for parkway and disturbed area restoration work performed and materials furnished complete and in place as provided herein shall be made on the basis of the price bid per roadway station (STA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including watering, fertilizing, mowing and maintenance of the restored areas. Payment shall be made based on the quantity shown in the bid proposal, regardless if the amount installed in order to sod all disturbed areas exceeds the bid quantity. No more than 75% of this item will be paid until 100% turf coverage has been established in all sodded areas, to the satisfaction of the ENGINEER. Pay Item No. C-144 – Restore Landscape Beds: This work does not include grass within the medians. Landscape improvements in medians will be included in separate landscape/irrigation pay items. This work includes the removal and resetting of any existing landscape improvements, landscape beds, gravel rock beds, and/or any other existing improvement located within the parkway that is removed or relocated during the course of construction and shall be replaced wi th like kind or better as a part of this pay item. It shall be the CONTRACTOR’s responsibility to accurately and effectively document and inventory existing landscape improvements to be removed prior to the commencement of construction. Failure to adequate ly document existing conditions may result in CONTRACTOR being required to make additional improvements to the satisfaction of the property owner. Restoration of landscape improvements shall be in compliance with pre - construction landscape inventory noted in the construction plans. CONTRACTOR shall only use new materials for this pay item, salvaged items are not permitted. Restored rock beds shall match the existing stones as much as practical. The CONTRACTOR shall notify each property OWNER after completion of the restoration work for acceptance. Additionally, any area or landscape drainage pipe discovered shall be run to the back of curb and turned up for outfall utilizing a pop -up cover. All pipes shall be HDPE or Schedule 20 PVC pipe to match existing pipe and size. All extensions and modifications to existing private drainage systems shall be coordinated with the property owner. This is a “Plans Quantity” item and will not be measured unless there are revisions to the scope of work. Measurement and payment for landscape bed restoration work performed and materials furnished complete and in place as provided herein shall be made on the basis of the price bid per square foot (SF) and shall be total 5-45 Description of Pay Items compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. No more than 50% of this item will be paid until landscape beds are restored to the satisfaction of the ENGINEER. Pay Item No. C-145 – Street Signs: This work consists of the furnishing and installation of standard roadway signage at the locations shown in the construction plan set and as specified by the ENGINEER. All signs shall be manufactured and mounted in accordance with City of Coppell Standard Detail 2330 and Texas MUTCD guidelines. All sign posts and mounting hardware shall be black powder coated. Measurement and payment for furnishing and installation of the miscellaneous Street Signs shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing and/or operating all equipment, labor, materials and tools necessary to complete the work. Pay Item No. C-146 – Railroad Crossing Signage, Striping & Markings: Railroad Crossing Signage Striping & Markings – This work includes the furnishing and installation of permanent signs and thermoplastic striping and markings for railroad crossings as indicated on the construction plans, or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including Item 666 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and TxDOT Standard Details RCD(1)-16 and RCD(2)16. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing thermoplastic striping that is not in alignment or sequence. This work also consists of the furnishing and installation of roadway and pedestrian signage for the railroad crossing as shown in the construction plan set and as specified by the ENGINEER and TxDOT standards. This work includes special pedestrian signage for the emergency swing gates at the railroad crossing as shown on the plans. All signs shall be manufactured and mounted in accordance with City of Coppell Standard Detail 2330 and Texas MUTCD guidelines. All sign posts and mounting hardware shall be black powder coated. Additionally, this work includes the installation of pedestrian detectable warnings as shown on the plans. Detectable warnings shall conform to City of Coppell standards (Detail 2185), T.A.S., and A.D.A. requirements and specifications. Measurement and payment for Railroad Crossing Signage, Striping & Markings work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-46 Description of Pay Items Pay Item No. C-147 – Pavement Striping & Markings: This work includes the furnishing and installation of permanent thermoplastic markings, including but not limited to all turn lane markings and stop bar striping as indicated on the construction plans or as directed by the ENGINEER, in accordance with the TxDOT 2004 Standard Specifications for Construction and Maintenance of Highways Streets and Bridges Item 666, City of Coppell standards and Texas MUTCD guidelines. This pay item does not cover striping and markings at railroad crossings which are covered in the “Railroad Crossing Striping & Markings” pay item. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing thermoplastic striping that is not in alignment or sequence. Measurement and payment for Pavement Striping & Marking work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per station (STA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-148 – Traffic Buttons: This work includes the furnishing, installation and placement of all permanent traffic control devices, including traffic buttons (raised pavement markers), for traffic delineation, as shown in the construction plans, or as determined by the ENGINEER, in accordance with the appropriate details and specifications, including Item 672 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. 3M Raised Pavement Markers or approved equal shall be used, unless directed otherwise by the ENGINEER. A flexible bituminous adhesive that meets TXDOT Material Specification DMS-6130 shall be used to adhere all traffic buttons to pavement surface. Surface preparation, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. This work also includes the removal (and replacement, if necessary) of any existing buttons that are not in alignment or sequence. Manufacturer’s recommendations for use of the epoxy adhesive shall be carefully followed. Measurement and payment for Traffic Button work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-149 – Post-Project Video Survey: This pay item shall consist of the CONTRACTOR acquiring video documentation of the project conditions at the completio n of the proposed improvements. The CONTRACTOR shall submit the post-project video to the OWNER prior to 5-47 Description of Pay Items submission of the final application for payment. Video shall include audio narrative describing condition of new and existing improvements, with special attention being given to the condition of private improvements on adjacent properties. Failure to document existing damaged improvements may result in CONTRACTOR being required to repair/replace such items. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. C-150a – 8” Lime Stabilized Subgrade: This work includes treatment of the top 8” of subgrade by pulverization, addition of lime, mixing and compacting of the mixed material to the required density indicated on the construction plans. Subgrade shall be constructed to the lines and grades as required by the construction plans, in accordance with the appropriate details and specifications, including Item 260 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Lime treatment shall be provided under all proposed concrete pavement, median pavement, curbs, concrete valley gutters and HMAC pavement unless noted otherwise or approved otherwise by the ENGINEER, and shall extend to a point at least one-foot behind the back of curb. After subgrade treatment and shaping is complete, CONTRACTOR shall maintain the proper moisture content in the subgrade to prevent drying and cracking, until covered by paving material. Prior to construction, the Testing Lab shall perform a lime series test to confirm the rate of lime per square yard. Series test shall be submitted to the ENGINEER for approval. The CONTRACTOR shall be responsible for coordinating the lime series testing with the Testing Lab and providing the results to the OWNER. Measurement and Payment for work performed and materials furnished related to lime subgrade treatment, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance Items 260.5 & 260.6 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-151a – Lime for Stabilized Subgrade (40 LB / SY): This work includes the furnishing of the lime material to be used for lime subgrade treatment, in accordance with the appropriate specifications. All lime shall be placed in accordance with Item 260 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Lime to be used for this project shall be placed at a rate of 40 pounds per square yard and in SLURRY FORM, unless approved otherwise by the ENGINEER. 5-48 Description of Pay Items Prior to construction, the Testing Lab shall perform a lime series test to confirm the rate of lime per square yard. Series test shall be submitted to the ENGINEER for approval. The CONTRACTOR shall be responsible for coordinating the lime series testing with the Testing Lab and providing the results to the OWNER. Measurement and Payment for work performed and materials furnished related to lime material for subgrade treatment, as provided herein, shall be made on the basis of the price bid per ton (TON) in accordance with Items 260.5 & 260.6 in TxDOT’s 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-152a – 11” Reinforced Concrete Street Pavement (No. 4 Bars 18” O.C.E.W.): Pay Item No. C-153a – 11” Reinforced Concrete Driveway Pavement (No. 3 Bars 18” O.C.E.W.): This work includes the construction of the specified thickness of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class “C” concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All curb within the construction plans shall be a 6” monolithic curb. No separate payment shall be made for the integral curb, it is subsidiary to this pay item. Any street headers and butt joints shall also be constructed subsidiary to this pay item. The concrete shall be doweled into the existing pavement and reinforced in accordance with the City of Coppell Standard Construction Details. The CONTRACTOR shall use a slip form paving machine and vibrate all concrete during the pour by a method approved by the ENGINEER. The CONTRACTOR is responsible for making sample concrete cylinders at a cycle determined by the ENGINEER for testing purposes. No sand level up course will be allowed under any paving. The paving shall be a baker broom finish and shall be cured with a highway white curing compound applied per the manufacturer’s recommendations. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 18 feet intervals) or as indicated in the construction plans. 5-49 Description of Pay Items All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Concrete street headers shall be constructed at the locations shown on the plans or as directed by the ENGINEER, including but not limited to, street headers at railroad crossings. Concrete street headers will not be measured or paid for separately, but shall be subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-154a – 11” Reinforced Stamped Concrete Pavement: This work includes the construction of reinforced stamped concrete pavement at locations shown in the plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications listed in the City of Coppell Standard Construction Details (Details 2130 & 2190). Stamped concrete that is to be constructed in the medians shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,000 psi at 28 days. Stamped concrete used within the roadway and driveways for crosswalks for this project shall be Class “C” concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted in either case. The CONTRACTOR shall vibrate all concrete during the pour by a method approved by the ENGINEER. The CONTRACTOR is responsible for making sample concrete cylinders at a cycle determined by the ENGINEER for testing purposes. No sand level up course will be allowed under any paving. Color shall be Red Clay – Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray – Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of the specifications and a test section that demonstrates the ability to match color and pattern. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so that some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance 5-50 Description of Pay Items with these requirements and those in Item 303.5.4.3 will subject the slab to rejection and the CONTRACTOR will be required to replace the slab at the sole expense of the CONTRACTOR. All joints shall be placed at 15 feet intervals (maximum of 18 feet intervals) or as indicated in the construction plans. All joints shall be sealed with silicone joint sealant prior to opening the road to traffic. CONTRACTOR shall remove debris from joints using compressed air prior to sealing joints. Joint sealant shall match color of concrete where appropriate, as directed by ENGINEER. Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. C-155a – Portable Changeable Message Sign: This work includes providing “full matrix” type portable changeable message (PCMS) signs. Contractor shall furnish four (4) additional PCMS for the duration of the project. These are in addition to the PCMS required in the “Furnish, Install and Maintain Temporary Traffic Control Devices and Detours” pay item. The PCMS shall be furnished with pre-installed cellular modems (Raven PinPoint XT or approved equal) to allow for remote communications with the PCMS. Wireless cellular service for each PCMS shall be provided by the contractor and include a data plan allowing for up to 5 gigabytes of data per month. The signs must be compliant with the National Transportation Communications for ITS Protocol (NTCIP) V2. All modems must be labeled with the IP address of the modem. Contractor shall furnish login credentials for both the sign and the modem to the City of Coppell. PCMS are anticipated to be operational every day and will not be available for contractor use for other purposes. Locations for PCMS shall be determined by OWNER and moved up to twice per month by the contractor. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all appurtenances, materials, tools, equipment, labor, and any other incidentals necessary. Pay Item B-1 through B-14 – Bridge Items: This work includes the construction of the Freeport Parkway Bridge located between Station 22+94 and Station 26+09 on Freeport Parkway. All bridge construction shall be in accordance with the construction plans, “Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges”, 2014 Edition by the Department of Transportation (TxDOT) and Standard Construction Specifications by the City of Coppell. 5-51 Description of Pay Items Measurement and payment for work performed shall b e in accordance to the TxDOT Specifications. Pay Item No. L-1, Concrete Mowstrip: This work includes the construction of concrete mowstrips between plant beds and grass areas per E/L1.9. Pay Item No. L-2, Dry Riverbed Oklahoma Flagstone: This work includes the construction of a “Dry River Bed”, or 3” Oklahoma flagstone installed on 1” sand setting base, over a 4” bed of compacted Flexbase material, per G/L1.9. Pay Item No. L-3, Dry Riverbed Stacked, Chopped Lueders Edge: This work includes the construction of two courses of mortared Lueders limestone, descending in size, setting on the Dry Riverbed Oklahoma Flagstone, per G/L1.9. Pay Item No. L-4, Boulder Type “A”: This work includes the setting a Boulder Type “A” (24”L x 14”W x 18”H) on top of the Dry Riverbed Oklahoma flagstone, per G/L1.9. Pay Item No. L-5, Boulder Type “B”: This work includes the setting a Boulder Type “B” (18”L x 12”W x 14”H) on top of the Dry Riverbed Oklahoma flagstone, per G/L1.9. Pay Item No. L-6, Boulder Type “C”: This work includes the setting a Boulder Type “C” (10”L x 12”W x 20”H) on top of the Dry Riverbed Oklahoma flagstone, per G/L1.9. Pay Item No. L-7, Boulder Type “D”: This work includes the setting a Boulder Type “D” (12”L x 14”W x 18”H) on top of the Dry Riverbed Oklahoma flagstone, per G/L1.9. Pay Item No. L-8, 6” Reinforced Stamped Concrete in Medians: (This Pay Item Description is the same as C-114) This work includes the construction of reinforced stamped concrete pavement at locations shown in the plans or as determined by the ENGINEER, in accordance with the appropriate details and specifications listed in the City of Coppell Standard Construction Details (Details 2130 & 2190). Stamped concrete that is to be constructed in the medians shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,000 psi at 28 days. Stamped concrete used within the roadway and driveways for crosswalks for this project shall be Class “C” concrete with a minimum cement 5-52 Description of Pay Items content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted in either case. The CONTRACTOR shall vibrate all concrete during the pour by a method approved by the ENGINEER. The CONTRACTOR is responsible for making sample concrete cylinders at a cycle determined by the ENGINEER for testing purposes. No sand level up course will be allowed under any paving. Color shall be Red Clay – Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). Any gray stamped concrete shall be Gunmetal Gray – Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of the specifications and a test section that demonstrates the ability to match color and pattern. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so the some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be typically spaced 15 feet (a maximum of 18 feet) apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Joint sealant shall match color of concrete where appropriate, as directed by ENGINEER. Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item Nos. L-9 to L-29, General Notes: Pay items L-9 through L-29 shall include furnishing, installing and planting of landscaping improvements as shown in the construction plans in accordance with applicable items in the NCTCOG standard specifications, the Technical Specifications included in these construction documents, or as specif ied by the OWNER. All trees shall be minimum 4 inches caliper of trunk measured 6 inches above grade level. Tree root barriers shall be installed for all proposed trees at back of curb. Trees shall be nursery grown, well formed, balled and burlapped with natural balls of earth of sufficient diameter and depth to encompass the fibrous 5-53 Description of Pay Items and feeding root system necessary for full recove ry of the tree. Planting shall be in accordance with the City of Coppell standards and accepted landscaping practices. Any trees that are removed or installed by the CONTRACTOR that have not been specified in the construction plans or approved prior to i nstallation by the OWNER will not be paid. Any existing or newly installed trees that are damaged during construction activities shall be replaced in accordance with the above specifications at the CONTRACTOR’s expense. The CONTRACTOR shall maintain the replacement tree for a three (3) month establishment period following planting. Trees which do not, in the judgment of the OWNER’s Project Representative, become established during the establishment period shall be replaced at the CONTRACTOR’s cost. The CONTRACTOR agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. The Warranty Period from Date of Substantial Completion is: 1. Trees, Shrubs, Vines, and Ornamental Grasses: T wenty-four (24) months. 2. Ground Covers, Biennials, Perennials, and Other Plants: Twenty- four (24) months. 3. Annual: Two (2) months. Measurement and payment for work performed and materials furnished related to the installation of landscaping shall be in accordance with the bid proposal form and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work in place and accepted. Pay Item No. L-9, Allee Elm: This work includes the planting and guaranteeing of the 100 Gallon Allee Elm. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-10, Chinkapin Oak: This work includes the planting and guaranteeing of the 100 Gallon Chinkapin Oak. Plant size to be per the Legend, and planting method to be per the specifications Pay Item No. L-11, Crape Myrtle ‘Red Rocket’: This work includes the planting and guaranteeing of the 30 Gallon Crape Myrtle ‘Red Rocket’. Plant size to be per the Legend, and plant ing method to be per the specifications. 5-54 Description of Pay Items Pay Item No. L-12, Texas Redbud: This work includes the planting and guaranteeing of the 30 Gallon Texas Redbud. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-13, Texas Sage ‘Thunder Cloud’: This work includes the planting and guaranteeing of the 5 Gallon Texas Sage ‘Thunder Cloud’. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-14, Abelia ‘Canyon Creek’: This work includes the planting and guaranteeing of the 5 Gallon Abelia ‘Canyon Creek’. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-15, Rosemary ‘Tuscan Blue’: This work includes the planting and guaranteeing of the 5 Gallon Rosemary ‘Tuscan Blue’. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-16, Softleaf Yucca: This work includes the planting and guaranteeing of the 5 Gallon Softleaf Yucca. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-17, White Cloud Muhly: This work includes the planting and guaranteeing of the 3 Gallon White Cloud Muhly. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-18, Mexican Feather Grass: This work includes the planting and guaranteeing of the 3 Gallon Mexican Feather Grass. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-19, Gulf Muhly ‘Regal Mist’: This work includes the planting and guaranteeing of the 3 Gallon Gulf Muhly ‘Regal Mist’. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-20, Red Yucca: This work includes the planting and guaranteeing of the 3 Gallon Red Yucca. Plant size to be per the Legend, and planting method to be per the specifications. 5-55 Description of Pay Items Pay Item No. L-21, Russian Sage: This work includes the planting and guaranteeing of the 1 Gallon Russian S age. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-22, Autumn Sage: This work includes the planting and guaranteeing of the 1 Gallon Autumn Sage. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-23, Mexican Bush Sage: This work includes the planting and guaranteeing of the 1 Gallon Mexican Bush Sage. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-24, ‘Blonde Ambition’ Blue Granma: This work includes the planting and guaranteeing of the 1 Gallon ‘Blonde Ambition’ Blue Gramma’. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-25, Blackeyed Susan: This work includes the planting and guaranteeing of the 1 Gallon Blackeyed Susan. Plant size to be per the Legend, and planting metho d to be per the specifications. Pay Item No. L-26, Pink Skullcap: This work includes the planting and guaranteeing of the 1 Gallon Pink Skullcap. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-27, Fall Aster: This work includes the planting and guaranteeing of the 1 Gallon Fall Aster. Plant size to be per the Legend, and planting method to be per the specifications. Pay Item No. L-28, Solid Sod Buffalo Grass: This work includes the planting and guaranteeing of Solid Sod Buffalo Grass as shown in the Medians. Plant per the specifications. Pay Item No. L-29, Solid Sod Bermudagrass: This work includes the planting and guaranteeing of Solid Sod Bermudagrass to repair any damaged or re-graded beds in the Parkways. Plant sod per the specifications. Pay Item No. L-30, Decomposed Granite: This work includes the installation of a 4” thick layer of Decomposed Granite, on top of a layer of filter fabric, and over a compacted subgrade, per F/L1.9 5-56 Description of Pay Items Pay Item No. L-31, Bed Preparation and Top Mulch: This work includes the tilling/preparing of planting beds with 6” Bed Mix - per the planting specifications, and subsequent top dressing with a 2” layer of mulch upon completion of the planting. Pay Item No. L-32, Mulch Band: This work includes the installation of a band of Mulch at the back of the curb in areas of the medians as shown the drawings, to provide a buffer between the plant material and the curb. The band is approx. 1’ in width. Use double ground mulch per the specifications. Pay Item No. L-33, Fertilizers: This work includes the installation of the various fertilize rs for the grass, shrubs, and trees. Apply at the rates for each planting item as called in the specifications. Pay Item No. L-34, Prune Branches to 8’ on Existing Trees: This work includes the pruning of the existing trees of the corridor that overhang the new city sidewalks in the ROW. Trees should be pruned to an 8’ clear height. Pruning will be Class One, per the specifications. Pay Item No. L-35, Adjust Existing Low Retaining wall and Repair Existing Landscape Bed: This work includes the straightening of the arced section of existing retaining wall to match the walk alignment, repair of existing planting bed, planting of new shrubs and groundcovers, and modification of, and repair as needed, of the existing irrigation system. Install to be per the specifications for its associated area of work. Pay Item No. L-36 Permanent Irrigation System: This work includes the furnishing and installing of the permanent irrigation systems (work performed primarily in the medians) as shown in the construction plans in accordance with applicable items in the NCTCOG standard specifications, the Technical Specification included in these construction documents, or as specified by the Owner for the project. Measurement and payment for work performed and materia ls furnished related to the installation of irrigation systems shall be in accordance with the bid proposal form and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work in place and accepted. Pay Item No. L-37 Temporary Irrigation System: This work includes the furnishing and installing of the temporary irrigation systems (work performed primarily in the right -of-ways) as shown in the 5-57 Description of Pay Items construction plans in accordance with applicable items in the NCTCOG standard specifications, the Technical Specification included in these construction documents, or as specified by the Owner for the project. Measurement and payment for work performed and materials furnished related to the installation of irrigation systems shall be in accordance with the bid proposal form and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work in place and accepted. Pay Item No. T-1 – Drill Shaft (Roadway Illumination Pole) (24 in): This work shall include the furnishing and installation of roadway light foundations as indicated in the plans. All work shall be in accordance with the appropriate details and specifications, including It em 416 in TxDOT's 2004 Standard Specifications for Construction and Maintenance o f Highways, Streets and Bridges, and ONCOR Standard Details, and Inspection. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. T-2 – Bridge Banner Pole Assembly: This work shall include furnishing and installation of Bridge Banner pole assemblies as indicated in the plans. Said poles shall be installed in accordance with City of Coppell standards and the manufacturer’s specifications. Measurement and Payment shall be made on the basis of the bid price per each (EA) complete pole assembly of the type specified and shall be the total compensation for furnishing all labor, materials, equipment, and incidentals necessary to complete the work Pay Item No. T-3 – Bridge Illumination Pole: This work shall include furnishing and installation of Bridge Illumi nation and/or Banner poles as indicated in the plans. Said poles shall be installed in accordance with City of Coppell standards and the manufacturer’s specifications. Measurement and Payment shall be made on the basis of the bid price per each (EA) complete pole assembly of the type specified and shall be the total compensation for furnishing all labor, materials, equipment, and incidentals necessary to complete the work. 5-58 Description of Pay Items Pay Item No. T-4 – Antique Luminaire – Type ZP26A: This work shall include furnishing, installing, energizing, and testing luminaire as indicated in the plans or specifications. Said luminaire shall be in accordance with City of Coppell standards and the manufacturer’s specifications. Measurement and Payment shall be made on the basi s of the bid price per each (EA) complete luminaire assembly of the type specified and shall be the total compensation for furnishing all labor, materials, equipment, and incidentals necessary to complete the work. Pay Item No. T-5 – Install Roadway Illumination Assembly (LED): This work shall include furnishing and installation of Roadway Illumination Assemblies (LED) as indicated in the plans. Said assemblies shall include all necessary poles, arms, light fixtures, luminaires, and connections as shown in plans and shall be installed in accordance with City of Coppell standards and the manufacturer’s specifications. Measurement and Payment shall be made on the basis of the bid price per each (EA) complete pole assembly of the type specified and shall be the total compensation for furnishing all labor, materials, equipment, and incidentals necessary to complete the work. Pay Item No. T-6 – 2” PVC Schedule 40 Conduit (Bore): Pay Item No. T-7 – 2” PVC Schedule 40 Conduit (Bridge): Pay Item No. T-8 – 2” PVC Schedule 40 Conduit (Trench): This work shall include the furnishing and installation of 2” Schedule 40 PVC conduit (Bore, Bridge, Trench) in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing (1) conduit; by jacking, boring, tunneling, excavating, or mounting on structure; furnishing and placing backfill; furnishing and installing mounting brackets; furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. T-9 – Type ‘A’ Ground Box: This work shall include the furnishing and installation of ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and appropriate TxDOT standard details. 5-59 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. T-10 – 1 Conductor #8 Gauge Bare Wire: This work shall include the furnishing and installation of 1C #8 gauge bare wire in multiple locations of the project in accordance with City of Coppell standar ds and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishin g all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. T-11 – 1 Conductor #8 XHHW Wire – Insulated: This work shall include the furnishing and installation of 1C #8 Gauge XHHW Insulated wire in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. T-12 – Power Service and Pedestal Equipment: This work shall include the furnishing and installation of power service and pedestal equipment in accordance with City of Coppell standards and specification "Power Service and Service Equipment and General System Wiring Procedures", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-1 – Drill Shaft (Traffic Signal Pole) (36”): Pay Item No. TS-2 – Drill Shaft (Traffic Signal Pole) (48”): This work shall include the furnishing and installation of traffic signal pole foundations as indicated in the plans. All work shall be in accordance with the appropriate details and specifications, including Item 416 in T xDOT's 2014 Standard Specifications for Construction and Maintenance o f Highways, Streets and Bridges, and ONCOR Standard Details, and Inspection. 5-60 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-3 – 2” PVC Schedule 40 Conduit (Trench): Pay Item No. TS-4 – 3” PVC Schedule 40 Conduit (Trench): Pay Item No. TS-5 – 4” PVC Schedule 40 Conduit (Trench): Pay Item No. TS-6 – 4” PVC Schedule 40 Conduit (Bore): This work shall include the furnishing and installation of 2” Schedule 40 PVC (Trench), 3” Schedule 40 PVC conduit (Trench), 4” Schedule 40 PVC (Trench), and 4” Schedule 40 PVC conduit (Bore) in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing and installing (1) conduit; by jacking, boring, tunneling, excavating, or mounting on structure; furnishing and placing backfill; furnishing and installing mounting brackets; furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-7 – 1 Conductor #8 Gauge XHHW Wire: Pay Item No. TS-8 – 1 Conductor #6 Gauge Bare Wire: Pay Item No. TS-9 – 1 Conductor #6 Gauge XHHW Wire: This work shall include the furnishing and installation of 1C #8 gauge insulated wire, 1C #6 gauge bare wire, and 1C #6 gauge insulated wire in multiple locations of the project in accordance with City of Coppell standard s and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-10 – Type ‘C’ Ground Box w/Apron: This work shall include the furnishing and installation of ground boxes in accordance with City of Coppell standards and specification "Underground Traffic Signal Requirements; Conduit, Ground Boxes, Concrete Cabinet Foundations, and Installation Procedures", and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 5-61 Description of Pay Items Pay Item No. TS-11 – Power Service and Pedestal Equipment: This work shall include the furnishing and installation o f power service and pedestal equipment in accordance with City of Coppell standards and specification "Power Service and Service Equipment and General System Wiring Procedures", and NCTCOG standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-12 – Installing Highway Traffic Signals: Pay Item No. TS-13 – Removing Traffic Signals: This work shall include the furnishing and installation of all equipment necessary to make the traffic signal fully operational as well as removing existing equipment that is to be replaced as part of this signal modification in accordance with TxDOT Bid Item 680 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-14 – Vehicle Signal Section (12”) (LED) (Green): Pay Item No. TS-15 – Vehicle Signal Section (12”) (LED) (Green Arrow): Pay Item No. TS-16 – Vehicle Signal Section (12”) (LED) (Yellow): Pay Item No. TS-17 – Vehicle Signal Section (12”) (LED) (Yellow Arrow): Pay Item No. TS-18 – Vehicle Signal Section (12”) (LED) (Red): Pay Item No. TS-19 – Pedestrian Signal Section (LED) (Countdown): This work shall include the furnishing and installation of Vehicle Signal Sections (12”) (LED) (Green, Green Arrow, Yellow, Yellow Arrow, and Red) and Pedestrian Signal Heads (LED) (Countdown) in multiple locations of the project in accordance with City of Coppell standards and specification “Polycarbonate Resin Traffic Signal Heads 12 Inch, Expandable, Adjustable Type", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-20 – Back Plates (12”) (3 Section): Pay Item No. TS-21 – Back Plates (12”) (5 Section): This work shall include the furnishing and installation of Back Plates (12”) (3 Section and 5 Section) in multiple locations of the project in accordance with City of Coppell standards and specification “Polycarbonate Resin Traffic Signal Heads 12 Inch, Expandable, Adjustable Type ", and TxDOT standards. 5-62 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-22 – 5 Conductor #14 Gauge Type A Traffic Signal Cable: Pay Item No. TS-23 – 7 Conductor #14 Gauge Type A Traffic Signal Cable: Pay Item No. TS-24 – 16 Conductor #14 Gauge Type A Traffic Signal Cable: Pay Item No. TS-25 – 2 Conductor #12 Gauge Type C Traffic Signal Cable: This work shall include the furnishing and installation of 5C #14 gauge signal cable, 7C #14 gauge signal cable, 16C #14 gauge signal cable, and 2C #12 gauge signal cable in multiple locations of the project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-26 – Traffic Signal Pole Assembly (36’ Arm): Pay Item No. TS-27 – Traffic Signal Pole Assembly (55’ Arm with Luminaire): Pay Item No. TS-28 – Traffic Signal Pole Assembly (60’ Arm with Luminaire): This work shall include the furnishing and installation of traffic signal pole assemblies with a 36’ arm, traffic signal pole assemblies with a 55’ arm and luminaire, and traffic signal pole assemblies with a 60’ arm and luminaire in multiple locations of the project in accordance with TxDOT Bid Item 686 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-29 – Pedestal Pole Assembly: This work shall include the furnishing and installation of pedestal pole assemblies in multiple locations of the project in accordance with TxDOT Bid Item 687 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. 5-63 Description of Pay Items Pay Item No. TS-30 – Pedestrian Push Button Pole: Pay Item No. TS-31 – Pedestrian Detector Push Button (APS): Pay Item No. TS-32 – Pedestrian Detector Controller Unit: This work shall include the furnishing and installation of pedestrian push button posts, pedestrian detector push buttons (Accessible Pedestrian Signals), and a pedestrian detector controller unit in multiple locations of the project in accordance with TxDOT Bid Item 688 and appropriate TxDOT standard details. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-33 – VIVDS Processor System: Pay Item No. TS-34 – VIVDS Camera Assembly: Pay Item No. TS-35 – VIVDS Set-up System: This work shall include the furnishing and installation of VIVDS detection equipment, including a processor system, camera assemblies, and set -up systems in multiple locations of the project in accordance with City of Coppell standards and specification and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-37 – Battery Back-Up System (External Mounted Cabinet): This work shall include the furnishing and installation of a Battery Back-Up System with an external mounting cabinet in accordance with City of Coppell standards and specifications and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-38 – Uni-Directional Opticom Detector: Pay Item No. TS-39 – Phase Selector: This work shall include the furnishing and installation of uni-directional Opticom detectors and a phase selector in accordance with City of Coppell standards and specifications. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-36 – VIVDS Coaxial Communication Cable: Pay Item No. TS-40 – Opticom Detector Cable: This work shall include the furnishing and installation of VIVDS coaxial communication cable and opticom detector cable in multiple locations of the 5-64 Description of Pay Items project in accordance with City of Coppell standards and specification "Multiple Conductor and Single Conductor Traffic Signal Cable and Wire", and TxDOT standards. Measurement and Payment shall be made on the basis of the bid price per linear foot (LF) and shall be the total compensation for furnis hing all labor, materials, equipment and incidentals necessary to complete the work. Pay Item No. TS-41 – Illuminated Street Name Signs: This work shall include the furnishing and installation of illuminated street name signs in accordance with this specification, and as indicated in the drawing. Signs shall be edge lit LED illuminated with an 18” tall viewing area. Signs shall be “Classic Thinline” model from Southern Manufacturing, or approved equal. Signs shall be mounted to the mast arm using an Astro-Brac® SP0140 or approved equal. A photocell shall be provided to control when the sign is illuminated. The photocell shall be set up such that all lights are on or off at the same time. Lights shall not come on or turn off at different times. Measurement and Payment shall be made on the basis of the bid price per each (EA) and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. SECTION 6 TECHNICAL SPECIFICATIONS This page intentionally left blank. This page intentionally left blank. PRODUCT GUIDELINE SPECIFICATION PRODUCT GUIDELINE SPECIFICATIONS ************************* Australia & New Zealand D&D Technologies Unit 6, 4-6 Aquatic Drive Frenchs Forest, NSW 2086 Tel: +61-2-9454 7888 Tel: 1800 500 203 Fax: (02) 9454 7600 E-mail: sales@ddtech.com.au North & South America D&D Technologies 7731 Woodwind Drive Huntington Beach, CA 92647 Tel: 800-716-0888 Tel: 714-677-1300 Fax: 800-464-6400 E-mail: info@ddtechusa.com Europe D&D Technologies B.V. Niasstraat 1 3531 WR Utrecht The Netherlands Tel: +31 (0)30 291 98 47 Fax: +31 (0)30 291 99 98 E-mail: sales@ddtech.nl Website: http://www.ddtechglobal.com/ GENERAL FORMATTING This product guide specification is written according to the Construction Specifications Institute (CSI) 3-Part Format, including MasterFormat, SectionFormat, and PageFormat, as described in The Project Resource Manual – CSI Manual of Practice. This Section must be carefully reviewed and edited by the Architect to meet the Project specific requirements and local building code. Coordinate this Section with other specification sections and the Drawings. EDITING INSTRUCTIONS Delete all “Specifier Notes” when editing this section. Revise this Section by deleting, inserting, and revising text to meet Project specific requirements. [TEXT] Indicates an option to be selected by specification writer. Select or delete option and brackets, and change text formatting to match adjacent text. <TEXT> Indicates information to be completed by specification writer. Complete text or delete text box, delete brackets, and change text formatting to match adjacent text. 1” – 2” (25-50mm) Imperial and (Metric) numbering. Retain or delete either according to project requirements. UNREGISTERED TRADEMARKS AND REGISTERED TRADEMARKS Unregistered Trademark (™) and Registered Trademark (®) symbols are not used to identify products identified in this Section by Product Name. For proprietary rights, and use of Trademarks associated with specific products contact D&D Technologies. FULL LENGTH AND SHORTFORM SECTIONS AVAILABLE FROM D&D TECHNOLOGIES Section 087110 [323110] Gate Latches and Locks Section 087120 [323120] Gate Hinges Section 087130 [323130] Commercial Hinges and Closers Section 087140 [323140] Gate Accessories COMMERCIAL HINGES AND CLOSERS (Full Length Version) 087130 [323130] - 1 Specifier Note: Select Section Numbers from options below. Change footer to match. SECTION 087130 [323130] COMMERCIAL HINGES AND CLOSERS (Full Length Version) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: D&D Technologies Commercial Hinges and Closers. 1. SureClose Hinge and Closer Products: a. SureClose SM Hinge. b. SureClose 57 and 57SF Hinge + Closer. c. SureClose 108 and 108SF Hinge + Closer. 2. SureClose Post Mounting Bracket Products: a. SureClose Post Mounting Bracket: Center Mount. b. SureClose Post Mounting Bracket: Flush Mount. B. Related Sections: Specifier Note: Retain subparagraphs, select options, and complete related section information for requirements Contractor might expect to find in this Section but are specified in other Sections. 1. Division 08 [32] Section “Gate Latches and Locks” for gate latches and locks. 2. Division 08 [32] Section “Gate Hinges” for gate hinges. 3. Division 08 [32] Section “Gate Accessories” for gate accessories. 4. Division <##> Section "<Name>" for <Insert description of related requirements>. 1.2 SUBMITTALS A. Product Data: Submit product data for each type of product used on project with full model number. B. Hardware Schedule: 1. Submit hardware schedule detailing hardware to be provided at each opening for coordination with gate frames, fence posts and related work. 2. For load bearing hardware provide product information showing quantity and type of hardware recommended by manufacturer to safely carry weight of gate and other applied loads. 3. For latching and locking devices, coordinate requirements with Owner, and indicate desired position of gate within fence line. This will determine which mounting brackets to use (Flush Mount or Center Mount). C. Installation Instructions: Submit manufacturer’s installation instruction for each hardware device. Mark installation instructions to indicate mounting heights for all operable hardware showing compliance with applicable codes requirements. For swimming pools and spas, consult the local Authority Having Jurisdiction. COMMERCIAL HINGES AND CLOSERS (Full Length Version) 087130 [323130] - 2 D. Warranty: Submit copy of manufacturer’s warranty for each product. E. Extra Materials: At project closeout provide installation and adjustment instructions, warranties and advisories, extra parts, accessories, and tools normally provided by manufacturer with installed hardware for maintenance and adjustment of installed hardware. 1.3 QUALITY ASSURANCE A. D&D Technologies operates a fully accredited and internationally recognized ISO 9001 Quality Assurance System, which governs the design and manufacture of all our products. 1.4 WARRANTY A. Two Year Limited Warranty (SureClose Only). PART 2 - PRODUCTS 2.1 PRODUCTS A. Products: Subject to compliance with requirements, provide the following D&D Technologies commercial hinge and closer products. No substitutions. Specifier Note: Select products from list below applicable to project.SureClose Hinges and Closer Products: 1. General Description: SureClose is a gate closer and hinge in one small, powerful package. It has been designed to replace conventional hinges, closers and header arrangements through its unique design that hides the closer hydraulics inside the fence post. Designed for commercial, industrial, custom residential and estate gates, SureClose comes in three basic models, with mounting brackets that cover most any square post installation, including steel or aluminum, flush mounted or center mounted, fastened or welded, with adjustable self-closing speed. Models are also available that feature a Final Snap Action for overcoming electric or coded locks found in many security applications and a non-self-closing version for access control and most heavy commercial or residential gates. Point load capacity up to 1,500 lbs (680kg) per gate / pair. SURECLOSE WEIGHT CHART Hinge Type Combination *Maximum Self-Closing Gate Weight Point Load Capacity Per Gate / Pair 57 + SM 90 lb (40kg) 1,500 lb (680kg) 57 + 57 180 lb (80kg) 1,500 lb (680kg) 108 + SM 180 lb (80kg) 1,500 lb (680kg) 108 + 108 260 lb (120kg) 1,500 lb (680kg) SM + SM - 1,500 lb (680kg) *Based on maximum gate size 72"H x 40"W (1,800mm x 1,000mm) COMMERCIAL HINGES AND CLOSERS (Full Length Version) 087130 [323130] - 3 2. General Features and Benefits: a. Gate closer and hinge all-in-one. No need for a header. b. Concealed within the fence post. Small footprint is unobtrusive. c. Powerful hydraulics will close gates up to 260 lb (120kg). d. Soft, quiet closure. Reduces stress on latch and lock systems. e. Two thrust bearings for consistently superior performance. f. Point load capacity 1,500 lb (680kg) per gate / pair. g. Adjustable self-closing speed / force (57 and 108 models). h. Adjustable Final Snap Action (108 models only). i. No resistance if closed quickly in an emergency. j. Tested to 500,000 open / close cycles. k. Maintenance free. Never add hydraulic fluid. l. For all square profile steel and aluminum gates and posts. m. Steel or aluminum mounting brackets. n. Use fasteners or weld (fasteners not included). o. Mounting brackets for flush and center mounted locksets. p. Center mount options provide horizontal adjustment. q. All hinges / closers come standard with gate mounting bracket included. Post mounting brackets sold separately. r. Fits left or right handed, inswing or outswing gates. s. Aluminum hinge and mounting brackets have thick, 50 micron anodizing. t. Mounting brackets can be powder coated, but do NOT powder coat the hinge / closer itself. Protect all threads and sensitive areas when powder coating. u. Tamper resistant. 3. SureClose SM Hinges: a. Product Description: SureClose SM Hinge is non-self-closing. Designed for large, heavy commercial and residential gates with a point load capacity up to 1,500 lb (680kg). Ideal for access control and estate gates. The SM model features extra- large hinge pins and dual thrust bearings designed for high loads. Reduce cost when SM is used as the bottom load bearing hinge along with a SureClose 57 or 108 closer on top. All SureClose hinges and closers come packaged with the gate mounting bracket included. Post mounting brackets sold separately. b. Features: 1) Plain pivoting, non-self-closing. 2) Ideal for access control and estate gates. 3) Dual thrust bearings. Point load capacity 1,500 lb (680kg). 4) SM models have larger hinge pins for added strength. 5) When combining with 57 or 108 models, use SM as bottom load bearing hinge. 6) Gate opens either 90⁰ or 180⁰ (depending on mounting bracket). 7) SM models require 2”+ (50mm+) fence posts (see product codes for fence post sizes). 8) Gate mounting brackets included with all hinge / closers. Post mounting brackets sold separately. COMMERCIAL HINGES AND CLOSERS (Full Length Version) 087130 [323130] - 4 PRODUCT CHART SURECLOSE SM HINGES Model # Hinge Type Self- Closing Mounting Bracket Material Fixing Method Post Mounting Position Gate Opens Horiz Adjust Hinge Gap Fence Post Size 75001114 SM W No Steel Weld Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75001214 SM AT90W No Steel Weld Flush Mount 180⁰ - 1/2" 13mm 2"+ 50mm+ 75001113 SM S No Aluminum Weld / Fasteners Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75001213 SM AT90S No Aluminum Weld / Fasteners Flush Mount 180⁰ - 1/2" 13mm 2"+ 50mm+ c. Visit http://ddtechglobal.com/support/sureclose_sm_non-self-closing for free online videos and installation information. 4. SureClose 57 and 57SF Hinges / Closers: a. Product Description: 1) SureClose 57 is a concealed hydraulic gate closer that is speed (force) adjustable. Designed to never leak hydraulic fluid, the SureClose 57 is extremely safe and does not offer resistance if closed quickly in an emergency. The 57 (non-SF) model has a hold-open feature from 90⁰ to 180⁰. Soft, quiet closure also protects the latching / locking system. Tested to 500,000 open / close cycles and a 1,500 lb (680kg) point load capacity. Non-SF is NOT recommended for pool and safety gates. 2) SureClose 57SF is suitable for pool and safety gates. SF models open to and self-close from 90°. No hold-open feature. CAUTION: When used on swimming pool gates, always consult local authorities for swimming pool fencing codes. b. Features: 1) Self-closes gates up to 180 lb (80kg) 57+57 combination. 2) Adjustable closing speed (force). 3) 57SF (safety) model: Gate opens 90⁰. No hold-open feature. Recommended for pool and safety gates. 4) 57 (non-SF) models: Hold-open feature from 90⁰ to 180⁰. The non-SF models are NOT recommended for pool and safety gates. 5) Center Mount brackets allow gate to open 90⁰ both inward and outward. 6) Flush Mount brackets permit 180⁰ gate opening (57 non-SF only). 7) Combine with SM model to reduce cost (57+SM). 90 lb (40kg) self-close maximum. 8) Dual thrust bearings. Point load capacity 1,500 lb (680kg). 9) 57 models require 2”+ (50mm+) fence posts (see product codes for fence post sizes). 10) Gate mounting brackets included with all hinge / closers. Post mounting brackets sold separately. COMMERCIAL HINGES AND CLOSERS (Full Length Version) 087130 [323130] - 5 PRODUCT CHART SURECLOSE 57 AND 57SF HINGES / CLOSERS Model # Hinge Type Self Close Final Snap Action Mounting Bracket Material Fixing Method Post Mounting Position Gate Opens Pool Child Safety Horiz Adjust Hinge Gap Fence Post Size 75057114 57 W Yes No Steel Weld Center Mount 90⁰ - Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75057124 57SF W Yes No Steel Weld Center Mount 90⁰ Yes Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75057214 57 AT90 W Yes No Steel Weld Flush Mount 180⁰ - - 1/2" 13mm 2"+ 50mm 75057224 57SF AT90W Yes No Steel Weld Flush Mount 90⁰ Yes - 1/2" 13mm 2"+ 50mm 75057113 57 S Yes No Aluminum Weld / Fasteners Center Mount 90⁰ - Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75057123 57SF S Yes No Aluminum Weld / Fasteners Center Mount 90⁰ Yes Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75057213 57 AT90 S Yes No Aluminum Weld / Fasteners Flush Mount 180⁰ - - 1/2" 13mm 2"+ 50mm 75057223 57SF AT90 S Yes No Aluminum Weld / Fasteners Flush Mount 90⁰ Yes - 1/2" 13mm 2"+ 50mm c. Visit http://ddtechglobal.com/support/sureclose_57 for free online videos and installation information. 5. SureClose 108 and 108SF Hinges / Closers: a. Product Description: 1) SureClose 108 is a concealed hydraulic gate closer. It features Final Snap Action (FSA) which increases speed at the end of closing to overcome electric or coded locks. Both closing speed and FSA are adjustable. Designed to never leak hydraulic fluid, the SureClose 108 is extremely safe and does not offer resistance if closed quickly in an emergency. The 108 (non-SF) model has a hold-open feature from 90⁰ to 180⁰. Soft, quiet closure also protects the latching / locking system. Tested to 500,000 open / close cycles and carries a 1,500 lb (680kg) point load capacity. Non-SF is NOT recommended for pool and safety gates. 2) SureClose 108SF is suitable for pool and safety gates. SF models open to and self-close from 90°. No hold-open feature. CAUTION: When used on swimming pool gates, always consult local authorities for swimming pool fencing codes. b. Features: 1) Self-closes gates up to 260 lb (120kg) 108+108 combination. 2) Adjustable closing speed (force). COMMERCIAL HINGES AND CLOSERS (Full Length Version) 087130 [323130] - 6 3) Adjustable Final Snap Action (FSA). 4) 108SF (safety) model: Gate opens 90⁰. No hold-open feature. Recommended for pool and safety gates. 5) 108 (non-SF) model: Hold-open feature from 90⁰ to 180⁰. The non-SF models are NOT recommended for pool and safety gates. 6) Center Mount brackets allow the gate to open 90⁰ both inward and outward. 7) Flush Mount brackets permit 180⁰ gate opening (108 non-SF only). 8) Combine with SM model to reduce cost (108+SM). 180 lb (80kg) self-close maximum. 9) Dual thrust bearings. Point load capacity 1,500 lb (680kg). 10) 108 model require 3”+ (76mm+) fence posts (see product codes for fence post sizes). 11) Gate mounting brackets included with all hinge / closers. Post mounting brackets sold separately. PRODUCT CHART SURECLOSE 108 AND 108SF HINGES / CLOSERS Model # Hinge Type Self Closing Final Snap Action Mounting Bracket Material Fixing Method Post Mounting Position Gate Opens Pool Child Safety Horiz Adjust Hinge Gap Fence Post Size 75108114 108 W Yes Yes Steel Weld Center Mount 90⁰ - Yes 2-1/2" - 3" 64-76mm 3"+ 76mm+ 75108124 108SF W Yes Yes Steel Weld Center Mount 90⁰ Yes Yes 2-1/2" - 3" 64-76mm 3"+ 76mm+ 75108214 108 AT90 W Yes Yes Steel Weld Flush Mount 180⁰ - - 1/2" 13mm 3"+ 76mm+ 75108224 108SF AT90W Yes Yes Steel Weld Flush Mount 90⁰ Yes - 1/2" 13mm 3"+ 76mm+ 75108113 108 S Yes Yes Aluminum Weld / Fasteners Center Mount 90⁰ - Yes 2-1/2" - 3" 64-76mm 3"+ 76mm+ 75108123 108SF S Yes Yes Aluminum Weld / Fasteners Center Mount 90⁰ Yes Yes 2-1/2" - 3" 64-76mm 3"+ 76mm+ 75108213 108 AT90 S Yes Yes Aluminum Weld / Fasteners Flush Mount 180⁰ - - 1/2" 13mm 3"+ 76mm+ 75108223 108SF AT90 S Yes Yes Aluminum Weld / Fasteners Flush Mount 90⁰ Yes - 1/2" 13mm 3"+ 76mm+ c. Visit http://ddtechglobal.com/support/sureclose_108 for free online videos and installation information. C. SureClose Post Mounting Bracket Products (Sold Separately): 1. SureClose Post Mounting Brackets: a. Product Description: 1) Center Mount Post Brackets: Positions the gate at the center of the fence line and post. Some latches, locksets and panic bars require a centerline position. Also maintains continuity of gate to fence line. Center Mount post brackets are horizontally adjustable to help ensure gate is level and the lockset is adjusted properly. COMMERCIAL HINGES AND CLOSERS (Full Length Version) 087130 [323130] - 7 2) Flush Mount post brackets are designed so that the face of the gate frame is flush with the face of the fence post. Some latches, locksets and panic bars require this. Fixed gate gap at 1/2” (13mm). Larger gaps can be achieved by using shims between gate and GATE mounting bracket (shims not included). b. Features: Center Mount Post Brackets: 1) Positions gate with center of fence line and post. 2) Allows gate to swing both in and out by 90⁰ (total 180⁰). 3) Horizontally adjustable. Gate gap 2-1/2” to 3” (64-76mm). 4) Steel or aluminum (for square posts and gate frames). 5) Welded or fastened (fasteners not included). 6) Aluminum model 7514 has an added fixing clamp. c. Features: Flush Mount Post Brackets: 1) Positions face of gate frame with face of fence post. 2) Allows gate to swing 180⁰ either inward or outward. Note: SF hinges will not allow more than a 90⁰ swing. 3) Use for small gate gaps (1/2” (13mm)). Shims on gate may be used to increase the gap (shims not included). 4) Depth of gate to post is adjustable via the GATE bracket. 5) Steel or aluminum (for square posts and gate frames). 6) Welded or fastened (fasteners not included). PRODUCT CHART SURECLOSE POST MOUNTING BRACKETS Model # Bracket Type Mounting Bracket Material Fixing Method Post Mounting Position Gate Opens Horiz Adjust Hinge Gap Fence Post Size 7511 6026-01 Aluminum Weld / Fasteners Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 7512 6026-02 Aluminum Weld / Fasteners Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 7513 6026-03 Aluminum Weld / Fasteners Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 4"+ 102mm+ 7514 6026-04 Aluminum Weld / Fasteners Center Mount 90⁰ - 2-1/2" 64mm 2-1/2"+ 64mm+ 7515 6026-05 Aluminum Weld / Fasteners Flush Mount 180⁰ - 1/2" 13mm 2"+ 50mm+ 7525 0510-04 Steel Weld Flush Mount 180⁰ - 1/2" 13mm 2"+ 50mm+ 7526 0510-05 Steel Weld Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ d. Visit http://ddtechglobal.com/support/center_mount and for free center mount online videos and installation information. e. Visit http://ddtechglobal.com/support/flush_mount and for free flush mount online videos and installation information. COMMERCIAL HINGES AND CLOSERS (Full Length Version) 087130 [323130] - 8 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine gate frames and fence posts, with Installer present, for compliance with requirements for gate hardware installation tolerances, assembly construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare gate frames and fence posts in accordance with manufacturer's installation instructions. Any existing gate hardware must be removed before installation. Apply the proper corrosion protection and finish to any exposed screw hole or area left over from the removal of existing hardware before installation of D&D Technologies' hardware. 3.3 INSTALLATION A. Install each hardware items to comply with manufacturer’s installation instructions, building code requirements, and requirements of Authorities Having Jurisdiction. B. Install hardware types and quantities indicated on submitted hardware schedule. C. Do not install surface-mounted hardware until substrate finishes have been completed. D. Set all gates, fence posts and gate hardware level, plumb and true to line and location. Adjust and reinforce attachments where necessary for proper installation and operation. E. Make final installation inspection with Owner, and make final adjustments prior to acceptance. END OF SECTION COMMERCIAL HINGES AND CLOSERS (Shortform Version) 087130 [323130] - 1 Specifier Note: Select Section Numbers from options below. Change footer to match. SECTION 087130 [323130] COMMERCIAL HINGES AND CLOSERS (Shortform Version) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: D&D Technologies Commercial Hinges and Closers. 1. SureClose Hinge and Closer Products: a. SureClose SM Hinge. b. SureClose 57 and 57SF Hinge + Closer. c. SureClose 108 and 108SF Hinge + Closer. 2. SureClose Post Mounting Bracket Products: a. SureClose Post Mounting Bracket: Center Mount. b. SureClose Post Mounting Bracket: Flush Mount. 1.2 SUBMITTALS A. Product Data. B. Hardware Schedule. C. Installation Instructions. D. Warranty: Two Year Limited Warranty (SureClose Only). E. Extra Materials: At project closeout provide installation and adjustment instructions, warranties and advisories, extra parts, accessories, and tools normally provided by manufacturer with installed hardware for maintenance and adjustment of installed hardware. 1.3 QUALITY ASSURANCE A. D&D Technologies operates a fully accredited and internationally recognized ISO 9001 Quality Assurance System, which governs the design and manufacture of all our products. PART 2 - PRODUCTS 2.1 PRODUCTS A. Products: Subject to compliance with requirements, provide the following D&D Technologies commercial hinge and closer products. No substitutions. Specifier Note: Select products from list below applicable to project. COMMERCIAL HINGES AND CLOSERS (Shortform Version) 087130 [323130] - 2 B. SureClose Hinges and Closer Products: SURECLOSE WEIGHT CHART Hinge Type Combination *Maximum Self-Closing Gate Weight Point Load Capacity Per Gate / Pair 57 + SM 90 lb (40kg) 1,500 lb (680kg) 57 + 57 180 lb (80kg) 1,500 lb (680kg) 108 + SM 180 lb (80kg) 1,500 lb (680kg) 108 + 108 260 lb (120kg) 1,500 lb (680kg) SM + SM - 1,500 lb (680kg) *Based on maximum gate size 72"H x 40"W (1,800mm x 1,000mm) 1. SureClose SM Hinges: PRODUCT CHART SURECLOSE SM HINGES Model # Hinge Type Self- Closing Mounting Bracket Material Fixing Method Post Mounting Position Gate Opens Horiz Adjust Hinge Gap Fence Post Size 75001114 SM W No Steel Weld Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75001214 SM AT90W No Steel Weld Flush Mount 180⁰ - 1/2" 13mm 2"+ 50mm+ 75001113 SM S No Aluminum Weld / Fasteners Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75001213 SM AT90S No Aluminum Weld / Fasteners Flush Mount 180⁰ - 1/2" 13mm 2"+ 50mm+ a. Visit http://ddtechglobal.com/support/sureclose_sm_non-self-closing for free online videos and installation information. COMMERCIAL HINGES AND CLOSERS (Shortform Version) 087130 [323130] - 3 2. SureClose 57 and 57SF Hinges / Closers: PRODUCT CHART SURECLOSE 57 AND 57SF HINGES / CLOSERS Model # Hinge Type Self Close Final Snap Action Mounting Bracket Material Fixing Method Post Mounting Position Gate Opens Pool Child Safety Horiz Adjust Hinge Gap Fence Post Size 75057114 57 W Yes No Steel Weld Center Mount 90⁰ - Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75057124 57SF W Yes No Steel Weld Center Mount 90⁰ Yes Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75057214 57 AT90 W Yes No Steel Weld Flush Mount 180⁰ - - 1/2" 13mm 2"+ 50mm 75057224 57SF AT90W Yes No Steel Weld Flush Mount 90⁰ Yes - 1/2" 13mm 2"+ 50mm 75057113 57 S Yes No Aluminum Weld / Fasteners Center Mount 90⁰ - Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75057123 57SF S Yes No Aluminum Weld / Fasteners Center Mount 90⁰ Yes Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 75057213 57 AT90 S Yes No Aluminum Weld / Fasteners Flush Mount 180⁰ - - 1/2" 13mm 2"+ 50mm 75057223 57SF AT90 S Yes No Aluminum Weld / Fasteners Flush Mount 90⁰ Yes - 1/2" 13mm 2"+ 50mm a. Visit http://ddtechglobal.com/support/sureclose_57 for free online videos and installation information. COMMERCIAL HINGES AND CLOSERS (Shortform Version) 087130 [323130] - 4 3. SureClose 108 and 108SF Hinges / Closers: PRODUCT CHART SURECLOSE 108 AND 108SF HINGES / CLOSERS Model # Hinge Type Self Closing Final Snap Action Mounting Bracket Material Fixing Method Post Mounting Position Gate Opens Pool Child Safety Horiz Adjust Hinge Gap Fence Post Size 75108114 108 W Yes Yes Steel Weld Center Mount 90⁰ - Yes 2-1/2" - 3" 64-76mm 3"+ 76mm+ 75108124 108SF W Yes Yes Steel Weld Center Mount 90⁰ Yes Yes 2-1/2" - 3" 64-76mm 3"+ 76mm+ 75108214 108 AT90 W Yes Yes Steel Weld Flush Mount 180⁰ - - 1/2" 13mm 3"+ 76mm+ 75108224 108SF AT90W Yes Yes Steel Weld Flush Mount 90⁰ Yes - 1/2" 13mm 3"+ 76mm+ 75108113 108 S Yes Yes Aluminum Weld / Fasteners Center Mount 90⁰ - Yes 2-1/2" - 3" 64-76mm 3"+ 76mm+ 75108123 108SF S Yes Yes Aluminum Weld / Fasteners Center Mount 90⁰ Yes Yes 2-1/2" - 3" 64-76mm 3"+ 76mm+ 75108213 108 AT90 S Yes Yes Aluminum Weld / Fasteners Flush Mount 180⁰ - - 1/2" 13mm 3"+ 76mm+ 75108223 108SF AT90 S Yes Yes Aluminum Weld / Fasteners Flush Mount 90⁰ Yes - 1/2" 13mm 3"+ 76mm+ a. Visit http://ddtechglobal.com/support/sureclose_108 for free online videos and installation information. C. SureClose Post Mounting Bracket Products (Sold Separately): PRODUCT CHART SURECLOSE POST MOUNTING BRACKETS Model # Bracket Type Mounting Bracket Material Fixing Method Post Mounting Position Gate Opens Horiz Adjust Hinge Gap Fence Post Size 7511 6026-01 Aluminum Weld / Fasteners Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 7512 6026-02 Aluminum Weld / Fasteners Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ 7513 6026-03 Aluminum Weld / Fasteners Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 4"+ 102mm+ 7514 6026-04 Aluminum Weld / Fasteners Center Mount 90⁰ - 2-1/2" 64mm 2-1/2"+ 64mm+ 7515 6026-05 Aluminum Weld / Fasteners Flush Mount 180⁰ - 1/2" 13mm 2"+ 50mm+ 7525 0510-04 Steel Weld Flush Mount 180⁰ - 1/2" 13mm 2"+ 50mm+ 7526 0510-05 Steel Weld Center Mount 90⁰ Yes 2-1/2" - 3" 64-76mm 2-1/2"+ 64mm+ a. Visit http://ddtechglobal.com/support/center_mount and for free center mount online videos and installation information. b. Visit http://ddtechglobal.com/support/flush_mount and for free flush mount online videos and installation information. COMMERCIAL HINGES AND CLOSERS (Shortform Version) 087130 [323130] - 5 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine gate frames and fence posts, with Installer present, for compliance with requirements for gate hardware installation tolerances, assembly construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare gate frames and fence posts in accordance with manufacturer's installation instructions. Any existing gate hardware must be removed before installation. Apply the proper corrosion protection and finish to any exposed screw hole or area left over from the removal of existing hardware before installation of D&D Technologies' hardware. 3.3 INSTALLATION A. Install each hardware items to comply with manufacturer’s installation instructions, building code requirements, and requirements of Authorities Having Jurisdiction. B. Install hardware types and quantities indicated on submitted hardware schedule. C. Do not install surface-mounted hardware until substrate finishes have been completed. D. Set all gates, fence posts and gate hardware level, plumb and true to line and location. Adjust and reinforce attachments where necessary for proper installation and operation. E. Make final installation inspection with Owner, and make final adjustments prior to acceptance. END OF SECTION GAP: 5/16”-1/2” (8-13mm) 1 Hi-Performance Hardware Installation Instructions 4 DO NOT WELD RESTRICTED AREA SUREClose NOTE: If using SM hinge, always install at bottom of gate. 57 and 108 models should be installed on top. 3, 4, 5mm1 9/16” (40mm) 18V Laser levelPencil FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST DETERMINE THE HANDING Adjustment Nozzles must be on top Remove Gate Bracket FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST Mark hinge center lines MARKING HEIGHTS Support Blocks Ensure post is vertical in the front and side elevations 2 FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST MARK TOP AND BOTTOM BRACKETS ON POST Ensure drill hole will clear the post wall thickness. 7/8”-11/16” (22-27mm) Laser Level FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST NOTE: Apply corrosion protection to exposed metal surfaces. 3 6 8 1 2 3 4 5 9 12 13 CORRECT WELDING SEQUENCE TO PREVENT BRACKET OVERHEATING AND THREAD WARPING ENSURE BRACKET IS COOL BEFORE INSERTING HINGE REPLACE HINGE BRACKET REMOVE GATE AND COMPLETE WELDING - ALLOW COOLING Welder2 x Clamps 2 x Horses CLAMP POST BRACKET INTO PLACE REPLACE GATE AND FASTEN THE TWO PINS 6 7 8 X FLUSH MOUNT WELD-ON 5 WELD ONE SURFACE ONLY AND MOVE TO BOTTOM HINGE 10 POSITION GATE LEVEL TACK WELD BRACKET ONTO GATE11 (V) +– (S) ADJUSTING THE CLOSING SPEED AND FINAL ‘SNAP’ ACTION (108 ONLY) CAUTION: Sensitive adjustment, rotate 1/4 turn at a time. V = Closing Speed S = Final Snap Action Turn nozzles clockwise to decrease speed & counterclockwise to increase speed. IMPORTANT: Use dimple to determine how far nozzle has turned. DO NOT turn adjustment nozzles more than 2 complete rotations. DO NOT unscrew nozzle past the surface of the body. CAUTION: DO NOT remove adjustment nozzles or disassemble hinge. Doing so voids warranty. If using a 57+57 or 108+108 combination, each closer must have equal closing speed at all times. MAINTENANCE REQUIREMENTS • Never use more than two (2) SureClose hinge/closers on any one gate. • Remove all other types of hinges and self-closing devices. • Ensure the gate does not swing through the line of the fence. Use a “gate stop” or a latch (with striker) to prevent this. • All steel mounting brackets (gate and post) should be painted or powder coated. Spray painting is recommended. • The anodized aluminum mounting brackets do not need finishing, but they may be painted or powder coated. • DO NOT powder coat the hinge/closer, but they may be painted. • DO NOT turn the adjustment nozzles more than two (2) full rotations. • DO NOT unscrew nozzle past the surface of the body. • DO NOT remove the adjustment nozzles or disassemble these hinges at any time. Doing so voids warranty. • Ensure the hinges are kept free of sand, ice and other debris that could impair effective operation. 2 YEAR LIMITED WARRANTY: For a downloadable Adobe Acrobat (.PDF) version of our 2 YEAR LIMITED WARRANTY, go to our website at www.ddtechglobal.com CAUTION: Overheating any SureClose product during welding may cause failure and will void warranty. To ensure threads on mounting bracket are not deformed, weld one surface at a time and alternate between top and bottom hinge. Do not weld in restricted area. Finish with appropriate corrosion protection, avoiding thread contamination. AUSTRALIA: Unit 6, 4-6 Aquatic Dr, Frenchs Forest NSW 2086 USA: 7731 Woodwind Drive, Huntington Beach, CA 92647 www.ddtechglobal.com MANUFACTURED BY OLMI PRECISION ENGINEERING Copyright 2012 D&D Group Pty Ltd, Sydney Australia Neither whole or part of this publication may be reproduced without prior permission Patented: CA 2650769; US 7900319; NZ 573211; AU2007245248, AU2011201042, AU2010280342, AU2011202070 7 *CAUTION: When used on swimming pool gates, always consult local authorities for swimming pool Codes. Di s t a n c e b e t w e e n h i n g e s 3 5 1 /2 ” ( 9 0 0 m m ) m i n i m u m v Swimming Pool Gates AU/NZ Ensure adjustment nozzles are facing upwards Ensure adjustment nozzles are facing upwards SC O L M 0 0 0 0 1 4 P A 1 0 / 1 2 / 1 2 Instrucciones para la instalación Hi-Performance HardwareSUREClose 3, 4, 5mm1 9/16” (40mm) 18V AUSTRALIA: Unit 6, 4-6 Aquatic Dr, Frenchs Forest NSW 2086 USA: 7731 Woodwind Drive, Huntington Beach, CA 92647 www.ddtechglobal.com Soldador2 x abrazaderas 2 x caballetesNOTA: Si se usa una bisagra SM instalar siempre en la base de la puerta. Los modelos 57 y 108 deberán instalarse en la parte superior. SUJETAR CON LA ABRAZADERA LOS SOPORTES DEL POSTE EN SU LUGAR NO SOLDAR EL ÁREA RESTRINGIDA SOLDAR SOLAMENTE UNA SUPERFICIE Y CONTINUAR A LA BISAGRA DE LA BASE 1 4 FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST 2 FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST 7/8”-11/16” (22-27mm) FENCE POST GATE 90˚ 90˚ FENCE POSTFENCE POST 3 6 8 1 2 3 4 5 9 12 13 6 7 8 X 5 10 SOLDAR “CON PUNTOS” EL SOPORTE A LA PUERTA11 (V) +– (S) SC O L M 0 0 0 0 1 4 P A 1 0 / 1 2 / 1 2 PRECAUCIÓN: El sobrecalentamiento de cualquier producto SureClose durante la soldadura podría causar una falla invalidando la garantía. Para asegurarse que las roscas en el soporte del montaje no se deformen soldar cada superficie una a la vez y alternar entre la bisagra superior e inferior. No soldar en el área restringida. Permitir el enfriamiento entre una soldadura y otra. Terminar con la protección anticorrosiva adecuada evitando la contaminación de la rosca. MANUFACTURED BY OLMI PRECISION ENGINEERING 7 CORREGIR LA SECUENCIA DE LA SOLDADURA PARA EVITAR EL SOBRECALENTAMIENTO DEL SOPORTE Y EL COMBADO DE LA ROSCA ASEGURARSE DEL ENFRIAMIENTO DEL SOPORTE ANTES DE INSERTAR LA BISAGRA REEMPLAZAR EL SOPORTE DE LA BISAGRA Asegurarse que las boquillas de ajuste se encuentren orientadas hacia arriba COLOCAR EN POSICIÓN EL NIVEL EN LA PUERTA RETIRAR LA PUERTA Y COMPLETAR LA SOLDADURA- DEJAR ENFRIAR REEMPLAZAR LA PUERTA Y AJUSTAR LOS DOS PASADORES Asegurarse que las boquillas de ajuste se encuentren orientadas hacia arriba MONTAJE NIVELADO (SOLDADO) DETERMINAR LA DIRECCIÓN Sujetado (con bisagras) desde el poste izquierdo de la cerca Sujetado desde el poste derecho de la cerca Retirar el soporte de la puerta Marcar las líneas del centro de la bisagra MARCAR LAS ALTURAS ESPACIO: 5/16”-1/2” (8-13mm) Bloques de apoyo Asegurarse de que el poste se encuentre en posición vertical en las elevaciones frontales y laterales v Para albercas en el AU/NZ MARCAR LOS SOPORTES DE LA PARTE SUPERIOR E INFERIOR EN EL POSTE Asegurarse de que la perforación de los agujeros traspase el grosor de la pared del poste. Nivel láser NOTA: Aplicar protección anticorrosiva a las superficies metálicas expuestas. Nivel láserLápiz REQUISITOS DE MANTENIMIENTO • No usar nunca más de dos (2) bisagras/cerradores SureClose por puerta. • Retirar todos los tipos de bisagra y aparatos de autocierre. • Asegurarse de que la puerta no se balancee a través de la línea de la cerca. Usar un tope para puerta o un cerrojo (con cerradura hembra) para evitarlo. • Todos los soportes de metal (puerta y poste) deberán pintarse o tener un acabado de polvo. Se recomiendapintar con pulverizador. • Los soportes para montar de aluminio anodizado no necesitan acabado pero pueden pintarse o tener un acabado de polvo. • NO aplicar una película de polvo a la bisagra/cerrador pero pueden pintarse. • NO destornillar la boquilla más allá de la superficie del cuerpo. • NO girar las boquillas de ajuste más de dos (2) rotaciones completas. • NO retirar las boquillas de ajuste ni desarmar estas bisagras en ningún momento. Si se procede de este modo se anulará la garantía. • Asegurarse de que las bisagras no tengan arena, hielo ni escombros que podrían afectar el funcionamiento correcto. AJUSTE DE LA VELOCIDAD DE CIERRE Y ACCIÓN FINAL DE ‘CHASQUIDO’ (108 ÚNICAMENTE) PRECAUCIÓN: Ajuste sensible; rotar 1/4 de vuelta a la vez. V = Velocidad de cierre S = Acción final de chasquido Girar las boquillas en dirección de las agujas del reloj para reducir la velocidad y en contra de las agujas del reloj para aumentarla. IMPORTANTE: Usar un hoyuelo para determinar hasta dónde giró la boquilla. NO girar las boquillas de ajuste más de 2 rotaciones completas. NO destornillar la boquilla más allá de la superficie del cuerpo. PRECAUCIÓN: NO retirar las boquillas de ajuste ni desarmar la bisagra. Si se procede de este modo la garantía se anulará. Si se usa una combinación 57+57 o 108+108 cada cerrador deberá tener la misma velocidad de cierre en todo momento. Patentado: CA 2650769; US 7900319; NZ 573211; AU2007245248, AU2011201042, AU2010280342, AU2011202070 Derechos de autor 2011 D&D Group Pty Ltd, Sydney Australia GARANTÍA LIMITADA DE 2 AÑOS: Para la versión descargable de Adobe Acrobat (.PDF) de nuestra GARANTÍA LIMITADA DE 2 AÑOS dirigirse a nuestro sitio web www.ddtechglobal.com Ni la totalidad ni una parte de esta publicación pueden ser reproducidas sin el permiso previo. * PRECAUCIÓN: Cuando se usa en puertas de piscina para natación consulte siempre a las autoridades locales sobre los códigos para piscinas de natación. DEPARTMENTAL MATERIALS SPECIFICATION DETECTABLE WARNING MATERIAL TEXAS DEPARTMENT OF TRANSPORTATION 1 – 3 EFFECTIVE DATE: JUNE 2012 DMS - 4350 DETECTABLE WARNING MATERIAL EFFECTIVE DATE: JUNE 2012 4350.1. Description. This Specification governs for the evaluation and qualification of detectable warning materials. 4350.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4350.3. Definitions. Detectable warnings are a distinctive surface pattern of truncated domes that are detectable by cane or underfoot and are used to alert people with vision impairments of their approach to streets and other hazardous areas. Detectable warning products comply with the 2010 ADA Standards for Accessible Design, Section 705, published by the U.S. Department of Justice on September 15, 2010, and the 2012 Texas Accessibility Standards (TAS), Section 705, published by the Texas Department of Licensing and Regulation effective March 15, 2012.  Surface applied detectable warning materials are those materials or systems affixed to an existing substrate without demolition. Methods of adherence include chemical bonding, adhesives, mechanical fasteners, or other methods.  Cast-in-place detectable warning systems include those materials or systems that are “wet set” into freshly poured concrete while it is still in the plastic state and require existing ramps to be demolished and re-poured for installation.  Unit paver detectable warning systems include concrete and fired clay pavers that fit together to form a detectable warning surface. 4350.4. Material Producer List. The Plan Development Section of the Design Division maintains a Material Producer List (MPL) of all detectable warning materials. Materials appearing on the MPL, entitled “Detectable Warning Material,” require product evaluation prior to listing. 4350.5. Pre-Qualification Procedure for Surface Applied and Cast-in-Place Detectable Warning Systems. A. Pre-Qualification Request. Submit a letter of intent and a 6 × 6 in. product sample to the Texas Department of Transportation, Design Division, Director of Plan Development, 125 East 11th Street, Austin, Texas 78701-2483. B. Pre-Qualification Sample. Install a representative sample of material at a test location approved by the Department. Department personnel will monitor and evaluate the test site for at least six months and will grant approval after successful completion of the testing period. DEPARTMENTAL MATERIALS SPECIFICATION DETECTABLE WARNING MATERIAL TEXAS DEPARTMENT OF TRANSPORTATION 2 – 3 EFFECTIVE DATE: JUNE 2012 C. Installation Requirements. Manufacturers and suppliers must act in accordance with the following guidelines when installing material at the test location.  Secure an approved location and date for product installation from the Department’s Design Division.  Protect adjacent property and vehicles from damage. If any damage results from an act or omission on the part of the material supplier or contractor, notify the Campus Building Manager immediately. Prepare to take corrective action to restore the damaged property to its original condition.  Install detectable warning material or system at a minimum of 24 in. in the direction of travel and extending the full width of the curb ramp. Normally, a 24 × 48 in. installation is required.  Follow Department Pedestrian Facilities Standards (PED) for installation.  For cast-in-place systems, the material supplier or contractor may be required to saw cut and remove existing concrete ramps or detectable warnings.  Protect product from damage until materials are fully set or cured. D. Evaluation. Department personnel will conduct evaluations six months after installation, at which time the team will determine whether the product is performing at an acceptable level. 1. Qualification. Department personnel will evaluate the installation according to the following criteria:  Product meets the requirements listed under Article 4350.7 of this Specification.  At least 19 of 20 domes must meet size requirements.  Domes and field area must show little to no surface wear at six months and little wear at one year, if applicable.  Product must have a visually appealing appearance at six months.  Product must be free of bubbles/lifting, cracks, chipped tiles, loose areas, and other non-desirable performance features and maintenance problems. The Department will list materials meeting the requirements of this Specification on the MPL. 2. Failure. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. E. Disqualification. The Department reserves the right to reevaluate the initial material installation and any subsequent installations in the field to ensure a continued level of acceptable performance. Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the MPL F. Re-Qualification. A manufacturer or supplier may submit material for re-qualification after documenting the problem and its resolution. Submit documentation identifying the DEPARTMENTAL MATERIALS SPECIFICATION DETECTABLE WARNING MATERIAL TEXAS DEPARTMENT OF TRANSPORTATION 3 – 3 EFFECTIVE DATE: JUNE 2012 cause and corrective action taken. If the Department deems the documentation acceptable, the product will be reevaluated in accordance with Article 4650.5 of this Specification. 4350.6. Pre-Qualification Procedure for Unit Pavers. A. Pre-Qualification Request. Submit a letter of intent to the Texas Department of Transportation, Design Division, Director of Plan Development, 125 East 11th Street, Austin, Texas 78701-2483. Include with the request certified test results showing that the pavers meet the requirements of Article 4350.7. B. Evaluation. Department personnel will evaluate the data provided by the manufacturer or supplier and determine if the material meets the requirements of this Specification. 1. Qualification. The Department will list materials meeting the requirements of this Specification on the MPL. 2. Failure. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. C. Disqualification. The Department reserves the right to evaluate any field installations to ensure a continued level of acceptable performance. Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the MPL. D. Re-Qualification. A manufacturer or supplier may submit material for re-qualification after documenting the problem and its resolution. Submit documentation identifying the cause and corrective action taken. If the Department deems the documentation acceptable, the product will be reevaluated in accordance with Article 4350.6 of this Specification. 4350.7. Material Requirements. All detectable warning products must meet the following:  Product must be compliant with 2010 ADA Standards for Accessible Design and the 2012 TAS.  Visual Contrast must meet the requirements of 2010 ADA Standards for Accessible Design, Section 705.1.3, and the 2012 TAS. In addition to the above, concrete pavers must meet all requirements of ASTM C 936, and clay fired pavers must meet all requirements in ASTM C 902 for Class SX, Type I, or ASTM C 1272. 4350.8. Archived Versions. Archived versions are available. This page intentionally left blank. DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 1 – 3 LAST REVIEWED: SEPTEMBER 2014 DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot- melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip-sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4–71°C (40–160°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. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s, 25°C (77°F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F), mm 5 5 Viscosity, 10 rpm, 204°C (400°F), Pa-s 7.5 7.5 Flash Point, C.O.C., °F ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51 - 15 - Flexibility, 1 in. mandrel, 90° bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in “Test Methods.” 3. As modified in “Test Methods” 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 2 – 3 LAST REVIEWED: SEPTEMBER 2014 B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler-free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler-Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 ASTM D 5 Viscosity, 135°C (275°F) Pa-s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: 45 μm (No. 325) 75 μm (No. 200) 150 μm (No. 100) 75 95 100 -- -- -- ASTM C 430, as modified in Section 6130.4. 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely-covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000-mL (1-qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52–66°C (125–150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent-asphalt mixture. Recover the base asphalt from solvent according to Tex-211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction- recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.) volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 3 – 3 LAST REVIEWED: SEPTEMBER 2014 to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20–25 µm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75µm (No. 200) and 150 µm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 µm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre-qualified in accordance with Tex-538-C. Consult “Bituminous Marker Adhesive” for a list of materials currently pre-qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self-releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 60 lb.) and must weigh within 1 kg (2 lb.) of the stated quantity. Self-releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 lb.) each, must be part of the packaging. Each package must display: • the manufacturer’s name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. This page intentionally left blank. DEPARTMENTAL MATERIALS SPECIFICATION GEOGRID FOR BASE / EMBANKMENT REINFORCEMENT TEXAS DEPARTMENT OF TRANSPORTATION 1 – 3 EFFECTIVE DATE: MAY 2010 DMS - 6240 GEOGRID FOR BASE / EMBANKMENT REINFORCEMENT EFFECTIVE DATE: MAY 2010 6240.1. Description. This Specification governs the materials, composition, quality, sampling, and testing of synthetic geogrid. Install geogrid in accordance with the lines and grades shown on the plans. Two grades of geogrid, Types 1 and 2, are specified for different loads. 6240.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6240.3. Definitions. A. Geogrid—a synthetic planar structure formed by a regular network of integrally connected polymeric tensile elements with apertures designed to interlock with the surrounding fill material. Geogrid is used for the reinforcement of roadway base or embankment materials. Other uses are in accordance with the governing Specification and the plans. B. Producer—a manufacturer of any of the products covered by this Specification or a company that sells its product under a private label agreement with a manufacturer. 6240.4. Sampling and Testing. Sample in accordance with Tex-735-I unless otherwise specified by the Engineer. Perform testing in accordance with Tex-621-J. 6240.5. Material Requirements. A. General Requirements. The structure should be capable of maintaining dimensional stability during placement and under normal construction traffic. The geogrid should be resistant to damage during construction, including ultraviolet degradation, and it should have long-term resistance to chemical and biological degradation caused by the materials being reinforced. B. Physical Requirements. The geogrid supplied must meet the requirements listed in Table 1 when sampled and tested in accordance with Tex-621-J. DEPARTMENTAL MATERIALS SPECIFICATION GEOGRID FOR BASE / EMBANKMENT REINFORCEMENT TEXAS DEPARTMENT OF TRANSPORTATION 2 – 3 EFFECTIVE DATE: MAY 2010 Table 1 Geogrid Requirements Property Type 1 Type 2 Aperture Size, mm (in.) 25–51 (1.0–2.0) 25–51 (1.0–2.0) Percent Open Area, % 70 minimum 70 minimum Thickness, mm (in.) MD ribs CMD ribs Junctions 0.77 (0.03) minimum 0.64 (0.025) minimum 1.50 (0.06) minimum 1.27 (0.05) minimum 1.15 (0.045) minimum 2.54 (0.10) minimum Tensile Modulus @ 2% elongation1, N/m (lb./ft.) MD & CMD CMD 204,260 minimum (14,000) minimum 291,000 minimum (20,000) minimum Junction Efficiency, % of rib ultimate tensile strength MD & CMD 90 minimum 90 minimum 1. Determined as a secant modulus without offset allowances. Note—MD and CMD do not necessarily refer to the machine (warp) and cross machine (fill) directions in the manufacturing process. They refer, for drawn products, to the more (CMD) or less (MD) highly drawn ribs where the aperture dimensions are unequal. 6240.6. Measurement and Payment. A. Procurement by the State. Measurement and payment for all materials governed by this Specification should be in accordance with the conditions prescribed in the purchase order awarded by the state. B. Contracts. Measurement and payment for all materials governed by this Specification and utilized in the performance of work specified in the contract should be considered subsidiary to the governing bid item in the contract. 6240.7. Packaging Requirements. Package the geogrid in rolls of the length and width specified on the plans, as directed by the Engineer, or as specified in the purchase order awarded by the State. Each roll should be one continuous piece packaged in a suitable sheath, wrapper, or container to protect the geogrid from damage due to ultraviolet light, moisture, and normal storage and handling. 6240.8. Identification. Identify each roll with a tag or label securely affixed to the outside of the roll on one end. List the following information on the label:  unique roll number, serially designated;  lot number or control number;  name of producer; DEPARTMENTAL MATERIALS SPECIFICATION GEOGRID FOR BASE / EMBANKMENT REINFORCEMENT TEXAS DEPARTMENT OF TRANSPORTATION 3 – 3 EFFECTIVE DATE: MAY 2010  style or catalog designation of product; and  roll width and length. 6240.9. Basis for Rejection. If any individual sample selected at random from 100 rolls or fraction thereof fails to meet any specification requirement, that roll will be rejected. Two additional samples will be taken, one from each of two other rolls selected at random from the same 100-roll lot or fraction thereof. If either of the additional samples fails to comply with any portion of the Specification, the entire quantity of rolls represented by that sample will be rejected. 6240.10. Archived Versions. Archived versions are available. This page intentionally left blank. SB11 Product Data STRATABASE™ is an integrally formed biaxial geogrid, which is especially designed for soil stabilization and reinforcement applications. StrataBase is manufactured from polypropylene, by process of extruding then longitudinal and transverse stretching. StrataBase features high tensile strength at low strain in both longitudinal (MD) and transverse (TD) directions and provides excellent structure stability and mechanical interlock performance. APPLICATIONS t#BTF3FJOGPSDFNFOU t4VCHSBEF3FJOGPSDFNFOU t4FDPOEBSZ3FJOGPSDFNFOU t&NCBOLNFOU4UBCJMJ[BUJPO StrataBase Strata Systems, Inc. 380 Dahlonega Road, Suite 200 Cumming, GA 30040, USA 1.800.680.7750 www.bxdirect.com Strata warrants that at the time of delivery the geogrid shall conform to the stated values herein. Specification is subject to change without notice. The sizing, use and selection of the products should be completed by a licensed design professional. The product data herein reflect Strata System, Inc.'s expectation based on tests conducted in accordance with recognized standard methods. The sale of these products shall be subject to the Terms and Conditions of Sale as set forth in Strata Systems, Inc. sales forms. Such Terms and Conditions of Sale will provide that Strata Systems, Inc. will have no liability for consequential damages and will include certain limited express warranties concerning these products. ALL OTHER EXPRESS AND IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE ARE DISCLAIMED BY STRATA SYSTEMS, INC. No agent, employee or representative of Strata Systems, Inc. is authorized to modify this disclaimer. This product specification supersedes all prior specifications for the product described above and is not applicable to any products shipped prior to July 15, 2012. NOTES: 1. Values shown are minimum average roll values determined in accordance with ASTM D4759. MD – Machine Direction. TD – Transverse (cross-machine) direction. 2. Nominal dimensions or values, unless otherwise noted. 3. Determined in accordance with ASTM D6637 without applying pre-load or using “secant” or “offset” tangent methods. 4. Load transfer capacity between node and tensile ribs expressed as percentage of ultimate tensile strength. 5. Resistance to bending determined in accordance with ASTM D7748. Overall flexural rigidity is calculated as the square root of the product of the MD and TD flexural stiffness values. 6. Aperture Stability Modulus measured by applying a 20 kg-cm (2 m-N) moment to central junction of test specimen in accordance with U.S. Army Corps of Engineers Methodology for Measurement of Torsional Rigidity. Test Method Units MD Values1 TD Values1 INDEX PROPERTIES Polymer - - Extruded Polypropylene (PP) Aperture Dimensions2 Caliber inch (mm) 1.02 (26) 1.38 (35) Rib Thickness2 ASTM D1777 inch (mm) 0.047 (1.2) 0.039 (1.0) Tensile Strength @ 2% Strain3 ASTM D6637 lb/ft (kN/m) 280 (4.1) 450 (6.6) Tensile Strength @ 5% Strain3 ASTM D6637 lb/ft (kN/m) 580 (8.5) 920 (13.4) Ultimate Tensile Strength3 ASTM D6637 lb/ft (kN/m) 850 (12.4) 1300 (19.0) STRUCTURAL INTEGRITY Junction Efficiency4 GRI-GG2 % 93 Overall Flexural Rigidity5 ASTM D7748 mg-cm 250,000 Aperture Stability Modulus6 COE Method m-N/deg 0.32 DIMENSIONS AND DELIVERY Roll Width2 - feet (m) 12.96 (3.95) Roll Length2 - feet (m) 164 (50) Roll Weight2 - lbs (kg) 97 (44) SB11.v01-12e 12/2012 This page intentionally left blank. 1-6 5202 08-05 2004 Specifications CSJ 0048-01-057 SPECIAL SPECIFICATION 5202 Pipe Casing 1. General. A. Work Included. Furnish labor, materials, equipment and incidentals necessary to install pipe casings by boring, or open cut as specified. This section sets forth the requirements for utility lines crossing roadways or railroads using open cut. B. Quality Assurance. 1. Design Criteria. a. Casing Insulators. Casing insulators shall be designed by the Manufacturer to adequately support and electrically isolate the carrier pipe within the casing pipe under all conditions. Number and location of spacing insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 2 ft. of ends of casing. 2. Installer’s Qualifications. Installation shall be by a competent, experienced con- tractor or sub-contractor. The installation contractor shall have a satisfactory experience record of at least 3 years engaged in similar work of equal scope. 3. Performance Requirements. Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Engineer shall be permitted only to the extent of 1 in. in 10 ft., provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. C. Submittals. Provide shop drawings of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. D. Standards. AWWA C-206 “Field Welding of Steel Water Pipe” AWWA C-210 “Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines” AASHTO M-190 “Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches” AASHTO Standard Specifications for Highway Bridges, 1993. ASTM A-123 “Zinc (Hot Dipped Galvanized) Coatings on Iron and 2-6 5202 08-05 Steel Products” ASTM A-135 “Electric - Resistance - Welded Steel Pipe” ASTM A-139 “Electric - Fusion (Arc) - Welded Steel Pipe” (NPS4 and Over) ASTM A-153 “Zinc Coating (Hot Dip) on Iron and Steel Hardware” ASTM A-307 “Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength” ASTM A-449 “Quenched and Tempered Steel Bolts and Studs” ASTM A- 568/A568M “Steel, Carbon, and High Strength, Low Alloy, Hot- Rolled and Cold- Rolled for Commercial Quality” ASTM C-76 “Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe” ASTM D-4254 “Test Methods for Minimum Index Density of Soils and Calculation of Relative Density” E. Delivery and Storage. [Not Used] F. Job Conditions; Permits and Easement Requirements. 1. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than 5 days prior to the time of his intentions to begin work on the right-of-way. 2. Comply with the requirements of the permit and/or easement. The work within the Texas Department of Transportation (TXDOT) shall comply with TXDOT specifications. If required by the Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no additional cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required. 3. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. 4. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. 5. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. 3-6 5202 08-05 G. Options. 1. Casing Material. Unless specified otherwise, the Contractor may use steel pipe, or reinforced concrete pipe, where bore is specified. Unless specified otherwise, the Contractor may use steel pipe or reinforced concrete pipe where open cut casing is specified. The material specification for casing pipe are the minimum acceptable. The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. 2. Bore Methods. Unless specified otherwise, the Contractor may use boring, or jacking, for the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. H. Guarantees. [Not used] 2. Products. A. Materials. 1. Steel Pipe. Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C-210 or approved equal. Pipe joints shall be welded in accordance with AWWA C-206. After pipe is welded, coating and lining shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: Casing Diameter Wall Thickness 4” - 24” 25” - 42” 43” - 60” 0.25” 0.375” 0.50” 2. Reinforced Concrete Pipe. Pipe casing shall conform to ASTM C-76 and shall be of the size, class and length specified. Pipe shall be a minimum of Class IV for 42 in. and smaller diameters and a minimum of Class V for diameter larger than 42 in. B. Mixes. 1. Cement Mortar. Shall consist of 1 part cement to 2 parts clean sand with sufficient water to make a thick workable mix. 2. Pressure Grout Mix. Comprised of 1 cu. ft. of cement and 3.5 cu. ft. of clean fine sand with sufficient water added to provide a free flowing thick slurry. If desired to maintain solids in the mixture in suspension, one cu. ft. of commercial grade bentonite may be added to each 12 to 15 cu. ft. of the slurry. C. Fabrication. [Not Used] 4-6 5202 08-05 D. Manufactured Products. 1. Casing Insulators. Use casing insulators for any type of carrier pipe. Insulators shall consist of pre-manufactured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium-plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. 2. Mortar Bands. Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly position the pipe within the casing. 3. Execution. A. Preparation. [Not Used] B. General Construction Procedures. 1. Excavation and Backfill of Access Pits. a. Do not allow excavation over the limits of the bore as specified. Trench walls of access pits adjacent to the bore face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements. b. Excavations within the right-of-way and not under surfacing shall be backfilled and consolidated by tamping in 6 in. horizontal layers to 95% of maximum density as measured by ASTM D-698. Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right-of- Way Owner may require the access pits be temporally backfilled until installation of carrier pipe. c. Where seeding or sodding is disturbed by excavation or backfilling operations, such areas shall be replaced by seeding or sodding as specified in the North Central Texas Council of Governments Standard Specifications for Public Works Construction, Third Edition, Division 6, Underground Conduit Construction. 2. Installing Carrier Pipe In Casings. a. Pipe to be installed within the casing shall meet the requirements for this type of pipe as specified. Where indicated, place, align, and anchor guide rails and/or casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails. 5-6 5202 08-05 b. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. If guide rails are used, install pipe and hold down jacks after installation of carrier pipe. c. After installation of the carrier pipe, mortar inside and outside of the joints as applicable. d. After carrier pipe installation is complete, seal or plug the ends of the casing. 3. Free Air System. If required by OSHA standards, free-air systems shall be installed and maintained. 4. Installation of Pressure Grout Mix. a. Install pressure grout mix in the void space between the outside of the casing pipe and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe. b. Grout fittings shall be fabricated into casing pipe at a maximum spacing of 6 ft. Remove and plug grout fittings after pressure grouting. c. Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout is extruded from the opposite end. C. Crossings Installed By Borings. 1. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2 in. pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted. 2. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10% of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. 3. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18 in. or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor’s responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully 6-6 5202 08-05 responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the boring operation. D. Crossing with Casing Installed by Open Cut. This article covers the requirements for the construction of crossings where pipe casing is required for installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in the North Central Texas Council of Governments Standard Specifications for Public Works Construction, Third Edition, Division 6, Underground Conduit Construction. All other requirements shall be as specified herein. E. Field Quality Control. [Not Used] F. Clean and Adjust. [Not Used] G. Schedules. [Not Used] 4. Measurement. This Item will be measured by the foot. 5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Pipe Casing” of the type and size specified. This price is full compensation for furnishing, hauling and laying of casing, replacement of topsoil; replacing landscaping to a condition as good or better than existed prior to construction; protecting or replacing existing structures, sidewalks or utilities; relocation of existing utilities; disposal of surplus materials; cleaning up and maintenance; surveying and replacement of monuments; dust control; removal of mud from roadways; and any incidental work and materials not otherwise provided for in these Specifications, all in strict accordance with the Contract Drawings and Project Specifications. 2004 Specifications CSJ 0043-01-074 SPECIAL SPECIFICATION 5955 Sanitary Sewers (Concrete Encasement) 1. Description. A. Scope of Work. Provide and install complete concrete encasement for sanitary sewer in conformity with the details shown on the plans, as described herein, in compliance with the Department's Utility Accommodation Policy (UAP)(Title 43, T.A.C., Sections 21.31-21.55) and/or as directed by the Engineer. Anywhere reference is made to specifications of the American Society for Testing and Materials (ASTM), American Water Works Association (AWWA) and American National Standards Institute (ANSI) will mean the latest standard in effect on the date of the proposal. B. Utilities. The data furnished on the plans regarding the size and location of all utility lines has been obtained from field surveys, the City and the various utility companies. However, the State does not assume responsibility for the accuracy of the information presented nor does it warrant that all of the utility lines have been shown. The Contractor will contact the appropriate utility companies to locate the existing underground facilities at the job site 48 hours prior to the beginning of construction. The Contractor will accommodate site specific utility locations and construction constraints. It is the responsibility of the Contractor to locate, protect and work around existing utility conditions. 2. Materials. All materials furnished for this project will be new. A manufacturer's certificate of compliance will be acceptable for quality control. A. Concrete. All concrete is to meet the requirements of Item 421, "Hydraulic Cement Concrete". Unless otherwise shown on the plans or required by this specification, all concrete will be Class A. 3. Construction. A. Concrete Encasement. When concrete encasement is shown on the plans or when directed by the Engineer, the trench is to be excavated and fine graded to a depth conforming with the details and sections shown on the plans. The pipe is to be supported by pre-cast concrete blocks of the same strength as the concrete for encasement and securely tied down to prevent floatation. Encasement concrete is to be placed to a depth and width conforming with details and sections shown on the plans. 1-2 5955 05-11 2-2 5955 05-11 4. Measurement. A. Concrete Encasement. Concrete encasement for pipe will be measured by the cubic yard as dimensioned on the plans and/or as directed by the Engineer. 5. Payment. A. Concrete Encasement. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Sanitary Sewers (Concrete Encasement)". These prices will be full compensation for furnishing and hauling all materials; for dewatering, shaping and fine grading the bottom of the trench; and for all other items of material, labor, equipment, tools and incidentals. Payment will be made at the unit price bid for "Sanitary Sewers (Concrete Encasement)". 7076 1 - 2 12-15 OTU Special Specification 7076 Grouting of Water Mains 1. DESCRIPTION This item will govern the grouting of existing water mains for the purposes of abandonment underneath roadways, paved areas, and at other designated locations. The location of this Work is as shown on the Contract Document plans and/or as encountered in the field during construction. The Contractor will, unless otherwise specified, furnish all labor, materials, equipment, tools and all other appurtenances necessary to abandon water lines segments in place by filling them with flowable cementious low strength grout including plugs, bulkheads, excavation and backfill at locations as required to completely fill the line to be abandoned in place with grout to protect against future collapse of the line. 2. SUBMITTALS A. Proposed Mix Design Report B. Submit manufacturers data for proposed plugs and detail of bulkhead C. Technical information for equipment and operations procedures including projected injection rate, grout pressure, method of controlling grout pressure, bulkhead and vent design and number of stages of grout application. D. Submit project specific plan for abandonment at least 15 days prior to commencing grouting activities, describe proposed sequence and other information pertinent to completion of Work. 3. MATERIALS A. Cement-based grout/ flowable fill with self-leveling and non-shrink characteristics. B. Unconfined compressive strength: Minimum 100 psi at 56 days as determined based on average of three tests for same placement. Present at least three acceptable strength tests for proposed mix design in mix design report. 4. CONSTRUCTION Abandoning and grouting of water lines must not occur until all existing water mains and services have been transferred to a relocated water line or another line as designated in the Contract Documents. The Contractor will be responsible for the satisfactory coordination of the pipe abandonments with other construction and activities in the area. Delays in work resulting from lack of coordination will not be cause for additional compensation. Any work involving or impacting asbestos concrete pipe must be in accordance with the procedures outlined in the approved specifications for this project and will comply with all federal, state, and local laws, ordinances and regulations regarding the management of asbestos containing materials. Remove all water line appurtenances, such as hydrants, valves and valve casing and castings. These appurtenances must be returned to the designated utility representative. Make cuts, install bulkheads, vents to allow for air release Remove any free standing water prior to starting fill placement. 7076 2 - 2 12-15 OTU Place grout/flowable fill using concrete or grout pumps capable of continuous delivery at planned placement rate to fill volume between placement points not to exceed 500 linear ft. at a time. Pump flowable fill through bulkheads constructed for placement of PVC pipes or other methods to contain grout in line to be abandoned. These pipe will be used for injection points or vents during placement. Place grout under pressure into property vented open system until grout emerges from vent pipes indicating pipe is completely filled. Pumping grout must be completed under sufficient pressure to overcome friction and to fill water main from downstream to upstream end. Remediate areas where flowable fill did not fill voids in water main by pressure grouting from inside water main or from surface if necessary. Plug each end of the water main being abandoned. Ensure that concrete is around plug/bulkhead and around pipe including bedding area such that it is not penetrable by groundwater and that bedding at this location is not a conduit for groundwater. The method of installation must be able to meet the requirement of completely filling the existing water main and any voids adjacent to it. Backfill to grade above pipe left in place. Place and compact backfill in compliance with the Special Specifications. Remove, transport, and, dispose of spoils. Spoils including pipe must be hauled to a facility permitted to accept the material. The method must provide for the release of air. When intermediate points are required to be constructed for the abandonment of the system, they must be a part of the abandonment project process. The method must provide for the isolation of water mains to be grouted from water mains that are abandoned in place without grouting as shown on the plans. Water mains that are not under proposed pavement are generally not required to be grouted unless it is specified in the contract documents. Mains to be abandoned must be grouted only if required by the contract documents and payment as per these specifications is provided. 5. MEASUREMENT This Item will be measured by the linear foot of water main to be abandoned regardless of depth. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Grout Abandonment Water Main of the size of water main specified. This price will be full compensation for the removing of the content within the pipe, cleaning, grouting, plugging, capping and abandoning all pipe, pipe bend section and all other appurtenance, and of dewatering, trenching, excavation and backfill, removal, transportation and disposal and all material or work necessary to properly abandon the pipe and must include all materials, labor, equipment, tools and incidentals necessary to complete the work. 247 126 Item 247 Flexible Base 1. DESCRIPTION Construct a foundation course composed of flexible base. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. Use Tex-100-E material definitions. 2.1. Aggregate. Furnish aggregate of the type and grade shown on the plans and meeting the requirements of Table 1. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives, such as but not limited t o lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1 unless shown on the plans. Table 1 Material Requirements 2.1.1. Material Tolerances. The Engineer may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. Property Test Method Grade 1–2 Grade 3 Grade 42 Grade 5 Sampling Tex-400-A Master gradation sieve size (cumulative % retained) Tex-110-E 2-1/2" 0 0 As shown on the plans 0 1-3/4" 0–10 0–10 0–5 7/8" 10–35 – 10–35 3/8" 30–65 – 35–65 #4 45–75 45–75 45–75 #40 65–90 50–85 70–90 Liquid Limit, % Max Tex-104-E 40 40 As shown on the plans 35 Plasticity Index, Max1 Tex-106-E 10 12 As shown on the plans 10 Plasticity index, Min1 As shown on the plans As shown on the plans As shown on the plans As shown on the plans Wet ball mill, % Max Tex-116-E 40 – As shown on the plans 40 Wet ball mill, % Max increase passing the #40 sieve 20 – As shown on the plans 20 Min compressive strength, psi Tex-117-E As shown on the plans lateral pressure 0 psi 35 – – lateral pressure 3 psi – – 90 lateral pressure 15 psi 175 – 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. Grade 4 may be further designated as Grade 4A, Grade 4B, etc. 247 127 The Engineer may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 2.1.2. Material Types. Do not use fillers or binders unless approved. Furnish the type specified on the plans in accordance with the following: 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.2. Type B. Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. 2.1.2.3. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex-460-A, Part I. Blending of 2 or more sources is allowed. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.1.3.2., “Recycled Material (Including Crushed Concrete) Requirements,” and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. 2.1.2.5. Type E. Caliche, iron ore or as otherwise shown on the plans. 2.1.3. Recycled Material. Reclaimed asphalt pavement (RAP) and other recycled materials may be used when shown on the plans. Request approval to blend 2 or more sources of recycled materials. 2.1.3.1. Limits on Percentage. Do not exceed 20% RAP by weight, when RAP is allowed, unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. 2.1.3.2. Recycled Material (Including Crushed Concrete) Requirements. 2.1.3.2.1. Contractor-Furnished Recycled Materials. Provide recycled materials, other than RAP, that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex-145-E. When the Contractor furnishes the recycled materials, including crushed concrete, the final product will be subject to the requirements of Table 1 for the grade specified. Certify compliance with DMS-11000, “Evaluating and Using Nonhazardous Recyclable Materials Guidelines,” for Contractor furnished recycled materials. In addition, recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex-413-A. For RAP, do not exceed a maximum percent loss from decantation of 5.0% when tested in accordance with Tex-406-A. Test RAP without removing the asphalt. 2.1.3.2.2. Department-Furnished Required Recycled Materials. When the Department furnishes and requires the use of recycled materials, unless otherwise shown on the plans:  Department-required recycled material will not be subject to the requirements in Table 1,  Contractor-furnished materials are subject to the requirements in Table 1 and this Item,  the final product, blended, will be subject to the requirements in Table 1, and  for final product, unblended (100% Department-furnished required recycled material), the liquid limit, plasticity index, wet ball mill, and compressive strength is waived. Crush Department-furnished RAP so that 100% passes the 2 in. sieve. The Contractor is responsible for uniformly blending to meet the percentage required. 2.1.3.2.3. Department-Furnished and Allowed Recycled Materials. When the Department furnishes and allows the use of recycled materials or allows the Contractor to furnish recycled materials, the final blended product is subject to the requirements of Table 1 and the plans. 247 128 2.1.3.3. Recycled Material Sources. Department-owned recycled material is available to the Contractor only when shown on the plans. Return unused Department-owned recycled materials to the Department stockpile location designated by the Engineer unless otherwise shown on the plans. The use of Contractor-owned recycled materials is allowed when shown on the plans. Contractor-owned surplus recycled materials remain the property of the Contractor. Remove Contractor -owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. Do not intermingle Contractor-owned recycled material with Department-owned recycled material unless approved. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non-commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Provide rollers in accordance with Item 210, “Rolling.” Provide proof rollers in accordance with Item 216, “Proof Rolling,” when required. 3.2. When ride quality measurement is required, provide a high speed or lightweight inertial profiler certified at the Texas A&M Transportation Institute. Provide equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise approved. After construction and acceptance of the stockpile, loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor’s estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100-ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100-ft. station, manipulate in accordance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, “Removing Treated and Untreated Base and Asphalt Pavement,” when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. 247 129 Proof roll the roadbed in accordance with Item 216, “Proof Rolling,” before pulverizing or scarifying when shown on the plans or directed. Correct soft spots as directed. 4.2. Placing. Spread and shape flexible base into a uniform layer with an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed, at no additional expense to the Department. Place successive base courses and finish courses using the same construction methods required for the first course. 4.3. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, “Sprinkling.” Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex-140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, recompacting, and refinishing at the Contractor’s expense. 4.3.1. Ordinary Compaction. Roll with approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.3.2. Density Control. Compact to at least 100% of the maximum dry density determined by Tex-113-E, unless otherwise shown on the plans. Maintain moisture during compaction within ±2 percentage points of the optimum moisture content as determined by Tex-113-E. Measure the moisture content of the material in accordance with Tex-115-E or Tex-103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. Do not achieve density by drying the material after compaction. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex-115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.4. Finishing. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed . Correct grade deviations greater than 1/4 in. in 16 feet measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Correct by loosening and adding, or removing material. Reshape and re-compact in accordance with Section 247.4.3., “Compaction.” 4.5. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 247 130 4.6. Ride Quality. This section applies to the final travel lanes that receive a 1 or 2 course surface treatment for the final surface, unless otherwise shown on the plans. Measure ride quality of the base course after placement of the prime coat and before placement of the surface treatment, unless otherwise approved. Use a certified profiler operator from the Department’s MPL. When requested, furnish the Engineer documentation for the person certified to operate the profiler. Provide all profile measurements to the Engineer in electronic data files within 3 days after placement of the prime coat using the format specified in Tex-1001-S. The Engineer will use Department software to evaluate longitudinal profiles to determine areas requiring corrective action. Correct 0.1-mi.sections having an average international roughness index (IRI) value greater than 100.0 in. per mile to an IRI value of 100.0 in. per mile or less for each wheel path, unless otherwise shown on the plans. Re-profile and correct sections that fail to maintain ride quality until placement of the next course, as directed. Correct re-profiled sections until specification requirements are met, as approved. Perform this work at no additional expense to the Department. 5. MEASUREMENT Flexible base will be measured as follows:  Flexible Base (Complete In Place). The ton, square yard, or any cubic yard method.  Flexible Base (Roadway Delivery). The ton or any cubic yard method.  Flexible Base (Stockpile Delivery). The ton, cubic yard in vehicle, or cubic yard in stockpile. Measurement by the cubic yard in final position and square yard is a plans quantity measurement. The quantity to be paid for is the quantity shown in the proposal unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. Measurement is further defined for payment as follows. 5.1. Cubic Yard in Vehicle. By the cubic yard in vehicles of uniform capacity at the point of delivery. 5.2. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position by the method of average end areas. 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of base course is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines, grades, and slopes of the accepted base course as shown on the plans. 5.4. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base as shown on the plans. 5.5. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex-103-E from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, “Weighing and Measuring Equipment.” 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for the types of work shown below. No additional payment 247 131 will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid for in accordance with Item 216, “Proof Rolling.” Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor’s expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in accordance with pertinent Items or Article 4.4., “Changes in the Work.” 6.1. Flexible Base (Complete In Place). Payment will be made for the type and grade specified. For cubic yard measurement, “In Vehicle,” “In Stockpile,” or “In Final Position” will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 6.2. Flexible Base (Roadway Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, “In Vehicle,” “In Stockpile,” or “In Final Position” will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring , and equipment, labor, tools, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, “In Vehicle” or “In Stockpile” will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing and disposing of materials, preparing the stockpile area, temporary or permanent stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials to the stockpile, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 260 136 Item 260 Lime Treatment (Road-Mixed) 1. DESCRIPTION Mix and compact lime, water, and subgrade or base (with or without asphaltic concrete pavement) in the roadway. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. Obtain verification from the Engineer that the specification requirements are met before using the sources. The Engineer may sample and test project materials at any time before compaction. Use Tex-100-E for material definitions. 2.1. Lime. Furnish lime that meets the requirements of DMS-6350, “Lime and Lime Slurry,” and DMS-6330, “Pre- Qualification of Lime Sources.” Use hydrated lime, commercial lime slurry, quicklime, or carbide lime slurry as shown on the plans. Do not use quicklime when sulfates are present in quantities greater than 3 ,000 ppm. When furnishing quicklime, provide it in bulk. 2.2. Subgrade. The Engineer will determine the sulfate content of the existing subgrade in accordance with Tex-145-E and organic content in accordance with Tex-148-E before lime treatment begins. Suspend operations when material to be treated has a sulfate content greater than 7,000 ppm or an organic content greater than 1.0% and proceed as directed. 2.3. Flexible Base. Unless otherwise shown on the plans, furnish base material that meets the requirements of Item 247, “Flexible Base,” for the type and grade shown on the plans, before the addition of lime. 2.4. Water. Furnish water free of industrial wastes and other objectionable material. 2.5. Asphalt. When asphalt or emulsion is permitted for curing purposes, furnish materials that meet the requirements of Item 300, “Asphalts, Oils, and Emulsions,” as shown on the plans or as directed. 2.6. Mix Design. The Engineer will determine the target lime content and optimum moisture content in accordance with Tex-121-E or prior experience with the project materials. The Contractor may propose a mix design developed in accordance with Tex-121-E. The Engineer will use Tex-121-E to verify the Contractor’s proposed mix design before acceptance. Reimburse the Department for subsequent mix designs or partial designs necessitated by changes in the material or requests by the Contractor. Limit the amount of recycled asphalt pavement to no more than 50% of the mix unless otherwise shown on the plans or directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. Provide rollers in accordance with Item 210, “Rolling.” Provide proof rollers in accordance with Item 216, “Proof Rolling,” when required. 3.1. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof containers. 3.2. Slurry Equipment. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. The Engineer may approve other slurrying methods. 260 137 3.3. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. Equip the distributor truck with a sampling device in accordance with Tex-600-J, Part I, when using commercial lime slurry or carbide lime slurry. 3.4. Hydrated Lime Distribution Equipment. Provide equipment to spread lime evenly across the area to be treated. Provide equipment with a rotary vane feeder to spread lime, when shown on the plans. 3.5. Pulverization Equipment. Provide pulverization equipment that:  cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut,  provides a visible indication of the depth of cut at all times, and  uniformly mixes the materials. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. 4.1. Preparation of Subgrade or Existing Base for Treatment . Before treating, remove existing asphalt pavement in accordance with Item 105, “Removing Treated and Untreated Base and Asphalt Pavement,” when shown on the plans or as directed. Shape existing material in accordance with applicable bid items to conform to typical sections shown on the plans and as directed. Unless otherwise approved, proof roll the roadbed in accordance with Item 216, “Proof Rolling,” before pulverizing or scarifying existing material. Correct soft spots as directed. When material is imported from a borrow source, notify the Engineer of the location of the borrow source well in advance to allow time for testing and approval to avoid delay to the project. Stockpile as directed. The Engineer will test the borrow source and determine the sulfate and organic contents. When the borrow source has a sulfate content greater than 3,000 ppm or an organic content greater than 1.0%, proceed as directed. When new base material is required to be mixed with existing base, deliver, place, and spread the new material in the required amount per station. Manipulate and thoroughly mix new base with existing material to provide a uniform mixture to the specified depth before shaping. 4.2. Pulverization. Pulverize or scarify existing material after shaping so that 100% passes a 2-1/2 in. sieve. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to pla n depth. 4.3. Application of Lime. Uniformly apply lime using dry or slurry placement as shown on the plans or as directed. Add lime at the percentage determined in Section 260.2.6., “Mix Design.” Apply lime only on an area where mixing can be completed during the same working day. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. The temperature will be taken in the shade and away from artificial heat. Suspend application when the Engineer determines that weather conditions are unsuitable. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the Engineer, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. When pebble grade quicklime is placed dry, mix the material and lime thoroughly at the time of lime application. Use of quicklime can be dangerous. Inform users of the recommended precautions for handling and storage. 260 138 4.3.1. Dry Placement. Before applying lime, bring the prepared roadway to approximately 2 percentage points above optimum moisture content. When necessary, sprinkle in accordance with Item 204, “Sprinkling.” Distribute the required quantity of hydrated lime or pebble grade quicklime with approved equipment. Only hydrated lime may be distributed by bag. Do not use a motor grader to spread hydrated lime. 4.3.2. Slurry Placement. Provide slurry free of objectionable materials, at or above the minimum dry solids content, and with a uniform consistency that will allow ease of handling and uniform application. Deliver commercial lime slurry or carbide lime slurry to the jobsite, or use hydrated lime or quicklime to prepare lime slurry at the jobsite or other approved location, as specified. When dry quicklime is applied as slurry, use 80% of the amount shown on the plans. Distribute slurry uniformly by making successive passes over a measured section of roadway until the specified lime content is reached. Uniformly spread the residue from quicklime slurry over the length of the roadway being processed, unless otherwise directed. 4.4. Mixing. Begin mixing within 6 hr. of application of lime. Hydrated lime exposed to the open air for 6 hr. or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. Thoroughly mix the material and lime using approved equipment. When treating subgrade, bring the moisture content above the optimum moisture content to insure adequate chemical reaction of the lime and subgrade materials. Allow the mixture to mellow for 1 to 4 days, as directed. When pebble grade quicklime is used, allow the mixture to mellow for 2 to 4 days, as directed. Sprinkle the treated materials during the mixing and mellowing operation, as directed, to achieve adequate hydration and proper moisture content. When the material to be treated has a sulfate content greater than 3,000 ppm but less than or equal to 7,000 ppm, mellow for a minimum of 7 days. Maintain in a continuously moist condition by sprinkling in accordance with Item 204, “Sprinkling.” After mellowing, resume mixing until a homogeneous, friable mixture is obtained. After mixing, the Engineer may sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 1. Table 1 Gradation Requirements (Minimum % Passing) Sieve Size Base Subgrade 1-3/4" 100 100 3/4" 85 85 #4 – 60 4.5. Compaction. Compact the mixture using density control, unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. Sprinkle the treated material in accordance with Item 204, “Sprinkling” or aerate the treated material to adjust the moisture content during compaction so that it is no more than 1.0 percentage points below optimum and 2.0 percentage points above optimum as determined by Tex-121-E. Measure the moisture content of the material in accordance with Tex-115-E or Tex-103-E during compaction daily and report the results the same day, unless otherwise shown on the plans or directed. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller unit. On superelevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Before final acceptance, the Engineer will select the locations of tests in each unit and measure the treated depth in accordance with Tex-140-E. Correct areas deficient by more than 1/2 in. in thickness or more than 1/2% in target lime content by adding lime as required, reshaping, recompacting, and refinishing at the Contractor’s expense. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. Continue work until specification 260 139 requirements are met. Rework in accordance with Section 260.4.6., “Reworking a Section.” Perform the work at no additional expense to the Department. 4.5.1. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and recompacting. 4.5.2. Density Control. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex-115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.5.2.1. Subgrade. Compact to at least 95% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. 4.5.2.2. Base. Compact the bottom course to at least 95% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. Compact subsequent courses treated under this Item to at least 98% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. 4.6. Reworking a Section. When a section is reworked within 72 hr. after completion of compaction, rework the section to provide the required density. When a section is reworked more than 72 hr. after completion of compaction, add additional lime at 25% of the percentage determined in Section 260.2.6., “Mix Design.” Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. When density control is specified, determine a new maximum density of the reworked material in accordance with Tex-121-E, and compact to at least 95% of this density. 4.7. Finishing. Immediately after completing compaction of the final course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. Finish grade of constructed subgrade to within 0.1 ft. in the cross-section and 0.1 ft. in 16 ft. measured longitudinally. Correct grade deviations of constructed base greater than 1/4 in. in 16 ft. measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Remove excess material, reshape, and roll with a pneumatic-tire roller. Correct as directed if material is more than 1/4 in. low. Do not surface patch. The 72-hr. time limit required for completion of placement, compaction, and finishing does not apply to finishing required just before applying the surface course. 4.8. Curing. Cure for the minimum number of days shown in Table 2 by sprinkling in accordance with Item 204, “Sprinkling,” or by applying an asphalt material at a rate of 0.05 to 0.20 gal. per square yard as directed. Maintain moisture during curing. Upon completion of curing, maintain the moisture content in accordance with Section 132.3.5., “Maintenance of Moisture and Reworking,” for subgrade and Section 247.4.5., “Curing” for bases before placing subsequent courses. Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. Apply seals or additional courses within 14 calendar days of final compaction. 260 140 Table 2 Minimum Curing Requirements before Placing Subsequent Courses1 Untreated Material Curing (Days) PI  35 2 PI > 35 5 1. Subject to the approval of the Engineer. Proof rolling may be required as an indicator of adequate curing. 5. MEASUREMENT 5.1. Lime. When lime is furnished in trucks, the weight of lime will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, “Weighing and Measuring Equipment.” When lime is furnished in bags, indicate the manufacturer’s certified weight. Bags varying more than 5% from that weight may be rejected. The average weight of bags in any shipment, as determined by weighing 10 bags taken at random, must be at least the manufacturer’s certified weight. 5.1.1. Hydrated Lime. 5.1.1.1. Dry. Lime will be measured by the ton (dry weight). 5.1.1.2. Slurry. Lime slurry will be measured by the ton (dry weight) of the hydrated lime used to prepare the slurry at the jobsite. 5.1.2. Commercial Lime Slurry. Lime slurry will be measured by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 5.1.3. Quicklime. 5.1.3.1. Dry. Lime will be measured by the ton (dry weight) of the quicklime. 5.1.3.2. Slurry. Lime slurry will be measured by the ton (dry weight) of the quicklime used to prepare the slurry multiplied by a conversion factor of 1.28 to give the quantity of equivalent hydrated lime, which will be the basis of payment. 5.1.4. Carbide Lime Slurry. Lime slurry will be measured by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 5.2. Lime Treatment. Lime treatment will be measured by the 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. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid in accordance with Section 260.6.1., “Lime,” and Section 260.6.2., “Lime Treatment.” Furnishing and delivering new base will be paid for in accordance with Section 247.6.2., “Flexible Base (Roadway Delivery).” Mixing, spreading, blading, shaping, compacting, and finishing new or existing base material will be paid for in accordance with Section 260.6.2., “Lime Treatment.” Removal and disposal of existing asphalt concrete pavement will be paid for in accordance with pertinent Items or Article 4.4., “Changes in the Work.” 260 141 Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. When proof rolling is shown on the plans or directed by the Engineer, it will be paid for in accordance with Item 216, “Proof Rolling.” Where subgrade is constructed under this Contract, correction of soft spots in the subgrade or existing base will be at the Contractor’s expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade or existing base will be paid for in accordance with pertinent Items or Article 4.4., “Changes in the Work.” Where subgrade to be treated under this Contract has sulfates greater than 7,000 ppm, work will be paid for in accordance with Article 4.4., “Changes in the Work.” Asphalt used solely for curing will not be paid for directly but will be subsidiary to this Item. Asphalt placed for curing and priming will be paid for under Item 310, “Prime Coat.” 6.1. Lime. Lime will be paid for at the unit price bid for “Lime” of one of the following types:  Hydrated Lime (Dry),  Hydrated Lime (Slurry),  Commercial Lime Slurry,  Quicklime (Dry),  Quicklime (Slurry), or  Carbide Lime Slurry. This price is full compensation for materials, delivery, equipment, labor, tools, and incidentals. Lime used for reworking a section in accordance with Section 260.4.6., “Reworking a Section,” will not be paid for directly but will be subsidiary to this Item. 6.2. Lime Treatment. Lime treatment will be paid for at the unit price bid for “Lime Treatment (Existing Material),” “Lime Treatment (New Base),” or “Lime Treatment (Mixing Existing Material and New Base),” for the depth specified. No payment will be made for thickness or width exceeding that shown on the plans. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, spreading, applying lime, compacting, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposing of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals. 292 163 Item 292 Asphalt Treatment (Plant-Mixed) 1. DESCRIPTION Construct a base or foundation course composed of a compacted mixture of aggregate and asphalt binder mixed hot in a mixing plant. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. When a source change occurs, the Engineer will verify that the specification requirements are met and may require a new laboratory mixture design. Use Tex-100-E for material definitions. 2.1. Aggregate. Furnish aggregates that conform to the requirements shown in Table 1 and specified in this Section unless otherwise shown on the plans. Each source must meet the requirements of Table 1. Stockpile aggregates for each source and type separately. Do not add material to an approved stockpile unless approved by the Engineer. The Engineer may allow testing of the proposed combined aggregates, rather than each source, to meet Table 1 requirements. Table 1 Aggregate Quality Requirements Property Test Method Specification Requirement Wet ball mill, % Max Tex-116-E 50 Max increase, % passing #40 20 Los Angeles abrasion,1 % Max Tex-410-A 50 Liquid limit, Max Tex-104-E 40 Plasticity index, Max Tex-106-E 10 Sand equivalent, % Min Tex-203-F 40 Decantation,2 % Max Tex-406-A 5.0 Crushed faces, % Min Tex-460-A 60 1. Use only when shown on the plans, instead of wet ball mill test. 2. Required only for reclaimed asphalt pavement (RAP) stockpiles and recycled aggregates when more than 30% RAP is allowed. 2.2. Recycled Materials. Use of RAP and RAS is permitted unless otherwise shown on the plans. Do not exceed the maximum allowable percentages of RAP and RAS shown in Table 2. Determine asphalt content and gradation of the RAP and RAS stockpiles for mixture design purposes in accordance with Tex-236-F. The Engineer may verify the asphalt content of the stockpiles at any time during production. Perform other tests on RAP and RAS when shown on the plans. Asphalt binder from RAP and RAS is designated as recycled asphalt binder. When RAP or RAS is used, calculate and ensure that the ratio of the recycled asphalt binder to total binder does not exceed the percentages shown in Table 2 during mixture design and production. During production, use a separate cold feed bin for each stockpile of RAP and RAS. 2.2.1. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2 in. sieve. Use of Contractor-owned RAP including HMA plant waste is permitted unless otherwise shown on the plans. Department-owned RAP stockpiles are available for the Contractor’s use when the stockpile locations are shown on the plans. If Department-owned RAP is available for the Contractor’s use, the Contractor may use Contractor-owned fractionated RAP and replace it with an equal quantity of Department-owned RAP. 292 164 Department-owned RAP generated through required work on the Contract is available for the Contractor’s use when shown on the plans. Perform any necessary tests to ensure Contractor- or Department-owned RAP is appropriate for use. The Department will not perform any tests or assume any liability for the quality of the Department-owned RAP unless otherwise shown on the plans. The Contractor will retain ownership of RAP generated on the project when shown on the plans. Fractionated RAP is defined as having 2 or more RAP stockpiles, divided into coarse and fine fractions. The coarse RAP stockpile will contain only material retained by processing over a 3/8 in. screen or 1/2 in. screen unless otherwise approved. The fine RAP stockpile will contain only material passing the 3/8 in. screen or 1/2 in. screen unless otherwise approved. The Engineer may allow the Contractor to use an alternate to the 3/8 in. screen or 1/2 in. screen to fractionate the RAP. The maximum percentages of fractionated RAP may be comprised of coarse or fine fractionated RAP or the combination of both coarse and fine fractionated RAP. Do not use Department- or Contractor-owned RAP contaminated with dirt or other objectionable materials. Do not use Department- or Contractor-owned RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with Tex-406-A, Part I. Determine the plasticity index in accordance with Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt rem oved by extraction or ignition. Do not intermingle Contractor-owned RAP stockpiles with Department-owned RAP stockpiles. Remove unused Contractor-owned RAP material from the project site upon completion of the project. Return unused Department-owned RAP to the designated stockpile location. 2.2.2. RAS. Use of post-manufactured RAS or post-consumer RAS (tear-offs) is permitted unless otherwise shown on the plans. RAS is defined as processed asphalt shingle material from manufacturing of asphalt roofing shingles or from re-roofing residential structures. Post-manufactured RAS is processed manufacturer’s shingle scrap by-product. Post-consumer RAS is processed shingle scrap removed from residential structures. Comply with all regulatory requirements stipulated for RAS by the TCEQ. RAS may be used separately or in conjunction with RAP. Process the RAS by ambient grinding or granulating such that 100% of the particles pass the 3/8 in. sieve when tested in accordance with Tex-200-F, Part I. Perform a sieve analysis on processed RAS material before extraction (or ignition) of the asphalt. Add sand meeting the requirements of Table 3 and having a maximum linear shrinkage of 3.0% when tested in accordance with Tex-107-E, or fine RAP, to RAS stockpiles if needed to keep the processed material workable. For any stockpile that contains RAS, the entire stockpile will be considered a RAS stockpile and be limited to no more than 3.0% of the mixture in accordance with Table 2. Certify compliance of the RAS with DMS-11000, “Evaluating and Using Nonhazardous Recyclable Materials (NRM) Guidelines.” If the RAS has not come into contact with any hazardous materials, treat it as an established NRM. Use RAS from shingle sources on the Department’s MPL. Before use, remove substantially all materials that are not part of the shingle, such as wood, paper, metal, plastic, and felt paper. Determine the deleterious content of RAS material for mixture design purposes in accordance with Tex-217-F, Part III. Do not use RAS if deleterious materials are more than 0.5% of the stockpiled RAS unless otherwise approved. Submit a sample for approval to the Engineer before submitting the mixture design. The Department will perform the testing for deleterious material of RAS to determine specification compliance. 292 165 Table 2 Maximum Allowable Amounts of Recycled Binder, RAP, and RAS Mixture Description & Location Maximum Ratio of Recycled Binder to Total Binder1 (%) Maximum Allowable Recycled Material (%) Unfractionated RAP2 Fractionated RAP3 RAS4 Non-Surface 40.0 20.0 30.0 3.0 1. Combined recycled binder from fractionated RAP and RAS. 2. Do not use in combination with RAS or Fractionated RAP. 3. May replace up to 3.0% fractionated RAP with RAS. 4. May be used separately or as a replacement for no more than 3.0% of the allowable fractionated RAP. Table 3 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70–100 #200 0–30 2.3. Asphalt Material. Furnish PG64-22 asphalt binder that meets requirements of Item 300, “Asphalts, Oils and Emulsions.” When more than 30% RAP is allowed and used, ensure that the new binder and recovered binder from the RAP, when blended proportionally, meet the PG64-22 requirements. 2.4. Tack Coat. Unless otherwise shown on the plans or as approved, furnish CSS-1H, SS-1H, or a PG binder with a minimum high temperature grade of PG 58 for tack coat binder in accordance with Item 300, “Asphalts, Oils, and Emulsions.” Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage spec ified in Item 300, “Asphalts, Oils, and Emulsions.” The Engineer will obtain at least one sample of the tack coat binder per project and test to verify compliance with Item 300, “Asphalts, Oils, and Emulsions.” The Engineer will obtain the sample from the asphalt distributor immediately before use. 2.5. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mix may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with Item 301, “Asphalt Antistripping Agents.” Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the fines back into the drum. 3. EQUIPMENT Provide machinery, tools, and equipment in accordance with Item 320, “Equipment for Asphalt Concrete Pavement.” 4. CONSTRUCTION Produce, haul, place, and compact the specified mixture in accordance with the requirements of this Item. 4.1. Mixture Design. Using Tex-126-E and the materials proposed for the project, the Engineer will determine the target asphalt content required to produce a mixture meeting the requirements in Table 4 for the grade shown on the plans. The gradation of the combined aggregates will be determined in accordance with Tex-200-F, Part I. Reimburse the Department for subsequent mixture designs or partial designs necessitated by changes in the material or requests by the Contractor. The Engineer may accept a design from the 292 166 Contractor that is performed in accordance with Tex-126-E and is submitted on the Department-provided template. Obtain mixture design verification and approval before beginning production. Table 4 Mix Requirements Master Gradation Bands Tex-200-F, Part I, % Passing by Weight Sieve Size Grade 1 Grade 2 Grade 3 Grade 4 1-3/4" 100 100 As shown on the plans 1-1/2" 100 90–100 1" 90–100 3/8" 45–70 #4 30–55 25–55 #40 15–30 15–40 15–40 Asphalt Content, Min(Tex-236-F) 4.0% 4.0% 4.0% 4.0% Strength Requirements (Tex-226-F) Indirect tensile strength,(dry) psi1 85–200 85–200 85–200 85–200 1. At optimum asphalt content. The Engineer will evaluate the mixture for moisture susceptibility in accordance with Tex-530-C unless otherwise shown on the plans. A maximum of 10% stripping is allowed unless otherwise shown on the plans. The test sample will be retained and used to establish a baseline for comparison to production results. The Engineer may waive this test if a similar design using the same materials has proven satisfactory. Produce a trial batch using the proposed project equipment and materials in a large enough quantity to ensure that the mixture is representative of the mixture design. Within one full working day, the Engineer will sample and test the trial batch to ensure that the gradation, asphalt content and strength requirements in Table 4 are met. The Engineer may waive trial mixtures if similar designs have proven satisfactory. 4.2. Production Operations. Produce a new trial batch when the plant or plant location is changed. Take corrective action and receive approval to proceed after any production suspension for non-compliance to the specification. 4.2.1. Storage and Heating of Materials. Do not heat the asphalt binder above the temperature specified in Item 300, “Asphalts, Oils, and Emulsions,” or outside the manufacturer’s recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot-mix asphalt discharge temperatures in accordance with Item 320, “Equipment for Asphalt Concrete Pavement.” Unless otherwise approved, do not store hot-mix for more than 12 hr. or for a time period less than 12 hr. that affects the quality of the mixture. 4.2.2. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. When ordinary compaction is used, the Engineer will select a target discharge temperature between 225°F and 350°F. Produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Department will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. The Engineer may perform Tex-212-F, Part II, to verify that the mixture contains no more than 0.2% moisture by weight. The sample will be taken immediately after the mixture is discharged into the truck and tested promptly. 4.3. Hauling Operations. Before use, clean all truck beds to ensure that the mixture will not become contaminated. When a release agent is necessary, use a release agent on the Department’s MPL to coat the truck bed. 4.4. Placement Operations. Prepare the surface by removing objectionable material such as moisture, dirt, sand, leaves and other loose impediments before placing the mixture. Coordinate mixture delivery and paver speed to ensure a continuous placement operation. Suspend placement operations when, in the opinion of 292 167 the Engineer, a continuous paving operation is not maintained. Place the mixture to produce a smooth, finished surface with a uniform appearance and texture that meet typical section requirements. Offset longitudinal joints of successive courses of stabilized base by at least 6 in. Place the mix adjacent to gutters and structures so that the pavement will drain properly. 4.4.1. Weather Conditions. Tack coat and mixture may be placed only when the roadway surface temperature is 60°F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Place tack coat or mixtures only when the Engineer determines that general weather conditions and moisture conditions of the roadway surface are suitable. The Engineer may waive placement temperature requirements. 4.4.2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at a rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and joints. Prevent splattering of tack coat when placed adjacent to curbs, gutters, and structures. Roll the tack coat with a pneumatic tire roller unless otherwise directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. The Engineer may waive the requirement to place tack coat. 4.4.3. Lay-Down Operations. Dump and spread the asphalt mixture on the approved prepared surface with a spreading and finishing machine. Place the material without tearing, shoving, gouging, or segregating the mixture. Do not jar or bounce the finishing machine when loading it. Obtain the required lines and grades without hand finishing. The Engineer may authorize hand finishing when the mixture is:  placed in a narrow strip along the edge of existing pavement,  used to level small areas, or  placed in small irregular areas where the use of a finishing machine is not practical. Leveling courses and other areas may be spread with a motor grader when shown on the plans or approved. When hot-mix is placed in windrows, operate windrow pick-up equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the spreading and finishing machine. Adjust the hopper flow gates of the spreading and finishing machine to provide an adequate and consistent flow of material. Operate the augers at least 85% of the time. Keep the augers one-half to three-quarters full of mixture. Maintain an adequate flow of material to the center of the paver for the full width of the mat. Immediately take appropriate corrective action if surface irregularities including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, or streaks are detected. Continue placement for no more than one day of production while appropriate action is taken. If no appropriate corrective action is taken or if the problem still exists after one day, suspend paving until the Engineer approves further production. 4.5. Compaction. Uniformly compact the pavement to the density requirements of this Item. Use the procedure described in Tex-207-F, Part IV, to establish the rolling pattern. Do not use pneumatic tire rollers if excessive pickup of fines by roller tires occurs. When using three-wheel, tandem, or vibratory rollers, first roll the joint with the adjacent pavement. Continue rolling longitudinally at the sides, proceeding toward the center of the pavement, and overlap successive trips by at least one foot unless otherwise directed. Make alternate trips of the roller slightly different in length. Begin rolling of superelevated curves at the low side and proceed toward the high side unless otherwise directed. When operating vibratory rollers:  do not operate in vibrating mode when stationary; 292 168  do not operate in vibrating mode when changing directions;  do not operate in vibrating mode on mats with a plan depth of less than 1-1/2 in.;  do not allow the roller to stand on pavement that has not been fully compacted;  do not operate when in contact with the compacted, finished pavement structure layer;  in case of over-vibration resulting in disruption of the compacted material, rework and recompact or replace the damaged material at the Contractor’s expense;  roll at a speed producing at least 10 blows per foot unless otherwise directed;  keep the drums moist with water without using excess water; and  do not drop diesel, gasoline, oil, grease, or other foreign matter on the pavement. Where specific air void requirements are waived, furnish and operate compaction equipment as approved. Use lightly oiled tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not permit thorough compaction with rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. In-place compaction control is required for all mixtures. Complete all rolling for compaction before the mixture temperature drops below 175°F. Unless otherwise shown on the plans, use density control. 4.5.1. Density Control. Determine the number and type of rollers needed to obtain the required density. Operate the rollers in accordance with the requirements of this specification and as approved. Place and compact material to a minimum of 97.0% density as determined by Tex-126-E or as shown on the plans. The Engineer will determine laboratory-molded density in accordance with Tex-126-E from material sampled at the plant. Actual in-place density will be determined in accordance with Tex-126-E unless otherwise directed. Unless otherwise shown on the plans, obtain required roadway specimens as directed. The Engineer will measure air voids in accordance with Tex-207-F. When a satisfactory correlation to results obtained in accordance with Tex-126-E is shown, other methods of determining in-place compaction may be used. If in-place density is more than 1.0% below minimum density, cease production immediately. If in-place density is between 0.1% and 1.0% below minimum density, investigate the causes and make the necessary corrections. If minimum density is not obtained within one full day of operation, cease production. Resume production after placing a test section of one lane width and a maximum 0.2 miles long that demonstrates that minimum density can be obtained. Repeat this procedure until producing a test section that meets minimum density requirements. Place no more than 2 test sections per day. Increasing the asphalt content of the mixture to increase in-place density is allowed by approval only. 4.5.2. Ordinary Compaction. Furnish the type, size and number of rollers required for compaction, as approved or directed. Use at least one pneumatic tire roller. Pneumatic tire rollers will provide a minimum of 80 psi ground contact pressure when used for compaction and a minimum of 55 psi ground contact pressure when used for kneading and sealing the surface. Establish rolling patterns in accordance with Tex-207-F, Part IV, unless otherwise directed. Follow the selected rolling pattern unless changes in mixture or placement conditions that affect compaction occur. When changes occur, establish a new rolling pattern. 4.6. Sampling and Testing. 4.6.1. Production Sampling. 4.6.1.1. Mixture Sampling. The Engineer will obtain mixture samples in accordance with Tex-222-F. 292 169 4.6.1.2. Asphalt Binder Sampling. The Engineer will obtain at least one 1-quart sample of the asphalt binder used during the project, labeled with date and time, sampled from a port located immediately upstream from the mixing drum or pug mill. The sample will be taken in accordance with Tex-500-C, Part II. 4.6.2. Production Testing. The Engineer will perform production tests. 4.6.2.1. Operational Tolerances. The Engineer will determine compliance with operational tolerances. The gradation of the aggregate must be within the master grading limits for the specified grade except that a tolerance of 2% is allowed on the sieve size for each mixture grade that shows 100% passing in Table 2. Ensure that the asphalt content does not vary by more than 0.5% from the design target. 4.6.2.2. Individual Loads of Asphalt-Stabilized Base. The Engineer retains the right to reject individual truckloads of asphalt-stabilized base when it is evident that the material quality is unacceptable. When a load is rejected for reasons other than temperature, the Contractor may request that the rejected load be tested. Make this request within 4 hours of rejection. If Department test results are within the operational tolerances listed in Section 292.4.6.2.1., “Operational Tolerances,” payment will be made for the load. If Department test results are not within operational tolerances, no payment will be made for the load. 4.6.3. Placement Sampling and Testing. Obtain two 6-in. diameter cores side by side at locations selected by the Engineer. Provide the Engineer an opportunity to witness the coring operation and measure the core thickness. Mark the cores for identification. Immediately after obtaining the cores, dry the core holes and tack the sides and bottom. Fill the hole with the same type of mixture and properly compact the mixture. Other methods of repairing the core holes are allowed when approved. Trim the cores, if necessary, and deliver them to the Engineer within one working day following placement operations unless otherwise approved. 4.6.3.1. In-Place Air Voids. The Engineer will measure in-place air voids in accordance with Tex-207-F and Tex-227-F to verify that in-place density requirements of Section 292.4.5.1., “Density Control,” are met. 4.6.3.2. Irregularities. Remove and replace, at the expense of the Contractor and to the satisfaction of the Engineer, any mixture that does not bond to the existing pavement or has other surface irregularities identified by the Engineer. 4.6.3.3. Production Binder Properties. The Engineer may take cores or other production samples at random from the project to determine recovered asphalt properties. Asphalt binders with an aging ratio greater than 3.5 do not meet requirements for recovered asphalt properties and may be deemed defective when tested and evaluated by the Construction Division. The aging ratio, as determined in accordance with AASHTO T 315, is the DSR value of the extracted binder divided by the DSR value of the original unaged binder. The binder from RAP will be included proportionally as part of the original unaged binder. The Engineer may require the defective material be removed and replaced at the Contractor’s expense. The asphalt binder will be recovered for testing from cores in accordance with Tex-211-F. 4.7. Surface Finish. Use Surface Test Type A in accordance with Item 585, “Ride Quality for Pavement Surfaces,” unless otherwise shown on the plans. 4.8. Opening to Traffic. Open the completed course to traffic when permitted or directed. If the surface ravels, flushes, ruts, or deteriorates in any manner before final acceptance, correct it at the Contractor’s expense and to the satisfaction of the Engineer. 5. MEASUREMENT Asphalt-treated base will be measured by the ton as a composite mixture of asphalt, aggregate, RAP, and additives noted on the plans and approved. Measurement will be made using scales meeting the requirements of Item 520, “Weighing and Measuring Equipment.” 292 170 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Asphalt Stabilized Base” of the grade and binder type specified. This price is full compensation for furnishing and disposing of materials, producing trial batches, loading, hauling, placing, compacting, sampling, testing, replacing defective material, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. State-owned RAP from sources designated on the plans shown to be available will be provided to the Contractor at no cost. 314 192 Item 314 Emulsified Asphalt Treatment 1. DESCRIPTION Apply an emulsified asphalt and water mixture as a base or subgrade treatment; for erosion control, including dust prevention; or as a prime coat. 2. MATERIALS Furnish materials in accordance with the following.  Item 204, “Sprinkling,” and  Item 300, “Asphalts, Oils, and Emulsions.” Use emulsified asphalt of the type and grade shown on the plans. Use a quantity of emulsified asphalt in the mixture, expressed as a percent of total volume, in accordance with the percentage shown on the plans or as directed. 3. EQUIPMENT Provide a self-propelled sprinkler in accordance with Article 204.3., “Equipment.” Provide current calibration documentation for the tank used for distribution. 4. CONSTRUCTION Agitate the water and emulsified asphalt to produce a uniform blend. Evenly distribute at the rate selected by the Engineer to locations shown on the plans or as directed. 4.1. Base or Subgrade Treatment. Treat the base or subgrade to the depth and width shown on the plans or as directed. Regulate the percentage of emulsified asphalt in the mixture and distribute successive applications to achieve the specified rate. Maintain the proper moisture content of the treated material. Mix the treated material, then shape and compact as required by the specification for the course. Finish the course to the line, grade, and typical section shown on the plans. Maintain the surface with light applications of the emulsified asphalt mixture while curing the course, as directed. 4.2. Erosion Control. Apply the mixture as shown on the plans or as directed. 4.3. Prime Coat. Regulate the percentage of emulsified asphalt in the mixture and distribute successive applications to achieve the specified rate. 5. MEASUREMENT The treatment will be measured by the gallon of emulsified asphalt used in the emulsified asphalt and water mixture. 314 193 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Emulsified Asphalt (Base or Subgrade Treatment),” “Emulsified Asphalt (Erosion Control),” or “Emulsified Asphalt (Prime Coat),” of the type and grade specified. This price is full compensation for materials, including emulsified asphalt and water, and for equipment, labor, tools, and incidentals. ITEM 341 DENSE-GRADED HOT-MIX ASPHALT (QC/QA) 341.1. Description. Construct a pavement layer composed of a compacted, dense-graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. 341.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the specification requirements are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify specification compliance. A. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either a coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engineer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro- Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department’s Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested by the Engineer and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for nonlisted sources. Provide coarse aggregate with at least the minimum SAC as shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. The SAC for sources on the Department’s Aggregate Quality Monitoring Program (AQMP) is listed in the BRSQC. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. RAP from either Contractor- or Department-owned sources, including RAP generated during the project, is permitted only when shown on the plans. Department-owned RAP, if allowed for use, will be available at the location shown on the plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. When RAP is allowed by plan note, use no more than 30% RAP in Type A or B mixtures unless otherwise shown on the plans. For all other mixtures, use no more than 20% RAP unless otherwise shown on the plans. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor-owned RAP stockpiles with Department-owned RAP stockpiles. Remove unused Contractor-owned RAP material from the project site upon completion of the project. Return unused Department-owned RAP to the designated stockpile location. 3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). Table 1 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on plans Deleterious material, %, max Tex-217-F, Part I 1.5 Decantation, %, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, %, max Tex-461-A Note 1 Los Angeles abrasion, %, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex-411-A 30 Coarse aggregate angularity, 2 crushed faces, %, Min Tex 460-A, Part I 85 2 Flat and elongated particles @ 5:1, %, max Tex-280-F 10 Fine Aggregate Linear shrinkage, %, Max Tex-107-E 3 Combined Aggregate3 Sand equivalent, %, Min Tex-203-F 45 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Only applies to crushed gravel. 3. Aggregates, without mineral filler, RAP, or additives, combined as used in the job-mix formula (JMF). Table 2 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70–100 #200 0–30 B. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: • is sufficiently dry, free-flowing, and free from clumps and foreign matter; • does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E; and • meets the gradation requirements in Table 3. Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 55–100 C. Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt binder specified on the plans in accordance with Section 300.2.J, “Performance-Graded Binders.” E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-1H, or a PG binder with a minimum high-temperature grade of PG 58 for tack coat binder in accordance with Item 300, “Asphalts, Oils, and Emulsions.” Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. The Engineer will obtain at least 1 sample of the tack coat binder per project and test it to verify compliance with Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with Item 301, “Asphalt Antistripping Agents.” Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 341.3. Equipment. Provide required or necessary equipment in accordance with Item 320, “Equipment for Asphalt Concrete Pavement.” 341.4. Construction. Produce, haul, place, and compact the specified paving mixture. Schedule and participate in a prepaving meeting with the Engineer as required in the Quality Control Plan (QCP). A. Certification. Personnel certified by the Department-approved hot-mix asphalt certification program must conduct all mixture designs, sampling, and testing in accordance with Table 4. Supply the Engineer with a list of certified personnel and copies of their current certificates before beginning production and when personnel changes are made. Provide a mixture design that is developed and signed by a Level II certified specialist. Provide a Level IA certified specialist at the plant during production operations. Provide a Level IB certified specialist to conduct placement tests. Table 4 Test Methods, Test Responsibility, and Minimum Certification Levels 1. Aggregate Testing Test Method Contractor Engineer Level Sampling Tex-400-A ! ! IA Dry sieve Tex-200-F, Part I ! ! IA Washed sieve Tex-200-F, Part II ! ! IA Deleterious material Tex-217-F, Part I ! ! II Decantation Tex-217-F, Part II ! ! II Los Angeles abrasion Tex-410-A ! Magnesium sulfate soundness Tex-411-A ! Micro-Deval abrasion Tex-461-A ! Coarse aggregate angularity Tex-460-A ! ! II Flat and elongated particles Tex-280-F ! ! II Linear shrinkage Tex-107-E ! ! II Sand equivalent Tex-203-F ! ! II Organic impurities Tex-408-A ! ! II 2. Mix Design & Verification Test Method Contractor Engineer Level Design and JMF changes Tex-204-F ! ! II Mixing Tex-205-F ! ! II Molding (TGC) Tex-206-F ! ! IA Laboratory-molded density Tex-207-F ! ! IA VMA (calculation only) Tex-207-F ! ! II Rice gravity Tex-227-F ! ! IA Ignition oven calibration1 Tex-236-F ! ! II Indirect tensile strength Tex-226-F ! ! II Hamburg wheel test Tex-242-F ! ! II Boil test Tex-530-C ! ! IA 3. Production Testing Test Method Contractor Engineer Level Random sampling Tex-225-F ! IA Mixture sampling Tex-222-F ! ! IA Molding (TGC) Tex-206-F ! ! IA Laboratory-molded density Tex-207-F ! ! IA VMA (calculation only) Tex-207-F ! ! IA Rice gravity Tex-227-F ! ! IA Gradation & asphalt content1 Tex-236-F ! ! IA Control charts Tex-233-F ! ! IA Moisture content Tex-212-F ! ! IA Table 4 (continued) Test Methods, Test Responsibility, and Minimum Certification Levels 3. Production Testing Test Method Contractor Engineer Level Hamburg Wheel test Tex-242-F ! ! II Micro-Deval abrasion Tex-461-A ! Boil test Tex-530-C ! ! IA Aging ratio Tex-211-F ! 4. Placement Testing Test Method Contractor Engineer Level Random Sampling Tex-225-F ! IA In-Place air voids Tex-207-F ! ! IA Establish rolling pattern Tex-207-F ! IB Control charts Tex-233-F ! ! IA Ride quality measurement Tex-1001-S ! ! IB Segregation (density profile) Tex-207-F, Part V ! ! IB Longitudinal joint density Tex-207-F, Part VII ! ! IB Thermal profile Tex-244-F ! ! IB Tack coat adhesion Tex-243-F ! IB 1. Refer to Section 341.4.I.2.c for exceptions to using an ignition oven. B. Reporting. Use Department-provided software to record and calculate all test data. The Engineer and the Contractor shall provide any available test results to the other party when requested. The maximum allowable time for the Contractor and Engineer to exchange test data is as given in Table 5 unless otherwise approved. The Engineer and the Contractor shall immediately report to the other party any test result that requires production to be suspended, a payment penalty, or fails to meet the specification requirements. Use the approved communication method (e.g., email, diskette, hard copy) to submit test results to the Engineer. Table 5 Reporting Schedule Description Reported By Reported To To Be Reported Within Production Quality Control Gradation1 Asphalt content1 Laboratory-molded density2 Moisture content3 Boil test3 Contractor Engineer 1 working day of completion of the sublot Production Quality Assurance Gradation3 Asphalt content3 Laboratory-molded density1 Hamburg wheel test2 Boil test3 Binder tests2 Engineer Contractor 1 working day of completion of the sublot Placement Quality Control In-Place air voids2 Segregation1 Longitudinal joint density1 Thermal profile1 Contractor Engineer 1 hr. of performing the test for segregation, longitudinal joint density, and thermal profile Placement Quality Assurance In-Place air voids1 Segregation2 Longitudinal joint density2 Thermal profile2 Aging ratio2 Engineer Contractor 1 working day of receipt of the trimmed cores for in-place air voids4 Pay Adjustment Summary Engineer Contractor 2 working days of performing all required tests and receiving Contractor test data 1. These tests are required on every sublot. 2. Optional test. To be reported as soon as results become available. 3. To be performed at the frequency shown in Table 12. 4. Additional time is allowed if cores cannot be dried to constant weight within 1 day. The Engineer will use the Department-provided software to calculate all pay adjustment factors for the lot. Sublot samples may be discarded after the Engineer and Contractor sign off on the pay adjustment summary documentation for the lot. Use the procedures described in Tex-233-F to plot the results of all quality control (QC) and quality assurance (QA) testing. Update the control charts as soon as test results for each sublot become available. Make the control charts readily accessible at the field laboratory. The Engineer may suspend production for failure to update control charts. C. QCP. Develop and follow the QCP in detail. Obtain approval from the Engineer for changes to the QCP made during the project. The Engineer may suspend operations if the Contractor fails to comply with the QCP. Submit a written QCP to the Engineer before the mandatory prepaving meeting. Receive the Engineer’s approval of the QCP before beginning production. Include the following items in the QCP. 1. Project Personnel. For project personnel, include: • a list of individuals responsible for QC with authority to take corrective action and • contact information for each individual listed. 2. Material Delivery and Storage. For material delivery and storage, include: • the sequence of material processing, delivery, and minimum quantities to assure continuous plant operations; • aggregate stockpiling procedures to avoid contamination and segregation; • frequency, type, and timing of aggregate stockpile testing to assure conformance of material requirements before mixture production; and • procedure for monitoring the quality and variability of asphalt binder. 3. Production. For production, include: • loader operation procedures to avoid contamination in cold bins, • procedures for calibrating and controlling cold feeds, • procedures to eliminate debris or oversized material, • procedures for adding and verifying rates of each applicable mixture component (e.g., aggregate, asphalt binder, RAP, lime, liquid antistrip), • procedures for reporting job control test results, and • procedures to avoid segregation and drain-down in the silo. 4. Loading and Transporting. For loading and transporting, include: • type and application method for release agents and • truck loading procedures to avoid segregation. 5. Placement and Compaction. For placement and compaction, include: • proposed agenda for mandatory prepaving meeting including date and location; • type and application method for release agents in the paver and on rollers, shovels, lutes, and other utensils; • procedures for the transfer of mixture into the paver while avoiding segregation and preventing material spillage; • process to balance production, delivery, paving, and compaction to achieve continuous placement operations; • paver operations (e.g., operation of wings, height of mixture in auger chamber) to avoid physical and thermal segregation and other surface irregularities; and • procedures to construct quality longitudinal and transverse joints. D. Mixture Design. 1. Design Requirements. Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables 1, 2, 3, 6, 7, and 8. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Construction Division maintains a list of approved laboratories. The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the laboratory mixture design. The Contractor may submit a new mixture design at anytime during the project. The Engineer will approve all mixture designs before the Contractor can begin production. When shown on the plans, the Engineer will provide the mixture design. Provide the Engineer with a mixture design report using Department-provided software. Include the following in the report: • the combined aggregate gradation, source, specific gravity, and percent of each material used; • results of all applicable tests; • the mixing and molding temperatures; • the signature of the Level II person or persons that performed the design; • the date the mixture design was performed; and • a unique identification number for the mixture design. Table 6 Master Gradation Bands (% Passing by Weight or Volume) and Volumetric Properties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1/2" 98.0–100.0 – – – – 1" 78.0–94.0 98.0–100.0 – – – 3/4" 64.0–85.0 84.0–98.0 95.0–100.0 – – 1/2" 50.0–70.0 – – 98.0–100.0 – 3/8" – 60.0–80.0 70.0–85.0 85.0–100.0 98.0–100.0 #4 30.0–50.0 40.0–60.0 43.0–63.0 50.0–70.0 80.0–86.0 #8 22.0–36.0 29.0–43.0 32.0–44.0 35.0–46.0 38.0–48.0 #30 8.0–23.0 13.0–28.0 14.0–28.0 15.0–29.0 12.0–27.0 #50 3.0–19.0 6.0–20.0 7.0–21.0 7.0–20.0 6.0–19.0 #200 2.0–7.0 2.0–7.0 2.0–7.0 2.0–7.0 2.0–7.0 Design VMA1, % Minimum – 12.0 13.0 14.0 15.0 16.0 Plant-Produced VMA, % Minimum – 11.0 12.0 13.0 14.0 15.0 1. Voids in mineral aggregates. Table 7 Laboratory Mixture Design Properties Mixture Property Test Method Requirement Target laboratory-molded density, % Tex-207-F 96.01 Tensile strength (dry), psi (molded to 93% ±1% density) Tex-226-F 85–2002 Boil test3 Tex-530-C – 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 8 Hamburg Wheel Test Requirements1 High-Temperature Binder Grade Minimum # of Passes2 @ 0.5" Rut Depth, Tested @ 122°F PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. 2. Job-Mix Formula Approval. The job-mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for hot mix production. JMF1 is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF1 based on plant-produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF1. a. Contractor’s Responsibilities. (1) Providing Texas Gyratory Compactor. If molding production samples, use a Texas Gyratory Compactor (TGC) calibrated in accordance with Tex-914-F. When allowed, the Contractor may use the Department’s TGC. (2) Gyratory Compactor Correlation Factors. Use Tex-206-F, Part II, to perform a gyratory compactor correlation when the Engineer uses a different TGC. Apply the correlation factor to all subsequent production test results. (3) Submitting JMF1. Furnish the Engineer a mix design report (JMF1) and request approval to produce the trial batch. If opting to have the Department perform the Hamburg Wheel test on the laboratory mixture, provide the Engineer with approximately 10,000 g of the design mixture and request that the Department perform the Hamburg Wheel test. (4) Supplying Aggregates. Provide the Engineer with approximately 40 lb. of each aggregate stockpile unless otherwise directed. (5) Supplying Asphalt. Provide the Engineer at least 1 gal. of the asphalt material and sufficient quantities of any additives proposed for use. (6) Ignition Oven Correction Factors. Determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. Provide the Engineer with split samples of the mixtures and blank samples used to determine the correction factors. (7) Boil Test. Perform the test and retain the tested sample from Tex-530-C. Use this sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. (8) Trial Batch Approval. Upon receiving conditional approval of JMF1 from the Engineer, provide a plant-produced trial batch for verification testing of JMF1 and development of JMF2. (9) Trial Batch Production Equipment. To produce the trial batch, use only equipment and materials proposed for use on the project. (10) Trial Batch Quantity. Produce enough quantity of the trial batch to ensure that the mixture is representative of JMF1. (11) Number of Trial Batches. Produce trial batches as necessary to obtain a mixture that meets the requirements in Table 9. (12) Trial Batch Sampling. Obtain a representative sample of the trial batch and split it into 3 equal portions in accordance with Tex-222-F. Label these portions as “Contractor,” “Engineer,” and “Referee.” Deliver samples to the appropriate laboratory as directed. (13) Trial Batch Testing. Test the trial batch to ensure the mixture produced using the proposed JMF1 meets the verification testing requirements for gradation, asphalt content, laboratory-molded density, and voids in mineral aggregates (VMA) listed in Table 9 and is in compliance with the Hamburg Wheel test requirement in Table 8. Use an approved laboratory to perform the Hamburg Wheel test on the trial batch mixture or request that the Department perform the Hamburg Wheel test. The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the trial batch. Provide the Engineer with a copy of the trial batch test results. (14) Development of JMF2. After the Engineer grants full approval of JMF1 based on results from the trial batch, evaluate the trial batch test results, determine the optimum mixture proportions, and submit as JMF2. (15) Mixture Production. After receiving approval for JMF2 and receiving a passing result from the Department’s or an approved laboratory’s Hamburg Wheel test on the trial batch, use JMF2 to produce Lot 1 as described in Section 341.4.I.3.a(1), “Lot 1 Placement.” As an option, once JMF2 is approved, proceed to Lot 1 production at the Contractor’s risk without receiving the results from the Department’s Hamburg Wheel test on the trial batch. If electing to proceed without Hamburg Wheel test results from the trial batch, notify the Engineer. Note that the Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor’s expense. (16) Development of JMF3. Evaluate the test results from Lot 1, determine the optimum mixture proportions, and submit as JMF3 for use in Lot 2. (17) JMF Adjustments. If necessary, adjust the JMF before beginning a new lot. The adjusted JMF must: • be provided to the Engineer in writing before the start of a new lot, • be numbered in sequence to the previous JMF, • meet the master gradation limits shown in Table 6, and • be within the operational tolerances of JMF2 listed in Table 9. (18) Requesting Referee Testing. If needed, use referee testing in accordance with Section 341.4.I.1, “Referee Testing,” to resolve testing differences with the Engineer. Table 9 Operational Tolerances Description Test Method Allowable Difference from Current JMF Target Allowable Difference between Contractor and Engineer1 Individual % retained for #8 sieve and larger ±5.02 ±5.0 Individual % retained for sieves smaller than #8 and larger than #200 ±3.02 ±3.0 % passing the #200 sieve Tex-200-F or Tex-236-F ±2.02 ±1.6 Asphalt content, % Tex-236-F ±0.3 3 ±0.3 Laboratory-molded density, % ±1.0 ±1.0 In-Place air voids, % N/A ±1.0 Laboratory-molded bulk specific gravity N/A ±0.020 VMA, %, min Tex-207-F Note 4 N/A Theoretical maximum specific (Rice) gravity Tex-227-F N/A ±0.020 1. Contractor may request referee testing only when values exceed these tolerances. 2. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the % passing the #200 will be considered out of tolerance when outside the master grading limits. 3. Tolerance between JMF1 and JMF2 may exceed ±0.3%. 4. Test and verify that Table 6 requirements are met. b. Engineer’s Responsibilities. (1) Gyratory Compactor. The Engineer will use a Department TGC, calibrated according to Tex-914-F, to mold samples for trial batch and production testing. The Engineer will make the Department TGC and the Department field laboratory available to the Contractor for molding verification samples, if requested by the Contractor. (2) Conditional Approval of JMF1. Within 2 working days of receiving the mixture design report (JMF1) and all required materials and Contractor-provided Hamburg Wheel test results, the Engineer will review the Contractor’s mix design report and verify conformance with all aggregates, asphalt, additives, and mixture specifications. The Engineer may perform tests to verify the aggregates meet the requirements listed in Table 1. The Engineer will grant the Contractor conditional approval of JMF1 if the information provided on the paper copy of JMF1 indicates the Contractor’s mixture design meets the specifications. When the Contractor does not provide Hamburg Wheel test results with laboratory mixture design, a total of 10 working days is allowed for conditional approval of JMF1. Full approval of JMF1 will be based on the Engineer’s test results on mixture from the trial batch. (3) Hamburg Wheel Testing of JMF1. If the Contractor requests the option to have the Department perform the Hamburg Wheel test on the laboratory mixture, the Engineer will mold samples in accordance with Tex-242-F to verify compliance with the Hamburg Wheel test requirement in Table 8. (4) Authorizing Trial Batch. After conditionally approving JMF1, which will include either Contractor- or Department-supplied Hamburg Wheel test results, the Engineer will authorize the Contractor to produce a trial batch. (5) Ignition Oven Correction Factors. The Engineer will use the split samples provided by the Contractor to determine the aggregate and asphalt correction factors for the ignition oven in accordance with Tex-236-F. (6) Testing the Trial Batch. Within 1 full working day, the Engineer will sample and test the trial batch to ensure that the gradation, asphalt content, laboratory-molded density, and VMA meet the requirements listed in Table 9. If the Contractor requests the option to have the Department perform the Hamburg Wheel test on the trial batch mixture, the Engineer will mold samples in accordance with Tex-242-F to verify compliance with the Hamburg Wheel test requirement in Table 8. The Engineer will have the option to perform the following tests on the trial batch: • Tex-226-F to verify that the indirect tensile strength meets the requirement shown in Table 7; • Tex-461-A to determine the need for additional magnesium sulfate soundness testing; and • Tex-530-C to retain and use for comparison purposes during production. (7) Full Approval of JMF1. The Engineer will grant full approval of JMF1 and authorize the Contractor to proceed with developing JMF2 if the Engineer’s results for gradation, asphalt content, laboratory-molded density, and VMA confirm that the trial batch meets the requirements in Table 9. The Engineer will notify the Contractor that an additional trial batch is required if the trial batch does not meet the requirements in Table 9. (8) Approval of JMF2. The Engineer will approve JMF2 within 1 working day if it meets the master grading limits shown in Table 6 and is within the operational tolerances of JMF1 listed in Table 9. (9) Approval of Lot 1 Production. The Engineer will authorize the Contractor to proceed with Lot 1 production as soon as a passing result is achieved from the Department’s or a Department-approved laboratory’s Hamburg Wheel test on the trial batch. As an option, the Contractor may at their own risk, proceed with Lot 1 production without the results from the Hamburg Wheel test on the trial batch. If the Department’s or Department-approved laboratory’s sample from the trial batch fails the Hamburg Wheel test, the Engineer will suspend production until further Hamburg Wheel tests meet the specified values. The Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test be removed and replaced at the Contractor’s expense. (10) Approval of JMF3. The Engineer will approve JMF3 within 1 working day if it meets the master grading limits shown in Table 6 and is within the operational tolerances of JMF2 listed in Table 9. E. Production Operations. Perform a new trial batch when the plant or plant location is changed. Take corrective action and receive approval to proceed after any production suspension for noncompliance with this Item. 1. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, “Asphalts, Oils, and Emulsions,” or outside the manufacturer’s recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot-mix asphalt discharge temperatures in accordance with Item 320, “Equipment for Asphalt Concrete Pavement.” Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 2. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Department will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. If requested, determine the moisture content by oven- drying in accordance with Tex-212-F, Part II, and verify that the mixture contains no more than 0.2% of moisture by weight. Obtain the sample immediately after discharging the mixture into the truck, and perform the test promptly. F. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the Construction Division. G. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place mixture within the compacted lift thickness shown in Table 10 unless otherwise shown on the plans or allowed. Table 10 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum (in.) Maximum (in.) Minimum Untrimmed Core Height (in.) Eligible for Testing A 3.00 6.00 2.00 B 2.50 5.00 1.75 C 2.00 4.00 1.50 D 1.50 3.00 1.25 F 1.25 2.50 1.25 1. Weather Conditions. Place mixture when the roadway surface temperature is 60°F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatic-tire roller when directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. 3. Lay-Down Operations. Use the guidelines in Table 11 to establish the temperature of mixture delivered to the paver. Record the information on Department QC/QA forms and submit the forms to the Engineer. a. Thermal Profile. For each sublot, obtain a thermal profile using Tex-244-F. The Engineer may reduce the testing frequency based on a satisfactory test history. The Engineer may also obtain as many thermal profiles as deemed necessary. If the temperature differential is greater than 25°F, the area will be deemed as having thermal segregation. Evaluate areas with thermal segregation by performing a density profile in accordance with Section 341.4.I.3.c(2), “Segregation (Density Profile).” Take corrective action to eliminate areas that have thermal segregation. Unless otherwise directed, suspend operations if the maximum temperature differential exceeds 50°F. Resume operations when the Engineer determines that subsequent production will meet the requirements of this Item. b. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 11 Suggested Minimum Mixture Placement Temperature High Temperature Binder Grade Minimum Placement Temperature (Before Entering Paver) PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher 290°F H. Compaction. Uniformly compact the pavement to the density requirements of this Item. Use the control strip method given in Tex-207-F, Part IV, to establish the rolling pattern. Do not use pneumatic-tire rollers if excessive pickup of fines by roller tires occurs. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Where specific air void requirements are waived, furnish and operate compaction equipment as approved. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. I. Acceptance Plan. Pay adjustments for the material will be in accordance with Article 341.6, “Payment.” Sample and test the hot mix on a lot and sublot basis. If the production pay factor given in Section 341.6.A, “Production Pay Adjustment Factors,” for 3 consecutive lots or the placement pay factor given in 341.6.B, “Placement Pay Adjustment Factors,” for 3 consecutive lots is below 1.000, suspend production until test results or other information indicate to the satisfaction of the Engineer that the next material produced or placed will result in pay factors of at least 1.000. 1. Referee Testing. The Construction Division is the referee laboratory. The Contractor may request referee testing if a “remove and replace” condition is determined based on the Engineer’s test results, or if the differences between Contractor and Engineer test results exceed the maximum allowable difference shown in Table 9 and the differences cannot be resolved. Make the request within 5 working days after receiving test results and cores from the Engineer. Referee tests will be performed only on the sublot in question and only for the particular test in question. Allow 10 working days from the time the samples are received at the referee laboratory for test results to be reported. The Department may require the Contractor to reimburse the Department for referee tests if more than 3 referee tests per project are required and the Engineer’s test results are closer than the Contractor’s test results to the referee test results. The Construction Division will determine the laboratory-molded density based on the molded specific gravity and the maximum theoretical specific gravity of the referee sample. The in-place air voids will be determined based on the bulk specific gravity of the cores, as determined by the referee laboratory, and the Engineer’s average maximum theoretical specific gravity for the lot. With the exception of remove and replace conditions, referee test results are final and will establish pay adjustment factors for the sublot in question. Sublots subject to be removed and replaced will be further evaluated in accordance with Article 341.6, “Payment.” 2. Production Acceptance. a. Production Lot. A production lot consists of 4 equal sublots. Lot 1 will be 1,000 tons. The Engineer will select subsequent lot sizes based on the anticipated daily production. The lot size will be between 1,000 and 4,000 tons. The Engineer may change the lot size before the Contractor begins any lot. (1) Small-Quantity Production. When the anticipated daily production is less than 500 tons or the total production for the project is less than 5,000 tons, the Engineer may waive all quality control and quality assurance (QC/QA) sampling and testing requirements. If the Engineer waives QC/QA sampling and testing, both production and placement pay factors will be 1.000. However, the Engineer will retain the right to perform random acceptance tests for production and placement and may reject objectionable materials and workmanship. When the Engineer waives all QC/QA sampling and testing requirements: • produce, haul, place and compact the mixture as directed by the Engineer; • control mixture production to yield a laboratory-molded density of 96.0% ±1.0% as tested by the Engineer; and • compact the mixture to yield in-place air voids that are greater than or equal to 2.7% and less than or equal to 9.9% as tested by the Engineer. (2) Incomplete Production Lots. If a lot is begun but cannot be completed, such as on the last day of production or in other circumstances deemed appropriate, the Engineer may close the lot. Adjust the payment for the incomplete lot in accordance with Section 341.6.A, “Production Pay Adjustment Factors.” b. Production Sampling. (1) Mixture Sampling. At the beginning of the project, the Engineer will select random numbers for all production sublots. Determine sample locations in accordance with Tex-225-F. Obtain hot mix samples from trucks at the plant in accordance with Tex-222-F. For each sublot, take 1 sample at the location randomly selected. For each lot, the Engineer will randomly select and test a “blind” sample from at least 1 sublot. The location of the Engineer’s “blind” sample will not be disclosed to the Contractor. The Engineer will use the Contractor’s split sample for sublots not sampled by the Engineer. The sampler will split each sample into 3 equal portions in accordance with Tex-200-F, and label these portions as “Contractor,” “Engineer,” and “Referee.” Deliver the samples to the appropriate party’s laboratory. Deliver referee samples to the Engineer. Discard unused samples after accepting pay adjustment factors for that lot. (2) Asphalt Binder Sampling. Obtain a 1-qt. sample of the asphalt binder for each sublot of mixture produced. Obtain the sample at approximately the same time the mixture random sample is obtained. Sample from a port located immediately upstream from the mixing drum or pug mill. Take the sample in accordance with the pipeline sampling procedure given in Tex-500-C, Part II. Label the can with the corresponding lot and sublot numbers, and deliver the sample to the Engineer. The Engineer may also obtain independent samples. If the Engineer chooses to obtain an independent asphalt binder sample, the Engineer will split a sample of the asphalt binder with the Contractor. The Engineer will test at least 1 asphalt binder sample per project to verify compliance with Item 300, “Asphalts, Oils, and Emulsions.” c. Production Testing. The Contractor and Engineer must perform production tests in accordance with Table 12. The Contractor has the option to verify the Engineer’s test results on split samples provided by the Engineer. Determine compliance with operational tolerances listed in Table 9 for all sublots. If the aggregate mineralogy is such that Tex-236-F does not yield reliable results, the Engineer may allow alternate methods for determining the asphalt content and aggregate gradation. Unless otherwise allowed, the Engineer will require the Contractor to provide evidence that results from Tex-236-F are not reliable before permitting an alternate method. If an alternate test method is allowed, use the applicable test procedure as directed. Table 12 Production and Placement Testing Frequency Description Test Method Minimum Contractor Testing Frequency Minimum Engineer Testing Frequency Individual % retained for #8 sieve and larger Individual % retained for sieves smaller than #8 and larger than #200 % passing the #200 sieve Tex-200-F or Tex-236-F 1 per sublot 1 per 12 sublots Asphalt content Tex-236-F 1 per sublot 1 per lot Laboratory-molded density VMA In-Place air voids Laboratory-molded bulk specific gravity Tex-207-F N/A 1 per sublot Theoretical maximum specific (Rice) gravity Tex-227-F N/A 1 per sublot Hamburg Wheel test Tex-242-F N/A 1 per project Boil test1 Tex-530-C 1 per lot 1 per project Moisture content Tex-212-F, Part II When directed 1 per project Asphalt binder sampling and testing1 Tex-500-C 1 per sublot (sample only) 1 per project Thermal profile Tex-244-F 1 per sublot 1 per project Segregation (density profile) Tex-207-F, Part V 1 per sublot 1 per project Longitudinal joint density Tex-207-F, Part VII 1 per sublot 1 per project 1. The Engineer may reduce or waive the sampling and testing requirements based on a satisfactory test history. d. Operational Tolerances. Control the production process within the operational tolerances listed in Table 9. When production is suspended, the Engineer will allow production to resume when test results or other information indicates the next mixture produced will be within the operational tolerances. (1) Gradation. Unless otherwise directed, suspend production when either the Contractor’s or the Engineer’s test results for gradation exceed the operational tolerances for 3 consecutive sublots on the same sieve or 4 consecutive sublots on any sieve. The consecutive sublots may be from more than 1 lot. (2) Asphalt Content. No production or placement bonus will be paid for any lot that has 2 or more sublots within a lot that are out of operational tolerance for asphalt content based on either the Contractor’s or the Engineer’s test results. Suspend production and shipment of mixture if the asphalt content deviates from the current JMF by more than 0.5% for any sublot. (3) Hamburg Wheel Test. The Engineer may perform a Hamburg Wheel test at any time during production, including when the boil test indicates a change in quality from the materials submitted for JMF1. In addition to testing production samples, the Engineer may obtain cores and perform Hamburg Wheel tests on any areas of the roadway where rutting is observed. When the production or core samples fail the Hamburg Wheel test criteria in Table 8, suspend production until further Hamburg Wheel tests meet the specified values. Core samples, if taken, will be obtained from the center of the finished mat or other areas excluding the vehicle wheel paths. The Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor’s expense. If the Department’s or approved laboratory’s Hamburg Wheel test results in a “remove and replace” condition, the Contractor may request that the Department confirm the results by retesting the failing material. The Construction Division will perform the Hamburg Wheel tests and determine the final disposition of the material in question based on the Department’s test results. e. Individual Loads of Hot Mix. The Engineer can reject individual truckloads of hot mix. When a load of hot mix is rejected for reasons other than temperature, the Contractor may request that the rejected load be tested. Make this request within 4 hr. of rejection. The Engineer will sample and test the mixture. If test results are within the operational tolerances shown in Table 9, payment will be made for the load. If test results are not within operational tolerances, no payment will be made for the load and the Engineer may require removal. 3. Placement Acceptance. a. Placement Lot. A placement lot consists of 4 placement sublots. A placement sublot consists of the area placed during a production sublot. (1) Lot 1 Placement. Placement bonuses for Lot 1 will be in accordance with Section 341.6.B, “Placement Pay Adjustment Factors.” However, no placement penalty will be assessed for any sublot placed in Lot 1 when the in-place air voids are greater than or equal to 2.7% and less than or equal to 9.9%. Remove and replace any sublot with in-place air voids less than 2.7% or greater than 9.9%. (2) Incomplete Placement Lots. An incomplete placement lot consists of the area placed as described in Section 341.4.I.2.a(2), “Incomplete Production Lot,” excluding miscellaneous areas as defined in Section 344.4.I.3.a(4), “Miscellaneous Areas.” Placement sampling is required if the random sample plan for production resulted in a sample being obtained from an incomplete production sublot. (3) Shoulders and Ramps. Shoulders and ramps are subject to in-place air void determination and pay adjustments unless otherwise shown on the plans. (4) Miscellaneous Areas. Miscellaneous areas include areas that are not generally subject to primary traffic such as driveways, mailbox turnouts, crossovers, gores, spot level-up areas, and other similar areas. Miscellaneous areas also include level-ups and thin overlays if the layer thickness designated on the plans is less than the compacted lift thickness shown in Table 10. Miscellaneous areas are not eligible for random placement sampling locations, and will receive a 1.000 placement pay factor. Compact areas that are not subject to in-place air void determination in accordance with Section 341.4.H, “Compaction.” b. Placement Sampling. At the beginning of the project, the Engineer will select random numbers for all placement sublots. The Engineer will provide the Contractor with the placement random numbers immediately after the sublot is completed. Mark the roadway location at the completion of each sublot and record the station number. Determine 1 random sample location for each placement sublot in accordance with Tex-225-F. If the randomly generated sample location is within 2 ft. of a joint or pavement edge, adjust the location by no more than necessary to achieve a 2-ft. clearance. Shoulders and ramps are always eligible for selection as a random sample location. However, if a random sample location falls on a shoulder or ramp that is designated on the plans as not subject to in-place air void testing, cores will not be taken for the sublot and a 1.000 pay factor will be assigned to that sublot. Unless otherwise determined, the Engineer will witness the coring operation and measurement of the core thickness. Unless otherwise approved, obtain the cores within 1 working day of the time the placement sublot is completed. Obtain two 6-in.-diameter cores side-by-side from within 1 ft. of the random location provided for the placement sublot. Mark the cores for identification. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer. If an adequate bond does not exist between the current and underlying layer, take corrective action to insure that an adequate bond will be achieved during subsequent placement operations. For Type D and Type F mixtures, 4-in.-diameter cores are allowed. Immediately after obtaining the cores, dry the core holes and tack the sides and bottom. Fill the hole with the same type of mixture and properly compact the mixture. Repair core holes with other methods when approved. If the core heights exceed the minimum untrimmed values listed in Table 10, trim and deliver the cores to the Engineer within 1 working day following placement operations unless otherwise approved. If the core height before trimming is less than the minimum untrimmed value shown in Table 10, decide whether to include the pair of cores in the air void determination for that sublot. If the cores are to be included in air void determination, trim the cores before delivering to the Engineer. If the cores will not be included in air void determination, deliver untrimmed cores to the Engineer. The placement pay factor for the sublot will be 1.000 if cores will not be included in air void determination. c. Placement Testing. Perform placement tests in accordance with Table 12. After the Engineer returns the cores, the Contractor has the option to test the cores to verify the Engineer’s test results for in-place air voids. Re-dry the cores to constant weight before testing. The allowable differences between the Contractor’s and Engineer’s test results are listed in Table 9. (1) In-Place Air Voids. The Engineer will measure in-place air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will average the values obtained for all sublots in the production lot to determine the theoretical maximum specific gravity. The Engineer will use the average air void content of the 2 cores to calculate a placement pay adjustment factor. The Engineer will use paraffin coating or vacuum methods to seal the core if required by Tex-207-F. The Engineer will use the test results from the unsealed core to determine the placement pay adjustment factor if the sealed core yields a higher specific gravity than the unsealed core. After determining the in-place air void content, the Engineer will return the cores and provide test results to the Contractor. (2) Segregation (Density Profile). Test for segregation using density profiles in accordance with Tex-207-F, Part V. Provide the Engineer with the results of the density profiles as they are completed. Areas defined in Section 341.4.I.3.a(4), “Miscellaneous Areas,” are not subject to density profile testing. Unless otherwise approved, perform a density profile every time the screed stops, on areas that are identified by either the Contractor or the Engineer as having thermal segregation, and on any visibly segregated areas. If the screed does not stop, and there are no visibly segregated areas or areas that are identified as having thermal segregation, perform a minimum of 1 profile per sublot. Reduce the test frequency to a minimum of 1 profile per lot if 4 consecutive profiles are within established tolerances. Continue testing at a minimum frequency of 1 per lot unless a profile fails, at which point resume testing at a minimum frequency of 1 per sublot. The Engineer may further reduce the testing frequency based on a consistent pattern of satisfactory results. The density profile is considered failing if it exceeds the tolerances in Table 13. No production or placement bonus will be paid for any sublot that contains a failing density profile. The Engineer may make as many independent density profile verifications as deemed necessary. The Engineer’s density profile results will be used when available. Investigate density profile failures and take corrective actions during production and placement to eliminate the segregation. Suspend production if 2 consecutive density profiles fail, unless otherwise approved. Resume production after the Engineer approves changes to production or placement methods. Table 13 Segregation (Density Profile) Acceptance Criteria Mixture Type Maximum Allowable Density Range (Highest to Lowest) Maximum Allowable Density Range (Average to Lowest) Type A & Type B 8.0 pcf 5.0 pcf Type C, Type D & Type F 6.0 pcf 3.0 pcf (3) Longitudinal Joint Density. (a) Informational Tests. While establishing the rolling pattern, perform joint density evaluations and verify that the joint density is no more than 3.0 pcf below the density taken at or near the center of the mat. Adjust the rolling pattern if needed to achieve the desired joint density. Perform additional joint density evaluations at least once per sublot unless otherwise directed. (b) Record Tests. For each sublot, perform a joint density evaluation at each pavement edge that is or will become a longitudinal joint. Determine the joint density in accordance with Tex-207-F, Part VII. Record the joint density information and submit results, on Department forms, to the Engineer. The evaluation is considered failing if the joint density is more than 3.0 pcf below the density taken at the core random sample location and the correlated joint density is less than 90.0%. The Engineer may make independent joint density verifications at the random sample locations. The Engineer’s joint density test results will be used when available. Investigate joint density failures and take corrective actions during production and placement to improve the joint density. Suspend production if 2 consecutive evaluations fail unless otherwise approved. Resume production after the Engineer approves changes to production or placement methods. (4) Recovered Asphalt Dynamic Shear Rheometer (DSR). The Engineer may take production samples or cores from suspect areas of the project to determine recovered asphalt properties. Asphalt binders with an aging ratio greater than 3.5 do not meet the requirements for recovered asphalt properties and may be deemed defective when tested and evaluated by the Construction Division. The aging ratio is the DSR value of the extracted binder divided by the DSR value of the original unaged binder (including RAP binder). DSR values are obtained according to AASHTO T 315 at the specified high temperature PG of the asphalt. The binder from RAP will be included proportionally as part of the original unaged binder. The Engineer may require removal and replacement of the defective material at the Contractor’s expense. The asphalt binder will be recovered for testing from production samples or cores using Tex-211-F. (5) Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may allow placement to continue for at most 1 day of production while taking appropriate action. If the problem still exists after that day, suspend paving until the problem is corrected to the satisfaction of the Engineer. At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. 4. Ride Quality. Unless otherwise shown on the plans, measure ride quality in accordance with Item 585, “Ride Quality for Pavement Surfaces.” 341.5. Measurement. Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with Item 520, “Weighing and Measuring Equipment.” 341.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under Article 341.5, “Measurement,” will be paid for at the unit price bid for “Dense-Graded Hot-Mix Asphalt (QC/QA)” of the type, surface aggregate classification, and binder specified. Pay adjustments for bonuses and penalties will be applied as determined in this Item. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are included in pavement work approved by the Department. Pay adjustment for ride quality will be determined in accordance with Item 585, “Ride Quality for Pavement Surfaces.” A. Production Pay Adjustment Factors. The production pay adjustment factor is based on the laboratory-molded density using the Engineer’s test results. A pay adjustment factor will be determined from Table 14 for each sublot using the deviation from the target laboratory-molded density defined in Table 7. The production pay adjustment factor for completed lots will be the average of the pay adjustment factors for the 4 sublots sampled within that lot. Table 14 Production Pay Adjustment Factors for Laboratory-Molded Density Absolute Deviation from Target Laboratory-Molded Density Production Pay Adjustment Factor 0.0 1.050 0.1 1.050 0.2 1.050 0.3 1.044 0.4 1.038 0.5 1.031 0.6 1.025 0.7 1.019 0.8 1.013 0.9 1.006 1.0 1.000 1.1 0.965 1.2 0.930 1.3 0.895 1.4 0.860 1.5 0.825 1.6 0.790 1.7 0.755 1.8 0.720 > 1.8 Remove and replace 1. Incomplete Production Lots. Production pay adjustments for incomplete lots, described under Section 341.4.I.2.a(2), “Incomplete Production Lots,” will be calculated using the average production pay factors from all sublots sampled. A production pay factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples. 2. Production Sublots Subject to Removal and Replacement. If after referee testing, the laboratory-molded density for any sublot results in a “remove and replace” condition as listed in Table 14, the Engineer may require removal and replacement, or may allow the sublot to be left in place without payment. Replacement material meeting the requirements of this Item will be paid for in accordance with this Article. B. Placement Pay Adjustment Factors. The placement pay adjustment factor is based on in-place air voids using the Engineer’s test results. A pay adjustment factor will be determined from Table 15 for each sublot that requires in-place air void measurement. A placement pay adjustment factor of 1.000 will be assigned to the entire sublot when the random sample location falls in an area on a ramp or shoulder not subject to in-place air void testing. A placement pay adjustment factor of 1.000 will be assigned to quantities placed in miscellaneous areas as described in Section 341.4.I.3.a(4), “Miscellaneous Areas.” The placement pay adjustment factor for completed lots will be the average of the placement pay adjustment factors for the 4 sublots within that lot. 1. Incomplete Placement Lots. Pay adjustments for incomplete placement lots described under Section 341.4.I.3.a(2), “Incomplete Placement Lots,” will be calculated using the average of the placement pay factors from all sublots sampled and sublots where the random location falls in an area on a ramp or shoulder not eligible for testing. A placement pay adjustment factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples. 2. Placement Sublots Subject to Removal and Replacement. If after referee testing the placement pay adjustment factor for any sublot results in a “remove and replace” condition as listed in Table 15, the Engineer will choose the location of 2 cores to be taken within 3 ft. of the original failing core location. The Contractor will obtain the cores in the presence of the Engineer. The Engineer will submit the cores to the Materials and Pavements Section of the Construction Division where they will be tested for bulk specific gravity within 10 working days of receipt. The average bulk specific gravity of the cores will be divided by the Engineer’s average maximum theoretical specific gravity for that lot to determine the new pay adjustment factor of the sublot in question. If the new pay adjustment factor is 0.700 or greater, then the new pay adjustment factor will apply to that sublot. If the new pay adjustment factor is less than 0.700, no payment will be made for the sublot. Remove and replace the failing sublot. Replacement material meeting the requirements of this Item will be paid for in accordance with this Article. C. Total Adjustment Pay Calculation. Total adjustment pay (TAP) will be based on the applicable pay adjustment factors for production and placement for each lot. TAP = (A+B)/2 where: A = Bid price × production lot quantity × average pay adjustment factor for the production lot B = Bid price × placement lot quantity × average pay adjustment factor for the placement lot + (bid price × miscellaneous quantities × 1.000) Table 15 Placement Pay Adjustment Factors for In-Place Air Voids In-Place Air Voids Placement Pay Adjustment Factor In-Place Air Voids Placement Pay Adjustment Factor < 2.7 Remove and Replace 6.4 1.042 2.7 0.705 6.5 1.040 2.8 0.720 6.6 1.038 2.9 0.735 6.7 1.036 3.0 0.750 6.8 1.034 3.1 0.765 6.9 1.032 3.2 0.780 7.0 1.030 3.3 0.795 7.1 1.028 3.4 0.810 7.2 1.026 3.5 0.825 7.3 1.024 3.6 0.840 7.4 1.022 3.7 0.855 7.5 1.020 3.8 0.870 7.6 1.018 3.9 0.885 7.7 1.016 4.0 0.900 7.8 1.014 4.1 0.915 7.9 1.012 4.2 0.930 8.0 1.010 4.3 0.945 8.1 1.008 4.4 0.960 8.2 1.006 4.5 0.975 8.3 1.004 4.6 0.990 8.4 1.002 4.7 1.005 8.5 1.000 4.8 1.020 8.6 0.998 4.9 1.035 8.7 0.996 5.0 1.050 8.8 0.994 5.1 1.050 8.9 0.992 5.2 1.050 9.0 0.990 5.3 1.050 9.1 0.960 5.4 1.050 9.2 0.930 5.5 1.050 9.3 0.900 5.6 1.050 9.4 0.870 5.7 1.050 9.5 0.840 5.8 1.050 9.6 0.810 5.9 1.050 9.7 0.780 6.0 1.050 9.8 0.750 6.1 1.048 9.9 0.720 6.2 1.046 > 9.9 Remove and Replace 6.3 1.044 361 400 Item 361 Repair of Concrete Pavement 1. DESCRIPTION Repair concrete pavement to half-depth or full-depth in accordance with the details shown on the plans and the requirements of this Item. 2. MATERIALS Furnish materials in accordance with the following:  Item 360, “Concrete Pavement,”  Item 421, “Hydraulic Cement Concrete,”  Item 440, “Reinforcement for Concrete,”  DMS-6100, “Epoxies and Adhesives,” and  DMS-4655, “Concrete Repair Materials.” 2.1. Half-Depth Repair. Obtain approval for the repair material mix design. The selection of repair material should be based on the time for opening to traffic and temperature range during the repair. Provide Class HES concrete in accordance with Item 421, “Hydrualic Cement Concrete,” and designed to attain a minimum average flexural strength of 255 psi or a minimum average compressive strength of 1,800 psi within the timeframe designated for opening to traffic if it is less than 72 hr. after concrete placement. Otherwise, provide Class S conforming to Item 421, “Hydraulic Cement Concrete” or Class P concrete conforming to Item 360, “Concrete Pavement.” Provide material meeting the requirements of DMS-4655, “Concrete Repair Materials,” Type A when Class HES concrete does not meet the strength requirement within the designated timeframe. 2.2. Full-Depth Repair. Obtain approval for the repair material mix design. The selection of repair material should be based on the time for opening to traffic and temperature range during the repair. 2.2.1. Hydraulic Cement Concrete for Pavement. Provide Class HES concrete designed to attain a minimum average flexural strength of 255 psi or a minimum average compressive strength of 1,800 psi within the designated timeframe if the timeframe designated for opening to traffic is less than 72 hr. after concrete placement. Otherwise, provide Class P concrete conforming to Item 360, “Concrete Pavement.” 2.2.2. Base Material. Furnish cold-mix asphaltic materials for replacement base material when shown on the plans. The Engineer may waive quality control (QC) tests for base material. 2.2.3. Asphalt Concrete. Furnish asphalt concrete material for overlay and asphalt shoulder repair as shown on the plans. The Engineer may waive QC tests for this material. 3. EQUIPMENT Provide tools and equipment necessary for proper execution of the work that meet the pertinent requiremen ts of the following:  Item 360, “Concrete Pavement”  Concrete Demolition Equipment. Provide chipping hammers or hydro-demolition equipment for the bulk removal of concrete. 361 401  Concrete Lift-Out Equipment. Provide steel chains, lift pins, and a crane or front-end loader capable of lifting the concrete and loading it onto a flatbed or dump truck.  Drill. Use a maximum 40-lb. drill with tungsten carbide bits.  Air Compressor. Provide compressor equipped with filters designed to remove oil from the air and capable of delivering air to remove dust and debris. 4. CONSTRUCTION Submit for approval all materials and methods of application at least 2 weeks before beginning any repair work. Repair locations will be as indicated on the plans or as directed. Repair areas may be adjusted after removing distressed concrete. Switch the half-depth repair to the full-repair if exposed existing longitudinal bars are deficient, as approved. Compensation will be made for unexpected volumes of repair areas or changes in scope of work. 4.1. Half-Depth Repair. Repair locations will be as indicated on the plans or as directed. Repair boundaries should be square or rectangular with a minimum length and width of 12 in. Saw-cut repair boundaries to a minimum depth of 1-1/2 in. Do not saw-cut longitudinal or transverse steel. If the longitudinal steel is cut, a full-depth repair may be required as directed without additional compensation. Remove concrete from the repair area as designated. Start at the center of the repair area. Ensure all loose concrete materials are removed and only sound concrete is left in place. Increase the repair area and perform a full-depth repair as directed if longitudinal steel bars were damaged by the removal operations. No additional compensation will be made. Clean the area to be repaired by approved methods. Remove all loose particles, dirt, deteriorated concrete, or other substances that would impair the bond of the repair material. Mix, place, and cure in accordance with the manufacturer’s recommendation when material in DMS-4655, “Concrete Repair Materials,” is used. Mix, place, and cure concrete in accordance with Item 360, “Concrete Pavement.” when Class S, Class P, or Class HES is used. Test Class S, Class P, and Class HES concrete to the requirements of Section 360.4.2., “Job-Control Testing.” Match the grade and alignment of existing concrete pavement unless otherwise shown on the plans. Concrete pavement may be opened to traffic when specified strength is achieved. 4.2. Full-Depth Repair. Repair areas identified by the Engineer. Make repair areas rectangular, at least 6 ft. long and at least 1/2 a full lane in width unless otherwise shown on the plans. Accept ownership of all removed material, and dispose of it in accordance with federal, state, and local regulations unless otherwise shown on the plans. Saw-cut and remove existing asphalt concrete overlay at least 2 ft. longer than the repair patch in each longitudinal direction when there is existing asphalt concrete overlay over the repair area. Saw-cut the full depth through the concrete around the perimeter of the repair area before removal. Schedule work so that concrete placement follows full-depth saw-cutting by no more than 7 days unless otherwise shown on the plans or approved. Remove the slab by lifting the slab with a minimum disturbance to the base materials and surrounding concrete. Do not spall or fracture concrete adjacent to the repair area. Saw-cut and remove additional concrete as directed, after slab removal, if distresses are found in the surrounding concrete pavement. Repair damages to concrete pavement caused by the Contractor’s operation without additional compensation. Perform repairs as directed. Remove loose or damaged base material completely, leaving no loose base material. 361 402 Recompact base materials to the satisfaction of the Engineer. Level the base layer with cold-mix asphalt to the original bottom line and grade of the concrete slab before repair concrete is placed when shown on the plans. Place concrete directly onto the compacted base layer unless otherwise directed. Use tie bars to restore the continuity of the concrete pavement. Demonstrate, through simulated job conditions, that the bond strength of the epoxy-grouted tie bars meets a pullout strength of at least 3/4 of the yield strength of the tie bar when tested in accordance with ASTM E488 within the epoxy manufacturer’s recommended curing time. Increase embedment depth and retest when necessary to meet testing requirements. Perform tie bar testing before starting repair work. Place tie bars as shown on the plans. Drill holes into the existing concrete at least 10 in. deep unless otherwise directed. Use a drill bit with a diameter that is 1/8 in. greater than that of tie bars. Clean the holes with a wire brush and compressed air to remove all the dust and moisture. Follow the epoxy manufacturer’s instructions to apply the epoxy. Insert the tip of the epoxy cartridge or the tip of the machine applicator to the end of the tie bar hole, and inject Type III, Class C epoxy to fill the entire hole. Insert tie bars. Place new deformed reinforcing steel bars of the same size and spacing as shown on the plans for Continuously Reinforced Concrete Pavement (CRCP) repairs. Lap all longitudinal reinforcing steel at least 25 in. Provide and place approved supports to firmly hold the new reinforcing steel in place when needed. Place dowel bars as shown on the plans for Concrete Pavement Contraction Design (CPCD) repairs. Provide and place approved supports to firmly hold the dowel bars in place. Mix, place, cure, and test concrete to the requirements of Item 360, “Concrete Pavement,” and Item 421, “Hydraulic Cement Concrete.” Broom-finish the concrete surface unless otherwise shown on the plans. Perform a timely saw-cut over the dowel bars and restore the transverse contraction joint for CPCD. Restore the existing longitudinal joints to the requirements of Section 360.4.4., “Joints.” Match the grade and alignment of existing concrete pavement. Replace any asphalt overlay and shoulder material removed with new asphalt concrete material after concrete strength requirements have been met. Remove repair area debris from the right of way each day. Concrete pavement may be opened to traffic when specified strength is achieved. 5. MEASUREMENT This Item will be measured by the square yard in place of the completed concrete surface area repaired. 6. PAYMENT The work performed and the materials furnished in accordance with this Item and measured as specified under “Measurement” will be paid for at the unit price bids for “Repair of Concrete Pavement (Half-Depth)” and “Repair of Concrete Pavement (Full-Depth).” This price is full compensation for removal, stockpiling, and disposal of waste material and for equipment, materials, labor, tools, and incidentals. Asphalt concrete, base material, and curbing will not be paid for directly but will be considered subsidiary to this Item. This page intentionally left blank. 400 405 Item 400 Excavation and Backfill for Structures 1. DESCRIPTION Excavate for placement and construction of structures and backfill structures. Cut and restore pavement . 2. MATERIALS Use materials that meet the requirements of the following Items.  Item 401, “Flowable Backfill,”  Item 421, “Hydraulic Cement Concrete,” and  DMS-4600, “Hydraulic Cement.” 3. CONSTRUCTION 3.1. Excavation. 3.1.1. General. Excavate to the lines and grades shown on the plans or as directed. Provide slopes, benching, sheeting, bracing, pumping, and bailing as necessary to maintain the stability and safety of excavations up to 5 ft. deep. Excavation protection for excavations deeper than 5 ft. are governed by Item 402, “Trench Excavation Protection,” and Item 403, “Temporary Special Shoring.” Use satisfactory excavated material as backfill or as embankment fill in accordance with Item 132, “Embankment.” Dispose of material not incorporated into the final project off the right of way in accordance with federal, state, and local regulations. Keep any topsoil that has been removed separate, and replace it, as nearly as feasible, in its orig inal position when excavating for installation of structures across private property or beyond the limits of the embankment. Restore the area to an acceptable condition. Excavate drilled shafts in accordance with Item 416, “Drilled Shaft Foundations.” 3.1.1.1. Obstructions. Remove obstructions to the proposed construction, including trees and other vegetation, debris, and structures, over the width of the excavation to a depth of 1 ft. below the bottom of excavation. Remove as required to clear the new structure and plug in an approved manner if abandoned storm drains, sewers, or other drainage systems are encountered. Restore the bottom of the excavation to grade by backfilling after removing obstructions in accordance with this Item. Dispose of surplus materials in accordance with federal, state, and local regulations. 3.1.1.2. Excavation in Streets. Cut pavement and base to neat lines when structures are installed in streets, highways, or other paved areas. Restore pavement structure after completion of excavation and backf illing. Maintain and control traffic in accordance with the approved traffic control plan and the TMUTCD. 3.1.1.3. Utilities. Comply with the requirements of Article 7.15., “Responsibility for Damage Claims.” Conduct work with minimum disturbance of existing utilities, and coordinate work in or near utilities with the utility owners. Inform utility owners before work begins, allowing them enough time to identify, locate, reroute, or make other adjustments to utility lines. Avoid cutting or damaging underground utility lines that are to remain in place. Promptly notify the utility company if damage occurs. Provide temporary flumes across the excavation while open if an active sanitary 400 406 sewer line is damaged during excavation, and restore the lines when backfilling has progressed to the original bedding lines of the cut sewer. 3.1.1.4. De-Watering. Construct or place structures in the presence of water only if approved. Place precast members, pipe, and concrete only on a dry, firm surface. Remove water by bailing, pumping, well-point installation, deep wells, underdrains, or other approved method. Remove standing water in a manner that does not allow water movement through or alongside concrete being placed if structures are approved for placement in the presence of water. Pump or bail only from a suitable sump separated from the concrete work while placing structural concrete or for a period of at least 36 hr. thereafter. Pump or bail during placement of seal concrete only to the extent necessary to maintain a static head of water within the cofferdam. Pump or bail to de-water inside a sealed cofferdam only after the seal has aged at least 36 hr. Place a stabilizing material in the bottom of the excavation if the bottom of an excavation cannot be de- watered to the point the subgrade is free of mud or it is difficult to keep reinforcing steel clean. Use flexible base, cement-stabilized base or backfill, lean concrete, or other approved stabilizing material. Provide concrete with at least 275 lb. of cement per cubic yard, if lean concrete is used, and place to a minimum depth of 3 in. Stabilizing material placed for the convenience of the Contractor will be at the Contractor’s expense. 3.1.2. Bridge Foundations and Retaining Walls. Do not disturb material below the bottom of footing grade. Do not backfill to compensate for excavation that has extended below grade. Fill the area with concrete at the time the footing is placed if excavation occurs below the proposed footing grade. Additional concrete placed will be at the Contractor’s expense. Take core samples to determine the character of the supporting materials if requested. Provide an intact sample adequate to judge the character of the founding material. Take these cores when the excavation is close to completion. Cores should be approximately 5 ft. deeper than the proposed founding grade. Remove loose material if the founding stratum is rock or another hard material, and clean and cut it to a firm surface that is level, stepped, or serrated, as directed. Clean out soft seams, and fill with concrete at the time the footing is placed. Place the foundation once the Engineer has inspected the excavation and authorized changes have been made to provide a uniform bearing condition if the material at the footing grade of a retaining wall, bridge bent, or pier is a mixture of compressible and incompressible material. 3.1.3. Cofferdams. The term “cofferdam” designates any temporary or removable structure constructed to hold surrounding earth, water, or both out of the excavation whether the structure is formed of soil, timber, steel, concrete, or a combination of these. Use pumping wells or well points for de-watering cofferdams if required. Submit details and design calculations for sheet-pile or other types of cofferdams requiring structural members bearing the seal of a licensed professional engineer for review before constructing the cofferdam. The Department reserves the right to reject designs. Design structural systems to comply with the AASHTO Standard Specifications for Highway Bridges or AASHTO LRFD Bridge Design Specifications. Interior dimensions of cofferdams must provide enough clearance for the construction, inspection, and remov al of required forms and, if necessary, enough room to allow pumping outside the forms. Extend sheet -pile cofferdams well below the bottom of the footings, and make concrete seals as well braced and watertight as practicable. Use Class E concrete for foundation seals unless otherwise specified. Place concrete foundation seals in accordance with Item 420, “Concrete Substructures.” Seals placed for the convenience of the Contractor will be at the Contractor’s expense. Make the excavation deep enough to allow for swelling of the material at the base of the excavation during pile-driving operations when the Engineer judges it to be impractical to de-water inside a cofferdam and a 400 407 concrete seal is to be placed around piling driven within the cofferdam. Remove swelling material to the bottom of the seal grade after driving the piling. Remove the foundation material to exact footing grades where it is possible to de-water inside the cofferdam without placing a seal after driving piling. Do not backfill a foundation to compensate for excavation that has been extended below grade; fill such areas below grade with concrete at the time the seals or footings are placed. Remove cofferdams after completing the substructure without disturbing or damaging the structure unless otherwise provided. 3.1.4. Culverts and Storm Drains. When the design requires special bedding conditions for culverts or storm drains, an excavation diagram will be shown on the plans. Do not exceed these limits of excavation. Construct pipe structures in an open cut with vertical sides extending to a point 1 ft. above the pipe unless otherwise shown on the plans. When site conditions or the plans do not prohibit sloping the cut, the excavation may be stepped or laid back to a stable slope beginning 1 ft. above the pipe. Maintain the stability of the excavation throughout the construction period. Construct the embankment for pipe to be installed in fill above natural ground to an elevation at least 1 ft. above the top of the pipe, and then excavate for the pipe. 3.1.4.1. Unstable Material. Remove the material to a depth of no more than 2 ft. below the grade of the structure when unstable soil is encountered at established footing grade, unless the Engineer authorizes additional depth. Replace soil removed with stable material in uniform layers no greater than 8 in. deep (loose measurement). Each layer must have enough moisture to be compacted by rolling or tamping as required to provide a stable foundation for the structure. Use special materials such as flexible base, cement-stabilized base, cement-stabilized backfill, or other approved material when it is not feasible to construct a stable foundation as outlined above. 3.1.4.2. Incompressible Material. Remove the incompressible material to 6 in. below the footing grade, backfill with an approved compressible material, and compact in accordance with Section 400.3.3., “Backfill,” if rock, part rock, or other incompressible material is encountered at established footing grade while placing prefabric ated elements. 3.2. Shaping and Bedding. Place at least 2 in. of fine granular material for precast box sections on the base of the excavation before placing the box sections. Use bedding as shown in Figure 1 for pipe installations. Use Class C bedding unless otherwise shown on the plans. The Engineer may require the use of a template to secure reasonably accurate shaping of the foundation material. Undercut the excavation at least 4 in. where cement-stabilized backfill is indicated on the plans and backfill with stabilized material to support the pipe or box at the required grade. 400 408 Figure 1 Bedding Diagrams 3.3. Backfill. 3.3.1. General. Backfill the excavation after placement of the permanent structure as soon as practical. Use backfill free from stones large enough to interfere with compaction; large or frozen lumps that will not break down readily under compaction; and wood or other extraneous material. Obtain backfill material from excavation or from other sources. Place backfill in layers no greater than 10 in. deep (loose measurement) in areas not supporting a completed roadbed, retaining wall, or embankment. Place backfill in uniform layers no greater than 8 in. deep (loose measurement) in areas supporting a portion of a roadbed, retaining wall, or embankment. Compact each layer to meet the density requirements of the roadbed, retaining wall, embankment material, or as shown on the plans. 400 409 Bring each layer of backfill material to the moisture content needed to obtain the required density. Use mechanical tamps or rammers to compact the backfill. Rollers may be used to compact backfill if feasible. Cohesionless materials may be used for backfilling. Use cohesionless materials that conform to the requirements of Table 1. Table 1 Cohesionless Material Gradation Limits Sieve Size Percent Retained 3″ 0 #10 Note 1 #200 90–100 1. No. 10 sieve requirements are 0 to 30% retained when used as aggregate for cement-stabilized backfill. Compact cohesionless materials using vibratory equipment, water-ponding, or a combination of both. 3.3.2. Bridge Foundations, Retaining Walls, Manholes/Inlets, and Box Culverts. Place backfill against the structure only after the concrete has reached the design strength required in Item 421, “Hydraulic Cement Concrete.” Backfill retaining walls with material meeting the requirements of Item 423, “Retaining Walls.” Backfill around bridge foundations, manholes/inlets and culverts using material with particles no more than 4 in. in greatest dimension and a gradation that permits thorough compaction. Use rock or gravel mixed with soil if the percentage of fines is enough to fill all voids and ensure a uniform and thoroughly compacted mass of proper density. Use mechanical tamps and rammers to avoid damage to the structure where backfill material is being placed too close to the structure to permit compaction with blading and rolling equipment. Avoid wedging action of backfill against structures. Step or serrate slopes bounding the excavation to prevent such action. Place backfill uniformly around bridge foundations. Place backfill equally and in uniform layers along both sides of manholes/inlets and culverts. The Engineer may require backfilling of structures excavated into hard, erosion -resistant material, and subject to erosive forces, with stone or lean concrete. Box culverts may be opened to traffic as soon as enough backfill and embankment has been placed over the top to protect culverts against damage from heavy construction equipment. Repair damage to culvert caused by construction traffic at no additional expense to the Department. 3.3.3. Pipe. Bring backfill material to the proper moisture condition after installing bedding and pipe as required and place it equally along both sides of the pipe in uniform layers no greater than 8 in. deep (loose measurement). Compact each lift mechanically. Thoroughly compact materials placed under the haunches of the pipe to prevent damage or displacement of the pipe. Place backfill in this manner to the top -of-pipe elevation. Place and compact backfill above the top of the pipe in accordance with Section 400.3.3.1., “General.” The Engineer may reject backfill material containing more than 20% by weight of material retained on a 3 in. sieve with large lumps not easily broken down or that cannot be spread in loose layers. Material excavated by a trenching machine will generally meet the requirements of this Section as long as large stones are not present. Place and compact additional material where pipe extends beyond the toe of slope of the embankment and the depth of cover provided by backfill to the original ground level is less than the minimum required by the specifications for the type of pipe involved until the minimum cover has been provided. 400 410 3.3.4. Cement-Stabilized Backfill. Backfill the excavation to the elevations shown with cement-stabilized backfill when shown on the plans. Use cement-stabilized backfill that contains aggregate conforming to the gradation limits shown in Table 1, water, and a minimum of 7% hydraulic cement based on the dry weight of the aggregate, in accordance with Tex-120-E. Place cement-stabilized backfill equally along the sides of structures to prevent strain on or displacement of the structure. Fill voids when placing cement-stabilized backfill. Use hand-operated tampers if necessary to fill voids. 3.3.5. Flowable Backfill. Backfill the excavation with flowable backfill to the elevations indicated when shown on the plans. Prevent the structure from being displaced during the placement of the flowable fill, and prevent flowable fill from entering manholes/inlets and culverts, and drainage structures. 4. MEASUREMENT This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. 4.1. Structural Excavation. Unless shown on the plans as a pay item, structural excavation quantities shown are for information purposes only. When structural excavation is specified as a pay item, structural excavation for pipe headwalls, inlets, manholes, culvert or storm drain extensions less than 15 ft. long, bridge abutments, retaining walls, and side road and private entrance pipe culverts will not be measured. No allowance will be made for variance from plans quantity incurred by an alternate bid. When specified as a pay item, structural excavation will be measured by the cubic yard as computed by the average end areas method. Excavation diagrams on the plans take precedence over the provisions of this Article. 4.1.1. Boundaries of Measurement. 4.1.1.1. Pipe. 4.1.1.1.1. Pipe up to 42 Inches. For pipe up to 42 in. nominal or equivalent diameter, no material outside of vertical planes 1 ft. beyond and parallel to the horizontal projection of the outside surfaces of the pipe will be included. 4.1.1.1.2. Pipe Larger than 42 Inches. For pipes larger than 42 in. nominal or equivalent diameter, no material outside of vertical planes located 2 ft. beyond and parallel to the horizontal projection of the outside surfaces of the pipe will be included. Quantities for excavation in fill above natural ground include 1 ft. above the top of the pipe regardless of the height of completed fill. Excavation for pipe will be measured between the extreme ends of the completed structure including end appurtenances as shown on the plans and from centerline to centerline of inlets, manholes, etc. 4.1.1.2. Structural Plate Structures. No material outside of vertical planes 3 ft. beyond and parallel to the horizontal projection of the outside surfaces of the structure will be included. When the quality of the existing soil or embankment is less than that of the proposed backfill material, the limits of measurement will be extended to vertical planes located 1/2 of the span beyond the horizontal projection of the outside surfaces of the structure. 4.1.1.3. Footings, Walls, Boxes, and Other Excavation. No material outside of vertical planes 1 ft. beyond and parallel to the edges of the footings or outside walls will be included whether or not a cofferdam or shoring is 400 411 used. When plans provide the option of cast-in-place or precast boxes, measurement will be based on the cast-in-place option. Where excavation in addition to that allowed for the footings is required for other portions of the structure, measurement for the additional excavation will be limited laterally by vertical planes 1 ft. beyond the face of the member and parallel to it, and vertically to a depth of 1 ft. below the bottom of the member. 4.1.1.4. Excavation near Roadways and Channels. At structure sites other than culverts and pipe excavations, the measurement of structural excavation will include only material below or outside the limits of the completed road or channel excavation. Roadway and channel excavation will be paid under Item 110, “Excavation.” For culverts except side road and private entrance culverts, excavation within the limits of the structure and below or outside the limits of the completed roadway excavation will be measured as structural excavation. 4.1.2. Falsework. No measurement will be made for excavation necessary for placing forms or falsework that exceeds the limits given in Section 400.4.1.1., “Boundaries of Measurement.” 4.1.3. Swelling. Measurement will not include materials removed below footing grades to compensate for anticipated swelling due to pile-driving, nor will it include material required to be removed due to swelling beyond the specified limits during pile-driving operations. 4.1.4. Cave-Ins. Measurement will not include additional volume caused by slips, slides, cave-ins, silting, or fill material resulting from the action of the elements or the Contractor’s operation. 4.1.5. Undercut. Where rock or other incompressible or unstable material is undercut to provide a suitable foundation for pipe or box sections, such material below grade directed to be removed will be measured for payment. 4.1.6. Grade Change. Additional measurement will be made of the volume of excavation involved in the lowering or raising of the elevation of a footing, foundation, or structure unit, when such grade change is authorized. 4.2. Cement-Stabilized Backfill. Cement-stabilized backfill will be measured by the cubic yard as shown on the plans. 4.3. Cutting and Restoring Pavement. Cutting and restoring pavement will be measured by the square yard as shown on the plans. Excavation below pavement or base will be measured as structural excavation of the pertinent type. 5. PAYMENT 5.1. Structural Excavation. Unless specified as a pay item, structural excavation and backfill performed, and material furnished in accordance with this Item will not be paid for directly but are subsidiary to pertinent Items. When structural excavation is specified as a pay item, the excavation and backfill work performed, and materials furnished will be paid for at the unit price bid for “Structural Excavation,” “Structural Excavation (Box),” “Structural Excavation (Pipe),” and “Structural Excavation (Bridge).” This price includes concrete to compensate for excavation that has extended below grade for bridge foundations and retaining walls, and backfilling and compacting areas that were removed as part of structural excavation. Cofferdams or other measures necessary for supporting excavations less than 5 ft. deep will not be measured or paid for directly but will be subsidiary to the Contract. Foundation seal concrete for cofferdams, when required, will be paid for as provided in the pertinent Items. If no direct method of payment is provided in the Contract, the work will be measured and paid for in accordance with Article 9.7., “Payment for Extra Work and Force Account Method.” Seal placed for the convenience of the Contractor will not be paid for. 400 412 Unless otherwise provided, stone or lean concrete backfill around structures as provided for in Section 400.3.3.2., “Bridge Foundations, Retaining Walls, Manholes/Inlets, and Box Culverts,” will be measured and paid for as extra work in accordance with Article 9.7., “Payment for Extra Work and Force Account Method.” When structural excavation is specified as a pay item, a partial payment of 50% of the bid price will be made for structural excavation completed to the satisfaction of the Engineer but not backfilled. The remaining amount will be paid upon completion of backfilling. When the Contractor elects to excavate beyond plan requirements, no measurement will be made of the additional volume. 5.2. Removal and Replacement of Unsuitable or Incompressible Material. Removal and replacement of material will be paid for if directed. Removal and replacement of material or placement of special material made necessary by the softening of founding material due to the Contractor’s sequence of work or operation, will be at the Contractor’s expense. Special material used or additional excavation made for the Contractor’s convenience will not be paid for. 5.2.1. Structural Excavation as a Pay Item. Where special materials are not required or specified, payment for the removal and replacement of unstable or incompressible material will be made at a price equal to 200% of the unit price bid per cubic yard for Structural Excavation. When the Contractor elects to remove and replace material deeper than directed, no measurement will be made on that portion below the directed elevation. This price is full compensation for removing the unstable or incompressible material; furnishing, hauling, placing, and compacting suitable replacement material; and equipment, labor, tools, and incidentals. When the plans specify or when directed, the use of special materials such as flexible base, cement- stabilized base, cement-stabilized backfill, or other special material, payment for excavation below footing grades will be made at the unit price bid for Structural Excavation. Payment for furnishing, hauling, placing, and compacting the flexible base, cement-stabilized base, cement-stabilized backfill, or other special materials will be made at the unit price bid for these items in the Contract, or, if the required material is not a bid item, in accordance with Article 9.7., “Payment for Extra Work and Force Account Method.” 5.2.2. Structural Excavation Not a Pay Item. Where special materials for backfill are not required or specified, payment for the authorized removal and replacement of unstable or incompressible material will be measured and paid for at $15 per cubic yard of material removed. This price is full compensation for removing the unstable or incompressible material; furnishing, hauling, placing, and compacting suitable replacement material; and equipment, labor, tools, and incidentals. When the plans specify or when directed, the use of special materials such as flexible base, cement - stabilized base, cement-stabilized backfill, or other special material, excavation below the footing grades will be paid for at $10 per cubic yard. Payment for furnishing, hauling, placing, and compacting the flexible base, cement-stabilized base, cement-stabilized backfill, or other special materials will be made at the unit price bid for these items, or, if the required material is not a bid item, in accordance with Article 9.7., “Payment for Extra Work and Force Account Method.” 5.3. Lowering of a Structure Foundation. If the Engineer requires a structure foundation to be lowered to an elevation below the grade shown on the plans, overexcavation will be paid in accordance with Table 2. Table 2 Payment for Required Overexcavation Variance of Revised Footing Grade from Plan Grade Payment Terms Variance of Revised Footing Grade from Plan Grade “Structural Excavation” is a Bid Item “Structural Excavation” is not a Bid Item Up to and including 5 ft. Unit price equal to 115% of unit price bid for “Structural Excavation” $10 per cubic yard Over 5 ft. up to 10 ft. Unit price equal to 125% of unit price bid for “Structural Excavation” $12 per cubic yard Over 10 ft. In accordance with Article 9.7., “Payment for Extra Work and Force Account Method.” 400 413 5.4. Cement-Stabilized Backfill. Cement-stabilized backfill will be paid for at the unit price bid for “Cement- Stabilized Backfill.” 5.5. Cutting and Restoring Pavement. Cutting and restoring pavement will be paid for at the unit price bid for “Cutting and Restoring Pavement” of the type specified. Work done to repair damage to base or pavement incurred outside the limits shown on the plans, or the limits authorized, will not be measured for payment. The unit prices bid are full compensation for excavation including removing obstructions and plugging drainage systems; bedding and backfilling including placing, sprinkling and compaction of material; soundings; cleaning and filling seams; constructing and removing cofferdams; de-watering, sheeting, or bracing excavations up to and including 5 ft. deep; pumps; drills; explosives; disposition of surplus material; cutting pavement and base to neat lines; and materials, hauling, equipment, labor, tools, and incidentals. Flowable backfill will be paid for as provided in Item 401, “Flowable Backfill.” Protection methods for open excavations deeper than 5 ft. will be measured and paid for as required under Item 402, “Trench Excavation Protection,” or Item 403, “Temporary Special Shoring.” This page intentionally left blank. 401 414 Item 401 Flowable Backfill 1. DESCRIPTION Furnish and place flowable backfill for trench, hole, or other void. 2. MATERIALS Use materials from prequalified sources listed on the Department website. Use materials from non-listed sources only when tested and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non-listed sources. Do not combine approved material with unapproved material. 2.1 Cement. Furnish cement in accordance with DMS-4600, “Hydraulic Cement.” 2.2 Fly Ash. Furnish fly ash in accordance with DMS-4610, “Fly Ash.” 2.3 Chemical Admixtures. Furnish chemical admixtures in accordance with DMS-4640, “Chemical Admixtures for Concrete.” Use specialty type admixtures to enhance the flowability, reduce shrinkage, and reduce segregation by maintaining solids in suspension when necessary. Use and proportion all admixtures in accordance with the manufacturer’s recommendations. 2.4 Fine Aggregate. Provide fine aggregate that will stay in suspension in the mortar to the extent required for proper flow and that meets the gradation requirements of Table 1. Table 1 Aggregate Gradation Chart Sieve Size Percent Passing 3/4″ 100 #200 0–30 Test fine aggregate gradation in accordance with Tex-401-A. Plasticity Index (PI) must not exceed 6 when tested in accordance with Tex-106-E. 2.5 Mixing Water. Use mixing water in accordance with Item 421, “Hydraulic Cement Concrete.” 3. CONSTRUCTION Submit a construction method and plan, including mix design, for approval. Provide a means of filling the entire void area, and be able to demonstrate this has been accomplished. Prevent the movement of any inserted structure from its designated location. Remove and replace or correct the problem if voids are found in the fill or any of the requirements are not met as shown on the plans without additional cost to the Department. 401 415 Furnish a mix meeting the requirements of Table 2 unless otherwise shown on the plans. Table 2 Flowable Fill Mix Design Requirements Property Excavatable Non-Excavatable Test Method 28-day Compressive Strength,1 psi 80 to 200 > 200 ASTM D4832 Consistency,2 Min diameter, in. 8 ASTM D6103 Unit Weight, pcf 90 to 125 100 to 145 ASTM D6023 Air Content, % 10 to 30 5 to 15 ASTM D6023 1. Average of 2 specimens. 2. Mixture must not segregate. Mix the flowable fill using a central-mixed concrete plant, ready-mix concrete truck, pug mill, or other approved method. Furnish all labor, equipment, tools, containers, and molds required for sampling, making, transporting, curing, removal, and disposal of test specimens. Furnish test molds meeting the requirements of Tex-447-A. Transport, strip, and cure the test specimens as scheduled at the designated location. Cure test specimens in accordance with Tex-447-A. The Engineer will sample, make, and test all specimens. Dispose of used, broken specimens in an approved location and manner. The frequency of job-control testing will be at the direction of the Engineer. 4. MEASUREMENT This Item will be measured by the cubic yard of material placed. Measurement will not include additional volume caused by slips, slides, or cave-ins resulting from the Contractor’s operations. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Flowable Backfill.” This price is full compensation for furnishing, hauling, and placing materials and for equipment, tools, labor, and incidentals. 416 440 Item 416 Drilled Shaft Foundations 1. DESCRIPTION Construct foundations consisting of reinforced or non-reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items.  Item 421, “Hydraulic Cement Concrete,”  Item 440, “Reinforcement for Concrete,” and  Item 448, “Structural Field Welding.” Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non-reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in. minimum clear spacing. Use a water-reducing, retarding admixture in accordance with DMS-4640, “Chemical Admixtures for Concrete,” in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 Slump Requirements Placement Type Minimum Acceptable Placement Slump, in. Recommended Design and Placement Slump, in. Maximum Acceptable Placement Slump, in. Dry 5-1/2 6-1/2 7-1/2 Underwater and under slurry 7 8 9 Perform a slump loss test in accordance with Tex-430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Section 416.3.6., “Concrete,” and Section 416.3.7., “Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods.” Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3, as determined by Tex-130-E. Determine pH of slurry by Tex-128-E or pH paper strips. 416 441 Table 3 Mineral Slurry Requirements Before Introduction into the Excavation Sampled from the Bottom of the Excavation before Concreting Specific Gravity Sand Content pH Specific Gravity Viscosity (sec.) Sand Content ≤ 1.10 ≤ 1% 8–11 ≤ 1.15 ≤ 45 ≤ 4% Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use partially hydrolyzed polyacrylamide (PHPA) polymeric slurry or any blended mineral-polymer slurry. If approved, water may be used as the drilling fluid. In this case, all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole, before placing concrete, and test it in accordance with Tex-130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan:  Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project.  List of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, casing, etc.  Details of overall construction operation sequence and the sequence of shaft construction in bents or groups.  Details of shaft excavation methods.  When the use of slurry is anticipated, details of the slurry mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods and disposal procedures.  Details of methods to clean the shaft excavation.  Details of reinforcement placement, including support and centralization methods.  Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods.  Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans, specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances:  Vertical plumbness—1 in. per 10 feet of depth.  Center of shaft located under column—1 in. of horizontal plan position.  Center of shaft located under footing—3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, “Retaining Walls,” for provisions for drilled shafts passing through the structural volume of retaining walls. 416 442 3.1. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7., “Payment for Extra Work and Force Account Method.” Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation, as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered, and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes. Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is complete. 3.3. Casing. Use casing when necessary to prevent caving of the material, to exclude ground water, when slurry is used for hole stabilization, or when required as part of the Contractor’s Safety Plan. Provide casing with an outside diameter not less than the specified diameter of the shaft. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method. When soil conditions warrant, use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre-mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher, as necessary, to counteract ground water pressure during and after drilling. 416 443 Use an air lift or proper size cleanout bucket, just before placing reinforcing steel, to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re-process the hole with the auger as directed if concrete placement is not started within 4 hr. of the completion of the shaft excavation. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2., “Materials.” Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement, and whenever directed. Recover and dispose of all slurry as approved, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise.  Extend the cage to the bottom for shafts supporting structures other than bridges.  Extend the cage to 25 ft. or to the bottom, whichever is shorter, for bridge shafts with plan lengths less than 25 ft.  Do not extend the cage for bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length.  Extend the cage as directed for bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in., or as required for a stable cage. Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved “roller” type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft. off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft. Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent-shaped centralizers (“sleds”) are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 feet of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. 416 444 3.6. Concrete. Perform all work in accordance with Item 420, “Concrete Substructures.” Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14., “Mass Placements,” as directed. Table 4 Maximum Concrete Placing Temperature Shaft Size Mix Design Options 1–5 Mix Design Options 6–8 Diameter < 5 ft. 95°F 95°F 5 ft.≤ Diameter ≤ 7 ft. 95°F 85°F 7 ft. < Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 2 5 ft. for dry shafts of 24 in. or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop-tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., “Materials.” Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420, “Concrete Substructures.” 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the begin ning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps, or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near 416 445 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists, notify the Engineer and note the elevation and circumstances related to the loss of seal on the drille d shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., “Materials.” Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load. Load test shafts, if required, in accordance with Item 405, “Foundation Load Test.” 3.9. Trial Shaft. When required on the plans, construct trial shafts to the depth and diameter specified on the plans. Trial shafts include: drilling the hole, placement of the rebar cage (unless otherwise stated), and placement of the concrete. When trial shafts are required, delay start of production shafts until successful completion of trial shafts. 4. MEASUREMENT 4.1. Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers. Shafts will be measured from a point approximately 6 in. below the finished earthwork elevation at the center of each shaft, unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions. The bent height shown on the plans is for estimating purposes only and does not control the top-of-shaft measurement. 4.1.2. Abutment Bents and Retaining Walls. Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non-Bridge Structures. Shafts, including trial shafts, will be measured from the top of the shaft. 4.2. Core Hole. Core holes will be measured by each core hole drilled. 5. PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing, placing, and removing casing; furnishing, processing, and recovering slurry; furnishing, and placing reinforcing steel; pumping; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for “Drilled Shaft” until the concrete has been placed. 5.1. Drilled Shaft. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Drilled Shaft,” “Drilled Shaft (Non-reinforced),” “Drilled Shaft (Sign Mounts),” “Drilled Shaft (High M ast Pole),” “Drilled Shaft (Roadway Illumination Pole),” or “Drilled Shaft (Traffic Signal Pole)” of the specified diameter, subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1., “Overrun.” 416 446 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft. in excess of the maximum plan length shaft, as defined in Section 416.5.1.2., “Maximum Plan Length Shaft,” will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft. and up to and including 15 ft. more than the maximum plan length shaft, as defined in this Item, will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft. more than the maximum plan length shaft, as defined in Section 416.5.1.2., “Maximum Plan Length Shaft,” will be made at a unit price equal to 125% of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft. Payment described above is subject to the following provisions for extra depth drilling:  For bridge structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific bridge.  For retaining walls, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific retaining wall.  For overhead sign structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any overhead sign structures included in the Contract.  For high mast illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any high mast illumination pole included in the Contract.  For roadway illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any roadway illumination pole included in the Contract.  For traffic signal poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any traffic signal pole included in the Contract. 5.2. Core Hole. Core holes will be paid at $200 each. This page intentionally left blank. 420 447 Item 420 Concrete Substructures 1. DESCRIPTION Construct concrete substructures including footings, columns, caps, abutments, piers, culverts, other bridge substructure elements, and other concrete structures as indicated. 2. MATERIALS 2.1. Concrete. Provide concrete in accordance with Item 421, “Hydraulic Cement Concrete.” Provide the class of concrete for each type of structure or unit as shown on the plans or in pertinent governing specifications. 2.2. Grout or Mortar. Provide grout for dowelling anchors or precast connections in accordance with DMS-4675, “Cementitious Grouts and Mortars for Miscellaneous Applications.” 2.3. Latex Curing Materials. Provide an acrylic-polymer latex admixture (acrylic resin emulsion per DMS-4640, “Chemical Admixtures for Concrete”) suitable for producing polymer-modified concrete or mortar. Do not allow latex to freeze. 2.4. Reinforcing Steel. Provide reinforcing steel in accordance with Item 440, “Reinforcement for Concrete.” 2.5. Expansion Joint Material. Provide materials in accordance with DMS-6310, “Joint Sealants and Fillers.”  Provide preformed fiber expansion joint material that conforms to the dimensions shown on the plans.  Provide preformed bituminous fiber material unless otherwise specified.  Provide asphalt board that conforms to dimensions shown on the plans.  Provide re-bonded neoprene filler that conforms to the dimensions shown on the plans. 2.6. Waterstop. Provide rubber or polyvinyl chloride (PVC) waterstops in accordance with DMS-6160, “Water Stops, Nylon Reinforced Neoprene Sheet, and Elastomeric Pads,” unless otherwise shown on the plans. 2.7. Curing Materials. Provide membrane curing compounds in accordance with DMS-4650, “Hydraulic Cement Concrete Curing Materials and Evaporation Retardants.” Provide cotton mats that consist of a filling material of cotton “bat” or “bats” (at least 12 oz. per square yard) completely covered with unsized cloth (at least 6 oz. per square yard) stitched longitudinally with continuous parallel rows of stitching spaced at less than 4 in., or tuft both longitudinally and transversely at intervals less than 3 in. Provide cotton mats that are free from tears and in good general condition. Provide a flap at least 6 in. wide consisting of 2 thicknesses of the covering and extending along 1 side of the mat. Provide polyethylene sheeting that is at least 4 mils thick and free from visible defects. Provide only clear or opaque white sheeting when the ambient temperature during curing exceeds 90°F or when applicable to control temperature during mass pours. Provide burlap-polyethylene mats made from burlap impregnated on 1 side with a film of opaque white pigmented polyethylene, free from visible defects. Provide laminated mats that have at least 1 layer of an impervious material such as polyethylene, vinyl plastic, or other acceptable material (either as a solid sheet or impregnated into another fabric) and are free of visible defects. Provide burlap material which complies with AASHTO M 182, Class 3 (10 oz. per square yard) with the following additions: 420 448  Manila hemp may also be used to make burlap.  Do not use burlap fabricated from bags.  Do not use burlap containing any water soluble ingredient which will retard the setting time of concrete. Provide used burlap complying with the requirements stated above and that has only been used previously for curing concrete. “Like new” cleanliness is not expected, but contamination with any substance foreign to the concrete curing process, such as grease or oil, will be cause for rejection. 2.8. Epoxy. Provide epoxy materials in accordance with DMS-6100, “Epoxies and Adhesives,” unless otherwise specified. 3. EQUIPMENT 3.1. Transporting and Placing Equipment. Use appropriate transporting and placing equipment such as buckets, chutes, buggies, belt conveyors, pumps, or other equipment as necessary. Ensure concrete is not transported or conveyed through equipment made of aluminum. Use tremies to control the fall of concrete or for underwater placement. Use tremies that are watertight and of large enough diameter to allow the placement of the concrete but less than 14 in. in diameter. Construct the tremie so the bottom can be sealed and opened once the tremie has been fully charged with concrete for underwater placements. Use pumps with lines at least 5 in. inside diameter (I.D.) where Grade 2 or smaller coarse aggregate is used, and at least 8 in. I.D. for Grade 1 coarse aggregate. 3.2. Vibrators. Use immersion-type vibrators for consolidation of concrete. Provide at least 1 standby vibrator for emergency use. Furnish vibrator head covered by a rubberized or elastomeric cover when used near epoxy coated reinforcing steel. 3.3. Temperature Recording Equipment. Use strip chart temperature recording devices, recording maturity meters in accordance with Tex-426-A, or other approved devices that are accurate to within ±2°F within the range of 32°F to 212°F for mass concrete operations, cold weather placements, and as otherwise specified. 3.4. Artificial Heating Equipment. Use artificial heating equipment as necessary for maintaining the concrete temperatures as specified in Section 420.4.7.11., “Placing Concrete in Cold Weather.” 3.5. Spraying Equipment. Use mechanically powered pressure sprayers, either air or airless, with appropriate atomizing nozzles for the application of membrane curing. Use hand-pressurized spray equipment with 2 or 3 fan-spray nozzles if approved. Ensure the spray from each nozzle overlaps the spray from adjacent nozzles by approximately 50%. 3.6. Concrete Testing Equipment. Provide testing equipment for use by the Engineer in accordance with Section 421.3.3., “Testing Equipment.” 4. CONSTRUCTION Obtain approval for proposed construction methods before starting work. Approval of construction methods and equipment does not relieve the Contractor’s responsibility for safety or correctness of methods, adequacy of equipment, or completion of work in full accordance with the Contract. Unless otherwise shown on the plans, it is the Contractor’s option to perform testing on structural concrete (structural classes of concrete are identified in Table 8 of Section 421.4.1., “Classification of Concrete Mix Designs,”) to determine the in-situ strength to address the schedule restrictions in Section 420.4.1., “Schedule Restrictions.” The Engineer may require the Contractor to perform this testing for concrete placed in cold weather. Make enough test specimens for Contractor-performed testing to ensure strength 420 449 requirements are met for the operations listed in Section 420.4.1., “Schedule Restrictions.” Make at least 1 set of test specimens for each element cast each day. Cure these specimens under the same conditions as the portion of the structure involved for all stages of construction. Ensure safe handling, curing, and storage of all test specimens. Provide testing personnel, and sample and test the hardened concrete in accordance with Section 421.4.8., “Sampling and Testing of Concrete.” The maturity method, Tex-426-A, may be used for in-situ strength determination for schedule restrictions if approved. Coring will not be allowed for in -situ strength determination for schedule restrictions. Provide the Engineer the opportunity to witness all testing operations. Report all test results to the Engineer. If the Contractor does not wish to perform schedule restriction testing, the Engineer’s 7-day lab-cured tests, performed in accordance with Article 421.5., “Acceptance of Concrete,” will be used for schedule restriction determinations. The Engineer may require additional time for strength gain to account for field curing conditions such as cold weather. 4.1. Schedule Restrictions. Construct and open completed structures to traffic with the following limitations unless otherwise shown on the plans: 4.1.1. Setting Forms. Attain at least 2,500 psi compressive strength before erecting forms on concrete footings supported by piling or drilled shafts, or on individual drilled shafts. Erect forms on spread footings and culvert footings after the footing concrete has aged at least 2 curing days as defined in Section 420.4.10., “Curing Concrete.” Place concrete only after the forms and reinforcing steel have been inspected by the Engi neer. Support tie beam or cap forms by falsework on previously placed tie beams only if the tie beam concrete has attained a compressive strength of 2,500 psi and the member is properly supported to eliminate stresses not provided for in the design. Maintain curing as required until completion of the curing period. Place superstructure forms or falsework on the substructure only if the substructure concrete has attained a compressive strength of 3,000 psi. 4.1.2. Removal of Forms and Falsework. Keep in place weight-supporting forms and falsework for bridge components and culvert slabs until the concrete has attained a compressive strength of 2,500 psi in accordance with Section 420.4.11., “Removal of Forms and Falsework.” Keep all forms for mass placements in place for 4 days following concrete placement unless otherwise approved based on the outcome of the heat control plan outlined in Section 420.4.7.14., “Mass Placements.” 4.1.3. Placement of Superstructure Members. Erect or place superstructure members or precast substructure members only after the substructure concrete has attained a compressive strength of 3,000 psi. 4.1.4. Opening to Traffic. Direct traffic culverts may be opened to construction traffic when the design strength specified in Section 421.4.1., “Classification of Concrete Mix Design,” has been attained if curing is maintained. Obtain approval before opening direct traffic culverts to the traveling public. Open other noncritical structural and nonstructural concrete for service upon the completion of curing unless otherwise specified or directed. 4.1.5. Post-Tensioned Construction. Ensure strength requirements on the plans for structural elements designed to be post-tensioned are met for stressing and staged loading of structural elements. 4.1.6. Backfilling. Backfill in accordance with Section 400.3.3., “Backfill.” 4.2. Plans for Falsework and Forms. Submit plans for falsework and forms for the following items: vertical forms for piers and single column bents; load supporting forms for caps and tie -beams; form attachments for bridges to be widened; and other items as indicated or directed. Provide design calculations when requested. Show all essential details of proposed forms, falsework, and bracing. Have a licensed professional engineer design, seal, and sign these plans. Department approval is not required, except as noted in Table 1 of Item 5, “Control of the Work,” when forms or falsework are located such that public safety can be affected, but the Department reserves the right to request modifications to the plans. The Contractor is responsible for the adequacy of these plans. Design job-fabricated formwork assuming a weight of 150 pcf for concrete, and 420 450 include a liveload allowance of 50 psf of horizontal surface of the form. Do not exceed 125% of the allowable stresses used by the Department for the design of structures. 4.3. Falsework. Design and construct falsework to safely carry the maximum anticipated loads, including wind loads, and to provide the necessary rigidity. Consult AASHTO’s Guide Design Specifications for Bridge Temporary Works and Construction Handbook for Bridge Temporary Works for falsework and shoring information not indicated below. Submit details in accordance with Section 420.4.2., “Plans for Falsework and Forms.” Design job-fabricated falsework assuming a weight of 150 pcf for concrete, and include a minimum liveload allowance of 50 psf of horizontal surface of the form. Do not exceed 125% of the allowable stresses used by the Department for the design of structures. Do not exceed the manufacturer’s maximum allowable working loads for moment and shear or end reaction for commercially produced structural units used in falsework. Include a minimum liveload allowance of 35 psf of horizontal form surface in determining the maximum allowable working load for commercially produced structural units. Provide timber that is sound, in good condition, and free from defects that would impair its strength. Provide timber that meets or exceeds the species, size, and grade requirements in the submitted falsework plans. Provide wedges made of hardwood or metal in pairs to adjust falsework to desired elevations to ensure even bearing. Do not use wedges to compensate for incorrectly cut bearing surfaces. Use sills or grillages large enough to support the superimposed load without settlement. Take precautions to prevent settling of the supporting material unless the sills or grillages are founded on solid rock, shale, or other hard materials. Place falsework that cannot be founded on a satisfactory spread footing on piling or drilled shafts with enough bearing capacity to support the superimposed load without settlement. Drive falsework piling to the required resistance determined by the applicable formula in Item 404, “Driving Piling.” Design drilled shafts for falsework to carry the superimposed load using both skin friction and point bearing. Weld in conformance with Item 448, “Structural Field Welding.” Securely brace each falsework bent to provide the stiffness required, and securely fasten the bracing to each pile or column it crosses. Remove falsework when it is no longer required or as indicated on the submitted falsework plan. Pull or cut off foundations for falsework at least 2 ft. below finished ground level. Completely remove falsework, piling, or drilled shafts in a stream, lake, or bay to the approved limits to prevent obstruction to the waterway. 4.4. Forms. Submit formwork plans in accordance with Section 420.4.2., “Plans for Falsework and Forms.” 4.4.1. General. Provide forms of either timber or metal except where otherwise specified or permitted. Design forms for the pressure exerted by a liquid weighing 150 pcf. Take the rate of concrete placement into consideration in determining the depth of the equivalent liquid. Include a minimum liveload allowance of 50 psf of horizontal surface for job-fabricated forms. Do not exceed 125% of the Department’s allowable stresses for the design of structures. Do not exceed the manufacturer’s maximum allowable working loads for moment and shear or end reaction for commercially produced structural units used for forms. Include a minimum liveload allowance of 35 psf of horizontal form surface in determining the maximum allowable working load for commercially produced structural units. Provide steel forms for round columns unless otherwise approved. Refer to Item 427, “Surface Finishes for Concrete,” for additional requirements for off-the-form finishes. 420 451 Provide commercial form liners for imprinting a pattern or texture on the concrete surface as shown on the plans and specified in Section 427.4.3.5., “Form Liner Finish.” Provide forming systems that are practically mortar-tight, rigidly braced, and strong enough to prevent bulging between supports, and maintain them to the proper line and grade during concrete placement. Maintain forms in a manner that prevents warping and shrinkage. Do not allow offsets at form joints to exceed 1/16 in. Use only material that is inert, non-biodegradable, and nonabsorptive for forms to be left in place. Construct all forms to permit their removal without marring or damaging the concrete. Clean all forms and footing areas of any extraneous matter before placing concrete. Provide openings in forms if needed for the removal of laitance or foreign matter. Treat the facing of all forms with bond-breaking coating of composition that will not discolor or injuriously affect the concrete surface. Take care to prevent coating of the reinforcing steel. Complete all preparatory work before requesting permission to place concrete. Cease placement if the forms show signs of bulging or sagging at any stage of the placement, and remove the portion of the concrete causing this condition immediately as directed. Reset the forms and securely brace them against further movement before continuing the placement. 4.4.2. Timber Forms. Provide properly seasoned, good-quality lumber that is free from imperfections that would affect its strength or impair the finished surface of the concrete. Provide timber or lumber that meets or exceeds the requirements for species and grade in the submitted formwork plans. Maintain forms or form lumber that will be reused so it stays clean and in good condition. Do not use any lumber that is split, warped, bulged, or marred, or that has defects in any way that will produce inferior work. Promptly remove such lumber from the work. Provide form lining for all formed surfaces except:  the inside of culvert barrels, inlets, manholes, and box girders;  surfaces that are subsequently covered by backfill material or are completely enclosed; and  any surface formed by a single finished board or by plywood. Provide form lining of an approved type such as masonite or plywood. Do not provide thin membrane sheeting such as polyethylene sheets for form lining. Use plywood at least 3/4 in. thick. Place the grain of the face plies on plywood forms parallel to the span between the supporting studs or joists unless otherwise indicated on the submitted form drawings. Use plywood for forming surfaces that remain exposed that meets the requirements for B-B Plyform Class I or Class II Exterior of the U.S. Department of Commerce Voluntary Product Standard PS 1. Space studs and joists so the facing form material remains in true alignment under the imposed loads. Space wales closely enough to hold forms securely to the designated lines, scabbed at least 4 ft. on each side of joints to provide continuity. Place a row of wales near the bottom of each placement. Place facing material with parallel and square joints, securely fastened to supporting studs. Place forms with the form panels symmetrical (long dimensions set in the same direction) for surfaces exposed to view and receiving only an ordinary surface finish as defined in Section 420.4.13., “Ordinary Surface Finish.” Make horizontal joints continuous. 420 452 Make molding for chamfer strips or other uses of materials of a grade that will not split when nailed and can be maintained to a true line without warping. Dress wood molding on all faces. Fill forms at all sharp corners and edges with triangular chamfer strips measuring 3/4 in. on the sides unless otherwise shown on the plans. Use metal form ties of an approved type or a satisfactory substitute of a type that permits ease of removal of the metal to hold forms in place. Cut back wire ties at least 1/2 in. from the face of the concrete. Use devices to hold metal ties in place that are able to develop the strength of the tie and adjust to allow for proper alignment. Entirely remove metal and wooden spreaders that separate the forms as the concrete is being placed. Provide adequate clean-out openings for narrow walls and other locations where access to the bottom of the forms is not readily attainable. 4.4.3. Metal Forms. Requirements for timber forms regarding design, mortar-tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse, and wetting also apply to metal forms except metal forms do not require lining unless specifically noted on the plans. Use form metal thick enough to maintain the true shape without warping or bulging. Countersink all bolt and rivet heads on the facing sides. Design clamps, pins, or other connecting devices to hold the forms rigidly together and to allow removal without damage to the concrete. Use metal forms that present a smooth surface and line up properly. Keep metal free from rust, grease, and other foreign materials. 4.5. Drains. Install and construct weep holes and roadway drains as shown on the plans. 4.6. Placing Reinforcement and Post-Tensioning. Place reinforcement as provided in Item 440, “Reinforcement for Concrete.” Do not weld reinforcing steel supports to other reinforcing steel except where shown on the plans. Place post-tensioning ducts, anchorages, and other hardware in accordance with the approved prestressing details and Item 426, “Post-Tensioning.” Keep ducts free of obstructions until all post-tensioning operations are complete. 4.7. Placing Concrete. Give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Do not place concrete when impending weather conditions would impair the quality of the finished work. Place concrete in early morning or at night or adjust the placement schedule for more favorable weather when conditions of wind, humidity, and temperature are such that concrete cannot be placed without the potential for weather-related distress. Adequately illuminate the entire placement site as approved when mixing, placing, and finishing concrete in non-daylight hours. Furnish adequate shelter to protect the concrete against damage from rainfall or freezing temperatures as outlined in this Item if changes in weather conditions require protective measures after work starts. Continue operations during rainfall only if approved. Use protective coverings for the material stockpiles. Cover aggregate stockpiles only to the extent necessary to control the moisture conditions in the aggregate s. Allow at least 1 curing day after the concrete has achieved initial set before placing strain on projecting reinforcement to prevent damage to the concrete. 4.7.1. Placing Temperature. Place concrete according to the following temperature limits for the classes of concrete defined in Section 421.4.1., “Classification of Concrete Mix Designs.” 420 453  Place Class C, F, H, K, or SS concrete only when its temperature at time of placement is between 50°F and 95°F. Increase the minimum placement temperature to 60°F if slag cement is used in the concrete.  Place Class S concrete, used in this Item only as indicated for culvert top slabs, only when its temperature is between 50°F and 85°F. Increase the minimum placement temperature to 60°F if slag cement is used in the concrete.  Place Class A, B, and D concrete only when its temperature at the time of placement is greater than 50°F.  Place mass concrete in accordance with Section 420.4.7.14., “Mass Placements,” only when its temperature at the time of placement is between 50°F and 75°F. 4.7.2. Transporting Time. Begin the discharge of concrete delivered in truck mixers within the times listed in Table 14 of Item 421, “Hydraulic Cement Concrete.” 4.7.3. Workability of Concrete. Place concrete with a slump as specified in Section 421.4.2.5., “Slump.” Water may be added to the concrete before discharging any concrete from the truck to adjust for low slump provided that the maximum mix design water–cement ratio is not exceeded. Mix concrete in accordance with Section 421.4.6., “Mixing and Delivering Concrete,” after introduction of any additional water or chemical admixtures. Do not add water or chemical admixtures after any concrete has been discharged. 4.7.4. Transporting Concrete. Transport concrete by buckets, chutes, buggies, belt conveyors, pumps, or other methods. Protect concrete transported by conveyors from sun and wind to prevent loss of slump and workability. Shade or wrap with wet burlap pipes through which concrete is pumped as necessary to prevent loss of slump and workability. Arrange and use chutes, troughs, conveyors, or pipes so the concrete ingredients will not be separated. Terminate such equipment in vertical downspouts when necessary to prevent segregation. Extend open troughs and chutes, if necessary, down inside the forms or through holes left in the forms. Keep all transporting equipment clean and free from hardened concrete coatings. Discharge water used for cleaning clear of the concrete. 4.7.5. Preparation of Surfaces. Thoroughly wet all forms and hardened concrete on which concrete is to be placed before placing concrete on them. Remove any remaining puddles of excess water before placing concrete. Provide surfaces that are in a moist, saturated surface-dry condition when concrete is placed on them. Ensure the subgrade or foundation is moist before placing concrete on grade. Lightly sprinkle the subgrade if dry. 4.7.6. Expansion Joints. Construct joints and devices to provide for expansion and contraction in accordance with plan details. Use light wire or nails to anchor any preformed fiber joint material to the concrete on 1 side of the joint. Ensure finished joints conform to the plan details with the concrete sections completely separated by the specified opening or joint material. Remove all concrete within the joint opening soon after form removal and again where necessary after surface finishing to ensure full effectiveness of the joint. 4.7.7. Construction Joints. A construction joint is the joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set. Monolithic placement means the manner and sequence of concrete placing does not create a construction joint. 420 454 Make construction joints of the type and at the locations shown on the plans. Additional joints in other members are not permitted without approval. Place authorized additional joints using details equivalent to those shown on the plans for joints in similar locations. Make construction joints square and normal to the forms unless otherwise required. Use bulkheads in the forms for all vertical joints. Thoroughly roughen the top surface of a concrete placement terminating at a horizontal construction joint as soon as practical after initial set is attained. Thoroughly clean the hardened concrete surface of all loose material, laitance, dirt, and foreign matter, and saturate it with water. Remove all free water and moisten the surface before concrete or bonding grout is placed against it. Ensure the surface of the existing concrete is in a saturated surface-dry condition (SSD) just before placing subsequent concrete. Wet the existing concrete by ponding water on the surface for 24 hr. before placing subsequent concrete. Use high-pressure water blasting if ponding is not possible to achieve SSD conditions 15 to 30 min. before placing the concrete. An SSD condition is achieved when the surface remains damp when exposed to sunlight for 15 min. Draw forms tight against the existing concrete to avoid mortar loss and offsets at joints. Bonding agents are not required unless indicated otherwise. Coat the joint surface with bonding mortar, grout, epoxy, or other material if a bonding agent is required as indicated on the plans. Provide Type V epoxy per DMS-6100, “Epoxies and Adhesives,” for bonding fresh concrete to hardened concrete. Place the bonding epoxy on a clean, dry surface, and place the fresh concrete while the epoxy is still tacky. Place bonding mortar or grout on a surface that is SSD, and place the concrete before the bonding mortar or grout dries. Place other bonding agents in accordance with the manufacturer’s recommendations. 4.7.8. Handling and Placing. Minimize segregation of the concrete and displacement of the reinforcement when handling and placing concrete. Produce a uniform, dense compact mass. Ensure concrete free-falls no more than 5 ft. except in the case of drilled shafts, thin walls such as in culverts, or as allowed by other Items. Remove any hardened concrete splatter ahead of the plastic concrete. Fill each part of the forms by depositing concrete as near its final position as possible. Do not deposit large quantities of concrete at 1 point and run or move the concrete along to fill the forms. Deposit concrete in the forms in layers of suitable depth but no more than 36 in. deep unless otherwise permitted. Avoid cold joints in a monolithic placement. Sequence successive layers or adjacent portions of concrete so they can be vibrated into a homogeneous mass with the previously placed concrete before it sets. Allow no more than 1 hr. to elapse between adjacent or successive placements of concrete when re-vibration of the concrete is shown on the plans except as otherwise allowed by an approved placing procedure. This time limit may be extended by 1/2 hr. if the concrete contains at least the minimum recommended dosage of a Type B or D admixture. 4.7.9. Consolidation. Carefully consolidate concrete and flush mortar to the form surfaces with immersion type vibrators. Do not use vibrators that operate by attachment to forms or reinforcement except where approved on steel forms. Vibrate the concrete immediately after deposit. Systematically space points of vibration to ensure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Insert the vibrators vertically where possible. Vibrate the entire depth of each lift, allowing the vibrator to penetrate several inches into the preceding lift. Do not use the vibrator to move the concrete to other locations in the forms. Do not drag the vibrator through the concrete. Thoroughly consolidate concrete along construction joints by operating the vibrator along and close to but not against the joint surface. Continue the vibration until the concrete surrounding reinforcements and fixtures is complete ly 420 455 consolidated. Hand-spade or rod the concrete if necessary to ensure flushing of mortar to the surface of all forms. 4.7.10. Installation of Dowels and Anchor Bolts. Install dowels and anchor bolts by casting them in-place or by grouting with grout, epoxy, or epoxy mortar unless noted otherwise. Form or drill holes for grouting. Follow the manufacturer’s recommended installation procedures for pre-packaged grout or epoxy anchor systems. Test anchors if required on the plans or by other Items. Drill holes for anchor bolts to accommodate the bolt embedment required by the plans. Make holes for dowels at least 12 in. deep unless otherwise shown on the plans. Make the hole diameter at least twice the dowel or bolt diameter, but not exceeding the dowel or bolt diameter plus 1-1/2 in. when using cementitious grout or epoxy mortar. Make the hole diameter 1/16 to 1/4 in. greater than the dowel or bolt diameter when using neat epoxy unless indicated otherwise by the epoxy manufacturer. Thoroughly clean holes of all loose material, oil, grease, or other bond-breaking substance, and blow them clean with filtered compressed air. Use a wire brush followed by oil-free compressed air to remove all loose material from the holes, repeating as necessary until no more material is removed. Ensure holes are in a surface-dry condition when epoxy type materials are used and in a surface-moist condition when cementitious grout is used. Develop and demonstrate for approval a procedure for cleaning and preparing the holes for installation of the dowels and anchor bolts. Completely fill the void between the hole and dowel or bolt with grouting material. Follow exactly the requirements for cleaning outlined in the product specifications for pre-packaged systems. Provide hydraulic cement grout for cast-in-place or grouted systems in accordance with DMS-4675, “Cementitious Grouts and Mortars for Miscellaneous Applications.” Provide a Type III epoxy per DMS-6100, “Epoxies and Adhesives,” when neat epoxy is used for anchor bolts or dowels. Provide Type VIII epoxy per DMS-6100, “Epoxies and Adhesives,” when an epoxy grout is used. Provide grout, epoxy, or epoxy mortar as the binding agent unless otherwise indicated on the plans. Provide other anchor systems as required on the plans. 4.7.11. Placing Concrete in Cold Weather. Protect concrete placed under weather conditions where weather may adversely affect results. Permission given by the Engineer for placing during cold weather does not relieve the Contractor of responsibility for producing concrete equal in quality to that placed under normal conditions. Remove and replace concrete as directed at the Contractor’s expense if it is determined unsatisfactory due to poor conditions. Do not place concrete in contact with any material coated with frost or with a temperature of 32°F or lower. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Place concrete when the ambient temperature in the shade is at least 35°F and rising or above 40°F. Provide and install recording thermometers, maturity meters, or other suitable temperature measuring devices to verify all concrete is effectively protected as follows:  Maintain the temperature at all surfaces of concrete in bents, piers, culvert walls, retaining walls, parapets, wingwalls, top slabs of non-direct traffic culverts, and other similar formed concrete at or above 40°F for 72 hr. from the time of placement.  Maintain the temperature of all other concrete, including the bottom slabs (footings) of c ulverts, placed on or in the ground above 32°F for 72 hr. from the time of placement. Use additional covering, insulated forms, or other means and, if necessary, supplement the covering with artificial heating. Avoid applying heat directly to concrete surfaces. Cure as specified in Section 420.4.10., “Curing Concrete,” during this period until all requirements for curing have been satisfied. Have all necessary heating and covering material ready for use before permission is granted to begin placement when impending weather conditions indicate the possible need for temperature protection. 420 456 4.7.12. Placing Concrete in Hot Weather. Keep the concrete at or below the maximum temperature at time of placement as specified in Section 420.4.7.1., “Placing Temperature.” Sprinkle and shade aggregate stockpiles or use ice, liquid nitrogen systems, or other approved methods as necessary to control the concrete temperature. 4.7.13. Placing Concrete in Water. Deposit concrete in water only when shown on the plans or with approval. Make forms or cofferdams tight enough to prevent any water current passing through the space in which the concrete is being deposited. Do not pump water during the concrete placing or until the concrete has set for at least 36 hr. Place the concrete with a tremie or pump, or use another approved method, and do not allow it to fall freely through the water or disturb it after it is placed. Keep the concrete surface level during placement. Support the tremie or operate the pump so it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Submerge the lower end of the tremie or pump hose in the concrete at all times. Use continuous placing operations until the work is complete. Design the concrete mix in accordance with Item 421, “Hydraulic Cement Concrete,” with a minimum cement content of 650 lb. per cubic yard for concrete to be placed under water. Include an anti-washout admixture in the mix design as necessary to produce a satisfactory finished product. 4.7.14. Mass Placements. Develop and obtain approval for a heat control plan for monolithic placements designated on the plans as mass concrete to ensure the following during the heat dissipation period:  the temperature differential between the central core of the placement and the exposed concrete surface does not exceed 35°F and  the temperature at the central core of the placement does not exceed 160°F. Use the ConcreteWorks© software available from the Department, or another approved method based on the guidelines in ACI 207, “Mass Concrete,” to develop the heat control plan. The Department will make available technical assistance on the use of ConcreteWorks©. Develop the heat control plan using historical temperature ranges for the anticipated time of the mass placement. Re-create the plan if the work schedule shifts by more than one month. The heat control plan may include a combination of the following elements:  selection of concrete ingredients including aggregates, gradation, and cement types, to minimize heat of hydration;  use of ice or other concrete cooling ingredients;  use of liquid nitrogen dosing systems;  controlling rate or time of concrete placement;  use of insulation or supplemental external heat to control heat loss;  use of supplementary cementing materials;  use of a cooling system to control the core temperature; or  vary the duration formwork remains in place. Furnish and install 2 pairs of temperature recording devices, maturity meters, or other approved equivalent devices. Install devices to measure the surface temperature no more than 3 in. from the surface. Install devices to measure the core temperature a distance of half the least dimension from the nearest surface near the point of maximum predicted heat. Use these devices to simultaneously measure the temp erature of the concrete at the core and the surface. Maintain temperature control methods for 4 days unless otherwise approved based on the submitted heat control plan. Do not use maturity meters to predict strength of mass concrete. Revise the heat control plan as necessary to maintain the temperature limitations shown above. If the core temperature exceeds 160°F, the mass concrete element will be subject to review and acceptance by the Engineer using forensic analyses to determine its potential reduction in service life or performance. Proceed with subsequent construction on the affected element only when notified regarding acceptance. 420 457 Repair any resulting cracking if the temperature differential between the central core of the placement and the nearest concrete surface exceeds 35°F at no expense to the Department and revise the heat control plan as necessary to prevent further occurrences. 4.7.15. Placing Concrete in Foundation and Substructure. Do not place concrete in footings until the depth and character of the foundation has been inspected and permission has been given to proceed. Place concrete footings upon seal concrete after the cofferdams are free from water and the seal concrete is cleaned. Perform any necessary pumping or bailing during the concreting from a suitable sump located outside the forms. Construct or adjust all temporary wales or braces inside cofferdams as the work proceeds to prevent unauthorized construction joints. Omit forms when footings can be placed in a dry excavation without the use of cofferdams, if approved, and fill the entire excavation with concrete to the elevation of the top of footing. Place concrete in columns monolithically between construction joints unless otherwise directed. Columns and caps or tie beams supported on them may be placed in the same operation or separately. Allow for settlement and shrinkage of the column concrete, if placed in the same operation, by placing it to the lower level of the cap or tie beam, and delay placement between 1 and 2 hr. before proceeding with the cap or tie beam placement. 4.7.16. Placing Concrete in Box Culverts. Allow between 1 and 2 hr. to elapse where the top slab and walls are placed monolithically in culverts more than 4 ft. in clear height before placing the top slab to allow for settlement and shrinkage in the wall concrete. Accurately finish the footing slab at the proper time to provide a smooth uniform surface. Finish top slabs that carry direct traffic as specified in Item 422, “Concrete Superstructures.” Give top slabs of fill type culverts a float finish. 4.8. Extending Existing Substructures. Verify pertinent dimensions and elevations of the existing structure before ordering any required materials. 4.8.1. Removal. Remove portions of the existing structure to the lines and dimensions shown on the plans or as directed. Dispose of these materials as shown on the plans or as directed. Repair any portion of the remaining structure damaged as a result of the construction. Do not use explosives to remove portions of the existing structure unless approved in writing. Do not use a demolition ball, other swinging weight, or impact equipment unless shown on the plans. Use pneumatic or hydraulic tools for final removal of concrete at the “break” line. Use removal equipment, as approved that will not damage the remaining concrete. 4.8.2. Reuse of Removed Portions of Structure. Detach and remove all portions of the old structure that are to be incorporated into the extended structure to the lines and details as specified on the plans or as directed. Move the unit to be reused to the new location specified using approved methods. Place the reinforcement and extension concrete according to the plan details. 4.8.3. Splicing Reinforcing Steel. Splice new reinforcing bars to exposed bars in the existing structure using lap splices in accordance with Item 440, “Reinforcement for Concrete,” unless otherwise shown on the plans. The new reinforcing steel does not need to be tied to the existing steel where spacing or elevation does not match that of the existing steel provided the lap length is attained. Weld in accordance with Item 448, “Structural Field Welding,” when welded splices are permitted. Install any required dowels in accordance with Section 420.4.7.10., “Installation of Dowels and Anchor Bolts.” 4.8.4. Concrete Preparation. Roughen and clean concrete surfaces that are in contact with new construction before placing forms. Prepare these construction joint surfaces in accordance with Section 420.4.7.7., “Construction Joints.” 420 458 4.9. Treatment and Finishing of Horizontal Surfaces . Strike off to grade and finish all unformed upper surfaces. Do not use mortar topping for surfaces constructed under this Section. Float the surface with a suitable float after the concrete has been struck off. Slope the tops of caps and piers between bearing areas from the center slightly toward the edge, and slope the tops of abutment and transition bent caps from the backwall to the edge, as directed, so water drains from the surface. Give the concrete a smooth trowel finish. Construct bearing areas for steel units in accordance with Section 441.3.11.6., “Bearing and Anchorage Devices.” Give the bearing area under the expansion ends of concrete slabs and slab and girder spans a steel-trowel finish to the exact grades required. Give bearing areas under elastomeric bearing pads or nonreinforced bearing seat buildups a textured, wood float finish. Do not allow the bearing area to vary from a level plane more than 1/16 in. in all directions. Cast bearing seat buildups or pedestals for concrete units integrally with the cap or a construction joint. Provide a latex-based mortar, an epoxy mortar, or an approved proprietary bearing mortar for bearing seat buildups cast with a construction joint. Mix mortars in accordance with the manufacturer’s recommendations. Construct pedestals of Class C concrete, reinforced as shown on the plans or as indicated in Figure 1 and Figure 2. The Engineer of Record will design pedestals higher than 12 in. Figure 1 Section through Bearing Seat Buildups 420 459 Figure 2 Plan View of Bearing Seat Buildups 4.10. Curing Concrete. Obtain approval of the proposed curing methods, equipment, and materials before placing concrete. The Engineer may require the same curing methods for like portions of a single structure. Inadequate curing or facilities may delay all concrete placements on the job until remedial action is taken. A curing day is a calendar day when the temperature, taken in the shade away from artificial heat, is above 50°F for at least 19 hr. or, on colder days if the temperature of all surfaces of the concrete is maintained above 40°F, for the entire 24 hr. The required curing period begins when all concrete has attained its initial set unless indicated otherwise. Tex-440-A may be used to determine when the concrete has attained its initial set. Cure all concrete for 4 consecutive days except as allowed for the curing options listed below. Use form or membrane curing for vertical surfaces unless otherwise approved. Use only water curing for horizontal surfaces of HPC or mass concrete. Use water or membrane curing for horizontal or unformed surfaces for all other concrete. Use one of the following curing options for vertical surfaces, unless indicated otherwise.  Form cure for 48 hr. after placement.  Form cure for 12 hr. after placement followed by membrane curing.  For HPC Concrete, form cure for 48 hr. after placement followed by membrane curing.  For mass concrete, form cure as required by the heat control plan followed by membrane curing if forms are removed before 4 days. Apply membrane curing, if used, within 2 hr. of form removal. Use only water curing in accordance with this Section for the top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (stub walls, caps with backwalls, risers, etc.). Cure all other concrete as specified in the pertinent Items. Use the following methods for curing concrete, subject to the requirements of this Item. 4.10.1. Form Curing. When forms are left in intimate contact with the concrete, other curing methods are not required except for exposed surfaces and for cold weather protection. Use another approved curing method if forms are removed before the 4-day required curing period. 420 460 4.10.2. Water Curing. Keep all exposed surfaces of the concrete wet continuously for the required curing time. Use water curing in accordance with concrete mixing water in Section 421.2.5., “Water.” Do not use seawater or water that stains or leaves an unsightly residue. 4.10.2.1. Blankets. Keep the concrete continuously wet by maintaining wet cotton or burlap mats in direct contact with the concrete for the required curing time. Weight the mats adequately to provide continuous contact with all concrete. Cover surfaces that cannot be cured by direct contact with mats, forming an enclosure well anchored to the forms or ground so outside air cannot enter the enclosure. Provide sufficient moisture inside the enclosure to keep all surfaces of the concrete wet. 4.10.2.2. Water Spray. Overlap sprays or sprinklers to keep all unformed surfaces continuously wet. 4.10.2.3. Ponding. Cover the surfaces with at least 2 in. of clean granular material, kept wet at all times, or at least 1 in. deep water. Use a dam to retain the water or saturated granular material. 4.10.3. Membrane Curing. Choose either Type 1-D or Type 2 membrane-curing compound unless otherwise shown on the plans. Use the same type of curing compound on an individual member. Apply membrane curing just after free moisture has disappeared at a rate of approximately 180 sq. ft. per gallon. Do not spray curing compound on projecting reinforcing steel or concrete that will later form a construction joint. Do not apply membrane curing to dry surfaces. Dampen formed surfaces and surfaces that have been given a first rub so they are moist at the time of application of the membrane. Leave the film unbroken for the minimum curing period specified when membrane is used for complete curing. Correct damaged membrane immediately by reapplication of membrane. Polyethylene sheeting, burlap-polyethylene mats, or laminated mats in close contact with the concrete surfaces are equivalent to membrane curing. 4.11. Removal of Forms and Falsework. Remove forms for vertical surfaces after the concrete has aged a minimum of 12 hr. after initial set provided the removal can be done without damage to the concrete unless otherwise directed. Keep forms for mass placements in place for 4 days following concrete placement unless otherwise approved based on the outcome of the heat control plan outlined in Section 420.4.7.14., “Mass Placements.” Leave in place weight-supporting forms and falsework spanning more than 1 ft. for all bridge components and culvert slabs except as directed otherwise until the concrete has attained a compressive strength of 2,500 psi. Remove forms for other structural components as necessary. Remove inside forms (walls and top slabs) for box culverts and sewers after concrete has attained a compressive strength of 1,800 psi if an approved overhead support system is used to transfer the weight of the top slab to the walls of the box culvert or sewer before removal of the support provided by the forms. Forms or parts of forms may be removed only if constructed to permit removal without disturbing forms or falsework required to be left in place for a longer period on other portions of the structure. Remove all metal appliances used inside forms for alignment to a depth of at least 1/2 in. from the concrete surface. Make the appliances so metal may be removed without undue chipping or spalling of the concrete, and so it leaves a smooth opening in the concrete surface when removed. Do not burn off rods, bolts, or ties. Remove all forms and falsework unless otherwise directed. 4.12. Defective Work. Repair defective work as soon as possible. Remove and replace at the expense of the Contractor any defect that cannot be repaired to the satisfaction of the Engineer. 4.13. Ordinary Surface Finish. Apply an ordinary surface finish to all concrete surfaces. Provide flat or textured surfaces as specified with uniform appearance. Address defects and surface irregular ities not consistent with the intent of the expected finish by the following: 420 461  Chip away all loose or broken material to sound concrete where porous, spalled, or honeycombed areas are visible after form removal.  Repair spalls in accordance with the procedures outlined in the Concrete Repair Manual available on the Department’s website.  Clean and fill holes or spalls caused by the removal of form ties, etc., with latex grout, cement grout, or epoxy grout as approved. Fill only the holes. Do not blend the patch with the surrounding concrete. On surfaces to receive a rub finish in accordance with Item 427, “Surface Finishes for Concrete,” chip out exposed parts of metals chairs to a depth of 1/2 in. and repair the surface.  Remove all fins, rust staining, runs, drips, or mortar from surfaces that will be exposed. Smooth all form marks and chamfer edges by grinding or dry-rubbing.  Ensure all repairs are dense, well-bonded, and properly cured. Finish exposed large repairs to blend with the surrounding concrete where a higher class of finish is not specified. Apply an ordinary surface finish as the final finish to the following exposed surfaces unless noted otherwise:  inside and top of inlets,  inside and top of manholes,  inside of sewer appurtenances, and  inside of culvert barrels. Form marks and chamfer edges do not need to be smoothed for the inside of culvert barrels. 5. MEASUREMENT This Item will be measured by the cubic yard, square yard, foot, square foot, or by each structure . 5.1. General. Concrete quantities will be based on the dimensions shown on the plans or those established in writing by the Engineer. In determining quantities, no deductions will be made for chamfers less than 2 in. or for embedded portions of steel or prestressed concrete beams, piling, anchor bolts, reinforcing steel, drains, weep holes, junction boxes, electrical or telephone conduit, ducts and voids for prestressed tendons, or embedded portions of light fixtures. Variation in concrete headwall quantity incurred when an alternate bid for pipe is permitted will not be cause for payment adjustment. Quantities revised by a change in design, measured as specified, will be increased or decreased and included for payment. 5.2. Plans Quantity. Structure elements designated in Table 1 and measured by the cubic yard are plans quantity measurement items. The quantity to be paid for plans quantity items is the quantity shown in the proposal unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. No adjustment will be made for footings or other in-ground elements where the Contractor has been allowed to place concrete in an excavation without forms. 420 462 Table 1 Plans Quantity Payment (Cubic Yard Measurement Only) Culverts and culvert wing walls Abutments Headwalls for pipe Footings Retaining walls Pile bent caps Inlets and manholes Post-tensioned elements Note—Other elements, including pier and bent concrete, may be paid for as “plans quantity” when shown on the plans. 5.3. Measured in Place. Items not paid for as “plans quantity” will be measured in place. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for the class of concrete and element identified and by the special designation when appropriate. This price is full compensation for furnishing, hauling, and mixing concrete materials; furnishing, bending, fabricating, splicing, welding and placing the required reinforcement; clips, blocks, metal spacers, ties, wire, or other materials used for fastening reinforcement in place; furnishing, placing, and stressing post-tensioning system; placing, finishing, and curing concrete; mass placement controls; applying ordinary surface finish; furnishing and placing drains, metal flashing strips, and expansion-joint material; excavation, subgrade preparation; and forms and falsework, equipment, labor, tools, and incidentals. Price will be adjusted in accordance with Article 421.6., “Measurement and Payment” when required to address non-compliance of project acceptance testing. Design and installation of foundations for falsework is at the Contractor’s expense. In addition to the work described above, for extending structures the unit prices bid for the various classifications of concrete shown are full compensation for removing and disposing of, if necessary, the designated portion of the existing structure; removing, stockpiling if necessary, and replacing headwall units for reuse; cleaning, bending, and cutting of exposed reinforcing steel; splicing of new reinforcing steel to existing reinforcing steel; installation of dowels; and cleaning and preparing existing concrete surfaces. 421 463 Item 421 Hydraulic Cement Concrete 1. DESCRIPTION Furnish hydraulic cement concrete for concrete pavements, concrete structures, and other concrete construction. 2. MATERIALS Use materials from prequalified sources listed on the Department website. Provide coarse and fin e aggregates from sources listed in the Department’s Concrete Rated Source Quality Catalog (CRSQC). Use materials from non-listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non-listed sources. Do not combine approved material with unapproved material. 2.1. Cement. Furnish cement conforming to DMS-4600, “Hydraulic Cement.” 2.2. Supplementary Cementing Materials (SCM).  Fly Ash. Furnish fly ash, ultra-fine fly ash (UFFA), and modified Class F fly ash (MFFA) conforming to DMS-4610, “Fly Ash.”  Slag Cement. Furnish Slag Cement conforming to DMS-4620, “Slag Cement.”  Silica Fume. Furnish silica fume conforming to DMS-4630, “Silica Fume.”  Metakaolin. Furnish metakaolin conforming to DMS-4635, “Metakaolin.” 2.3. Cementitious Material. Cementitious materials are the cement and supplementary cementing materials used in concrete. 2.4. Chemical Admixtures. Furnish admixtures conforming to DMS-4640, “Chemical Admixtures for Concrete.” 2.5. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious substances. Water from municipal supplies approved by the Texas Department of Health will not require testing. Provide test reports showing compliance with Table 1 before use when using water from other sources. Water that is a blend of concrete wash water and other acceptable water sources, certified by the concrete producer as complying with the requirements of both Table 1 and Table 2, may be used as mix water. Test the blended water weekly for 4 weeks for compliance with Table 1 and Table 2 or provide previous test results. Then test every month for compliance. Provide water test results upon request. 421 464 Table 1 Chemical Limits for Mix Water Contaminant Test Method Maximum Concentration (ppm or mg\L) Chloride (Cl) ASTM C114 Prestressed concrete 500 Bridge decks & superstructure 500 All other concrete 1,000 Sulfate (SO4) ASTM C114 2,000 Alkalies (Na2O + 0.658K2O) ASTM C114 600 Total solids ASTM C1603 50,000 Table 2 Acceptance Criteria for Questionable Water Supplies Property Test Method Limits Compressive strength, min % control at 7 days ASTM C31, ASTM C391,2 90 Time of set, deviation from control, h:min. ASTM C403 From 1:00 early to 1:30 later 1. Base comparisons on fixed proportions and the same volume of test water compared to the control mix using 100% potable water or distilled water. 2. Base comparisons on sets consisting of at least 2 standard specimens made from a composite sample. Do not use mix water that has an adverse effect on the air-entraining agent, on any other chemical admixture, or on strength or time of set of the concrete. Use mixing and curing water free of iron and other impurities that may cause staining or discoloration when using white hydraulic cement. 2.6. Aggregate. 2.6.1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blast furnace slag, recycled crushed hydraulic cement concrete, crushed stone, or combinations which are free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, either free or as an adherent coating. Provide coarse aggregate of uniform quality throughout. Provide coarse aggregate with the requirements listed in Table 3 unless otherwise shown on the plans. Table 3 Coarse Aggregate Requirements Description Test Method Limit Weight of Clay Lumps, % Max Tex-413-A 0.25 Weight of Shale, % Max 1.0 Weight of Laminate and Friable Particle, % Max 5.0 L.A. Abrasion Wear, % Max Tex-410-A 40 5-Cycle Magnesium Sulfate Soundness,1,2 non-air-entrained concrete, % Max Tex-411-A 25 5-Cycle Magnesium Sulfate Soundness,1,3 air-entrained concrete, % Max 18 Loss by Decantation, % Max Tex-406-A 1.5 1. Recycled crushed hydraulic cement concrete is not subject to 5-cycle magnesium sulfate soundness requirements. 2. Allowed when air-entrained concrete is used at the Contractor’s option. 3. Only when air-entrained concrete is required by the plans. Increase the loss by decantation limit to 3.0% for all classes of concrete and 5.0% for Class A, B, and P if the material finer than the No. 200 sieve is determined to be at least 85% calcium carbonate in accordance with Tex-406-A, Part III, in the case of coarse aggregates made primarily from crushing stone unless otherwise shown on the plans. Provide test results upon request. Provide coarse aggregate or combination of aggregates conforming to the gradation requirements shown in Table 4 when tested in accordance with Tex-401-A unless otherwise specified. 421 465 Table 4 Coarse Aggregate Gradation Chart Aggregate Grade No.1 Maximum Nominal Size Percent Passing on Each Sieve 2-1/2" 2" 1-1/2" 1" 3/4" 1/2" 3/8" #4 #8 1 2" 100 80–100 50–85 20–40 0–10 2 1-1/2" 100 95–100 35–70 10–30 0–10 3 1-1/2" 100 95–100 60–90 25–60 0–10 4 (57) 1" 100 95–100 25–60 0–10 0–5 5 (67) 3/4" 100 90–100 20–55 0–10 0–5 6 (7) 1/2" 100 90–100 40–70 0–15 0–5 7 3/8" 100 70–95 0–25 8 3/8" 100 95–100 20–65 0–10 1. Corresponding ASTM C33 gradation shown in parentheses. 2.6.2. Fine Aggregate. Provide fine aggregate consisting of clean, hard, durable particles of natural, manufactured sand, recycled crushed hydraulic cement concrete, slag, lightweight aggregate, or a combination thereof. Provide fine aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material. Provide fine aggregates with the requirements in Table 5 unless otherwise shown on the plans. Table 5 Fine Aggregate Requirements Description Test Method Limit Weight of Clay Lumps, % Max Tex-413-A 0.50 Organic Impurities1 Tex-408-A Color not darker than standard Sand Equivalent Tex-203-F 80 Fineness Modulus Tex-402-A 2.3 to 3.1 1. Only when air-entrained concrete is specified. Provide fine aggregate or combinations of aggregates conforming to the gradation requirements shown in Table 6 when tested in accordance with Tex-401-A unless otherwise specified. Table 6 Fine Aggregate Gradation Chart (Grade 1) Sieve Size Percent Passing 3/8" 100 #4 95–100 #8 80–100 #16 50–85 #30 25–65 #50 10–351 #100 0–10 #200 0–32 1. 6–35 when sand equivalent value is greater than 85. 2. 0–6 for manufactured sand. 2.6.3. Intermediate Aggregate. Provide intermediate aggregate consisting of clean, hard, durable particles of natural, manufactured sand, slag, recycled crushed hydraulic cement concrete, lightweight aggregate, or a combination thereof when optimized aggregate gradation (OAG) concrete is specified or when used at the Contractor’s option. Provide intermediate aggregate free from frozen material and injurious amounts of salt, alkali, vegetable matter, or other objectionable material. Provide intermediate aggregate with the requirements in Table 7. 421 466 Table 7 Intermediate Aggregate Requirements Description Test Method Limit Weight of Clay Lumps, % Max Tex-413-A 0.50 L.A. Abrasion Wear,1 % Max Tex-410-A 40 5-Cycle Magnesium Sulfate Soundness,1,2,3 non-air-entrained concrete, % Max Tex-411-A 25 5-Cycle Magnesium Sulfate Soundness,1,2,4 air-entrained concrete, % Max 18 Organic Impurities5 Tex-408-A Color not darker than standard Loss by Decantation,1 % Max Tex-406-A 1.5 1. Only applies to the portion retained on the No. 4 sieve, if more than 30% of the intermediate aggregate is retained on the No. 4 sieve. 2. Recycled crushed hydraulic cement concrete is not subject to 5-cycle magnesium sulfate soundness requirements. 3. Allowed when air-entrained concrete is used at the Contractor’s option. 4. Only when air-entrained concrete is required by the plans. 5. Only applies to the portion passing the 3/8 in. sieve, if more than 30% of the intermediate aggregate is passing the 3/8 in. sieve. For the portion retained on the No. 4 sieve, if more than 30% of the intermediate aggregate is retained on the No. 4 sieve, and in the case of aggregates made primarily from crushing stone, unless otherwise shown on the plans, the loss by decantation may be increased to 3.0% for all classes of concrete and 5.0% for Class A, B, and P if the material finer than the No. 200 sieve is determined to be at least 85% calcium carbonate in accordance with Tex-406-A, Part III. Provide test results upon request. 2.7. Mortar and Grout. Furnish pre-packaged grouts conforming to DMS-4675, “Cementitious Grouts and Mortars for Miscellaneous Applications,” when specified for applications other than post-tension grouting. Section 421.4.2.6., “Mix Design Options,” does not apply for mortar and grout. 2.8. Storage of Materials. 2.8.1. Cement and Supplementary Cementing Materials. Store all cement and supplementary cementing materials in weatherproof enclosures that will protect them from dampness or absorption of moisture. When permitted, small quantities of packaged cementitious material may be stored in the open , on a raised platform, and under waterproof covering for up to 48 hr. 2.8.2. Aggregates. Handle and store concrete aggregates in a manner that prevents contamination with foreign materials. Clear and level the sites for the stockpiles of all vegetation if the aggregates are stored on the ground and do not use the bottom 6-in. layer of aggregate without cleaning the aggregate before use. Maintain separate stockpiles and prevent intermixing when conditions require the use of 2 or more grades of coarse aggregates. Separate the stockpiles using physical barriers where space is limited. Store aggregates from different sources in different stockpiles unless the Engineer authorizes pre-blending of the aggregates. Minimize segregation in stockpiles. Remix and test stockpiles when segregation is apparent. Sprinkle stockpiles to control moisture and temperature as necessary. Maintain reasonably uniform moisture content in aggregate stockpiles. 2.8.3. Chemical Admixtures. Store admixtures in accordance with manufacturer’s recommendations and prevent admixtures from freezing. 3. EQUIPMENT 3.1. Concrete Plants and Mixing Equipment. Except for volumetric stationary plant or truck (auger) mixers, each plant and truck mixer must be currently certified by the National Ready Mixed Concrete Association (NRMCA) or have an inspection report signed and sealed by a licensed professional engineer showing concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C94. A new 421 467 certification or signed and sealed report is required every time a plant is moved. Plants with a licensed professional engineer’s inspection require re-inspection every 2 yr. Provide a copy of the certification or the signed and sealed inspection report to the Engineer. Remove equipment or facilities from service until corrected when they fail to meet specification requirements. When allowed on the plans or by the Engineer, for concrete classes not identified as structural concrete in Table 8 or for Class C concrete not used for bridge-class structures, the Engineer may inspect and approve all plants and trucks instead of the NRMCA or non-Department engineer-sealed certifications. The criteria and frequency of Engineer approval of plants and trucks is the same used for NRMCA certification. Inspect and furnish inspection reports on the condition of blades and fins and their percent wear from the original manufacturer’s design for truck mixers and agitators annually. Repair mixing equipment exhibiting 10% or more wear before use. If an inspection within 12 mo. is not practical, a 2-mo. grace period (for a maximum of 14 mo. between inspections) is permitted. 3.1.1. Scales. Check all scales before beginning of operations, after each move, or whenever their accuracy or adequacy is questioned, and at least once every 6 mo. Immediately correct deficiencies, and recalibrate. Provide a record of calibration showing scales in compliance with ASTM C94 requirements. Check batching accuracy of volumetric water batching devices at least every 90 days. Check batching accuracy of chemical admixture dispensing devices at least every 6 mo. Perform daily checks as necessary to ensure measuring accuracy. 3.1.2. Volumetric Mixers. Provide volumetric mixers with rating plates defining the capacity and the performance of the mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent. Provide volumetric mixers that comply with ASTM C685. Provide test data showing mixers meet the uniformity test requirements of Tex-472-A. Unless allowed on the plans or by the Engineer, volumetric truck (auger) mixers may not supply classes of concrete identified as structural concrete in Table 8. 3.1.3. Agitators and Truck and Stationary Mixers. Provide stationary and truck mixers capable of combining the ingredients of the concrete into a thoroughly mixed and uniform mass and capable of discharging the concrete so at least 5 of the 6 requirements of Tex-472-A are met. Perform concrete uniformity tests on mixers or agitators in accordance with Tex-472-A as directed, to resolve issues of mix uniformity and mixer performance. Perform the mixer or agitator uniformity test at the full rated capacity of the equipment. Remove all equipment that fails the uniformity test from service. Inspect and maintain mixers and agitators. Keep them free of concrete buildup, and repair or replace worn or damaged blades or fins. Ensure all mixers have a plate affixed showing manufacturer’s recommended operating speed and rated capacity for mixing and agitating. 3.2. Hauling Equipment. Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly mixed and uniform mass, and discharging the concrete with a satisfactory degree of uniformity. Provide equipment with smooth, mortar-tight metal containers equipped with gates that prevent accidental discharge of the concrete when using non-agitating equipment for transporting concrete. Maintain hauling equipment clean and free of built-up concrete. 3.3. Testing Equipment. Furnish and maintain the following in accordance with the pertinent test procedure unless otherwise shown on the plans or specified: 421 468  sieves necessary to perform aggregate gradation analysis when optimized aggregate gradation is specified,  equipment necessary to perform Tex-415-A and Tex-422-A,  equipment necessary to perform Tex-409-A or Tex-425-A,  test molds,  curing facilities,  maturity meters if used, and  wheelbarrow or other container acceptable for the sampling of the concrete. Provide strength-testing equipment when required in accordance with the Contract-controlling test unless shown otherwise. 4. CONSTRUCTION 4.1. Classification of Concrete Mix Designs. Provide classes of concrete meeting the requirements shown in Table 8. A higher-strength class of concrete with equal or lower water-to-cementitious material (w/cm) ratio may be substituted for the specified class of concrete when approved. 4.2. Mix Design Proportioning. Furnish mix designs using ACI 211, Tex-470-A, or other approved procedures for the classes of concrete listed in Table 8 unless a design method is indicated on the plans. Perform mix design proportioning by absolute volume method unless otherwise approved. Perform cement replacement using equivalent weight method unless otherwise approved. Do not exceed the maximum w/cm ratio listed in Table 8 when designing the mixture. 4.2.1. Cementitious Materials. Do not exceed 700 lb. of cementitious material per cubic yard of concrete unless otherwise specified or approved.  Use cement of the same type and from the same source for monolithic placements.  Do not use supplementary cementing materials when white hydraulic cement is specified. Table 8 Concrete Classes Class of Concrete Design Strength,1 Min f′c (psi) Max w/cm Ratio Coarse Aggregate Grades2,3,4 Cement Types Mix Design Options Exceptions to Mix Design Options General Usage5 A 3,000 0.60 1–4, 8 I, II, I/II, IL, IP, IS, IT, V 1, 2, 4, & 7 When the cementitious material content does not exceed 520 lb./cu. yd., Class C fly ash may be used instead of Class F fly ash. Curb, gutter, curb & gutter, conc. retards, sidewalks, driveways, back-up walls, anchors, non-reinforced drilled shafts B 2,000 0.60 2–7 Riprap, traffic signal controller foundations, small roadside signs, and anchors C6 3,600 0.45 1–6 I, II, I/II, IP, IS, IT,7 V 1–8 Drilled shafts, bridge substructure, bridge railing, culverts except top slab of direct traffic culverts, headwalls, wing walls, inlets, manholes, concrete traffic barrier (cast-in-place) E 3,000 0.50 2–5 I, II, I/II, IL, IP, IS, IT,7 V 1–8 When the cementitious material content does not exceed 520 lb./cu. yd., Class C fly ash may be used instead of Class F fly ash. Seal concrete 421 469 Class of Concrete Design Strength,1 Min f′c (psi) Max w/cm Ratio Coarse Aggregate Grades2,3,4 Cement Types Mix Design Options Exceptions to Mix Design Options General Usage5 F6 Note 8 0.45 2–5 I, II, I/II, IP, IS, IT,7V Railroad structures; occasionally for bridge piers, columns, or bents H6 Note 8 0.45 3–6 I, II, I/II, III, IP, IS, IT,7 V 1–5 Do not use Type III cement in mass placement concrete. Up to 20% of blended cement may be replaced with listed SCMs when Option 4 is used for precast concrete. Precast concrete, post-tension members S6 4,000 0.45 2–5 I, II, I/II, IP, IS, IT,7V 1–8 Bridge slabs, top slabs of direct traffic culverts, approach slabs P See Item 360, “Concrete Pavement.” 0.50 2–3 I, II, I/II, IL, IP, IS, IT, V 1–8 When the cementitious material content does not exceed 520 lb./cu. yd., Class C fly ash may be used instead of Class F fly ash. Concrete pavement CO6 4,600 0.40 6 I, II, I/II, IP, IS, IT,7 V 1–8 Bridge deck concrete overlay LMC6 4,000 0.40 6–8 Latex-modified concrete overlay SS6 3,600 0.45 4–6 Use a minimum cementitious material content of 658 lb./cu. yd. of concrete. Slurry displacement shafts, underwater drilled shafts K6 Note 8 0.40 Note 8 I, II, I/II, III IP, IS, IT,7 V Note 8 HES Note 8 0.45 Note 8 I, IL, II, I/II, III Mix design options do not apply. 700 lb. of cementitious material per cubic yard limit does not apply. Concrete pavement, concrete pavement repair “X” (HPC) 6,9,10 Note 11 0.45 Note 11 I, II, I/II, III IP, IS, IT,7 V 1–5, & 8 Maximum fly ash replacement for Options 1 and 3 may be increased to 45%. Up to 20% of a blended cement may be replaced with listed SCMs for Option 4. Do not use Option 8 for precast concrete. “X” (SRC) 6,9,10 Note 11 0.45 Note 11 I/II, II, IP, IS, IT,7 V 1–4 , & 7 Do not use Class C Fly Ash Type III-MS may be used where allowed. Type I and Type III cements may be used with Options 1–3, with a maximum w/cm of 0.40. Up to 20% of blended cement may be replaced with listed SCMs when Option 4 is used for precast concrete. Do not use Option 7 for precast concrete. 1. Design strength must be attained within 56 days. 2. Do not use Grade 1 coarse aggregate except in massive foundations with 4 in. minimum clear spacing between reinforcing steel bars, unless otherwise permitted. Do not use Grade 1 aggregate in drilled shafts. 3. Use Grade 8 aggregate in extruded curbs unless otherwise approved. 4. Other grades of coarse aggregate maybe used in non-structural concrete classes when allowed by the Engineer. 5. For information only. 6. Structural concrete classes. 7. Do not use Type IT cements containing > 5% limestone. 8. As shown on the plans or specified. 9. “X” denotes class of concrete shown on the plans or specified. 10. (HPC): High Performance Concrete, (SRC): Sulfate Resistant Concrete. 11. Same as class of concrete shown on the plans. Table 8 (continued) Concrete Classes 421 470 4.2.2. Aggregates. Recycled crushed hydraulic cement concrete may be used as a coarse or fine aggregate in Class A, B, E, and P concrete. Limit recycled crushed concrete fine aggregate to a maximum of 20% of the fine aggregate. Use light-colored aggregates when white hydraulic cement is specified. Use fine aggregate with an acid insoluble residue of at least 60% by weight when tested in accordance with Tex-612-J in all concrete subject to direct traffic. Use the following equation to determine if the aggregate combination meets the acid insoluble residue requirement when blending fine aggregate or using an intermediate aggregate: %60100 2211 iaiaPAPAPA where: A1 = acid insoluble (%) of fine aggregate 1 A2 = acid insoluble (%) of fine aggregate 2 Aia = acid insoluble (%) of intermediate aggregate passing the 3/8 in. sieve P1 = percent by weight of fine aggregate 1 of the fine aggregate blend P2 = percent by weight of fine aggregate 2 of the fine aggregate blend Pia = percent by weight of intermediate aggregate passing the 3/8 in. sieve Alternatively to the above equation, blend fine aggregate with a micro-deval loss of less than 12%, when tested in accordance with Tex-461-A, with at least 40% of a fine aggregate with an acid insoluble residue of at least 60%. 4.2.3. Chemical Admixtures. Do not use Type C, Type E, Type F, or Type G admixtures in Class S bridge deck concrete. Do not use chemical admixtures containing calcium chloride in any concrete. Use a 30% calcium nitrite solution when a corrosion-inhibiting admixture is required. The corrosion-inhibiting admixture must be set neutral unless otherwise approved. Dose the admixture at the rate of gallons of admixture per cubic yard of concrete shown on the plans. 4.2.4. Air Entrainment. Use an approved air-entraining admixture when air-entrained concrete is specified, or when an air-entraining admixture is used at the Contractor’s option, and do not exceed the manufacturer’s recommended dosage. Ensure the minimum entrained air content is at least 3.0% for all classes of concrete except Class P when air-entrained concrete is specified, during trial batch, or when providing previous field data. 4.2.5. Slump. Provide concrete with a slump in accordance with Table 9 unless otherwise specified. When approved, the slump of a given concrete mix may be increased above the values shown in Table 9 using chemical admixtures, provided the admixture-treated concrete has the same or lower water-to-cementitious material ratio and does not exhibit segregation or excessive bleeding. Request approval to exceed the slump limits in Table 9 sufficiently in advance for proper evaluation by the Engineer. Perform job-control testing of slump in accordance with Section 421.4.8.3.1., “Job-Control Testing.” 421 471 Table 9 Placement Slump Requirements General Usage1 Placement Slump Range,2 in. Walls (over 9 in. thick), caps, columns, piers, approach slabs, concrete overlays 3 to 5 Bridge slabs, top slabs of direct traffic culverts, latex-modified concrete for bridge deck overlays 3 to 5-1/2 Inlets, manholes, walls (less than 9 in. thick), bridge railing, culverts, concrete traffic barrier, concrete pavement (formed), seal concrete 4 to 5-1/2 Precast concrete 4 to 9 Underwater concrete placements 6 to 8-1/2 Drilled shafts, slurry displaced and underwater drilled shafts See Item 416, “Drilled Shaft Foundations.” Curb, gutter, curb and gutter, concrete retards, sidewalk, driveways, anchors, riprap, small roadside sign foundations, concrete pavement repair, concrete repair As approved 1. For information only. 2. For fiber reinforced concrete, perform slump before addition of fibers. 4.2.6. Mix Design Options. 4.2.6.1. Option 1. Replace 20% to 35% of the cement with Class F fly ash. 4.2.6.2. Option 2. Replace 35% to 50% of the cement with slag cement or MFFA. 4.2.6.3. Option 3. Replace 35% to 50% of the cement with a combination of Class F fly ash, slag cement, MFFA, UFFA, metakaolin, or silica fume; however, no more than 35% may be fly ash, and no more than 10% may be silica fume. 4.2.6.4. Option 4. Use Type IP, Type IS, or Type IT cement as allowed in Table 5 for each class of concrete. Up to 10% of a Type IP, Type IS, or Type IT cement may be replaced with Class F fly ash, slag cement, or silica fume. Use no more than 10% silica fume in the final cementitious material mixture if the Type IT cement contains silica fume, and silica fume is used to replace the cement. 4.2.6.5. Option 5. Replace 35% to 50% of the cement with a combination of Class C fly ash and at least 6% of silica fume, UFFA, or metakaolin. However, no more than 35% may be Class C fly ash, and no more than 10% may be silica fume. 4.2.6.6. Option 6. Use a lithium nitrate admixture at a minimum dosage determined by testing conducted in accordance with Tex-471-A. Before use of the mix, provide an annual certified test report signed and sealed by a licensed professional engineer, from a laboratory on the Department’s MPL, certified by the Construction Division as being capable of testing according to Tex-471-A. 4.2.6.7. Option 7. Ensure the total alkali contribution from the cement in the concrete does not exceed 3.5 lb. per cubic yard of concrete when using hydraulic cement not containing SCMs calculated as follows:  100 cementin equivalent Ο2Na %yd. cu.per cement lb. yd.cu.peralkalilb.   In the above calculation, use the maximum cement alkali content reported on the cement mill certificate. 4.2.6.8. Option 8. Perform annual testing as required for any deviations from Options 1–5 or use mix design options listed in Table 10. Laboratories performing ASTM C1260, ASTM C1567, and ASTM C1293 testing must be listed on the Department’s MPL. Before use of the mix, provide a certified test report signed and sealed by a licensed professional engineer demonstrating the proposed mixture conforms to the requirements of Table 10. 421 472 Provide a certified test report signed and sealed by a licensed professional engineer, when HPC is required, and less than 20% of the cement is replaced with SCMs, demonstrating ASTM C1202 test results indicate the permeability of the concrete is less than 1,500 coulombs tested immediately after either of the following curing schedules:  Moisture cure specimens 56 days at 73°F.  Moisture cure specimens 7 days at 73°F followed by 21 days at 100°F. Table 10 Option 8 Testing and Mix Design Requirements Sc e n a r i o ASTM C1260 Result Testing Requirements for Mix Design Materials or Prescriptive Mix Design Options1 Mix Design Fine Aggregate Mix Design Coarse Aggregate A > 0.10% > 0.10% Determine the dosage of SCMs needed to limit the 14-day expansion of each aggregate2 to 0.08% when tested individually in accordance with ASTM C1567; or Use a minimum of 40% Class C fly ash with a maximum CaO3 content of 25%. B ≤ 0.10% ≤ 0.10% Use a minimum of 40% Class C fly ash with a maximum CaO3 content of 25%; or Use any ternary combination which replaces 35% to 50% of cement. ≤ 0.10% ASTM C1293 1 yr. Expansion ≤ 0.04% Use a minimum of 20% of any Class C fly ash; or Use any ternary combination which replaces 35% to 50% of cement. C ≤ 0.10% > 0.10% Determine the dosage of SCMs needed to limit the 14-day expansion of coarse and intermediate2 aggregate to 0.08% when tested individually in accordance with ASTM C1567; or Use a minimum of 40% Class C fly ash with a maximum CaO3 content of 25%. D > 0.10% ≤ 0.10% Use a minimum of 40% Class C fly ash with a maximum CaO3 content of 25%; or Use any ternary combination which replaces 35% to 50% of cement. > 0.10% ASTM C1293 1 yr. Expansion ≤ 0.04% Determine the dosage of SCMs needed to limit the 14-day expansion of fine aggregate to 0.08% when tested in accordance with ASTM C1567. 1. Do not use Class C fly ash if the ASTM C1260 value of the fine, intermediate, or coarse aggregate is 0.30% or greater, unless the fly ash is used as part of a ternary system. 2. Intermediate size aggregates will fall under the requirements of mix design coarse aggregate. 3. Average the CaO content from the previous ten values as listed on the mill certificate. 4.2.7. Optimized Aggregate Gradation (OAG) Concrete. The gradation requirements in Table 3 and Table 4 do not apply when OAG concrete is specified or used by the Contractor unless otherwise shown on the plans. Use Tex-470-A to establish the optimized aggregate gradation. Use at least 420 lb. per cubic yard of cementitious material when OAG concrete is used unless otherwise approved. Use a coarse aggregate with a maximum nominal size of 1-1/2 in. for Class P concrete. Use a coarse aggregate for all other classes of concrete with a maximum nominal size not larger than:  1/5 the narrowest dimension between sides of forms, or  1/3 the depth of slabs, or  3/4 the minimum clear spacing between individual reinforcing bars or wires, bundles of bars, individual tendons, bundled tendons, or ducts. Make necessary adjustments to individual aggregate stockpile proportions during OAG concrete production when the gradation deviates from the optimized gradation requirements. 4.2.8. Self-Consolidating Concrete (SCC). Provide SCC meeting the following requirements shown in Table 11 when approved for use in precast concrete. Use concrete with a slump flow that can be placed without vibration and will not segregate or excessively bleed. Request approval to exceed the slump flow limits sufficiently in advance for proper evaluation by the Engineer. 421 473 Table 11 Mix Design Requirements for SCC Tests Test Method Acceptable Limits Slump Flow for Precast Concrete ASTM C1611 22 to 271 T50, sec ASTM C1611 2 to 7 VSI Rating ASTM C1611 0 or 1 Passing Ability, in. ASTM C1621 ≤ 2 Segregation Column, % ASTM C1610 ≤ 10 Bleeding, % ASTM C232 ≤ 2.5 1. These slump flow limits are generally acceptable for most applications. However, slump flow limits may be adjusted during mix design approval process and when approved by the Engineer. 4.3. Concrete Trial Batches. Perform preliminary and final trial batches when required by the plans, or when previous satisfactory field data is not available. Submit previous satisfactory field data to the Engineer showing the proposed mix design conforms to specification requirements when trial batches are not required and before concrete is placed. Perform preliminary and final trial batches for all self-consolidating concrete mix designs. 4.3.1. Preliminary Trial Batches. Perform all necessary preliminary trial batch testing when required, and provide documentation including mix design, material proportions, and test results substantiating the mix design conforms to specification requirements. 4.3.2. Final Trial batches. Make all final trial batches using the proposed ingredients in a mixer that is representative of the mixers to be used on the job when required. Make the batch size at least 50% of the mixer’s rated capacity. Perform fresh concrete tests for air content and slump, and make, cure, and test strength specimens for compliance with specification requirements. Test at least one set of design strength specimens, consisting of 2 specimens per set, at 7-day, 28-day, and at least one additional age unless otherwise directed. Before placing, provide the Engineer the option of witnessing final trial batches, including the testing of the concrete. If not provided this option, the Engineer may require additional trial batches, including testing, before the concrete is placed. Conduct all testing listed in Table 11 when performing trial batches for self-consolidating concrete. Make an additional mixture with 3% more water than the preliminary trial batch. Make necessary adjustments to the mix design if this additional mixture does not meet requirements of Table 11. Cast and evaluate mock-ups for precast concrete that are representative of the actual product as directed. Provide the Engineer the option of witnessing final trial batches, including the testing of the concrete and the casting of the mock-ups before placement. If not provided this option, the Engineer may require additional trial batches, including testing and mock-ups, before the concrete is placed. Establish 7-day compressive strength target values using the following formula for each Class A, B, and E concrete mix designs to be used: strength batch trial avg.day -28 strength batch trial avg.day -7strengthdesignMinimumvalueTarget Submit previous satisfactory field data, data from a new trial batch, or other evidence showing the change will not adversely affect the relevant properties of the concrete when changes are made to the type, brand, or source of aggregates, cement, SCM, water, or chemical admixtures. Submit the data for approval before making changes to the mix design. A change in vendor does not necessarily constitute a change in materials or source. The Engineer may waive new trial batches when there is a prior record of satisfactory performance with the ingredients. During concrete production, dosage changes of chemical admixtures used in the trial batches will not require a re-evaluation of the mix design. 421 474 The Contractor has the option of performing trial batches in conjunction with concrete placements except for SCC mixtures, when new trial batches are required during the course of the project. If the c oncrete fails to meet any requirement, the Engineer will determine acceptability and payment adjustments. Establish the strength–maturity relationship in accordance with Tex-426-A when the maturity method is specified or permitted. When using the maturity method, any changes in any of the ingredients, including changes in proportions, will require the development of a new strength–maturity relationship for the mix. 4.3.3. Mix Design of Record. Once a trial batch or previously satisfactory field data substantiates the mix design, the proportions and mixing methods used become the mix design of record. Do not exceed mix design water- to-cementitious material ratio. 4.4. Production Testing. 4.4.1. Aggregate Moisture Testing. Determine moisture content per Tex-409-A or Tex-425-A for coarse, intermediate, and fine aggregates at least twice a week, when there is an apparent change, or for new shipments of aggregate. When aggregate hoppers or storage bins are equipped with properly maintained electronic moisture probes for continuous moisture determination, moisture tests per Tex-409-A or Tex-425-A are not required. Electronic moisture probes, however, must be verified at least every 90 days against Tex-409-A and be accurate to within 1.0% of the actual moisture content. When producing SCC, and when aggregate hoppers or storage bins are not equipped with electric moisture probes, determine the moisture content of the aggregates before producing the first concrete batch each day. Thereafter, determine the moisture content every 4 hr. or when there is an apparent change while SCC is being produced. 4.4.2. Aggregate Gradation Testing. Perform a sieve analysis in accordance with Tex-401-A on each stockpile used in the blend at least one day before producing OAG concrete when producing optimized aggregate gradation concrete. Perform sieve analysis on each stockpile after every 10,000 cubic yards of OAG concrete produced. Provide sieve analysis data to the Engineer. 4.5. Measurement of Materials. 4.5.1. Non-Volumetric Mixers. Measure aggregates by weight. Correct batch weight measurements for aggregate moisture content. Measure mixing water, consisting of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures, by volume or weight. Measure ice by weight. Measure cement and supplementary cementing materials in a hopper and on a separate scale from those used for other materials. Measure the cement first when measuring the cumulative weight. Measure concrete chemical admixtures by weight or volume. Measure batch materials within the tolerances of Table 12. Table 12 Mix Design Batching Tolerances—Non-Volumetric Mixers Material Tolerance (%) Cement, wt. ˗1 to +3 SCM, wt. ˗1 to +3 Cement + SCM (cumulative weighing), wt. ˗1 to +3 Water, wt. or volume ±31 Fine aggregate, wt. ±2 Coarse aggregate, wt. ±2 Fine + coarse aggregate (cumulative weighing), wt. ±1 Chemical admixtures, wt. or volume ±3 1. Allowable deviation from target weight not including water withheld or moisture in the aggregate. The Engineer will verify the water-to-cementitious material ratio is within specified limits. Ensure the quantity measured, when measuring cementitious materials at less than 30% of scale capacity, is accurate to not less than the required amount and not more than 4% in excess. Ensure the cumulative quantity, when measuring aggregates in a cumulative weigh batcher at less than 30% of the scale capacity, 421 475 is measured accurate to ±0.3% of scale capacity or ±3% of the required cumulative weight, whichever is less. Measure cement in number of bags under special circumstances when approved. Use the weight s listed on the packaging. Weighing bags of cement is not required. Ensure fractional bags are not used except for small hand-mixed batches of approximately 5 cu. ft. or less and when an approved method of volumetric or weight measurement is used. 4.5.2. Volumetric Mixers. Provide an accurate method of measuring all ingredients by volume, and calibrate equipment to assure correct measurement of materials within the specified tolerances. Base tolerances on volume–weight relationship established by calibration, and measure the various ingredients within the tolerances of Table 13. Correct batch measurements for aggregate moisture content. Table 13 Mix Design Batching Tolerances—Volumetric Mixers Material Tolerance Cement, wt. % 0 to +4 SCM, wt. % 0 to +4 Fine aggregate, wt. % ±2 Coarse aggregate, wt. % ±2 Admixtures, wt. or volume % ±3 Water, wt. or volume % ±1 4.6. Mixing and Delivering Concrete. 4.6.1. Mixing Concrete. Operate mixers and agitators within the limits of the rated capacity and speed of rotation for mixing and agitation as designated by the manufacturer of the equipment. Provide concrete in a thoroughly mixed and uniform mass with a satisfactory degree of uniformity when tested in accordance with Tex-472-A. Do not top-load new concrete onto returned concrete. Adjust mixing times and batching operations as necessary when the concrete contains silica fume to ensure the material is completely and uniformly dispersed in the mix. The dispersion of the silica fume within the mix will be verified by the Construction Division, Materials and Pavements Section, using cylinders made from trial batches. Make necessary changes to the batching operations, if uniform dispersion is not achieved, until uniform and complete dispersion of the silica fume is achieved. Mix concrete by hand methods or in a small motor-driven mixer when permitted, for small placements of less than 2 cu. yd. For such placements, proportion the mix by volume or weight. 4.6.2. Delivering Concrete. Deliver concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. Conduct testing in accordance with Tex-472-A when there is a reason to suspect the uniformity of concrete and as directed. Maintain concrete delivery and placement rates sufficient to prevent cold joints. Adding chemical admixtures or the portion of water withheld is only permitted at the jobsite, under the supervision of the Engineer, to adjust the slump or slump flow of the concrete. Do not add water or chemical admixtures to the batch after more than an amount needed to conduct slump testing has been discharged. Turn the drum or blades at least 30 additional revolutions at mixing speed to ensure thorough and uniform mixing of the concrete. When this water is added, do not exceed the approved mix design water-to- cementitious material ratio. Before unloading, furnish the delivery ticket for the batch of concrete containing the information required on Department Form 596, “Concrete Batch Ticket.” The Engineer will verify all required information is provided on the delivery tickets. The Engineer may suspend concrete operations until the corrective actions are 421 476 implemented if delivery tickets do not provide the required information. The Engineer will verify the design water-to-cementitious material ratio is not exceeded. Begin the discharge of concrete delivered in truck mixers within the times listed in Table 14. Concrete may be discharged after these times provided the concrete temperature and slum p meet the requirements listed in this Item and other pertinent Items. Perform these tests with certified testing personnel per Section 421.4.8.1., “Certification of Testing Personnel.” Provide the Engineer the option of witnessing testing of the concrete. If not provided this option, the Engineer may require additional testing before the concrete is placed. Table 14 Concrete Discharge Times Fresh Concrete Temperature, °F Max Time After Batching for Concrete Not Containing Type B or D Admixtures, min. Max Time After Batching for Concrete Containing Type B or D Admixtures,1 min. 90 and above 45 75 75 ≤ T < 90 60 90 T < 75 90 120 1. Concrete must contain at least the minimum manufacturer’s recommended dosage of Type B or D admixture. 4.7. Placing, Finishing, and Curing Concrete. Place, finish, and cure concrete in accordance with the pertinent Items. 4.8. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows: 4.8.1. Certification of Testing Personnel. Contractor personnel performing testing must be either ACI-certified or qualified by a Department-recognized equivalent written and performance testing program for the tests being performed. Personnel performing these tests are subject to Department appr oval. Use of a commercial laboratory is permitted at the Contractor’s option. All personnel performing testing using the maturity method must be qualified by a training program recognized by the Department before using this method on the job. 4.8.2. Fresh Concrete. Provide safe access and assistance to the Engineer during sampling. Fresh concrete will be sampled for testing at the discharge end if using belt conveyors or pumps. When it is impractical to sample at the discharge end, a sample will be taken at the time of discharge from the delivery equipment and correlation testing will be performed and documented to ensure specification requirements are met at the discharge end. 4.8.3. Testing of Fresh Concrete. Test for the fresh properties listed in Table 15. Table 15 Fresh Concrete Tests Tests Test Methods Slump1 Tex-415-A Temperature1 Tex-422-A Air Content1,2 Tex-414-A, Tex-416-A, or ASTM C457 1. Job-control testing performed by the Contractor. 2. Only required when air-entrained concrete is specified on the plans. Concrete with a slump lower than the minimum placement slump in Table 9 after the addition of all water withheld, or concrete exhibiting segregation and excessive bleeding will be rejected. 4.8.3.1. Job-Control Testing. Perform job-control testing as specified in Table 16 unless otherwise specified. Provide the Engineer the opportunity to witness the testing. The Engineer may require a retest if not given the opportunity to witness. Immediately notify the Engineer of any nonconformity issues. Furnish a copy of all test results to the Engineer daily. 421 477 Table 16 Job-Control Testing Frequencies Concrete Placements Frequency Bridge Deck Placements Test the first few loads, then every 60 cu. yd. or fraction thereof. All Other Structural Class Concrete Placements One test every 60 cu. yd. or fraction thereof per class per day. Non-Structural Class Concrete Placements One test every 180 cu. yd. or fraction thereof. Immediately resample and retest the concrete slump when the concrete exceeds the slump range at time of placement. If the concrete exceeds the slump range after the retest, and is used at the Contractor’s option, the Engineer will make strength specimens as specified in Article 421.5., “Acceptance of Concrete.” 4.8.3.2. Strength Specimen Handling. Remove specimens from their molds and deliver Department test specimens to curing facilities within 24 to 48 hr. after molding, in accordance with pertinent test procedures unless otherwise shown on the plans or directed. Clean and prepare molds for reuse if necessary. 5. ACCEPTANCE OF CONCRETE The Engineer will sample and test the fresh and hardened concrete for acceptance. The test results will be reported to the Contractor and the concrete supplier. Investigate the quality of the materials, the concrete production operations, and other possible problem areas to determine the cause for any concrete that fails to meet the required strengths as outlined below. Take necessary actions to correct the problem including redesign of the concrete mix. The Engineer may suspend all concrete operations under the pertinent Items if the Contractor is unable to identify, document, and correct the cause of the low strengths in a timely manner. Resume concrete operations only after obtaining approval for any proposed corrective actions. Concrete failing to meet the required strength as outlined below will be evaluated using the procedures listed in Article 421.6., “Measurement and Payment.” 5.1. Structural Class of Concrete. For concrete classes identified as structural concrete in Table 8, the Engineer will make and test 7-day and 28-day specimens. Acceptance will be based on attaining the design strength given in Table 8. 5.2. Class P and Class HES. The Engineer will base acceptance in accordance with Item 360, “Concrete Pavement,” and Item 361, “Repair of Concrete Pavement.” 5.3. All Other Classes of Concrete. For concrete classes not identified as structural concrete in Table 8, the Engineer will make and test 7-day specimens. The Engineer will base acceptance on the 7-day target value established in accordance with Section 421.4.3., “Concrete Trial Batches.” 6. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. The following procedure will be used to evaluate concrete where one or more project acceptance test specimens fail to meet the required design strength specified in this Item or on the plans:  The concrete for a given placement will be considered structurally adequate and accepted at full price if the average of all test results for specimens made at the time of placement meets the required design strength provided no single test result is less than 85% of the required design strength.  The Engineer will perform a structural review of the concrete to determine its adequacy to remain in service if the average of all test results for specimens made at the time of placement is less than the required design strength or if any test results are less than 85% of the required design strength. If the in- situ concrete strength is needed for the structural review, take cores at locations designated by the 421 478 Engineer in accordance with Tex-424-A. The Engineer will test the cores. The coring and testing will be at the Contractor’s expense.  If all of the tested cores meet the required design strength, the concrete will be paid for at full price.  If any of the tested cores do not meet the required design strength, but the average strength attained is determined to be structurally adequate, the Engineer will determine the limits of the payment adjustment using the following formula:                32.569.1137.5 2 s a s a p S S S SBA where: A = Amount to be paid per unit of measure for the entire placement in question Sa = Actual average strength from cylinders or cores. Use values from cores, if taken. Ss = Minimum required strength (specified) Bp = Unit Bid Price  If the structural review determines the concrete is not adequate to remain in service, the Engineer will determine the limits of the concrete to be removed.  The decision to reject structurally inadequate concrete or to apply the payment adjustment factor will be made no later than 56 days after placement. 440 564 Item 440 Reinforcement for Concrete 1. DESCRIPTION Furnish and place reinforcement of the type, size, and details shown on the plans. 2. MATERIALS Use deformed steel bar reinforcement unless otherwise specified or allowed. 2.1. Approved Mills. Before furnishing steel, producing mills of reinforcing steel for the Department must be pre- approved in accordance with DMS-7320, “Qualification Procedure for Reinforcing Steel Producing Mills,” by the Construction Division. The Department’s MPL has a list of approved producing mills. Reinforcing steel obtained from unapproved sources will not be accepted. Contact the Construction Division with the name and location of the producing mill for stainless reinforcing steel, low carbon/chromium reinforcing steel, or dual-coated reinforcing steel at least 4 weeks before ordering any material. 2.2. Deformed Steel Bar Reinforcement. Provide deformed reinforcing steel conforming to one of the following:  ASTM A615, Grades 60, 75, or 80;  ASTM A996, Type A, Grade 60;  ASTM A996, Type R, Grade 60, permitted in concrete pavement only (Furnish ASTM A996, Type R bars as straight bars only and do not bend them. Bend tests are not required.); or  ASTM A706, Grades 60 or 80. Provide the grade of reinforcing steel shown on the plans. Provide Grade 60 if no grade is shown. The nominal size, area, and weight of reinforcing steel bars this Item covers are shown in Table 1. Table 1 Size, Area, and Weight of Reinforcing Steel Bars Bar Size Number (in.) Diameter (in.) Area (sq. in.) Weight per Foot (lbs.) 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.650 18 2.257 4.00 13.60 2.3. Smooth Steel Bar Reinforcement. Provide smooth bars for concrete pavement with a yield strength of at least 60 ksi and meeting ASTM A615. Provide steel conforming to ASTM A615 or meet the physical requirements of ASTM A36 for smooth bars that are larger than No. 3. Designate smooth bars by size number up to No. 4 and by diameter in inches above No. 4. 440 565 2.4. Spiral Reinforcement. Provide bars or wire for spiral reinforcement of the grade and minimum size or gauge shown on the plans. Provide smooth or deformed wire conforming to ASTM A1064. Pro vide bars conforming to ASTM A615; ASTM A996, Type A; or ASTM A675, Grade 80, meeting dimensional requirements of ASTM A615. 2.5. Weldable Reinforcing Steel. Provide reinforcing steel conforming to ASTM A706 or with a maximum carbon equivalent (C.E.) of 0.55% if welding of reinforcing steel is required or desired. Provide a report showing the percentages of elements necessary to establish C.E. for reinforcing steel that does not meet ASTM A706, in order to be structurally welded. These requirements do not pertain to miscellaneous welds on reinforcing steel as defined in Section 448.4.2.1.1., “Miscellaneous Welding Applications.” Calculate C.E. using the following formula: 10 % 50 % 10 % 20 % 40 % 6 %%..VMoCrNiCuMnCEC Do not weld stainless reinforcing steel without permission from the Engineer. Provide stainless reinforcing steel suitable for welding, if required, and submit welding procedures and electrodes to the Engineer for approval. 2.6. Welded Wire Reinforcement. Provide welded wire reinforcement (WWR) conforming to ASTM A1064. Observe the relations shown in Table 2 among size number, diameter in inches, and area when ordering wire by size numbers, unless otherwise specified. Precede the size number for deformed wire with “D” and for smooth wire with “W.” Designate WWR as shown in the following example: 6 × 12 – W16 × W8 (indicating 6-in. longitudinal wire spacing and 12-in. transverse wire spacing with smooth No. 16 wire longitudinally and smooth No. 8 wire transversely). 440 566 Table 2 Wire Size Number, Diameter, and Area Size Number (in.) Diameter (in.) Area (sq. in.) 31 0.628 0.310 30 0.618 0.300 28 0.597 0.280 26 0.575 0.260 24 0.553 0.240 22 0.529 0.220 20 0.505 0.200 18 0.479 0.180 16 0.451 0.160 14 0.422 0.140 12 0.391 0.120 10 0.357 0.100 8 0.319 0.080 7 0.299 0.070 6 0.276 0.060 5.5 0.265 0.055 5 0.252 0.050 4.5 0.239 0.045 4 0.226 0.040 3.5 0.211 0.035 2.9 0.192 0.035 2.5 0.178 0.025 2 0.160 0.020 1.4 0.134 0.014 1.2 0.124 0.012 0.5 0.080 0.005 Note—Size numbers (in.) are the nominal cross-sectional area of the wire in hundredths of a square inch. Fractional sizes between the sizes listed above are also available and acceptable for use. 2.7. Epoxy Coating. Provide epoxy coated reinforcing steel as shown on the plans. Before furnishing epoxy coated reinforcing steel, an epoxy applicator must be pre-approved in accordance with DMS-7330, “Qualification Procedure for Reinforcing Steel Epoxy Coating Applicators.” The Department’s MPL has a list of approved applicators. Furnish coated reinforcing steel meeting the requirements in Table 3. Table 3 Epoxy Coating Requirements for Reinforcing Steel Material Specification Bar ASTM A775 or A934 Wire or WWR ASTM A884 Class A or B Mechanical couplers As shown on the plans Hardware As shown on the plans Use epoxy coating material and coating repair material that complies with DMS-8130, “Epoxy Powder Coating for Reinforcing Steel.” Patch no more than 1/4-in. total length in any foot at the applicator’s plant. Maintain identification of all reinforcing steel throughout the coating and fabrication process and until delivery to the project site. Furnish 1 copy of a written certification verifying the coated reinforcing steel meets the requirements of this Item and 1 copy of the manufacturer’s control tests. 2.8. Mechanical Couplers. Use couplers of the type specified in DMS-4510, “Mechanical Couplers for Reinforcing Steel,” Article 4510.5.A, “General Requirements,” when mechanical splices in reinforcing steel bars are shown on the plans. 440 567 Furnish only couplers pre-qualified in accordance with DMS-4510, “Mechanical Couplers for Reinforcing Steel.” Ensure sleeve-wedge type couplers are not used on coated reinforcing. Sample and test couplers for use on individual projects in accordance with DMS-4510, “Mechanical Couplers for Reinforcing Steel.” Furnish couplers only at locations shown on the plans. Furnish couplers for stainless reinforcing steel with the same alloy designation as the reinforcing steel. 2.9. Fibers. Supply fibers conforming to DMS-4550 “Fibers for Concrete” at the minimum dosage listed in the Department’s MPL, when allowed by the plans. Use non-metallic fibers when shown on the plans. 2.10. Stainless Reinforcing Steel. Provide deformed steel bars of the types listed in Table 4 and conforming to ASTM A955, Grade 60 or higher when stainless reinforcing steel is required on the plans. Table 4 Acceptable Types of Deformed Stainless Steel Bar UNS Designation S31653 S31803 S24100 S32304 AISI Type 316LN 2205 XM-28 2304 2.11. Low Carbon/Chromium Reinforcing Steel. Provide deformed steel bars conforming to ASTM A1035, Grade 100 when low carbon/chromium reinforcing steel is required on the plans. 2.12. Dual-Coated Reinforcing Steel. Provide deformed bars conforming to ASTM A1055, Grade 60 or higher when dual-coated reinforcing steel is required on the plans. 2.13. Glass Fiber Reinforced Polymer Bars (GFRP). Provide bars conforming to the AASHTO LRFD Bridge Design Guide Specifications for GFRP-Reinforced Concrete Bridge Decks and Traffic Railings, Section 4, “Material Specifications” when GFRP bars are required on the plans. Provide sample certification demonstrating the GFRP bar supplier has produced bar that meets the Material Specifications 2 mo. before fabrication. Furnish certification upon shipment that the GFRP bar supplied meets the Material Specifications. 3. CONSTRUCTION 3.1. Bending. Fabricate reinforcing steel bars as prescribed in the CRSI Manual of Standard Practice to the shapes and dimensions shown on the plans. Fabricate in the shop if possible. Field-fabricate, if permitted, using a method approved by the Engineer. Replace improperly fabricated, damaged, or broken bars at no additional expense to the Department. Repair damaged or broken bars embedded in a previous concrete placement using a method approved by the Engineer. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), must be as shown in Table 5. Table 5 Minimum Inside Diameter of Bar Bends Bend Bar Size Number (in.) Pin Diameter Bends of 90 and greater in stirrups, ties, and other secondary bars that enclose another bar in the bend 3, 4, 5 4d 6, 7, 8 6d Bends in main bars and in secondary bars not covered above 3 through 8 6d 9, 10, 11 8d 14, 18 10d Bend-test representative specimens as described for smaller bars in the applicable ASTM specification where bending No. 14 or No. 18 Grade 60 bars is required. Make the required 90° bend around a pin with a diameter of 10 times the nominal diameter of the bar. Bend stainless reinforcing steel in accordance with ASTM A955. 3.2. Tolerances. Fabrication tolerances for bars are shown in Figure 1. 440 568 Figure 1 Fabrication Tolerances for Bars 3.3. Storage. Store reinforcement above the ground on platforms, skids, or other supports, an d protect it from damage and deterioration. Ensure reinforcement is free from dirt, paint, grease, oil, and other foreign materials when it is placed in the work. Use reinforcement free from defects such as cracks and delaminations. Rust, surface seams, surface irregularities, or mill scale will not be cause for rejection if the minimum cross-sectional area of a hand wire-brushed specimen meets the requirements for the size of steel specified. Do not allow stainless reinforcing steel to be in direct contact with uncoated reinforcing steel, nor with galvanized reinforcing steel. This does not apply to stainless steel wires and ties. Store stainless reinforcing steel separately, off the ground on wooden supports. 3.4. Splices. Lap-splice, weld-splice, or mechanically splice bars as shown on the plans. Additional splices not shown on the plans will require approval. Splices not shown on the plans will be permitted in slabs no more than 15 in. in thickness, columns, walls, and parapets.  Do not splice bars less than 30 ft. in plan length unless otherwise approved. For bars exceeding 30 ft. in plan length, the distance center-to-center of splices must be at least 30 ft. minus 1 splice length, with no more than 1 individual bar length less than 10 ft. Make lap splices not shown on the plans, but otherwise 440 569 permitted, in accordance with Table 6. Maintain the specified concrete cover and spacing at splices, and place the lap-spliced bars in contact, securely tied together. Table 6 Minimum Lap Requirements for Steel Bar Sizes through No. 11 Bar Size Number (in.) Uncoated Lap Length Coated Lap Length 3 1 ft. 4 in. 2 ft. 0 in. 4 1 ft. 9 in. 2 ft. 8 in. 5 2 ft. 2 in. 3 ft. 3 in. 6 2 ft. 7 in. 3 ft. 11 in. 7 3 ft. 5 in. 5 ft. 2 in. 8 4 ft. 6 in. 6 ft. 9 in. 9 5 ft. 8 in. 8 ft. 6 in. 10 7 ft. 3 in. 10 ft. 11 in. 11 8 ft. 11 in. 13 ft. 5 in.  Do not lap No. 14 or No. 18 bars.  Lap spiral steel at least 1 turn.  Splice WWR using a lap length that includes the overlap of at least 2 cross wires plus 2 in. on each sheet or roll. Splices using bars that develop equivalent strength and are lapped in accordance with Table 6 are permitted.  Lap the existing longitudinal bars with the new bars as shown in Table 6 for box culvert extensions with less than 1 ft. of fill. Lap at least 1 ft. 0 in. for extensions with more than 1 ft. of fill.  Ensure welded splices conform to the requirements of the plans and of Item 448, “Structural Field Welding.” Field-prepare ends of reinforcing bars if they will be butt-welded. Delivered bars must be long enough to permit weld preparation.  Install mechanical coupling devices in accordance with the manufacturer’s recommendations at locations shown on the plans. Protect threaded male or female connections, and ensure the threaded connections are clean when making the connection. Do not repair damaged threads.  Mechanical coupler alternate equivalent strength arrangements, to be accomplished by substituting larger bar sizes or more bars, will be considered if approved in writing before fabrication of the syste ms. 3.5. Placing. Place reinforcement as near as possible to the position shown on the plans. Do not vary bars from plan placement by more than 1/12 of the spacing between bars in the plane of the bar parallel to the nearest surface of concrete. Do not vary bars from plan placement by more than 1/4 in in the plane of the bar perpendicular to the nearest surface of concrete. Provide a minimum 1-in. clear cover of concrete to the nearest surface of bar unless otherwise shown on the plans. For bridge slabs, the clear cover tolerance for the top mat of reinforcement is −0, +1/2 in. Locate the reinforcement accurately in the forms, and hold it firmly in place before and during concrete placement by means of bar supports that are adequate in strength and number to prevent displacement and keep the reinforcement at the proper distance from the forms. Provide bar supports in accordance with the CRSI Manual of Standard Practice. Use Class 1 supports, approved plastic bar supports, precast mortar, or concrete blocks when supports are in contact with removable or stay-in-place forms. Use Class 3 supports in slab overlays on concrete panels or on existing concrete slabs. Bar supports in contact with soil or subgrade must be approved. Use Class 1A supports with epoxy coated reinforcing steel. Provide epoxy or plastic coated tie wires and clips for use with epoxy coated reinforcing steel. Use mortar or concrete with a minimum compressive strength of 5,000 psi for precast bar supports. Provide a suitable tie wire in each block for anchoring to the bar. Place individual bar supports in rows at 4-ft. maximum spacing in each direction. Place continuous type bar supports at 4-ft. maximum spacing. Use continuous bar supports with permanent metal deck forms. 440 570 The exposure of the ends of longitudinals, stirrups, and spacers used to position the reinforcement in concrete pipe and storm drains is not cause for rejection. Tie reinforcement for bridge slabs and top slabs of direct traffic culverts at all intersections, except tie only alternate intersections where spacing is less than 1 ft. in each direction. Tie the bars at enough intersections to provide a rigid cage of reinforcement for reinforcement cages for other structural members. Fasten mats of WWR securely at the ends and edges. Clean mortar, mud, dirt, debris, oil, and other foreign material from the reinforcement before concrete placement. Do not place concrete until authorized. Stop placement until corrective measures are taken if reinforcement is not adequately supported or tied to resist settlement, reinforcement is floating upward, truss bars are overturning, or movement is detected in any direction during concrete placement. 3.6. Handling, Placing, and Repairing Epoxy Coated Reinforcing Steel. 3.6.1. Handling. Provide systems for handling coated reinforcing steel with padded contact areas. Pad bundling bands or use suitable banding to prevent damage to the coating. Lift bundles of coated reinforcement with a strongback, spreader bar, multiple supports, or a platform bridge. Transport the bundled reinforcement carefully, and store it on protective cribbing. Do not drop or drag the coated reinforcement. 3.6.2. Placing. Do not flame-cut coated reinforcement. Saw or shear-cut only when approved. Coat cut ends as specified in Section 440.3.6.3., “Repairing Coating.” Do not weld or mechanically couple coated reinforcing steel except where specifically shown on the plans. Remove the epoxy coating at least 6 in. beyond the weld limits before welding and 2 in. beyond the limits of the coupler before assembly. Clean the steel of oil, grease, moisture, dirt, welding contamination (slag or acid residue), and rust to a near-white finish after welding or coupling. Check the existing epoxy for damage. Remove any damaged or loose epoxy back to sound epoxy coating. Coat the splice area after cleaning with epoxy repair material to a thickness of 7 to 17 mils after curing. Apply a second application of repair material to the bar and coupler interface to ensure complete sealing of the joint. 3.6.3. Repairing Coating. Use material that complies with the requirements of this Item and ASTM D3963 for repairing of the coating. Make repairs in accordance with procedures recommended by the manufacturer of the epoxy coating powder. Apply at least the same coating thickness as required for the original coating for areas to be patched. Repair all visible damage to the coating. Repair sawed and sheared ends, cuts, breaks, and other damage promptly before additional oxidation occurs. Clean areas to be repaired to ensure they are free from surface contaminants. Make repairs in the shop or field as required. 3.7. Handling and Placing Stainless Reinforcing Steel. Handle, cut, and place stainless reinforcing steel bar using tools that are not used on carbon steel. Do not use carbon steel tools, chains, slings, etc. when handling stainless steel. Use only nylon or polypropylene slings. Cut stainless steel reinforcing using shears, saws, abrasive cutoff wheels, or torches. Remove any thermal oxidation using pickling paste. Do not field bend stainless steel reinforcing without approval. Use 16 gauge fully annealed stainless steel tie wire conforming to the material properties listed in Section 440.2.10., “Stainless Reinforcing Steel.” Support all stainless reinforcing steel on solid plastic, stainless steel, or epoxy coated steel chairs. Do not use uncoated carbon steel chairs in contact with stainless reinforcing steel. 440 571 3.8. Bending, Handling, Repairing, and Placing GFRP Bars. Fabricate, handle, repair, and place GFRP bars in accordance with the AASHTO LRFD Bridge Design Guide Specifications for GFRP-Reinforced Concrete Bridge Decks and Traffic Railings, Section 5, Construction Specifications. 4. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be considered subsidiary to pertinent Items. 448 607 Item 448 Structural Field Welding 1. DESCRIPTION Field-weld metal members using the shielded metal arc or flux cored arc welding processes. 2. MATERIALS Provide electrodes for shielded metal arc welding (SMAW) conforming to the requirements of the latest edition of ANSI/AWS A5.1 or ANSI/AWS A5.5. Provide electrodes for flux cored arc welding (FCAW) conforming to the requirements of the latest edition of ANSI/AWS A5.20 or ANSI/AWS A5.29. Provide electrodes and flux-electrode combinations named on the Department’s MPL. To request that a product be added to this list or to renew an expired approval, the Contractor or the consumable manufacturer must submit certified reports of all tests required by the applicable AWS A5 specification according to the applicable welding code to the Construction Division. For most structural steel construction, the applicable welding code is AASHTO/AWS D1.5 or ANSI/AWS D1.1. For reinforcing steel, the applicable code is ANSI/AWS D1.4. Tests must be conducted on electrodes of the same class, size, and brand and manufactured by the same process and with the same materials as the electrodes to be furnished. Resubmit electrodes or flux-electrode combinations every 12 months for renewal. Table 1 shows the classes of electrodes required. Use electrodes with the type of current, with the polarity, and in the positions permitted by AWS A5.1 and A5.5 for SMAW. AWS A5.20 and A5.29 specifications govern for FCAW. Obtain approval for electrode use on steel not listed in Table 1. 448 608 Table 1 Classification of Electrodes Permitted Type of Steel (ASTM Standards) Electrode Specification Process Filler Metal Requirements Steel piling Armor joints A500 A501 AWS A5.1 or A5.5 SMAW E60XX E70XX or E70XX-X AWS A5.20 or A5.29 FCAW E6XTX-X E7XTX-X (except -2, -3, -10, -GS) A36 A572 Gr. 50 A588 A242 A709 Gr. 36. 50, or 50S AWS A5.1 or A5.5 SMAW E7016 E7018 E7028 AWS A5.20 or A5.29 FCAW E7XT-1 E7XT-5 E7XT-6 E7XT-8 Weathering steel A588 A242 A709 Gr. 50W AWS A5.5 SMAW E8018-W E8016-C3 E8018-C3 E8016-C1 E8018-C1 E8016-C2 E8018-C2 AWS 5.29 FCAW E8XT1-W E8XTX-Ni1 E8XTX-Ni2 E8XTX-Ni3 A709 Gr. HPS 70W AWS A5.5 SMAW E9018-M-H8R Reinforcing steel Grade 40 AWS A5.1 or A5.5 SMAW E70XX Reinforcing steel Grade 60 AWS A5.5 SMAW E90XX Permanent metal deck forms AWS A5.1 or A5.5 SMAW E6010 E6011 E6013 E7018 Note—Low-hydrogen electrodes applicable to the lower strength base metal may be used in joints involving base metals of different yield points or strengths. E7010 and E8010 electrodes may be used when welding the root passes of beam and girder splices if the requirements of Section 448.4.3.5.1., “High-Cellulose Electrodes for Root Passes,” are met. Use electrodes meeting the diffusible hydrogen requirements for fracture-critical welding in AASHTO/AWS D1.5 when welding fracture-critical applications. Use gas or gas mixtures that are welding grade and have a dew point of −40°F or lower for gas-shielded FCAW. Furnish certification to the Engineer that the gas or gas mixture is suitable for the intended application and will meet the dew point requirements. 3. EQUIPMENT Provide electrode drying and storing ovens that can maintain the required temperatures specified in Section 448.4.3.1., “Electrode Condition.” Each oven must have a door that is sealed and can be latched. Each oven must have a small port that may be opened briefly to insert a thermometer or the oven must be equipped with a thermometer that allows for direct reading of temperature inside the oven without opening the oven. Provide equipment able to preheat and maintain the temperature of the base metal as required and as shown on the plans. Provide approved equipment (e.g., temperature indicator sticks or infrared thermometer) for checking preheat and interpass temperatures at all times while welding is in progress. 448 609 Provide welding equipment meeting the requirements of the approved welding procedure specifications (WPS), if required, and capable of making consistent high-quality welds. 4. CONSTRUCTION 4.1. Procedure Qualification. Use the proper classification and size of electrode, arc length, voltage, and amperage for the thickness of the material, type of groove, welding positions, and other circumstances of the work. Submit WPSs for FCAW, qualified in accordance with AASHTO/AWS D1.5 for approval before any field welding on a project. 4.2. Welder Qualification. Provide Department certification papers for each welder and for each welding process to be used before welding, except for miscellaneous welds described in Section 448.4.2.1.1., “Miscellaneous Welding Applications.” Certification is issued by the Department as described in Section 448.4.2.2., “Certified Steel Structures Welder.” 4.2.1. Miscellaneous Welding. A qualified welder is an experienced welder who is capable of making welds of sound quality but does not have Department certification papers. The Engineer will check the welder’s ability by conducting a jobsite test in accordance with Section 448.4.2.1.2., “Miscellaneous Weld Qualification Test,” before welding begins. Furnish all materials and equipment necessary for this test. 4.2.1.1. Miscellaneous Welding Applications. A welder certified for structural or reinforcing steel or a qualified welder may make miscellaneous welds of the following types:  splicing reinforcing steel to extend bars in the bottom of a drilled shaft;  attaching chairs to the reinforcing steel cage of a drilled shaft;  armor joints and their supports;  screed rail and form hanger supports where permitted on steel units;  reinforcing steel to R-bars for lateral stability between prestressed beams, spirals, or bands to reinforcing bars in drilled shaft cages;  permanent metal deck forms;  additional steel added in railing when slip-form construction is used; and  other similar miscellaneous members that have no load-carrying capacity in the completed structure. 4.2.1.2. Miscellaneous Weld Qualification Test. A qualified welder must pass a jobsite Miscellaneous Weld Qualification Test before welding:  Make a single-pass fillet weld of 1/4 in. maximum size in the vertical position approximately 2 in. long on 1/2-in. plate in the location shown in Figure 1. Use the same electrode proposed for the work.  The Engineer will visually inspect the fillet weld for a reasonably uniform appearance and then rupture the weld as shown in Figure 2 with a force or by striking it with a hammer.  The fractured surface of the weld will be inspected to ensure complete penetration into the root of the joint, complete fusion to the base metal, and no inclusion or porosity larger than 3/32 in. in its greatest dimension. 448 610 Figure 1 Miscellaneous Qualification—Fillet Weld Break Specimen Figure 2 Miscellaneous Qualification—Method of Rupturing Specimen A welder who fails the Miscellaneous Weld Qualification Test may take a retest under the following conditions:  The retest occurs immediately and consists of 2 test welds as described above with both test specimens meeting all of the requirements.  The retest occurs after 30 days if the welder provides evidence of further training or practice. In this case the test consists of a single test weld. Qualification by the Miscellaneous Weld Qualification Test is effective immediately upon satisfactory completion of the test and remains in effect for the duration of a project. 448 611 4.2.2. Certified Steel Structures Welder. Before making non-miscellaneous welds on structural steel, a welder must pass the AASHTO/AWS D1.5 qualification test for groove welds for plates of unlimited thickness in the vertical (3G) and overhead (4G) positions with the following additional requirements:  Use metal for test plates that meets Item 442, “Metal for Structures,” with a minimum yield point of 36 ksi. The minimum width of test plate must be sufficient to accommodate the radiograph inspection of 5-1/4 continuous inches of the weld, not counting the ends of the weld.  Use approved electrodes meeting the required class in accordance with Table 1 and, in the case of FCAW, in accordance with the approved WPS.  Have a radiographic inspection performed on the weld on each test plate. Any porosity or fusion-type discontinuity with greatest dimension larger than 1/16 in. found in the weld will result in failure of the test. Discontinuities with greatest dimension less than 1/16 in. are acceptable provided the sum of their greatest dimensions does not exceed 3/8 in. in any inch of weld.  Have 2 side-bend specimens prepared, tested, and inspected for each test plate. The test must be administered by an approved laboratory and welding observed by laboratory personnel. Submit 2 copies of the certification issued by the laboratory, all accompanying test papers, and the radiographic films to the Bridge Division for review. The Bridge Division issues Department certification papers if the laboratory’s certification is approved. A welder must also demonstrate to the Engineer a thorough knowledge of the required welding procedures together with the ability and desire to follow them and make welds of sound quality and good appearance. The certification issued by an approved laboratory is accepted for 1 mo. from the time of certification, during which time the welder may work on Department projects if the work is satisfactory. Certification papers issued by the Department remain in effect as long as the welder performs acceptable work as determined by the Bridge Division. The certification may be cancelled at any time if the welder’s work is not acceptable. For SMAW, a welder certified using EXX18 electrodes is qualified to weld with all approved SMAW electrodes up to E90XX to join metals with a maximum specified yield strength of 65 ksi. 4.3. Welding Steel Structures. 4.3.1. Electrode Condition. 4.3.1.1. SMAW. For electrodes with low-hydrogen coverings in conformance with AWS A5.1, dry to the manufacturer’s written drying instructions or dry for at least 2 hours between 450°F and 500°F. For electrodes with low-hydrogen coverings conforming to AWS A5.5, dry for at least 1 hour between 700°F and 800°F or as specified by the electrode manufacturer. If using electrodes from a newly opened undamaged hermetically sealed container, drying is not required. Store electrodes in ovens held at a temperature of at least 250°F immediately after drying or removal from hermetically sealed container. Elapsed time permitted between removal of an electrode from the storage oven or hermetically sealed container and use of the electrode is given in Table 2. If the electrodes have the moisture resistance designator “R” and are being used on steel with minimum specified yield strength of 50 ksi or less, exposure time may be increased up to 9 hr. Table 2 SMAW Electrode Exposure Limits Electrode Type Exposure Time (hr.) E70 4 E80 2 E90 1 Leave electrodes in the holding oven for at least 4 hr. at 250°F before reusing if they are placed back in it before the times given in Table 2 have lapsed. The Engineer may reduce times allowed for use without re- drying in humid atmospheres. Do not redry electrodes more than once. Do not use electrodes with flux that has been wet, cracked, or otherwise damaged. 448 612 4.3.1.2. FCAW. Protect or store welding wire coils removed from the original package to keep their characteristics or welding properties intact. Do not use coils or portions of coils that are rusty. 4.3.1.3. Special Applications. Dry electrodes for fracture-critical applications or when welding steel not shown in Table 1 in accordance with the manufacturer’s specifications and AASHTO/AWS D1.5. 4.3.2. Environmental Conditions. Do not weld when the air temperature is lower than 20°F; when surfaces are wet or exposed to rain, snow, or wind; or when operators are exposed to inclement conditions. Provide wind breaks to protect welding operations from winds greater than 5 mph. 4.3.3. Assembly and Fitup. Verify that ends of members to be welded are prepared in accordance with the welded joint detail specified. See Figures 3, 4, and 5 for proper end preparation and weld details of girder splices. Bring the parts to be joined by fillet welds into as close contact as possible, not separated more than 3/16 in. Increase the leg of the fillet weld by the amount of the separation if the separation is 1/16 in. or more. Keep the separation between faying surfaces of lap joints and of butt joints landing on backing strips to no more than1/16 in. Make suitable allowance for shrinkage, and never restrain the joint on both sides in any welding process. Use the following fitup procedure for groove welds for butt joints:  Align splices of beams and girders joined by groove welds with the center of gravity of both cross-sections coinciding or each flange vertically offset equally. Fit beams and girders with offset webs with the webs aligned and the flanges offset laterally. Make the joint with a smooth transition between offset surfaces and with a slope of no more than1:4 when flanges are offset or abutting parts differ in thickness or width by more than 1/8 in.  Space members to provide a 3/16-in. root opening at the nearest point. At other points of the joint when the spacing provides up to a 7/16-in. opening, correction may be made by buildup up to 1/8 in. on each bevel nose. Rebevel openings exceeding 7/16 in. and move the parts to be joined closer together to bring the joint within the maximum buildup limits. Allow buildups to cool to the maximum preheat and interpass temperatures before welding the joint.  Bring all members into correct alignment and hold them in position by acceptable clamps while welding. Complete all butt splices before welding diaphragms or sway bracing in a particular section of a unit. Diaphragms and sway bracing may be welded in a unit behind the splice welding to provide stability except where such welding interferes with butt splice adjustments, such as at a drop-in segment of a continuous unit. Complete all splices before welding beams or girders to shoes. 448 613 Figure 3 Girder Splice Details Figure 4 Girder Splice Details (Flange) Figure 5 Girder Splice Details (Web) 4.3.4. Preheat. Preheat ahead of welding both groove and fillet welds (including tack welding) to the temperatures shown in Table 3. Keep preheat and interpass temperatures high enough to prevent cracks. The preheat 448 614 temperatures shown in Table 3 are minimums, and higher preheats may be necessary in highly restrained welds. Preheat the base metal when it is below the required temperature so that parts being welded are not cooler than the specified temperature within 3 in. of the point of welding. Measure preheat temperature on the side opposite to which the heat is applied at points approximately 3 in. away from the joint. Completely weld a joint before allowing it to cool below the specified temperature. Always deposit enough weld to prevent cracking before allowing a joint to cool. Do not allow preheat and interpass temperatures to exceed 400°F for thickness up to 1-1/2 in. and 450°F for greater thicknesses. Table 3 Minimum Preheat and Interpass Temperature for Welding with Low-Hydrogen Electrodes Thickest Part at Point of Welding Temperature Up to 3/4 in., inclusive 50°F More than 3/4 in. up to 1-1/2 in., inclusive 70°F More than 1-1/2 in. up to 2-1/2 in., inclusive 150°F More than 2-1/2 in. 225°F Preheat the material in accordance with Table 4 when E7010 or E8010 electrodes are used for tacking or temporary root pass. Table 4 Minimum Preheat Temperature for Welding with E7010 or E8010 Electrodes Thickest Part at Point of Welding Temperature 1/2 in. and less 150°F 9/16 in. through 3/4 in. 200°F 13/16 in. through 1-1/2 in. 300°F More than 1-1/2 in. 400°F Use preheat and interpass temperatures for the thicker plate thickness when joining steels of different thickness. Preheat base metal to at least 70°F when the base metal temperature is below 32°F. and maintain this minimum temperature during welding. Preheat base metal to 200°F before starting to weld if it is moist. Preheat fracture-critical applications in accordance with AASHTO/AWS D1.5. 4.3.5. Welding Practice. Use an approved procedure to control shrinkage and distortion. Weld FCAW in accordance with an approved WPS. Weld as required by the Contract or erection drawings. Do not change the location or size of welds without approval. Do not make temporary welds for transportation, erection, or other purposes on main members except as shown on the plans or approved. Use a crayon, paint, or other approved method to mark each groove weld to identify the welder who performed the work. Use the stringer-bead technique where possible for groove welds. Progress upward in vertical welding passes using a back-step sequence keeping the end of the low-hydrogen electrode contained within the molten metal and shield of flux unless the electrode manufacturer’s specifications indicate otherwise. Begin and terminate groove welds at the ends of a joint on extension bars. Make edge preparation and thickness of extension bars the same as that of the member being welded but extending at least 2 in. beyond the joint. Remove extension bars with a cutting torch or arc-air gouging, and grind the flange edges smooth after the weld is completed and cooled. Clean any defects exposed by the grinding, fill them with weld metal, and regrind them to a uniform finish. Grind so that grind marks are parallel to the flange, and avoid excess grinding of the parent metal. Clean and fuse tack welds thoroughly with the final weld. Remove defective, cracked, or broken tack welds. Gouge, chip, or otherwise remove the root of the initial weld to sound metal for all groove welds, except those produced with the aid of backing or those on steel piling or armor joints, before welding is started on the second side. Clean the back side thoroughly before placing the backup pass. Fuse the weld metal 448 615 thoroughly with the backing, and use backing that is continuous for the full length of the weld. Make a continuous length of backing by welding shorter sections together only under the following conditions:  All splices in the backing are complete joint penetration (CJP) groove welds made with the same controls as similar CJP groove welds in the structure.  The welds are radiographed and examined as described in Section 448.4.3.7., “Radiographic Inspection,” to ensure weld soundness.  All welding and testing of the backing is complete before the backing is used to make the structura l weld. 4.3.5.1. High-Cellulose Electrodes for Root Passes. E7010 and E8010 electrodes may be used when welding the root passes of beam and girder splices if the work is preheated in accordance with Table 4. Remove the E7010 or E8010 electrode pass completely by arc-air gouging, and replace it using a low-hydrogen electrode after the root passes are backed up. 4.3.5.2. Welding Sequence. Make beam and girder splices using the sequences shown in Figure 6. (Some members will require fewer or more passes than Figure 6 shows.) Alternate welds from flat to overhead to prevent heat buildup along bevel edge. Arrange the passes between the top and bottom flange to maintain balance and symmetry. Place passes 1, 2, and 3 in the top flange, followed by passes 4, 5, and 6 in the bottom flange (see Figure 6) for rolled I-beams and built-up girders. Gouge out and replace passes 1 and 4, which always are placed in the overhead position. Next, place passes 7, 8, and 9 in the top flange, followed by passes 10, 11, and 12 in the bottom flange. Continue with placing passes 13–17 in the top flange, followed by passes 18–22 in the bottom flange. Continue to alternate welding between top and bottom flange with a maximum of 5 passes per flange until the flange splices are complete. Tack weld web after aligning girder webs with short tacks as required to obtain proper alignment. Place pass 23 and pass 24 on the web. Gouge out and replace pass 23. Finish web splice with pass 25. Remove all slag for each layer, bead, and the crater area, and clean the weld and adjacent base metal before welding over previously deposited metal. Avoid arc strikes, and if they occur, grind resulting cracks and blemishes out to a smooth contour, checking them visually to ensure soundness. Figure 6 Welding Sequence for Splices for Material up to 50,000-psi Yield Strength. 448 616 Deviation from the above sequence of weld passes requires approval. Obtain approval from the Bridge Division for welding procedures and sequences for special connections. 4.3.5.3. Electrode Size and Weld Layer Thickness. 4.3.5.3.1. SMAW. 4.3.5.3.1.1. Electrode Size. Use electrodes with the following maximum size:  1/4 in. for all welds made in the flat position except root passes,  1/4 in. for horizontal fillet welds,  1/4 in. for root passes of fillet welds made in the flat position and of groove welds made in the flat position with backing and with a root opening of 1/4 in. or more,  5/32 in. for welds made with low-hydrogen electrodes in the vertical and overhead positions, and  3/16 in. for all other welds. 4.3.5.3.1.2. Weld Size and Layer Thickness. Make the root pass large enough to prevent cracking. Make layers subsequent to the root pass in fillet welds and all layers in groove welds of the following maximum thickness:  1/4 in. for root passes of groove welds;  1/8 in. for subsequent layers of welds made in the flat position; and  3/16 in. for subsequent layers of welds made in the vertical, overhead, and horizontal positions. Make fillet welds passes using no larger than:  3/8 in. in the flat position,  5/16 in. in the horizontal or overhead positions, and  1/2 in. in the vertical position. 4.3.5.3.2. FCAW. 4.3.5.3.2.1. Electrode Size. Use electrodes with the following maximum size:  5/32 in. for the flat and horizontal positions,  3/32 in. for the vertical position, and  5/64 in. for the overhead position. 4.3.5.3.2.2. Weld Size and Layer Thickness. Make weld layers, except root and surface layers, no thicker than 1/4 in. Use a multiple-pass split-layer technique when the root opening of a groove weld is 1/2 in. or wider. Use the split-layer technique to make all multiple-pass welds when the width of the layer exceeds 5/8 in. Ensure each pass has complete fusion with adjacent base metal and weld metal and that there is no overlap, excessive porosity, or undercutting. Do not use FCAW with external gas shielding in a draft or wind. Furnish an approved shelter of material and shape to reduce wind velocity near the welding to a maximum of 5 mph. Make fillet weld passes using no larger than:  1/2 in. in the flat position,  3/8 in. in the horizontal or overhead positions, and  5/16 in. in the vertical position. 4.3.6. Weld Quality. Provide welds that are sound throughout with no cracks in the weld metal or weld pass. Completely fuse the weld metal and the base metal and each subsequent pass. Keep welds free from overlap, and keep the base metal free from undercut more than 1/100 in. deep when the direction of undercut is transverse to the primary stress in the part that is undercut. Fill all craters to the full cross -section of the welds. 448 617 4.3.7. Radiographic Inspection. Conduct radiographic testing (RT) as required in the field at the expense of the Contractor by an agency or individual registered and licensed to perform industrial radiography. Follow all applicable rules and regulations for radiographic operations. Testing includes furnishing all materials, equipment, tools, labor, and incidentals necessary to perform the required testing. The Department may require further tests in accordance with Article 5.10., “Inspection,” and may perform additional testing, including other methods of inspection. Perform RT in accordance with AASHTO/AWS D1.5. The Engineer will examine and interpret the resulting radiographs in accordance with AASHTO/AWS D1.5. All radiographs become the property of the Department and remain with the Engineer. Radiographically inspect the full flange width of all flange splices and the top and bottom 1/6 of the web at each splice for field-welds of splices in beams or girders. Radiographically retest repaired welds. Make necessary repairs before any further work is done. Additional RT required because of unacceptable welding or poor radiograph quality is at the Contractor’s expense. RT of particular welds required by the plans is in addition to the RT required by this Item. Meet the requirements specified in Section 441.3.2.5.1., “Radiographic Testing,” for radiograph film quality. 4.3.8. Corrections. When welding is unsatisfactory or indicates inferior workmanship, the Engineer will require corrective measures and approve the subsequent corrections. Use oxygen gouging or arc-air gouging when required to remove part of the weld or base metal. Back-gouge splices in beams and girders or cut out defective welds using arc-air gouging by a welder qualified to make beam and girder splices. Slope the sides of the area to be welded enough to permit depositing new metal were corrections require depositing additional weld metal. Use a smaller electrode than that used for the original weld where corrections require depositing additional weld metal. Clean surfaces thoroughly before re-welding. Remove cracked welds completely and repair. Remove the weld metal for the length of the crack if crack length is less than half the length of the weld plus 2 in. beyond each end of the crack, and repair. Restore the original conditions where work performed after making a deficient weld has made the weld inaccessible or has caused new conditions making the correction of the deficiency dangerous or ineffectual by removing welds, members, or both before making the necessary corrections; otherwise, compensate for the deficiency by performing additional work according to a revised and approved design. Cut apart and re-weld improperly fitted or misaligned parts. Straighten members distorted by the heat of welding using mechanical means or the carefully supervised application of a limited amount of localized heat. Do not let heated areas exceed 1,200°F as measured by temperature-indicating crayons or other approved methods for steel up to 65,000-psi yield strength. Do not let heated areas exceed 1,100°F for higher-strength steels. Keep parts to be heat-straightened substantially free of stress from external forces except when mechanical means are used with the application of heat. Before straightening, submit a straightening procedure to the Engineer for approval. Correct defective or unsound welds either by removing and replacing the entire weld or as follows: 4.3.8.1. Excessive Convexity. Reduce to size by grinding off the excess weld metal, leaving a smooth profile. 4.3.8.2. Shrinkage Cracks, Cracks in Base Metal, Craters, and Excessive Porosity. Remove defective portions of base and weld metal down to sound metal, and replace with additional sound weld metal. 448 618 4.3.8.3. Undercut, Undersize, and Excessive Concavity. Clean and deposit additional weld metal. 4.3.8.4. Overlap and Incomplete Fusion. Remove and replace the defective portion of weld. 4.3.8.5. Slag Inclusions. Remove the parts of the weld containing slag, and replace them with sound weld metal. 4.3.8.6. Removal of Base Metal during Welding. Clean and form full size by depositing additional weld metal using stringer beads. 4.4. Shear Stud Welding. Weld shear studs to steel surfaces and perform preproduction and production tests as required in AASHTO/AWS D1.5. 4.5. Welding Reinforcing Steel. Splice reinforcing steel by welding only at locations shown on the plans. 4.5.1. Base Metal. Provide weldable reinforcing steel in conformance with Item 440, “Reinforcement for Concrete.” 4.5.2. Preheat and Interpass Temperature. Minimum preheat and interpass temperatures are shown in Table 5. Preheat reinforcing steel when it is below the listed temperature for the size and ca rbon equivalency range of the bar being welded so that the cross-section of the bar is above the minimum temperature for at least 6 in. on each side of the joint. Allow bars to cool naturally to ambient temperature after welding is complete. Do not accelerate cooling. Table 5 Minimum Preheat and Interpass Temperature for Reinforcing Steel Carbon Equivalent Range (%) Size of Reinforcing Bar (no.) Temperature (°F) Up to and including 0.40 Up to 11 inclusive None 14 and 18 50 0.41 through 0.45 inclusive Up to 11 inclusive None 14 and 18 100 0.46 through 0.55 inclusive Up to 6 inclusive None 7 to 11 inclusive 50 14 and 18 200 Unknown Up to 18 inclusive 500 Base the preheat and interpass temperatures for widening projects on the existing reinforcing steel and the requirements of Table 5. 4.5.3. Joint Types. Use butt splices for all No. 7 and larger bars. Use lap splices for No. 6 and smaller bars. Make groove welds in lap splices at least 4 in. long, and weld them on each side of the lap joint as shown in Figure 7. For No. 5 and smaller bars, weld from one side of the lap when it is impractical to weld from both sides of the joint if approved by the Engineer, but in this case make the weld at least 6 in. long. Make all butt splices in the flat position. Make all welds for butt splices, except horizontal welds on vertical bars, as shown in Figures 8 and 9. The back-up strip is required when access to the splice is from the top only. When bars can be rotated or access to the splice is available from 2 sides, the double bevel splice may be used, and this type weld requires gouging out the root pass similar to a flange splice on structural steel. The root pass may be made using E7010 or E8010 electrodes for all double beveled splices. Preheat the steel to 400°F, if using E7010 or E8010 electrodes, and then completely remove the root pass before welding the opposite side. Make horizontal splices on vertical bars as shown in Figure 10. Provide alignment strips as shown in Figures 9 and 10 to hold bars during welding operation. Trim alignment strips after welding is complete. 448 619 Figure 7 Direct Lap Joint with Bars in Contact Figure 8 Single Bevel V-Groove Weld in Horizontal Position Figure 9 Double Bevel V-Groove Weld in Horizontal Position 448 620 Figure 10 Double Bevel V-Groove Weld in Vertical Position 4.5.4. Radiographic Inspection. Radiograph welded butt splices at the expense of the Contractor when designated on the plans. Follow all applicable rules and regulations for radiographic operations. Ensure welds have no cracks and that the sum of the greatest dimensions of porosity and fusion-type defects do not exceed 1/10 of the nominal bar diameter. The Engineer will examine and interpret the resulting radiographs, which become the property of the Department and remain with the Engineer. 5. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. 459 636 Item 459 Gabions and Gabion Mattresses 1. DESCRIPTION Furnish and install gabions and gabion mattresses. 2. MATERIALS This Item uses the following Items:  Gabion. A wire fabric or mesh container, filled with stone, with a height of 1 ft. or greater.  Gabion Mattress. A wire fabric or mesh container filled with stone and with a height of 6, 9, or 12 in. Referred to as “revet mattress” in ASTM A975. Furnish welded wire gabions and gabion mattresses in accordance with ASTM A974. Furnish Style 1 or 2 when galvanized wire coating is specified or Style 5 when PVC wire coating is specified. Furnish twisted wire gabions and gabion mattresses in accordance with ASTM A975. Furnish Style 1 when galvanized wire coating is specified or Style 3 when PVC wire coating is specified. Furnish producer or supplier certification that wire baskets, stiffeners, lacing wire, and spiral connectors conform to the applicable ASTM specification. Furnish producer or supplier certification that any alternative wire fasteners that are proposed conform to the strength requirements in Table 1 when tested in accordance with the applicable ASTM specification. Submit certification for approval before beginning work. Table 1 Minimum Panel-to-Panel Connection Strength Application Strength (lb./ft.) Gabions, galvanized 1,400 Gabions, PVC-coated 1,200 Gabion mattress, galvanized and PVC-coated 700 Provide filler stone consisting of clean, hard, durable stone that does not contain shale, caliche, or other soft particles. Stone appearing to contain such particles will be tested for soundness. Stone with 5-cycle magnesium sulfate soundness of more than 18% when tested in accordance with Tex-411-A will be rejected. Use stones that are between 4 and 8 in. in their least dimension for gabions and between 3 and 6 in. for gabion mattresses. Prevent contamination when storing and handling stone. Use stone with a minimum bulk specific gravity of 2.50 as determined by Tex-403-A. Provide Type 2 filter fabric when required in accordance with DMS-6200, “Filter Fabric.” Provide filter material when required consisting of hard, durable, clean sand or gravel with a maximum particle size of 3/8 in. 3. CONSTRUCTION At the start of construction, the gabion and gabion mattress manufacturer must have a qualified representative available for consultation as needed throughout the gabion and gabion mattress construction. 459 637 3.1. Foundation Preparation. Excavate the foundation to the extent shown on the plans or as directed. Remove all loose or otherwise unsuitable materials. Carefully backfill all depressions to grade with suitable materials from adjacent required excavation or another approved source, and compact the backfill to a density at least equal to the adjacent foundation. Remove any buried debris protruding from the foundation that will impede the proper installation and final appearance of the gabion or gabion mattress, and carefully backfill and compact voids as specified above. Have the Engineer inspect the prepared foundation surface immediately before gabion placement. 3.2. Filter Placement. Spread filter material, when required, uniformly on the prepared foundation surface to the slopes, lines, and grades indicated on the plans. Do not place filter material by methods that tend to segregate particle sizes. Repair all damage to the foundation surface that occurs during filter placement before proceeding with the work. Compaction of the filter material is not required; but, finish the material to present a reasonably even surface without mounds or windrows. 3.3. Filter Fabric Placement. Place filter fabric as shown on the plans when required. Any defects, rips, holes, flaws, or damage to the material may be cause for rejection. Place the material with the long axis parallel to the centerline of the structure, highway, or dam. Place securing pins in the lapped longitudinal joints, spaced on approximately 10-ft. centers. Keep the fabric material free of tension, stress, folds, wrinkles, or creases. Lap the material at least 3 ft. along the longitudinal joint of material, or lap the joints 1 ft. and sew them. Lap the ends of rolls at joints by at least 3 ft. Repair torn or punctured fabric by placing a layer of fabric over the damaged area, overlapping at least 3 ft. beyond the damaged area in all directions. Place securing pins through both strips of material at lapped joints at approximately the midpoint of the overlap. Place additional securing pins as necessary to hold filter fabric in position. Store filter fabric out of direct sunlight. Cover filter fabric as soon as possible after placing, but within 3 days. 3.4. Assembly and Installation. Place PVC-coated materials, if wire coating is specified, when the ambient temperature and the temperature of the coated wire are more than 15°F above the brittleness temperature of the PVC. Assemble empty gabion or gabion mattress units individually, and place them on the approved surface to the lines and grades shown on the plans with the sides, ends, and diaphragms erected to ensure all creases are in the correct position, the tops of all sides are level, and all sides that are to remain exposed are straight and plumb. Fill the basket units after transporting them to their final position in the work. Place the front row of gabion or gabion mattress units first and successively construct units toward the top of the slope or the back of the structure. Place the initial line of basket units on the prepared surface, and partially fill them to provide anchorage against deformation and displacement during subsequent filling operations. Stretch and hold empty basket units as necessary to remove kinks and provide a uniform alignment. Connect all adjoining empty gabion or gabion mattress units with lacing, wire spiral binders, or approved fasteners along the perimeter of their contact surface to obtain a monolithic structure before filling. Provide continuous stitching with alternating single and double loops at intervals of no more than 5 in. if lacing wire is used. Securely fasten all lacing wire terminals. Provide connections meeting the joint strength requirements of Article 459.2., “Materials.” These requirements apply to all connections including attachment of end panels, diaphragms, and lids. Join twisted wire baskets through selvage-to-selvage or selvage-to-edge wire connection; do not use mesh- to-mesh or selvage-to-mesh wire connection except where baskets are offset or stacked, in which case join each mesh opening where mesh wire meets selvage or edge wire. Carefully fill the basket units with stone, using hand placement to avoid damaging wire coating, to ensure as few voids as possible between the stones and to maintain alignment. Machine placement of stone will be allowed if approved. Correct excessive deformation and bulging of the mesh before further filling. Fill the basket units in a row in stages consisting of maximum 12 in. courses to avoid localized deformation. Do not at any time fill a cell to a depth exceeding 1 ft. more than its adjoining cell. Do not drop stones into the basket units from a height greater than 36 in. 459 638 Place 2 uniformly spaced internal connecting wires between each stone layer in all front and side gabion units, connecting the back and the front faces of the compartments for gabion units more than 2 ft. high. Loop connecting wires or preformed stiffeners around 2 twisted wire-mesh openings or a welded wire joint at each basket face, and securely twist the wire terminals to prevent loosening. Place the outer layer of stone carefully along all exposed faces and arrange it by hand to ensure a neat and compact appearance. Overfill the last layer of stone uniformly by 1 to 2 in. for gabions and 1 in. for gabion mattresses to compensate for future settlement in rock while still allowing for the proper closing of the lid and providing an even surface with a uniform appearance. Make final adjustments for compaction and surface tolerance by hand. Stretch lids tight over the stone fill, using an approved lid-closing tool, until the lid meets the perimeter edges of the front and end panels. Do not use crowbars or other single-point leverage bars for lid closing. Close the lid tightly along all edges, ends, and internal-cell diaphragms with spiral binders or lacing wire or with other wire fasteners if approved. Ensure all projections or wire ends are turned into the baskets. Cut, fold, and wire the basket unit together to suit site conditions where a complete gabion or gabion mattress unit cannot be installed because of space limitations, as shown on the plans, or as directed. Fold the mesh back and neatly wire it to an adjacent basket face. Complete the assembling, installation, filling, lid closing, and lacing of the reshaped gabion or gabion mattress units in accordance with this Section. 4. MEASUREMENT Gabions will be measured in place by the cubic yard of stone-filled gabions. Gabion mattresses will be measured in place by the square yard of surface area or by the cubic yard. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Gabions” of the basket-wire coating specified, and per square yard of “Gabion Mattresses” of the thickness and basket-wire coating specified or per cubic yard of “Gabion Mattresses” of the basket-wire coating specified. The price bid is full compensation for wire baskets, stone fill, lacing and fasteners, filter fabric, filter material, excavation, grading and backfill, materials, tools, equipment, labor, and incidentals. Filter fabric and filter material, if used, will not be paid for directly but will be considered subsidiary to this Item. This page intentionally left blank. 466 663 Item 466 Headwalls and Wingwalls 1. DESCRIPTION Furnish, construct, and install concrete headwalls and wingwalls for drainage structures and underpasses. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following.  Item 420, “Concrete Substructures,”  Item 421, “Hydraulic Cement Concrete,” and  Item 440, “Reinforcement for Concrete.” Use Class C concrete for cast-in-place and precast concrete units unless otherwise shown on the plans. Furnish cast-in-place or precast headwalls and wingwalls unless otherwise shown on the plans. 2.2. Fabrication. 2.2.1. General. Fabricate cast-in-place concrete units and precast units in accordance with Item 420 “Concrete Substructures.” Use the following definitions for headwalls and wingwalls:  “Headwalls” refers to all walls, including wings, at the ends of single-barrel and multiple-barrel pipe culvert structures.  “Wingwalls” refers to all walls at the ends of single-barrel or multiple-barrel box culvert structures. 2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 2.2.3. Marking. Clearly mark each precast unit before shipment from the casting or fabrication yard with the following:  the date of manufacture,  the name or trademark of the manufacturer, and  the type and size designation. 2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast concrete units until design strength is reached. Do not ship units until design strength requirements have been met. 2.2.5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Item. 2.2.6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound, properly finished, and cured in conformance with pertinent specifications. 466 664 3. CONSTRUCTION 3.1. General. Remove portions of existing structures and drill, dowel, and grout in accordance with Item 420, “Concrete Substructures.” 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, “Excavation and Backfill for Structures.” Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. 3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 3.4. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, “Reinforced Concrete Pipe,” or as shown on the plans. Remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as shown on the plans or as approved. Re-lay the removed pipe if approved, or furnish and lay a length of new pipe. 4. MEASUREMENT This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. 4.1. Headwalls. Headwalls will be measured by each end of a structure. 4.2. Wingwalls. Wingwalls will be measured by one of the following methods: 4.2.1. Square Foot. Wingwalls will be measured by the square foot of the front surface area of the wall of each type. The area will be measured from the top of the footing or apron to the top of the wall unless otherwise shown on the plans. If there is no footing or apron, then measurement is from the bottom of the wall. 4.2.2. Each. Wingwalls will be measured by each end of a structure. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the price bid for “Headwalls” of the type and pipe size (diameter or design) specified, “Wingwalls” of the type specified when measurement is by the square foot, or “Wingwalls” of the type and wall height specified when measurement is by each. For payment purposes, the wingwall height will be rounded to the nearest foot. All wingwalls and headwalls of the same type will be paid for equally when skew does not affect the type. This price is full compensation for constructing, furnishing, transporting, and installing the headwalls or wingwalls; connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, and replacing portions of the existing structure as required to make connections; excavation and backfill; and concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, equipment, labor, tools, and incidentals. Apron concrete or riprap between or around the wingwalls of single- or multiple-barrel box culvert structures will be measured and paid for in accordance with Item 432, “Riprap.” The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. 480 680 Item 480 Cleaning Existing Culverts 1. DESCRIPTION Remove all extraneous material from existing culvert barrels and pipes. 2. WORK METHODS Expose all inside surfaces of the specified culverts. Do not move or damage the culvert. Dispose of material in accordance with federal, state, and local regulations. Place on roadway slopes when approved. Perform cleaning to maintain drainage during construction. Acceptance of the cleaned culverts occurs at final acceptance of the project in accordance with Article 5.11., “Final Cleanup,” unless otherwise shown on the plans. 3. MEASUREMENT This Item will be measured by each complete culvert cleaned regardless of the number of barrels or pipes at each location or by the cubic yard. If measurement is by the cubic yard, the volume of material to be removed will be computed by the method of average end areas in its original position. 4. PAYMENT The work performed in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Cleaning Existing Culverts.” This price is full compensation for excavation, disposal of excavated material, equipment, labor, tools, and incidentals. This page intentionally left blank. 496 694 Item 496 Removing Structures 1. DESCRIPTION Remove and either dispose of or salvage structures. 2. CONSTRUCTION 2.1. Demolition Plans. Follow the demolition sequence shown on the plans for bridge structures to be removed, or submit a demolition plan if indicated on the plans. Include in the required demolition plan the type and location of equipment to be used, the method and sequence of removal of the structural elements, and a narrative indicating the stability of the partially demolished structure is maintained throughout the demolition process. Have these plans signed and sealed by a licensed professional engineer when demolished structure intersects active roadways and as otherwise shown on the plans. Submit required demolition plans at least 14 days before starting work unless otherwise directed. Department approval of these plans is not required, but the Department reserves the right to request modifications to the plans when work could affect the safety of the traveling public and when around other transportation facilities to remain in pla ce. Notify the Department 30 days before starting any bridge demolition work to allow for required notifications to other agencies. 2.2. Removal. 2.2.1. Pipes. Avoid damaging appurtenances determined by the Engineer to be salvageable. 2.2.2. Concrete, Brick, or Stone Structures. Portions of structures that will not interfere with the proposed construction may remain in place 2 ft. or more below the permanent ground line. Square off remaining structures and cut reinforcement flush with the surface of the concrete. 2.2.3. Steel Structures. Dismantle steel to be retained by the Department or re-erected by cold-cutting fastener heads and punching or drilling the remaining portion of the fastener, air-arc gouging welded connections, and flame-cutting beams along a straight line. The Engineer may approve other methods of cutting. Cut beams at the locations shown on the plans. Match-mark steel to be re-erected with paint in accordance with the erection drawings. Remove steel piles or cut off 2 ft. or more below the permanent ground line. 2.2.4. Timber Structures. Remove all fasteners from timber determined by the engineer to be salvageable. Remove timber piles or cut off 2 ft. or more below the permanent ground line. 2.3. Salvage. Avoid damage to materials shown on the plans to be salvaged. Deliver materials to be retained by the Department to the location shown on the plans. Block up salvaged steel materials off the ground. 2.4. Disposal. Material removed that is not deemed to be salvageable is the property of the Contractor. Dispose of removed material off the right of way in accordance with federal, state, and local regulations. 2.5. Backfill. Backfill excavation and voids to the original ground line if resulting from the removal of structures. Place backfill that will support any portion of the roadbed or embankment to the same requirements for placing embankment. Backfill other areas in 10 in. layers, loose measurement, and compact to the density of adjacent undisturbed material. 3. MEASUREMENT This Item will be measured by each structure or by the foot. 496 695 4. PAYMENT The work performed in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Removing Structures” of the type of structure specified. This price is full compensation for demolition plan preparation, loading, hauling, disposal, stockpiling, removal of appurtenances, excavation and backfill, equipment, labor, tools, and incidentals. 508 719 Item 508 Constructing Detours 1. DESCRIPTION Construct and maintain detours. Remove detours when required. 2. MATERIALS 2.1. Embankment. Use roadway excavation for embankment material or use material from other approved sources. 2.2. Temporary Drainage Pipe. Furnish pipe required for temporary drainage in accordance with details shown on the plans or as directed. Pipe will become the property of the Contractor upon removal. Temporary use of permanent pipe is allowable if the sequence of work permits. If pipe used temporarily is damaged so that it is not acceptable in accordance with applicable Items, it will not be acceptable for incorporation in the final project. The damaged pipe remains the property of the Contractor. 2.3. Base and Surfacing. Furnish base and surfacing materials in accordance with Items as shown on the plans. 3. CONSTRUCTION Construct the detour at the locations and to the lines, grades, and typical sections shown on the plans or as directed, in accordance with pertinent Items. Maintain detours for public travel in a safe and passable condition. Public traffic safety and convenience is essential. Maintain detours in accordance with Section 7.2.4., “Public Safety and Convenience”; Article 7.17., “Contractor’s Responsibility for Work”; and this Item. Remove detours after they are no longer needed for traffic. Removed materials will become the property of the Contractor unless otherwise shown on the plans or directed. Dispose of the materials off the right of way, unless otherwise directed, in accordance with federal, state, and local requirements. If desired, dispose of materials by spreading along the adjacent roadway slopes if allowed. Salvage or stockpile in accordance with pertinent Items if embankment, base, or surfacing is to be reused within the roadway construction or stockpiled for future use. 4. MEASUREMENT This Item will be measured by the square yard of pavement area, or surface area if not paved. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Constructing Detours,” for Constructing Detours by Type as shown on the plans, or for “Constructing Detours (EBSS).” Embankment Base Surface Separate (EBSS) is used when embankment, base, and surface are paid for separately. The price bid for “Constructing Detours” or for Constructing Detours by Type as shown on the plans is full compensation for furnishing all materials required, including embankment, base, and surfacing; excavation and hauling of excavated material; sprinkling and compacting; furnishing, installing, and removing drainage structures; removal of detour; disposal of materials; and equipment, labor, tools, and incidentals. 508 720 The price bid for “Construction Detours (EBSS)” is full compensation for furnishing, installing, and removing drainage structures; removal of detour; disposal of materials; and equipment, labor, tools , and incidentals, except that embankment, flexible base, and surfacing will be measured and paid for in accordance with other pertinent Items. Maintenance of detours constructed will not be paid for directly but will be subsidiary to this Item. Maintenance of pavement on detours that use existing pavement will be paid for in accordance with Article 7.17., “Contractor’s Responsibility for Work.” When the plans require the base and surfacing to be removed and incorporated in the final roadway or stockpiled after use on the detour, the work will be performed, measured, and paid for in accordance with the pertinent Items shown for salvaging, replacing, or stockpiling materials. All other items not specifically addressed in this Article will be paid for under pertinent Items unless otherwise shown on the plans. 531 737 Item 531 Sidewalks 1. DESCRIPTION Construct hydraulic cement concrete sidewalks. 2. MATERIALS Furnish materials conforming to the following:  Item 360, “Concrete Pavement”  Item 420, “Concrete Substructures”  Item 421, “Hydraulic Cement Concrete”  Item 440, “Reinforcement for Concrete” Use Class A concrete unless otherwise shown on the plans. Use Grade 8 course aggregate for extruded Class A concrete. Use other grades if approved. 3. CONSTRUCTION Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Hand- tamp and sprinkle foundation when placement is directly on subgrade or foundation materials. Remove and dispose of existing concrete in accordance with Item 104, “Removing Concrete.” Provide a clean surface for concrete placement directly on the surface material or pavement. Mix and place concrete in accordance with the pertinent Items. Hand-finishing is allowed for any method of construction. Finish exposed surfaces to a uniform transverse broom finish surface. Curb ramps must include a detectable warning surface and conform to details shown on the plans. Install joints as shown on the plans. Ensure that abrupt changes in sidewalk elevation do not exceed 1/4 in., sidewalk cross slope does not exceed 2%, curb ramp grade does not exceed 8.3%, and flares adjacent to the ramp do not exceed 10% slope. Ensure that the sidewalk depth and reinforcement are not less than the driveway cross-sectional details shown on the plans where a sidewalk crosses a concrete driveway. Provide finished work with a well-compacted mass, a surface free from voids and honeycomb, and the required true-to-line shape and grade. Cure for at least 72 hr. in accordance with Item 420, “Concrete Substructures.” 3.1. Conventionally Formed Concrete. Provide pre-molded or board expansion joints of the thickness shown on the plans for sidewalk section lengths greater than 8 ft. but less than 40 ft., unless otherwise directed. Terminate workday production at an expansion joint. 3.2. Extruded or Slipformed Concrete. Provide any additional surface finishing immediately after extrusion or slipforming as required on the plans. Construct joints at locations as shown on the plans or as directed. 4. MEASUREMENT Sidewalks will be measured by the square yard of surface area. Curb ramps will be measured by the square yard of surface area or by each. A curb ramp consists of the ramp, landing, adjacent flares or side curb, and detectable warning surface as shown on the plans. 531 738 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Concrete Sidewalks” of the depth specified and “Curb Ramps” of the type specified. This price is full compensation for surface preparation of sidewalk foundation; materials; removal and disposal of existing concrete; excavation, hauling and disposal of excavated material; drilling and doweling into existing concrete curb, sidewalk, and pavement; repair of adjacent street or pavement structure damaged by these operations; and equipment, labor, materials, tools, and incidentals. Sidewalks that cross and connect to concrete driveways or turnouts will be measured and paid for in accordance with Item 530, “Intersections, Driveways, and Turnouts.” 536 740 Item 536 Concrete Medians and Directional Islands 1. DESCRIPTION Construct cast-in-place concrete medians and directional islands. 2. MATERIALS Furnish materials in accordance with the following:  Item 420, “Concrete Substructures”  Item 421, “Hydraulic Cement Concrete”  Item 440, “Reinforcement for Concrete”  Item 529, “Concrete Curb, Gutter, and Combined Curb and Gutter” Use Class A concrete unless otherwise shown on the plans. When approved, use fibers meeting the requirements of DMS-4550, “Fibers for Concrete,” to replace reinforcing steel in Class A concrete. Dose fibers in accordance with the Department’s MPL of pre-qualified fibers for concrete. 3. CONSTRUCTION Provide wood or metal forms securely held in place. Properly position and secure reinforcing steel and dowels. Place concrete for each section on the prepared foundation to line, grade, and cross-section in accordance with Item 420, “Concrete Substructures.” Separate sections from adjacent curbs or adjoining sections using expansion or contraction joints of the type and size specified on the plans. A curb section may be used for the perimeter of the median or island when shown. Construct curbs in conformance with Item 529, “Concrete Curb, Gutter, and Combined Curb and Gutter.” Finish exposed surfaces with a wood or metal float after sufficient concrete set. Round exposed edges as shown on the plans. Remove forms after concrete has set. Point up exposed surfaces. Provide an ordinary surface finish in accordance with Item 427, “Surface Finishes for Concrete.” Use mortar consisting of 1 part hydraulic cement and 2 parts fine aggregate to plaster exposed formed surfaces when required. Apply the mortar with a template made to conform to the cross-section shown on the plans. Cure at least 72 hr. using a method specified in Item 420, “Concrete Substructures.” 4. MEASUREMENT This Item will be measured by the foot or by the square yard to the face of the curb. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Concrete Median” or “Concrete Directional Island.” This price is full compensation for preparing foundation surfaces; furnishing and operating equipment; curbs 536 741 and gutters used as part of the concrete median or directional island; and labor, materials, tools, and incidentals. 540 743 Item 540 Metal Beam Guard Fence 1. DESCRIPTION Furnish, install, replace, or adjust metal beam guard fence consisting of metal beam rail elements, hardware, blocks, and support posts. 2. MATERIALS Provide samples of metal beam rail elements, terminal sections, bolts, and nuts for compliance testing according to Tex-708-I and Tex-713-I to verify physical and chemical properties meet AASHTO M 180 when directed. Obtain materials at the locations shown on the plans when the plans designate that the Department will furnish materials. 2.1. Metal Beam Rail Elements. Furnish new metal beam rail elements, transitions, anchor sections, and terminals that meet the requirements of Table 1 and are from a manufacturer on the Department’s MPL of rail element manufacturers. Type I or II is required, unless otherwise shown on the plans. Base metal for metal beam rail elements must not contain more than 0.04% phosphorous or more than 0.05% sulfur. Warped or deformed rail elements will be rejected. Table 1 Rail Element Requirements Specification AASHTO M 180 Class A— Base metal nominal thickness 0.105 in. B— Base metal nominal thickness 0.135 in. Type I— Zinc-coated 1.80 oz. per square foot minimum single-spot. II— Zinc-coated 3.60 oz. per square foot minimum single-spot. IV— Weathering Steel (required when shown on the plans). Shape W-Beam Thrie Beam W-Beam to Thrie Beam Transition Markings Permanently mark each metal beam rail element with the information required in AASHTO M 180. In addition, permanently mark all curved sections of metal beam rail element with the radius of the curved section in the format “R=XX ft.” Markings must be on the back of the metal beam rail section away from traffic and visible after erection. 2.2. Posts. Furnish new round timber, rectangular timber, or rolled steel section posts in accordance with details shown on the plans and the following requirements: 2.2.1. Timber Posts. Meet the requirements of DMS-7200, “Timber Posts and Blocks for Metal Beam Guard Fence.” Purchase from a manufacturer or supplier on the Department’s MPL of timber treating plants and suppliers. 2.2.2. Steel Posts. Provide rolled sections conforming to the material requirements of ASTM A36. Drill or punch posts for standard rail attachment as shown on the plans. Galvanize according to Item 445, “Galvanizing.” Low-fill culvert posts may be fabricated as galvanized “blanks” with the rail hole and the final height field 540 744 fabricated. Treat all exposed post surfaces caused by the field fabrication in accordance with Section 445.3.5., “Repairs.” 2.3. Blocks. Furnish new rectangular timber or composite blocks in accordance with details shown on the plans and the following requirements: 2.3.1. Timber. Meet the requirements of DMS-7200, “Timber Posts and Blocks for Metal Beam Guard Fence.” Purchase from a manufacturer or supplier on the Department’s MPL of timber treating plants and suppliers. 2.3.2. Composite. Meet the requirements of DMS-7210, “Composite Material Posts and Blocks for Metal Beam Guard Fence.” Purchase from a manufacturer on the Department’s MPL of composite material blocks and posts. 2.4. Fittings. Furnish new fittings (bolts, nuts, and washers) according to the details shown on the plans and galvanized according to Item 445, “Galvanizing.” 2.5. Terminal Connectors. Furnish new terminal connectors, where required, meeting the material and galvanizing requirements specified for metal beam rail elements. 2.6. Concrete. Furnish concrete for terminal anchor posts meeting the requirements for Class A concrete as required in Item 421, “Hydraulic Cement Concrete.” 2.7. Curb. If indicated in the details, furnish the curb shown with metal beam guard fence transition as required by Item 529, “Concrete Curb, Gutter, and Combined Curb and Gutter.” 2.8. Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material requirements of ASTM A36. Fabricate posts according to Item 441, “Steel Structures.” Galvanize terminal anchor posts after fabrication according to Item 445, “Galvanizing.” 2.9. Driveway Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material requirements of ASTM A36. Fabricate posts according to Item 441, “Steel Structures.” Galvanize terminal anchor posts after fabrication according to Item 445, “Galvanizing.” 2.10. Downstream Anchor Posts. Furnish new terminal anchor posts consisting of new rectangular timber and new steel foundation tubes according to details shown on the plans. 2.11. Downstream Anchor Hardware. Furnish new hardware (brackets, plates, struts, cable, etc.) according to the details shown on the plans and galvanized according to Item 445, “Galvanizing.” 2.12. Controlled Released Terminal (CRT) Posts. Furnish new CRT posts according to the details shown on the plans and conforming to the requirements of DMS-7200, “Timber Posts and Blocks for Metal Beam Guard Fence.” Purchase from a manufacturer or supplier on the Department’s MPL of timber treating plants and suppliers. 3. CONSTRUCTION Install posts and rail elements according to details shown on the plans. 3.1. Posts. Install posts by either drilling or driving. 3.1.1. Drilling. Drill holes and set posts plumb and firm to the line and grade shown. Backfill posts by thoroughly compacting material to the density of adjacent undisturbed material. 3.1.2. Driving. Drive posts plumb with approved power hammers (steam, compressed air, vibratory, or diesel) or gravity hammers to the line and grade shown while preventing damage to the post. Use pilot holes when required and approved. Determine the size and depth of pilot holes based on results of the first few posts 540 745 driven. Thoroughly tamp loosened soil around the post, fill voids with suitable material, and thoroughly compact to the density of adjacent undisturbed material. 3.2. Rail Elements. Erect metal beam rail elements to produce a smooth, continuous rail paralleling the line and grade of the roadway surface or as shown on the plans. Bolt rail elements end-to-end and lap splices in the direction of traffic. Field-drill or punch holes in rail elements for special details, only when approved. 3.3. Short Radius. Special rail fabrication with a required radius must be as shown on the plans. 3.4. Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans. 3.5. Galvanizing Repair. Repair all parts of galvanized steel posts, washers, bolts, and rail elements after erection where galvanizing has become scratched, chipped, or otherwise damaged. Repair in accordance with Section 445.3.5., “Repairs.” 3.6. Guardrail Adjustment. Work includes vertical adjustment, horizontal shift, and overlap of the rail element to meet the detail shown on the plans. 3.7. Curb. If indicated in the details, construct the curb shown with metal beam guard fence transition as required by Item 529, “Concrete Curb, Gutter, and Combined Curb and Gutter.” 3.8. Driveway Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans. 4. MEASUREMENT 4.1. Guard Fence. Measurement will be by the foot of fence. Fence will be measured on the face of the rail in place, from center-to-center of end splice locations. 4.2. Terminal Anchor Sections. Measurement will be by each section, complete in place, consisting of a terminal anchor post and one 25-ft. section of rail element. 4.3. Transitions. Transitions for rail connection will be measured by each transition. 4.4. Short Radius. Measurement will be by the foot to the nearest whole foot along the face of the rail in place, from beginning of radius (first CRT post) to the end of radius. 4.5. Driveway Terminal Anchor Section. Measurement will be by each section, complete in place, consisting of a driveway terminal anchor post and one 6-ft. section of rail element. 4.6. Downstream Anchor Terminal. Measurement will be by each section, complete in place, consisting of one W-Beam end section, 2 downstream anchor posts, and one rail section. 4.7. Long Span System. Measurement will be by the foot of fence. Fence will be measured on the face of the rail, in place, between the first CRT and last CRT posts in the system. 5. PAYMENT The work performed and material furnished in accordance with this Item and measured as provided under “Measurement” will be paid at the unit price bid for “Metal W-Beam Guard Fence” of the post type specified; “Metal Thrie Beam Guard Fence” of the post type specified; “Terminal Anchor Section”; “Metal Beam Guard Fence Transition” of the type specified; “Metal W-Beam Guard Fence Adjustment”; “Metal Thrie Beam Guard Fence Adjustment”; “Terminal Anchor Section Adjustment”; “Transition Adjustment”; “Short Radius”; “Driveway Terminal Anchor Section; “Downstream Anchor Terminal”; or “Metal Beam Guard Fence (Long Span System).” When weathering steel is required, Type IV will be specified. 540 746 Samples furnished to the Department for testing purposes, special backfill materials, and concrete curbs will not be paid directly but are subsidiary to this Item. 5.1. Guard Fence. The price bid for “Metal W-Beam Guard Fence” or “Metal Thrie Beam Guard Fence” is full compensation for materials, hauling, erection, setting posts in concrete, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 5.2. Terminal Anchor Section. When a separate bid item is specified, the price bid for “Terminal Anchor Section” is full compensation for furnishing the rail element, anchor assembly, terminal anchor post, and foundations; installing the rail element anchor assembly and the terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.3. Transition. The price bid for “Metal Beam Guard Fence Transition” is full compensation for furnishing nested sections of Thrie Beam; nested sections of W-Beam; Thrie Beam to W-Beam transitional rail piece, posts, concrete, curb, and connections to W-Beam guard fence and bridge rails; Thrie Beam terminal connectors; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.4. Guardrail Adjustment. The price bid for “Metal W-Beam Guard Fence Adjustment,” “Metal Thrie Beam Guard Fence Adjustment,” “Terminal Anchor Section Adjustment,” and “Transition Adjustment” is full compensation for furnishing materials not supplied by the Department, drilling holes in posts, hauling, erection, blocks, excavation, backfill, cleaning, salvaging materials, setting rail element anchor assembly and terminal anchor post, removal of rail element, concrete, curb, equipment, labor, tools, and incidentals. 5.5. Short Radius. The price bid for “Short Radius” is full compensation for furnishing special rail fabricated metal beam guard fence, CRT posts, steel posts, sand barrels, end terminal, cable anchor, materials, hauling, erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 5.6. Driveway Terminal Anchor Section. The price bid for “Driveway Terminal Anchor Section” is full compensation for furnishing the rail element, driveway anchor assembly, driveway terminal anchor post, and foundations; installing the rail element anchor assembly and the driveway terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.7. Downstream Anchor Terminal. The price bid for “Downstream Anchor Terminal” is full compensation for furnishing the rail element, W-Beam end section, guardrail anchor bracket, shelf angle bracket, channel strut, downstream anchor posts, breakaway cable terminal (BCT) cable anchor assembly, and foundations; installing the BCT cable anchor assembly and the downstream anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.8. Long Span System. The price bid for “Metal Beam Guard Fence (Long Span System)” is full compensation for furnishing the rail element, CRT posts, materials, hauling, erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 666 821 Item 666 Retroreflectorized Pavement Markings 1. DESCRIPTION Furnish and place retroreflectorized, non-retroreflectorized (shadow) and profile pavement markings. 2. MATERIALS 2.1. Type I Marking Materials. Furnish in accordance with DMS-8220, “Hot Applied Thermoplastic.” Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division, and in accordance with DMS-8220, “Hot Applied Thermoplastic.” 2.2. Type II Marking Materials. Furnish in accordance with DMS-8200, “Traffic Paint.” 2.3. Glass Traffic Beads. Furnish drop-on glass beads in accordance with DMS-8290, “Glass Traffic Beads” or as approved. Furnish a double-drop of Type II and Type III drop-on glass beads where each type bead is applied separately in equal portions (by weight), unless otherwise approved. Apply the Type III beads before applying the Type II beads. 2.4. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 3. EQUIPMENT 3.1. General Requirements. Use equipment that:  is maintained in satisfactory condition,  meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application,  applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment,  has an automatic cut-off device with manual operating capabilities to provide clean, square marking ends,  is capable of producing the types and shapes of profiles specified, and  can provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. When pavement markings are required to meet minimum retroreflectivity requirements on the plans:  Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program.  Use a portable retroreflectometer that:  uses 30-meter geometry and meets the requirements described in ASTM E1710;  has either an internal global positioning system (GPS) or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft. 5 in., in accordance with the circular error probability 666 822 (CEP) method (CEP is the radius of the circle with its origin at a known position that encompasses 50% of the readings returned from the GPS instrument);  can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2. Material Placement Requirements. Use equipment that can place:  at least 40,000 ft. of 4-in. solid or broken non-profile markings per working day at the specified thickness;  at least 15,000 ft. of solid or broken profile pavement markings per working day at the specified thickness;  linear non-profile markings up to 8 in. wide in a single pass;  non-profile pavement markings other than solid or broken lines at an approved production rate;  a centerline and no-passing barrier-line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment, spacing, and thickness for non-profile pavement markings shown on the plans;  solid and broken lines simultaneously;  white line from both sides;  lines with clean edges, uniform cross-section with a tolerance of ±1/8 in. per 4 in. width, uniform thickness, and reasonably square ends;  skip lines between 10 and 10-1/2 ft., a stripe-to-gap ratio of 10 to 30, and a stripe-gap cycle between 39-1/2 ft. and 40-1/2 ft., automatically;  beads uniformly and almost instantly on the marking as the marking is being applied;  beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and  double-drop bead applications using both Type II and Type III beads from separate independent bead applicators, unless otherwise approved by the Engineer. 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1. General. Obtain approval for the sequence of work and estimated daily production. Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved. Protect all markings placed under open-traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests:  Type I Marking Application—Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper.  Type II Marking Application—Place a 1-sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. Apply markings:  that meet the requirements of Tex-828-B, 666 823  that meet minimum retroreflectivity requirements when specified on the plans (applies to Type I markings only),  using widths and colors shown on the plans,  at locations shown on the plans,  in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum,  without abrupt deviations,  free of blisters and with no more than 5% by area of holes or voids,  with uniform cross-section, density and thickness,  with clean and reasonably square ends,  that are retroreflectorized with drop-on glass beads, and  using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated on the plans, or in the specifications, at the Contractor’s expense in accordance with Item 677, “Eliminating Existing Pavement Markings and Markers,” except for measurement and payment. 4.2. Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. Air blast or broom the pavement surface for new asphalt surfaces (less than 3 years old) and for retracing of all surfaces to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). Clean old asphalt surfaces (more than 3 years old) and all concrete surfaces in accordance with Item 678, “Pavement Surface Preparation for Markings,” to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 4.2.3. Sealer for Type I Markings. Apply a pavement sealer to old asphalt surfaces (more than 3 years old) and to all concrete surfaces before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer’s directions for application of acrylic or epoxy sealers. Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1., “Cleaning for New Asphalt Surfaces and Retracing of All Surfaces,” as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. 4.3. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all required replacement costs. 4.3.1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.1., “General,” and with a surface temperature above 50°F when measured in accordance with Tex-829-B. 4.3.1.1. Non-Profile Pavement Markings. Apply Type I non-profile markings with a minimum thickness of:  0.100 in. (100 mils) for new markings and retracing water-based markings on surface treatments involving Item 316, “Seal Coat,” 666 824  0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or  0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I non-profile markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-B using the tape method. 4.3.1.2. Profile Pavement Markings. Apply Type I profile markings with a minimum thickness of:  0.060 in. (60 mil) for edgeline markings, or  0.090 in. (90 mil) for gore and centerline/no-passing barrier line markings. In addition, at a longitudinal spacing indicated on the plans, the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction. The profile must not be less than 0.30 in. (300 mil) nor greater than 0.50 in. (500 mil) in height when measured above the normal top surface plane of the roadway. The transverse width of the profile must not be less than 3.25 in., and the longitudinal width not less than 1 in., when measured at the top surface plane of the profile bar. The profile may be either a 1 or 2 transverse bar profile. When the 2 transverse bar profile is used, the spacing between the bases of the profile bars must not exceed 0.50 in. The above transverse bar width is for each 4 in. of line width. 4.3.2. Type II Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4-in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop-on beads. 4.3.3. Bead Coverage. Provide a uniform distribution of beads across the surface of the stripe for Type I and Type II markings, with 40% to 60% bead embedment. 4.4. Retroreflectivity Requirements. When specified on the plans, Type I markings must meet the following minimum retroreflectivity values for edgeline markings, centerline or no passing barrier -line, and lane lines when measured any time after 3 days, but not later than 10 days after application:  White markings: 250 millicandelas per square meter per lux (mcd/m2/lx)  Yellow markings: 175 mcd/m2/lx 4.5. Retroreflectivity Measurements. Use a mobile retroreflectometer for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft. of pavement markings, unless otherwise shown on the plans. For Contracts with less than 200,000 ft. of pavement markings or Contracts with callout work, mobile or portable retroreflectometers may be used at the Contractor’s discretion. 4.5.1. Mobile Retroreflectometer Measurements. Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved. Take measurements on each section of roadway for each se ries of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification, “Mobile Retroreflectivity Data Collection for Pavement Markings,” unless otherwise approved. The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy. Use all equipment in accordance with the manufacturer’s recommendations and directions. Inform the Engineer at least 24 hr. before taking any measurements. A marking meets the retroreflectivity requirements if:  the combined average retroreflectivity measurement for a one-mile segment meets the minimum retroreflectivity values specified, and  no more than 30% of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one-mile segment. 666 825 The Engineer may accept failing one-mile segments if no more than 20% of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value. The one-mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken; each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes (either solid or broken) will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking if the marking fails retroreflectivity requirements. Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.2. Portable Retroreflectometer Measurements. Take a minimum of 20 measurements for each 1-mi. section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and direction of traffic flow when using a portable reflectometer. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). The spacing between each measurement must be at least 100 ft. The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results. The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fails. Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings. Restripe again at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.3. Traffic Control. Provide traffic control, as required, when taking retroreflectivity measurements after marking application. On low volume roadways (as defined on the plans), refer to the figure, “Temporary Road Closure” in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements. For all other roadways, the minimum traffic control requirements will be as shown on the Traffic Control Plan (TCP) standard sheets TCP (3-1) and TCP (3-2). The lead vehicle will not be required on divided highways. The TCP and traffic control devices must meet the requirements listed in Item 502, “Barricades, Signs, and Traffic Handling.” Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.6. Performance Period. All markings must meet the requirements of this specification for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor’s expense. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 5. MEASUREMENT This Item will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. Each stripe will be measured separately. 666 826 This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. Acrylic or epoxy sealer, or Type II markings when used as a sealer for Type I markings, will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Pavement Sealer” of the size specified, “Retroreflectorized Pavement Markings” of the type and color specified and the shape, width, size, and thickness specified as applicable, “Retroreflectorized Pavement Markings with Retroreflective Requirements” of the types, colors, sizes, widths, and thicknesses specified or “Retroreflectorized Profile Pavement Markings” of the various types, colors, shapes, sizes, and widths specified. This price is full compensation for application of pavement markings, materials, equipment, labor, tools, and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old, where no stripe exists, will be paid for under Item 678, “Pavement Surface Preparation for Markings.” Surface preparation of all other asphalt and old concrete pavement, except for sealing, will not be paid for directly but is subsidiary to this Item. Work zone pavement markings (Type II, paint and beads) used as a sealer for Type I markings (thermoplastic) will be paid for under Item 662, “Work Zone Pavement Markings.” If the Engineer requires that markings be placed in inclement weather, repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. 672 829 Item 672 Raised Pavement Markers 1. DESCRIPTION Furnish and install raised pavement markers (RPMs). 2. MATERIALS 2.1. Markers. Furnish RPMs in accordance with the following Department Material Specifications:  Reflectorized Pavement Markers. DMS-4200, “Pavement Markers (Reflectorized),” types I-A, I-C, I-R, II-A-A, and II-C- R.  Traffic Buttons. DMS-4300, “Traffic Buttons,” types I-A, I-C, I-R, II-A-A, II-C- R, W, Y and B. Round or oval unless otherwise specified on the plans.  Plowable Reflectorized Pavement Markers. DMS-4210, “Snowplowable Pavement Markers,” types I-A, I-C, I-R, II-A-A, and II-C- R. The following are descriptions for each type of RPM:  Type I-A. The approach face must retro-reflect amber light. The body, other than the retro-reflective face, must be yellow.  Type I-C. The approach face must retro-reflect white light. The body, other than the retro-reflective face, must be white or silver-white.  Type I-R. The trailing face must retro-reflect red light. The body, other than the retro-reflective face, must be white or silver-white, except for I-R plowable markers which may be black.  Type II-A-A. The 2 retro-reflective faces (approach and trailing) must retro-reflect amber light. The body, other than the retro-reflective faces, must be yellow.  Type II-C-R. Contain 2 retro-reflective faces with an approach face that must retro-reflect white light and a trailing face that must retro-reflect red light. The body, other than the retro-reflective faces, must be white or silver-white.  Type W. Must have a white body and no reflective faces.  Type Y. Must have a yellow body and no reflective faces.  Type B. Must have a black body and no reflective faces. 2.2. Adhesives. Furnish adhesives that conform to the following requirements:  DMS-6100, “Epoxies and Adhesives,” Type II—Traffic Marker Adhesives.  DMS-6130, “Bituminous Adhesive for Pavement Markers.”  The Contractor may propose alternate adhesive materials for consideration and approval. 2.3. Sampling. The Engineer will sample in accordance with Tex-729-I. 3. CONSTRUCTION Remove existing RPMs in accordance with Item 677, “Eliminating Existing Pavement Markings and Markers,” except for measurement and payment. Furnish RPMs for each class from the same manufacturer. Prepare all surfaces in accordance with Item 678, “Pavement Surface Preparation for Markings,” when shown on the plans. Ensure the bond surfaces are free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement markings, and any other material that would adversely affect the adhesive bond. 672 830 Establish pavement marking guides to mark the lateral location of RPMs as shown on the plans and as directed. Do not make permanent marks on the roadway for the guides. Place RPMs in proper alignment with the guides. Acceptable placement deviations are shown on the plans. Remove RPMs placed out of alignment or sequence, as shown on the plans or stated in this specification, at Contractor’s expense, in accordance with Item 677, “Eliminating Existing Pavement Markings and Markers” (except for measurement and payment). Use the following adhesive materials for placement of reflectorized pavement markers, and traffic buttons unless otherwise shown on the plans:  standard or flexible bituminous adhesive for applications on bituminous pavements, and  epoxy adhesive or flexible bituminous adhesive for applications on hydraulic cement concrete pavements. Use epoxy adhesive for plowable reflectorized pavement markers. Apply enough adhesives to:  ensure that 100% of the bonding area of RPMs is in contact with the adhesive, and  ensure that RPMs, except for plowable markers, are seated on a continuous layer of adhesive and not in contact with the pavement surface. Apply adhesives in accordance with manufacturer’s recommendations unless otherwise required by this Article. Apply bituminous adhesive only when pavement temperature and RPM temperature are 40°F or higher. Do not heat bituminous adhesive above 400°F. Machine agitate bituminous adhesive continuously before application to ensure even heat distribution. Machine-mix epoxy adhesive. Apply epoxy adhesive only when pavement temperature is 50°F or higher. Furnish RPMs free of rust, scale, dirt, oil, grease, moisture, and contaminants that might adversely affect the adhesive bond. Place RPMs immediately after the adhesive is applied and ensure proper bonding. Do not use adhesives or any other material that impairs the functional retro-reflectivity of the RPMs. Provide a 30-day performance period that begins the day following written acceptance for each separate location. The date of written acceptance will be the last calendar day of each month for the RPMs installed that month for the completed separate project locations. This written acceptance does not constitute final acceptance. Replace all missing, broken or non-reflective RPMs. Visual evaluations will be used for these determinations. Upon request, the Engineer will allow a Contractor representative to accompany the Engineer on these evaluations. The Engineer may exclude RPMs from the replacement provisions of the performance, provided the Engineer determines the failure is a result of causes other than defective material or inadequate installation procedures. Examples of outside causes are extreme wear at intersections, damage by snow or ice removal, and pavement failure. Replace all missing or non-reflective RPMs identified during the performance period within 30 days after notification. The end of the performance period does not relieve the Contractor from the performance deficiencies requiring corrective action identified during the performance period. 672 831 4. MEASUREMENT This Item will be measured by each RPM. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Reflectorized Pavement Marker,” “Traffic Button,” or “Plowable Reflectorized Pavement Marker” of the types specified. This price is full compensation for removing existing markers; furnishing and installing RPMs; and materials, equipment, labor, tools, and incidentals. No additional payment will be made for replacement of RPMs failing to meet the performance requirements. This page intentionally left blank. 677 832 Item 677 Eliminating Existing Pavement Markings and Markers 1. DESCRIPTION Eliminate existing pavement markings and raised pavement markers (RPMs). 2. MATERIALS Furnish surface treatment materials in accordance with the following Items:  Item 300, “Asphalts, Oils, and Emulsions”  Item 302, “Aggregates for Surface Treatments”  Item 316, “Seal Coat” Use approved patching materials for repairing damaged surfaces. Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. 4. CONSTRUCTION Eliminate existing pavement markings and markers on both concrete and asphaltic surfaces in such a manner that color and texture contrast of the pavement surface will be held to a minimum. Remove all markings and markers with minimal damage to the roadway to the satisfaction of the Engineer. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 1/4 in. deep resulting from the removal of pavement markings and markers. Dispose of markers in accordance with federal, state, and local regulations. Use any of the following methods unless otherwise shown on the plans: 4.1. Surface Treatment Method. Apply surface treatment material at rates shown on the plans, or as directed. Place a surface treatment a minimum of 2 ft. wide to cover the existing marking. Place a surface treatment, thin overlay, or microsurfacing a minimum of one lane in width in areas where directional changes of traffic are involved or other areas as directed. 4.2. Burn Method. Use an approved burning method. For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material before blast cleaning. When using heat, avoid spalling pavement surfaces. Sweeping or light blast cleaning may be used to remove minor residue. 4.3. Blasting Method. Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water-injected abrasive blasting, or brush blasting as approved. Remove pavement markings on concrete surfaces by a blasting method. 4.4. Mechanical Method. Use any mechanical method except grinding. Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 677 833 5. MEASUREMENT This Item will be measured by each word, symbol, or shape eliminated; by the foot of marking eliminated; or by any other unit shown on the plans. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Eliminating Existing Pavement Markings and Markers” of the type and width as applicable. This price is full compensation for the elimination method used and materials, equipment, tools, labor, and incidentals. Removal of RPMs will not be paid for directly but will be subsidiary to the pertinent bid items. 678 834 Item 678 Pavement Surface Preparation for Markings 1. DESCRIPTION Prepare pavement surface areas before placement of pavement markings and raised pavement markers (RPMs). Item 677, “Eliminating Existing Pavement Markings and Markers,” governs removal of existing markings. 2. MATERIALS Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water, when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. 4. CONSTRUCTION Prepare enough pavement surface for the pavement markings or RPMs shown on the plans. Remove all contamination and loose material. Avoid damaging the pavement surface. Remove loose and flaking material when existing pavement markings are present. Approved pavement surface preparation methods are sweeping, air blasting, flail milling, and blast cleaning unless otherwise specified on the plans. Air blast concrete pavement surfaces, in addition to the above, after the removal of contamination or existing material and just before placing the stripe. Perform air blasting with a compressor capable of generating compressed air at a minimum of 150 cu. ft. per minute and 100 psi using 5/16 in. or larger hosing. Contaminants up to 0.5 sq. in. may remain if they are not removed by the following test, performed just before application of markings:  Step 1. Air blast the surface to be tested, to simulate blasting during application of markings.  Step 2. Firmly press a 10-in. long, 2-in. wide strip of monofilament tape onto the surface, leaving approximately 2 in. free.  Step 3. Grasp the free end and remove the tape with a sharp pull. 5. MEASUREMENT This Item will be measured by the foot for each width specified; by each word, shape, or symbol; or by any other unit except lump sum. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. 678 835 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Pavement Surface Preparation for Markings” of the type and width as applicable. This price is full compensation for the cleaning method used, materials, equipment, labor, tools, and incidentals. UNDERGROUND INTERCONNECT REQUIREMENTS CONDUIT, GROUND BOXES, AND INSTALLATION PROCEDURES 1 CONDUIT 1.1 Description 1.1.1 This item shall govern for the furnishing and placing of conduit of the types and sizes indicated on the plans, including ground boxes, fittings, expansion joints, attachments and incidentals. 1.1.2 Unless otherwise shown on the Plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the plans. 1.1.3 The Contractor may, at his own expense, use conduit of larger size than specified on the Plans providing that the larger size is used for the entire length of conduit run. 1.2 Materials 1.2.1 All conduit and fittings shall meet the requirements of the National Electrical Code and shall be listed by Underwriters Laboratories, and shall be marked in accordance with the applicable requirements of the NEC. 1.2.2 Ground boxes, expansion joints and conduit fittings shall be fabricated from a material similar to the connecting conduit unless indicated otherwise on the plans and shall be listed by Underwriters Laboratories. 1.2.3 Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. When tested in accordance with ASTM designation: A 90 zinc coating shall be a minimum of 1.5 ounces per square foot. Electrical metallic tubing and intermediate metal conduit shall be steel, hot-dipped galvanized on the outside and protected on the inside with a suitable corrosion resistant material. Fittings shall be rain-tight. Set screw and pressure cast fittings will not be permitted. 1.2.4 Polyvinylchloride and high-density polyethylene conduit shall meet the requirements of NEMA Standard TC-2 and UL 651, and the requirements of NEC for Rigid Nonmetallic Conduit. Unless otherwise noted on the plans, PVC conduit shall be heavy-wall (Schedule 40). 1.2.5 Flexible conduit shall be liquid-tight metal meeting requirements of NEC and shall be UL-listed. Where conduit system is metallic, all lengths of flexible metal conduit shall be fitted with bonding jumpers. 1.3 Construction Methods 1.3.1 The conduit, ground boxes, fittings and incidentals shall be placed in accordance with the lines, grades, details and dimensions shown on the plans, or as directed by the Engineer. Installation of conduit shall be in accordance with the requirements of NEC. Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during the placement of the concrete. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 1.3.2 Where conduit is threaded in the field, a standard conduit cutting die with a 3/4 inch tape per foot shall be used. Conduit placed on structures shall be firmly fastened within 3 feet of each outlet box, ground box or fitting and at other locations as required by the NEC. 1.3.3 When required by the Engineer, immediately prior to installation of conductors or final acceptance, a spherical template having a diameter of not less than 75 percent of the inside diameter of the conduit shall be drawn through the conduit to insure that the conduit is free from obstruction; then all conduit ends shall be closed using permanent type caps. 1.3.4 Conduit terminating in controller cabinet shall extend vertically, approximately two inches above the concrete foundation. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 1.3.5 Each length of galvanized rigid metal conduit where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal shall be used on threads of all joints. PVC conduit shall be joined by solvent-weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the Plans. 1.3.6 All conduit and fittings shall have the burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Ends of conduits shall be capped or plugged until starting of wiring. A nylon or non-metal pull tape shall be used in pulling cables and conductors through PVC conduit. Metal tapes will not be permitted in PVC conduit. The conduits shall be placed as shown on the Plans or as directed by the Engineer. 1.3.7 PVC conduit which is to be placed under existing pavement, sidewalks, and driveways shall be placed by first providing a void through which the PVC conduit shall be inserted. The void may be accomplished by either boring or jacking a mandrel. If it is determined by the Engineer that it is impractical to place the conduit as outlined above due to unforeseen obstructions, written permission may be granted by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or boring shall not be closer than two feet to the back of the curb or outside edge of the shoulder unless otherwise directed by the Engineer. The jacking or boring method used shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage any embankment, structure, or pavement. Heavy jacks are to be used for jacking. Boring is to be done by mechanical means providing a maximum one-inch cover cut for the conduit to be placed, and use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Water jetting will not be permitted. Where conduit is to be placed under existing asphaltic pavement, the jacking method is to be used unless written approval is given by the Engineer for placement of conduit by boring. 2 GROUND PULL BOX 2.1 General 2.1.1 The purpose of this specification is to describe a precast concrete, ground (pull) box with cover and extension (if required) for use in underground traffic signal systems. The box shall be used for terminating and beginning conduit runs of various sizes and also for accessibility when pulling signal or interconnect cable. 2.2 Description 2.2.1 This item shall govern the construction, furnishing and installation of precast ground boxes in accordance with locations and details shown on the plans. Unless otherwise noted on plans, ground boxes shall be precast concrete. 2.2.2 The assembly shall consist of box, cover, and extension (if required). The box and extension shall be precast concrete. The cover shall be galvanized steel. The cover shall be fabricated so as to fit properly in a recessed lip for full and stable contact on the box and be secured thereon with at least two stainless steel bolts. The legend "Traffic Signals" shall be integrally cast into the top surface of the cover, and the cover shall be provided with a sturdy, stainless steel drop handle to facilitate removal. 2.2.3 The ground boxes shall have the minimum outside dimensions (LWH) of 19" x 13" x 12". The bottom portion of each will be open, with sturdy flange around the perimeter so that the box seats firmly on the top of extension. A minimum of four knockouts, to accept three inch duct, one on each end and side, shall be provided in each box and extension section. 2.3 Materials 2.3.1 Concrete used for constructing the precast concrete ground boxes shall be Class A conforming to the requirements of the Standard Specifications for Public Works Construction North Central Texas, "Concrete For Structures". Reinforcing steel used in the construction of the ground boxes shall conform to the requirements of the "Steel Reinforcement". 2.4 Construction Methods 2.4.1 The construction and installation of the ground boxes shall be carried out in compliance with the requirements herein stated and in conformity with the details shown on the plans. Upon completion of the work, each installation shall present a neat and workmanlike finished appearance. 3 MEASUREMENT AND PAYMENT 3.1 Ground Boxes A. Measurement. Ground boxes will be measured per each unit. Materials required and used in installation, such as bedding gravel, will not be measured directly, but will be considered subsidiary to the Item "Ground Boxes". B. Payment. Ground boxes, provided and installed in place as shown on the Plans will be paid for at the unit price bid specified in the bid item list. Said prices shall be full compensation for furnishing and installing and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 3.2 Conduit A. Measurement. Conduit of the respective sizes and material type specified on the Plans, will be measured per lineal foot. Materials required and used in installation, such as couplings and connecting hardware, will not be measured directly, but will be considered subsidiary to the Item "Conduit". B. Payment. Conduit, provided and installed in place will be paid for at the unit price bid for respective size and type specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described connecting hardware, for cleaning existing conduit sections (those to be reused) and for all labor, tools, materials, equipment and incidentals necessary to complete the work. MULTIPLE CONDUCTOR AND SINGLE CONDUCTOR TRAFFIC CABLE AND WIRE 1 GENERAL This specification covers polyvinylchloride compound-jacketed polyethylene-insulated multi-conductor cable, and polyvinylchloride compound-insulated single conductor wire, rated 600 volts, for use in signal systems in underground conduit, as aerial cable supported by a messenger or for induction loop detector wire. 2 GENERAL CONSTRUCTION Cable under this specification shall be composed of uncoated copper conductors individually insulated with heat stabilized polyethylene (multi conductor) or with polyvinylchloride compound (single conductor) as specified herein. Multiple insulated conductors shall be laid up in a compact form, bound with suitable tape, and jacketed with polyvinylchloride compound. 3 CONDUCTORS 3.1 The copper conductors shall, before insulating, conform to the requirements of ASTM Designation B-3, latest revision for soft annealed copper wire, and ASTM B-8 for concentric lay, stranded copper wire. 3.2 The conductors shall be stranded unless otherwise specified in the plans and specifications. 3.3 The number and size of the conductors shall be as specified in the plans and specifications. 4 INSULATION 4.1 Multi-Conductor Cable The insulating compound before application to the conductors shall be heat-stabilized polyethylene conforming to the requirements of ASTM Designation Dl 248, 63T, Type 1, Class B, Grade 4. The insulation shall be applied concentrically about the conductor. Insulation after the application to the conductors shall meet the following requirements when tested in accordance with the procedures given in ASTM Designation Dl 351, latest revision, and ASTM Designation D470, latest revision. Physical Properties of Polyethylene Insulation a. Initial Properties: Tensile strength, lbs. per sq. in., minimum Elongation at rupture, percent, minimum 1400 350 b. After 48 hours in air oven at 100˚C: Tensile strength, lbs. per sq. in., minimum Elongation at rupture, percent of original, minimum 75 75 c. Cold Bend Test, 1 hour at -55˚C; plus or minus 1 degree no cracks (Mandrel diameter 2.5 times insulation diameter). 4.2 The nominal thickness of the insulation shall be not less than that specified in Table 1. The minimum thickness of the insulation shall be not less than 90 percent of the nominal value. 4.3 Moisture Absorption A. After a twenty-four hour immersion in tap water at 50˚C plus or minus 1˚C, the specific indicative capacity of the insulation shall be not more than 2.5. After a continued fourteen day immersion, the specific inductive capacity shall be not more than 1.5 percent higher than the value determined at the end of the first day, nor more than 1.0 percent higher than at the end of the seventh day. B. The moisture absorption tests shall be conducted in accordance with methods specified in IPCEA S-61-402, NEMA WC5, latest revision. 4.4 Electrical Properties A. Dielectric Strength Each processed length of insulated conductor before cabling shall withstand the test voltage specified in Table 1 for a period of 5 minutes after immersion in water for not less than 6 hours and while still immersed. B. Insulation Resistance Each processed length of insulated conductor, after withstanding the Dielectric Strength Test, and while still immersed, shall comply with the insulation resistance requirements of Table I. C. The Dielectric Strength and Insulation resistance Tests shall be conducted in accordance with the requirements of ASTM Designation D470, latest revision. TABLE I INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE Conductor Size AWG Insulation Thickness Inches Test Voltage Insulation Resistance at 60˚F. Megohms - 1000 Feet 20 .025 2500 15,000 19 .025 2500 15,000 18 .025 2500 15,000 17 .025 2500 15,000 16 .025 2500 14,800 15 .025 2500 13,700 14 .025 2500 12,600 13 .030 3000 13,200 12 .030 3000 12,100 11 .030 3000 11,000 10 .030 3000 10,100 9 .030 3000 9,200 8 .030 3000 8,300 4.5 Single Conductor Cable The insulation shall be tough, durable, stabilized polyvinylchloride compound meeting the requirements of Underwriter's Laboratories Type THW. 4.6 The physical characteristics of the insulation shall be as given in Table II. Tests of these characteristics shall be made in accordance with ASTM designation D-470, latest revision. TABLE II INSULATION THICKNESS, TEST VOLTAGE AND INSULATION RESISTANCE a. Initial Properties: Tensile strength, lbs. per sq. inch, min. Elongation, percent, min. 2300 250 b. After 120 hours in Air Oven at 100˚C: Tensile strength, percent of original, min. Elongation at rupture, percent of original, min. 85 60 c. Cold Bend Test. 1 Hour at -55˚C, no cracks (Mandrel Diameter 2.5 times covering diameter) d. Flame Test, self-extinguishing in minutes, max. 1 4.7 Thickness, Diameters and Weights A. The completed conductor shall conform to the requirements of Table III. B. The thickness of the insulation shall be not less than 90% of the nominal value in Table III. C. The minimum spot thickness shall be not less than 70% of the nominal thickness. TABLE III Conductor Size AWG Nominal Thickness of Covering Approx. O.D. Inches Approx. Weight Lbs/M Ft. 4 .045” .300 131 6 .045” .260 85 8 .045” .220 56 10 .030” .174 34 12 .030” .140 23 5 CONDUCTOR COLOR CODING 5.1 Multi-Conductor Cable Standard color coding for cables shall be in accordance with Table IV. When permitted by the purchaser, the conductor coding may be numerals and words printed on the conductor insulation. Base colors shall be obtained by the use of colored insulation. Tracers shall be colored stripes or bands which are part of, or firmly adhered to, the surface of the insulation in such a manner as to afford distinctive circuit coding throughout the length of each wire. Tracers may be in continuous or broken lines, such as a series of dots or dashes, and shall be applied longitudinally, angularly, spirally or in other distinctive patterns. TABLE I CONDUCTOR COLORS AND SEQUENCE Conductor No. Base Color Fist Tracer 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 5.2 The color sequence may be repeated as necessary. Color code sequence applies when cable is composed of mixed sizes. 5.3 Special color coding, when specified in unpaired conductor cables, shall consist of black for all conductors except that one conductor shall be identifiable conductor in each layer. 5.4 For combination cables consisting of pairs with single conductors, color code sequence given in Table IV, shall be used for pairs, repeated as necessary. 5.5 Single Conductor Cable Black covering shall be used for signal and power circuit positive. White covering shall be used for signal and power circuit common. Red covering shall be used for detector positive. Blue covering shall be used for detector circuit common. Covering colors shall be obtained by use of colored polyvinylchloride. 6 CONDUCTOR ASSEMBLY (MULTI-CONDUCTOR CABLE) 6.1 Two-Conductor Cable A. Two-conductor cables shall have a maximum length of lay not more than 30 times the installed conductor diameters. B. Two-conductor cables shall be of the round, twisted type. C. Fillers shall be used where necessary to form a two-conductor round twisted cable. 6.2 Multi-Conductor Cables Having More Than Two Conductors A. In multi-conductor cables having more than two conductors, the single conductors shall be laid up symmetrically in layers with lay not exceeding the following: Number of Conductors Maximum Length of Lay 3 35 times insulated conductor diameter 4 40 times insulated conductor diameter 5 or more 15 times assembled core diameter B. Each layer of conductors in the cable shall be laid in a direction opposite to that of adjacent layers. When permitted by the purchaser, unidirectional lay may be used. The outer layer shall be left-hand lay. 6.3 Fillers shall be used, where necessary, to secure a uniform assembly of conductors of a firm, compact cylindrical core. Fillers shall be of a non¬metallic moisture-resistant material which has no injurious effect on adjacent components. 6.4 The conductor assembly shall be covered with a spiral wrapping of a moisture-resistant tape applied so as to lap at least 10 percent of its width. 7 JACKET (MULTI-CONDUCTOR CABLE) 7.1 Over the taped conductor assembly there shall be applied a tightly fitting polyvinylchloride compound jacket which shall meet the following requirements when tested in accordance with ASTM Designation D¬1047, latest revision. PHYSICAL PROPERTIES OF POLYVINYL CHLORIDE JACKET a. Initial Properties: Tensile strength, lbs. per sq. inch, min. Elongation at rupture percent, min. 1800 250 b. After 5 days in air oven at 100˚C: Tensile strength percent of original, min. Elongation at rupture percent of original, min. 85 60 c. Head Shock Test, Air Oven, 1 hour at 121˚C: no cracks d. Heat Distortion Test, Air Oven, 1 hour at 121˚C: Decrease in thickness, percent, max. 50 e. Cold Bend Test, 1 hour at -40˚C: no cracks f. Flame Test, minutes burning, max. 1 g. After 4 hours in ASTM No. 2 oil at 70˚C: Tensile Strength, percent of original, min. Elongation at rupture, percent of original, min. 80 60 7.2 The nominal thickness of the jacket shall be as specified in Table V. The average thickness shall be not less than 90% of the specified thickness. The minimum thickness shall be not less than 70% of the nominal thickness. TABLE V Calculated Diameter of Cable Under Jacket, Inches Jacket Thickness 0.425 and less 45 0.426 - 0.700 60 0.701 - 1.500 80 1.501 - 2.500 110 2.501 and larger 140 8 IDENTIFICATION 8.1 Each shipping length of multi-conductor cable shall have a tape showing the name of the manufacturer and the year in which the cable is manufactured, placed over or under the tape covering the conductor assembly before the application of outer coverings. As an alternate method of identification, the above information may be applied to the outer surface of the jacket. 8.2 Each shipping length of single conductor shall have indented printing on a tape or other permanent identification showing the name of the manufacturer and the year in which the conductor is manufactured. 9 SAMPLING, INSPECTING AND ACCEPTANCE 9.1 Inspection and tests shall be made prior to shipment and at the place of manufacture. 9.2 The Contractor shall furnish the Engineer in suitable form, a certified report of the tests made on the cable to show compliance with this specification. 9.3 Tests on Entire Cable - The individual conductors of each length of completed cable shall meet the voltage and insulation resistance requirements of Section 4, except that the final electrical test on multiple conductor cables may be made without immersion in water. Each conductor of a multiple conductor cable shall be tested against all other conductors and shield if present. 9.4 Sample Tests - One sample for establishing conformity to this specification shall be taken from each 10,000 feet or fraction thereof, of each type and size of cable except that for the physical dimensions and the visual inspection a sample shall be taken from each reel. In case that these samples fail to meet the requirements of this specification, two additional samples shall be selected from new cable lengths and the lot shall be accepted if retests are both satisfactory. However, in case of any failure on the retest, the lot shall be rejected. 10 PACKING AND MARKING FOR SHIPMENT Reels for multi-conductor cable shall be substantially constructed and in good condition. The cables shall be suitably protected. Each end of the cable shall be available for testing, properly sealed, and protected against injury. Each reel shall be plainly and permanently marked with manufacturer's full description of the cable, giving the length of the cable on the reel, the number of conductors in the cable and the date of shipment from the factory. 11 INSTALLATION OF CABLE 11.1 General 11.1.1 The cables shall be installed in the conduit. The conduit must be continuous, reasonably dry, completely free of debris, and without any sharp projections, edges, or short bends. The conductors shall be installed in such manner and by such methods as to insure against harmful stretching of the conductor or damage to the insulation and shall conform to the recommendations of the cable manufacturer. The Contractor shall furnish, at the request of the Engineer, at least two copies of the manufacturer's recommendations, including methods of attaching pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. 11.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. 11.1.3 In many instances, existing conduits which contain signal cable are to be used for the installation of new cables. In such locations, the existing cable(s) may be used to pull in the new cables. Should the Contractor desire to install new cables without removing the existing cables, the new installation shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of replacement of defective cables. 11.1.4 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Engineer, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables but shall be one of several commercially available wire pulling compounds that are suitable for these kinds of cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 11.1.5 The cables shall be neatly trained to their destinations in manholes, cabinets, pole bases, pullboxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. These limits do not apply to conduit bends, sheaves or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. 11.2 Wire and Cable 11.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the plans. 11.3 Terminals and Splices 11.3.1 Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with soldered terminals that meet the requirements of the National Electrical Code. 11.3.2 Unless otherwise called for in the plans, splices will be permitted in the wires of signal conductors only in the base of each signal pole at terminal points called for in the plans. If lead-in conductors from detectors to controller are of different type than the detector leads, a water-tight splice, acceptable to the Engineer, may be made in ground box adjacent to the detector location. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be water tight. Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this, use proper care to insure against nicking the conductors. The connector shall be soldered. Heat shall be applied by the use of hot solder. Heating the connection with a direct flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning outside jacket in order to remove the wax finish. Before the first layer of tape i s wrapped, the entire area shall be coated with an electric grade rubber cement. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape requires a pressure and thus must be stretched to 2/3 width when applied. The completed splice shall be covered with a half- lap layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape shall not be stretched more than necessary. 11.3.3 Splices in communication cables shall include the shield. Splices between cable pairs shall be made with Scotchlock solderless connectors designed for this specific application. The completed splice shall be insulated with a re-enterable plastic splice case. Splices at points other than those shown on the plans may be made only with the written permission of the Engineer. 11.3.4 The Engineer shall select at random at least 5 splices to be thoroughly inspected. The Contractor shall, in the presence of the Engineer, sectionalize the splice to expose the various layers of materials and the connector. The splice shall be thoroughly checked for compliance to these special provisions. The splice shall then be remade by the Contractor. This work shall not require extra payment, but is considered subsidiary to other items in the contract. All of the splices selected for this inspection shall conform to the requirement of these special provisions. If any splices fail to meet these requirements, ten (10) more splices shall be selected to random by the Engineer for inspection. 11.4 Enclosed Wiring 11.4.1 Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire above the ground surface shall be enclosed in approved metal conduit up to but no closer than one foot of the lowest power conductor. The power entrance to the controller may be made through underground polyvinyl- chloride conduit. 12 GROUNDING AND BONDING 12.1 Grounding Connectors and Electrodes 12.1.1 The grounding conductor shall be a No. 8 A.W.G. stranded copper wire. The conductor shall be bonded to ground rods. Ground rod electrodes shall be copper-bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 8 A.W.G. copper wire. Connections to underground metallic conduit shall not be considered sufficient for grounding requirements. Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 13 MEASUREMENT AND PAYMENT Single and multi-conductor cable, installed and in place, and of the size and number of conductors specified on the Plans, will be paid for at the unit prices bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing cable with proper grounding, and for all labor, tools, materials, equipment and incidentals necessary to complete the work. 14 GUARANTY If it is the normal trade practice for the manufacturer to furnish a guaranty for the work provided herein, the Contractor shall turn this guaranty over to the Engineer for potential dealing with the guarantor. The extent of such guaranty will not be a factor in selecting the successful bidder. This page intentionally left blank. POWER SERVICE AND SERVICE EQUIPMENT/ GENERAL SYSTEM WIRING PROCEDURES 1 POWER SERVICE AND SERVICE EQUIPMENT 1.1 Power Service Connection 1.1.1 The Contractor shall make all arrangements for connection to the power service, shall obtain meter and meter socket from the Power Company when they are required and install them in accordance with the Plans, and shall furnish and install all other materials necessary to make the power connection which are not furnished by the Power Company. Coordination with the correct service provider and/or TXU for all service related issues will be the requirement of the Contractor. 1.1.2 Unless otherwise called for in the Plans, the power connection shall be made to a 115- 125 volt, single-phase, 60 cycle A.C. supply. The wire used for the power connection shall be a minimum size as indicated on the Plans and shall be insulated for six hundred (600) volts. The common wire shall be white-coded and the power positive shall be black-coded. 1.1.3 The Contractor shall coordinate with the City of Coppell's Building Inspection Department for permitting issues related to electrical connections. A 'No Cost' permit will be required for this service. Please call 972/304-3500 to make the necessary arrangements. 1.2 Power Service Equipment Requirements Power service equipment shall meet the following requirements: (a) Lightning arrestor will be required. It shall be of the valve type, 0-650 volt with bracket for cabinet mounting and shall be connected between hot leg and ground, per drawing in Plans. (b) Circuit breakers will be required. They shall be 125 Ampere Frame, single pole, 120 volt, 5000 IAS meeting Federal Specification W -C-375A, installed as shown on the appropriate TxDOT detail sheets. (c) All miscellaneous hardware, i.e., conduit, conductors, pedestal cabinet and weatherhead, shall be installed as shown on the appropriate TxDOT detail sheets. Conductors shall be of the size indicated and be type THW meeting applicable ASTM specifications. 1.2.1 Power service shall be provided by underground service with pedestal service type PS, as indicated on TxDOT standard detail ED (8)-03 or approved equal. 2 SYSTEM WIRING METHODS 2.1 Splices Unless otherwise called for in the Plans, splices will be permitted in the wires of signal conductors only in the transformer base or handhold of each signal pole at terminal points called for on the Plans. Splices at points other than as stated above may be made only with the written permission of the Engineer. All splices shall be watertight. 2.2 Terminals Except for controllers, the ends of all wires which are to be attached to terminal posts shall be provided with solderless terminals that meet the requirements of the National Electrical Code. 2.3 Wire and Cable All wire and cable shall conform to the requirements shown on the Plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the Plans. 2.4 Enclosed Wiring Except for span wire suspended cables and electrical wiring within steel signal poles, all cables and single conductor wire within twenty-one (21) feet above the ground surface shall be enclosed in approved metal conduit. Power-tap lines carried down poles shall be placed in metal conduit. The power entrance to the controller shall be made through underground polyvinylchloride conduit only. 3 MEASUREMENT AND PAYMENT 3.1 Wire and cable referred to in Section 1.0 is covered by other parts of this specification. Payment for wire and cable is per respective items in the bid item list. 3.2 Power Service A. Measurement. The power service will be measured per each unit. Materials required in installation, such as lightning arrestor, circuit breaker, enclosure, foundation, and incidentals will not be paid for directly, but will be considered subsidiary to the Item "Power Service Pedestal and Equipment". B. Payment. Power service, installed in place, will be paid for at the unit price bid as specified in the bid item list. Said payment shall be full compensation for furnishing and installing, circuit breakers, weatherheads, lightning arrestor and required incidentals and for all labor, tools, equipment, materials and incidentals necessary to complete the work. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY STONE MASONRY (043000) 1 of 2 SECTION 043000 - STONE MASONRY PART 1 - GENERAL 1.1 WORK INCLUDED BY MASONRY CONTRACTOR A. Coordination with Shelter Contractor regarding footings and reinforcing stub-outs on columns for hexagonal shelter. B. Repair existing columns at bridge. 1.2 RELATED WORK A. Concrete work as noted on drawings. 1.3 QUALITY ASSURANCE Installer: Firm with not less than five (5) years successful experience in the required types of stonework. If requested, Contractor or his subcontractor shall submit an experience record with a list of completed projects (including address and phone number of client to contract) to Owner. 1.4 SUBMITTALS A. Hexagonal Shelter Columns. Provide samples of stone cap & veneer. B. Repair Existing Columns at Bridge: Provide sample to match existing. PART 2 – PRODUCTS 2.2 MATERIALS A. Reference drawings for specifications for stone, etc. B. Mortar Mix: Meeting ASTM C270 and as follows: 1. One (1) part Portland Cement. 2. One (1) part Lime Putty. 3. Six (6) Parts approved sand. 4. Clean water free of deleterious amounts of acid, alkalis or organic materials. PART 3 – EXECUTION 3.1 JOB CONDITIONS A. Protect and store stone on dry ground allowing maximum air circulation. Stone to be clean and dry before use. B. Do not place if ambient temperature below 40 degrees F. or above 99 degrees F. in shade or if relative humidity is less than 50%. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY STONE MASONRY (043000) 2 of 2 3.2 INSTALLATION OF STONE A. Arrange stones with color and size variations uniformly dispersed for an evenly blended appearance. B. Maintain uniform joint widths except for variations due to different stone sizes and where minor variations are required to maintain bond alignment, if any. Lay walls with joints not less than 3/8 inch (10mm) at narrowest points nor more than 5/8 inch (16mm) at widest points. C. Space veneer anchors not more than 18 inches (450 mm) o.c. vertically and 32 inches (800 mm) o.c. horizontally, with not less than 1 veneer anchor per 2.67 sq. ft. (0.25 sq. m) of wall area. Install additional veneer anchors within 12 inches (300 mm) of openings, sealant joints, and perimeter at intervals not exceeding 12 inches (300 mm). D. Set stone in full bed of mortar with full head joints, unless otherwise indicated. Build veneer anchors into mortar joints as stone is set. E. Provide 1-inch air space between stone veneer assemblies and backup construction, unless otherwise indicated. Keep air space free of mortar droppings and debris. F. Rake out joints for pointing with mortar to depth of not less than 3/4 inch (19 mm) before setting mortar has hardened. Rake joints to uniform depths with square bottoms and clean sides. 3.3 CLEANING Leave stonework and surrounding areas clean and free of mortar spots and stains. DO NOT CLEAN WITH ACID. END OF SECTION COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY EARTHWORK FOR LANDSCAPE AREAS (31 00 10) 1 of 3 SECTION 31 00 10 - EARTHWORK FOR LANDSCAPE AREAS PART 1 - GENERAL 1.1 DESCRIPTION A. Perform earthwork as shown and specified. The work includes: 1. Site grading and filling to indicated elevations, profiles and contours. B. Related Work. 1. Section 32 91 195 - Finish Grading 1.2 SUBMITTALS A. Provide samples of materials proposed for use. B. Submit reports for testing and inspection of the following: 1. Fill and backfill materials (if imported materials are needed). 1.3 PROJECT CONDITIONS A. Promptly repair damage to adjacent facilities caused by earthwork operations. Cost of repair at Contractor's expense. B. Promptly notify the Landscape Architect of unexpected subsurface conditions. PART 2 - PRODUCTS 2.1 MATERIALS A. Topsoil: Fertile, friable, natural topsoil of sandy loam character, without admixture of subsoil material, obtained from a well-drained, arable site, reasonably free from clay clods, stones, plants, roots and other foreign materials. 1. Provide imported topsoil free of substances harmful to the plants which will be grown in the soil. 2. Topsoil to have the following characteristics: a. pH factor (range of 6 to 8). b. Mechanical analysis (Plastic Index of 7 to 20. Minimum laboratory dry weight at optimum moisture content of 110 lbs./cu.ft.). c. Percentage of organic content. d. Recommendation on type and quantity of additives required to establish satisfactory pH factor and supply of nutrients to bring nutrients to satisfactory level for planting. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY EARTHWORK FOR LANDSCAPE AREAS (31 00 10) 2 of 3 PART 3 - EXECUTION 3.1 PREPARATION A. Establish extent of grading and excavation by area and elevation. Designate and identify datum elevation and project engineering reference points. Set required lines, levels, and elevations. 3.2 EXISTING UTILITIES A. Before starting grading and excavation, establish the location and extent of underground utilities in the work area. Exercise to protect existing utilities during earthwork operations. Perform excavation work near utilities by hand and provide necessary shoring, sheeting, and supports as the work progresses. B. Maintain, protect, relocate, or extend as required existing utility lines to remain which pass through the work area. Pay costs for this work, except as covered by the application utility companies. C. Protect active utility service lines from areas of excavation. Cap, plug, or seal abandoned lines and identify termination points at grade level with markers. D. Accurately locate and record abandoned and active utility lines rerouted or extended on project record documents. 3.3 SITE GRADING A. Perform grading within contract limits, including adjacent transition areas, to new elevation, levels, profiles, and contours indicated. Provide subgrade surfaces parallel to finished surface grades. Provide uniform levels and slopes between new elevation and existing grades. B. Grade surfaces to prevent ponding and pockets of surface drainage. Provide subgrade surfaces free from irregular surface changes and as follows: 1. Rough grading: Plus or minus 0.10 ft. subgrade tolerance. Finish required will be that ordinarily obtained from either blade-grader or scraper operations. 2. Provide subgrade surface free of exposed boulders or stones exceeding 2" in greatest dimension in paved areas, 1" lawn and planting areas. 3. Lawn areas: Allow 6" average depth of topsoil in all lawn areas. 4. Shrub, Groundcover, and Seasonal Color Beds: Allow 6" average depth of topsoil in all bed areas, prior to installation of bed preparation materials specified under Section 32 92 00. 3.4 EXCAVATING A. Earth excavation shall include the satisfactory removal and disposal of all materials encountered, regardless of the nature of the materials, the condition of the materials at the time they are excavated, or the manner in which they were excavated, except materials classified as rock excavation. 3.5 FILLING, BACKFILLING, AND COMPACTING A. Obtain inspection and approval of subgrade surfaces by Landscape Architect prior to filling operations. Scarify, dry, and compact soft and wet areas; remove and replace unsuitable COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY EARTHWORK FOR LANDSCAPE AREAS (31 00 10) 3 of 3 subgrade materials with an approved compacted fill material. Take corrective measures before placing fill materials. B. Spread approved fill material uniformly in layers not greater than 8" of loose thickness over entire fill area. 1. Lift thickness requirements may be modified by Landscape Architect to suit equipment and materials or other condition when required to assure satisfactory compaction. 2. Moisture condition fill material by aerating or watering and thoroughly mix material to obtain moisture content permitting proper compaction. 3. Place and compact each layer of fill to indicated density before placing additional fill material. Repeat filling until proposed grade, profile, or contour is attained. 4. Suspend fill operations when satisfactory results cannot be obtained because of environmental or other unsatisfactory site conditions. Do not use muddy fill materials. Do not place fill material on muddy subgrade surface. 5. Maintain surface conditions which permit adequate drainage of rain water and prevent ponding of surface water in pockets. When fill placement is interrupted by rain, remove wet surface materials or permit to dry before placing additional fill material. C. Fill all areas of settlement to proper grade before subsequent construction operations are performed. D. Compaction: 1. Provide compaction control for all fill and backfill. 2. Compact top 6" of subgrade and each layer of fill material at lawns and unpaved areas to 90% of maximum dry density at optimum moisture content in accordance with ASTM D698. 3. Water settling, puddling, and jetting of fill and backfill materials as a compaction method are not acceptable. 4. Maintain moisture content of materials, during compaction operations within required moisture range to obtain indicated compaction density. 5. Provide adequate equipment to achieve consistent and uniform compaction to fill and backfill materials. 3.6 FINISH GRADING A. Refer to Section 32 91 19 - Finish Grading for specification. B. Maintenance: 1. Protect finish graded areas from traffic and erosion. Keep free of trash and debris. Repair and reestablish grades in settled, eroded, and damaged areas. 2. Where existing landscape or completed areas are distributed by construction operations or adverse weather, scarify, reshape, and compact to required density. 3.7 CLEANING A. Upon completion of earthwork operation, clean areas within contract limits, remove tools and equipment. Provide site clear, clean, free of debris, and suitable for site work operations. END OF SECTION This page intentionally left blank. COPPELL STREET RELOCATION - FREEPORT PARKWAY NON-VEHICULAR CONCRETE PAVING (32 13 13) 1 of 3 SECTION 32 13 13 - NON-VEHICULAR CONCRETE PAVING PART 1 - GENERAL 1.1 WORK INCLUDED A. Concrete sidewalks and mowstrips B. Reinforcements 1.2 REFERENCES A. ANSI/ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. B. ASTM A615 - Deformed and Plain Billet-Steel for Concrete Reinforcement. C. ASTM C33 - Concrete Aggregates. D. ASTM C94 - Ready Mixed Concrete. E. ASTM C150 - Portland Cement. F. ASTM C260 - Air-Entraining Admixtures for Concrete. G. FS TT-C-800 - Curing Compound, Concrete, for New and Existing Surfaces. H. All construction to meet minimum standard for municipal publicly accessible pedestrian sidewalks and access ways. 1.3 QUALITY ASSURANCE A. Perform work in accordance with ACI 301. B. Obtain materials from same source throughout. PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150 Normal-Type I or Air Entraining-Type IA or Portland Type, gray color. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.2 FORM MATERIALS A. Conform to ACI 301. B. Wood forms, profiled to suit conditions. C. Joint Filler: ANSI/ASTM D1751, premolded; 3/4" thick. COPPELL STREET RELOCATION - FREEPORT PARKWAY NON-VEHICULAR CONCRETE PAVING (32 13 13) 2 of 3 2.3 REINFORCEMENT A. Reinforcing Steel: ASTM A615; 40 or 60 ksi yield grade; deformed billet steel bars, uncoated finish. B. Tie Wire: Annealed steel, minimum 16 gauge size. C. Dowels: ASTM A615; 40 or 60 ksi yield grade, plain steel, uncoated finish. 2.4 ACCESSORIES A. Curing Compound: FS TT-C-800, Type 1, 30 percent solids. 2.5 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical Admixtures other than those required by ASTM C260 will not be allowed. 2.6 CONCRETE MIX A. Mix concrete in accordance with ASTM C94 and Section 03300. B. Provide concrete with a 28-day compressive strength corresponding to the following schedule: Concrete Sidewalks and Paving - 4000 psi, or per city standard PART 3 - EXECUTION 3.1 INSPECTION A. Verify stabilized subgrade has properly cured and is ready to support paving and imposed loads. B. Verify gradients and elevations of subgrade are correct. C. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Maintain moisture and compaction until pour is accomplished. C. Notify Landscape Architect minimum 24 hours prior to commencement of concreting operations. 3.3 FORMING A. Place and secure forms to correct location, dimension, and profile. B. Assemble formwork to permit easy stripping and dismantling without damaging concrete. C. Place joint fillers vertical in position, in straight lines. Secure to formwork during concrete placement. COPPELL STREET RELOCATION - FREEPORT PARKWAY NON-VEHICULAR CONCRETE PAVING (32 13 13) 3 of 3 3.4 REINFORCEMENT A. Place reinforcing chairs for steel at mid-height of all slabs-on-grade. B. Interrupt deformed bars at expansion joints. Place dowels as detailed. 3.5 FORMED JOINTS A. Doweled expansion joints shall be installed at a maximum of 20'-0" o.c. and/or as detailed on the plans. B. Place joint filler between paving components and building or other appurtenances. Recess top of filler 1" for backer rod and joint sealant. Use Dow Corning 888 or accepted substitute. 3.6 PLACING CONCRETE A. Place concrete in accordance with ACI 301. B. Hot Weather Placement: ACI 301. C. Cold Weather Placement: ACI 301. D. Ensure reinforcement, inserts, embedded parts, and formed joints are not disturbed during concrete placement. Pouring shall be accomplished with the concrete delivery truck located outside the limits of the current pour. E. Construction joints shall be placed at locations coinciding with contraction or expansion joints. Do not break or interrupt successive pours such that cold joints occur. 3.7 FINISHING A. Sidewalks, Trails, etc.: Medium broom, radiused and trowel joint edges. B. Place curing compound on exposed concrete surfaces within 30 minutes after finishing. Apply in accordance with manufacturer's instruction. 3.8 FIELD QUALITY CONTROL A. Shallow ponding determined by the Landscape Architect to be excessive shall be removed and replaced at the Contractor's expense. 3.9 PROTECTION A. Immediately after placement, protect concrete from premature drying, excessive hot or cold temperatures, and mechanical injury. END OF SECTION This page intentionally left blank. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 1 of 9 SECTION 32 80 00 - LANDSCAPE IRRIGATION SYSTEM PART 1 - GENERAL 1.1 GENERAL PROVISIONS Applicable requirements of the General Conditions and other sections of the Project Manual apply to this section. 1.2 SCOPE OF WORK PROVIDED BY CONTRACTOR: Provide a complete and operable lawn sprinkler installation as shown on the plans, including, but not limited to the following items: A. Double-check-valve assemblies and associated equipment B. Valves and fittings C. Pipe and fittings D. Sprinkler heads E. Trenching, installation of system, connection to water source, testing, and backfilling 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Section 02900 - Landscaping B. Section 02920 - Sodding 1.4 APPLICABLE STANDARDS ASTM Sections: D2241 - Poly Vinyl Chloride (PVC) Plastic Pipe (SDR-PR) D2464 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Threaded, Schedule 40 D2466 D2466 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Socket Type, Schedule 40 D2564 - Solvent Cements for Poly Vinyl Chloride (PVC) Plastic Pipe and Fittings STANDARD RECOMMENDED PRACTICE FOR: D2855- Making Solvent-Cemented Joints with Poly Vinyl Chloride (PVC) Pipe and Fittings 1.5 JOB CONDITIONS A. Contractor shall note that rock will be encountered on some areas of the site. Contractor shall examine the site thoroughly. Rock excavation and trenching shall be included as part of the bid. 1.6 GENERAL CONDITIONS SPECIFICALLY FOR LANDSCAPE IRRIGATION A. The Contractor shall report to the Landscape Architect any deviations between the irrigation plan, specifications, and the site. Failure to do so prior to the installation of the COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 2 of 9 equipment (which subsequently requires replacement or relocation of the equipment) will result in the work being done at the Contractor's expense. B. All local, municipal, and state laws, ordinances, codes and regulations relating to, or governing of, any portion of this work are hereby incorporated into and made a part of these specifications and will be carried out by the Contractor. The Contractor must carry sufficient insurance coverage, and must be active in irrigation installation for a minimum of 5 years. C. Any permits needed for construction of the work included in this contract, which is required by any legally constituted authority having jurisdiction, shall be obtained by the Contractor. The Contractor shall pay for all costs in connection with any inspections or examinations required by these authorities. The Landscape Architect or Owner's Representative will be notified when these inspections are required. Any necessary work needed to be done by the Contractor as a result of these inspections will be performed at the Contractor's expense. Copies of all permits and inspection reports shall be forwarded to the Owner's Representative. 1.7 GUARANTEE AND MAINTENANCE A. Material and workmanship shall be fully guaranteed for one year after the Date of Substantial Completion; replacement of defective material or repair of work shall be done at no expense to the Owner during the first year, except for repairs or replacements necessitated by damage of any kind not of the Contractor's making. Any reimbursement for repairs must have prior approval of the Owner's Representative. B. Raising and lowering heads to proper height, adjusting arc and radius, filling trenches that have settled, packing the earth firmly around the heads and quick couplers will all be considered part of warranty work and done at no charge to the Owner for one year after acceptance of system. C. The Contractor will extend to the Owner all of the warranties and guarantees provided by the manufacturer on all equipment used. Printed copies of such warranties and guarantees will be provided the Owner with final payment. D. Contractor will provide four (4) copies of service and maintenance manuals on all major items in the installation along with the request for final payment. E. The Contractor shall provide a minimum of three (3) hours of operating instructions to the Owner's designated representative. The Owner's representative will be notified at least one week in advance with a date for such instruction. Demonstrate the proper operation of each and every head, each electric valve, and each controller. F. Maintenance and guarantee as stated above does not include alterations necessitated by relandscaping, addition of trees, regrading, or the addition and changes in walks, walls, driveways, or the like. Further, maintenance does not include trimming grass around heads or any service required due to lack of the Owner's maintenance of lawns and plants. It is also expressly understood that the guarantee and maintenance, after final acceptance, does not cover any mechanical damage (breakage) or any repairs or service needed for causes beyond the control of this Contractor. G. Provide schedule indicating length of time each valve is required to be open to provide determined amount of water. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 3 of 9 1.8 SUBSTITUTIONS Sprinkler material shall be as specified. The sprinkler system has been designed according to the operating characteristics of the specified equipment. Therefore, no substitutions of equipment will be allowed except under provisions of Section 01630. 1.9 RECORD DRAWINGS The Contractor is to provide record drawings on reproducible mylars as provided by the Owner. Information to be included will be the dimensional location of major components from permanent fixed points, such as buildings, walls, corners, sidewalks, curbs, etc. At least two actual measurement dimensions will be shown with a minimum of 75 degrees between the lines of measurement to each major item of the system, such as electric valves, quick couplers, main line shut-off valves, or wire splice boxes, etc. Single dimensions will be shown at appropriate intervals from permanent features to the main line piping and to the wire routing. Dimensions are to be recorded on the drawings so that maintenance personnel can locate and service these items. Since pipe routing shown on the plan is schematic by nature, actual routing shall be clearly indicated on the record drawing. 1.10 DEVIATION FROM PLANS The Irrigation Contractor is cautioned to defend the hydraulics of this system by following the plans and specifications carefully. Particular attention should be given to operating controllers in alternate sequence, by not operating the system until flow controls or section valves have been adjusted to proper operating pressure, by not installing additional tees or elbows unless approved by the Landscape Architect or Owner's representative by following the manufacturer's recommendations for installation of all items, etc. Prior to start of construction, the Contractor will confirm the static water pressure in writing to the Owner's representative. 1.11 SUBMITTALS A. Submit shop drawings and product data under provisions stated elsewhere. B. Include piping layout to water source, list of fittings to be used, control system, and wiring diagrams and data. PART 2 - PRODUCTS 2.1 GENERAL A. "Sprinkler Mains" are that portion of piping from water source to operating valves. This portion of the piping is under constant pressure. B. "Lateral Piping" is that portion of the piping from operating valves to the sprinkler heads. This portion of the piping is under pressure during operation of the system. C. "Quick Coupling Valve Lines" are considered a part of the sprinkler main. 2.2 POLYVINYL CHLORIDE PIPE Polyvinyl chloride pipe (hereinafter referred to as PVC pipe) shall have been manufactured in accordance with the Product Standards as follows: A. Product Standard PS-22-70 shall apply and be the governing authority as applicable to main line piping and shall be SDR-21 (Class 200) specification. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 4 of 9 B. Product Standard PS-22-70 shall apply and be the governing authority, as applicable to PVC lateral piping, shall be per SDR-21 (Class 200) specification. 2 1/2” and smaller main line and lateral line piping will be solvent-weld joints. C. Marking and Identification: All PVC pipe shall be continuously and permanently marked with the following information: manufacturer’s name, pipe size, type of pipe and material, SDR number, Commercial Standard Number and NSF (National Sanitation foundation) Seal. 2.3 PIPE AND FITTINGS A. 2 1/2” and smaller pipe fittings shall be PVC Schedule 40, as manufactured by the LASCO COMPANY, or equal. B. All PVC fittings shall be of the same material as the PVC pipe specified and shall be compatible with the PVC pipe furnished. C. Only solvent recommended by the manufactured of the PVC pipe and the manufacturer of the PVC fittings shall be used. 2.4 DRIP IRRIGATION A. Control zone valves to have pressure regulator and filter per manufacturer’s recommendations. 1. Filter to be 200 mesh and installed in a “Y” body. 2. Pressure Regulator and electric valve shall be “low flow” models made specifically for drip irrigation. B. Inline Emitter Tubing 1. Tubing to have factory installed, pressure compensating, inline emitters installed every 12” on center. Flow rate to be .90 gallons per hour. C. Compression Fittings 1. Provide leak free compression connections. 2. Use flush cap to close off lines. 3. ABS materials with Buna-N rubber seals. D. Maximum distance between headers is 80’-0”. 2.5 WIRE All valve wiring shall be 14 gauge copper single-conductor wire with 4/64´vinyl insulation as approved for direct underground burial in 30 volt AC or less service by the National Electrical Code. Where valve wires from two or more controllers are in the same ditch, wires are to be color coded. This color coding to be noted on record drawings. 2.6 EXPANSION COILS Expansion coils, which are to consist of approximately 10 wraps of wire around 1" pipe, will be provided on each wire approximately every 100 feet. Wires are to be bundled and taped together every 10 feet. Provide expansion coil at each electric valve inside the valve box. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 5 of 9 2.7 WIRE SPLICES All wire splices shall be made with a mechanical connector and water proofed according to the manufacturer’s specifications. The wire splice shall be Spear’s “DRY SPLICE,” 3M “SCOTCH LOCK,” or 3M DBY wire splice. ALL WIRE SPLICES SHALL BE IN VALVE BOXES, AND NO DIRECTLY BURIED OR UNDERGROUND SPLICES WILL BE ACCEPTED. 2.8 MATERIAL LIST A. Refer to drawings for sprinkler data and requirements and other material requirements. Plans and specifications do not show all material required and do not show all installation details necessary for this installation. B. See materials as designated on plans. All materials shall be installed as per the manufacturer’s recommendation and as per the details shown on the plans. C. Provide three (3) No. C075 Quick Coupler Keys with No. 10 Hose Swivels as part of this contract. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Before installation is started, the Contractor shall place a stake where each sprinkler head, quick coupler valve, and electric valves are to be located in accordance with the plans. The staking shall be approved by the Landscape Architect or Owner's representative before the installation is started. Should a discrepancy in the plans become apparent at this time, such discrepancy shall be pointed out to the Landscape Architect or Owner's representative. Work must not proceed until the Owner's representative approves any design changes made necessary by such discrepancy. Should such changes create extra cost to the Contractor, approval for extra compensation shall be obtained in writing from the Owner's representative before commencing work. Should such changes create a savings in cost to the Contractor, a written reduction in the contract price shall be approved by the Owner's representative in writing before commencing work. B. The Contractor is cautioned to provide adequate protection to those using the site. Provide barricades as necessary. C. All material shall be installed in strict accordance to the manufacturer's installation specifications which shall be considered a supplement to these specifications. D. Piping layout indicated is diagrammatic only. Route piping to avoid plants and structures. Provide full and complete coverage. E. Review layout requirements with other effected work. Coordinate locations of sleeves (under paving) to accommodate system. 3.2 EXCAVATION, BACKFILL, AND PROTECTION OF SHRUBBERY, GENERAL A. All excavation in this contract shall be unclassified and is to include earth, loose rock, rock, or any combination thereof, in wet or dry state. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 6 of 9 B. All trenches shall be backfilled with the material removed, except that no rock or debris which can damage the pipe shall be used as backfill. In this case, the special backfill specifications shall take precedence over this general specification. (See 3.7) C. All trench backfill shall be water settled and compacted in order to prevent after-settling. Use only the minimum amount of water necessary to settle ditches. Flooding of ditches without compaction will not be permitted. D. All trenches and adjoining areas shall be hand-raked to finish grade. Remove rocks, excess dirt, and debris from the site. 3.3 PIPE INSTALLATION Note: All pipe is to be inspected prior to the installation. Pay particular attention to mechanical damage resulting from shipment and storage and to defects which occur during extrusion. Such defective pipe shall be removed from the site at the end of each work day. The Owner's representative shall have the option to accept or reject pipe that does not appear to be of good and uniform quality. A. Main Line Piping: Pipe shall be installed in a 4" wide (minimum) trench with a minimum of 18" of cover. B. Lateral Piping: All PVC lateral line piping shall be solvent-weld type. Install in 4-inch wide (minimum) trench deep enough to allow for installation of sprinkler heads and valves, but in no case with less than 12 inches of cover for rotary and/or spray zone laterals. C. PVC Pipe Installation: 1. All lumber, rubbish and large rocks (over 2" diameter) shall be removed from the trenches. Pipe shall have a firm, uniform bearing for the entire length of each pipe line to prevent uneven settlement. Wedging or blocking of pipe will not be permitted. Pad the trenches with sand if the trench is rocky. See 3.7 2. Never lay PVC pipe when there is water in the trench. Never lay PVC pipe when the temperature is 32 degrees F. or below. Pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. 3. All foreign matter or dirt shall be removed from inside of the pipe before welding and piping and shall be kept clean by approved means during and after laying of pipe. 4. Backfilling of Trenches: Because of the expansion and contraction of PVC pipe, backfilling shall be done in the cool part of the day. If this is not possible or practical, water settling of trenches is necessary before and during backfill. Selected fill dirt or sand shall be used if soil condition is rocky or contains large clods. 5. After pipe installation is completed, flush system completely to remove any and all debris from piping prior to installation of adapters and sprinkler heads. 6. Replace and/or repair plant material, structures, and installations by others, damaged by work of this Section. D. PVC Pipe and Fitting Assembly: Contractor shall use only the solvent supplied and recommended by the manufacturer of the PVC pipe to be installed on this project site to make any solvent- welded joints. The pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before applying COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 7 of 9 solvent. PVC pipe and fittings shall be cleaned with PVC primer or sanded with plumber's cloth before solvent welding. The Contractor shall make solvent welds with a non-synthetic bristly brush in the following sequence: 1. Apply an even coat of solvent to the outside of the pipe. Then, apply solvent to the inside of the pipe, making sure that coated area on the pipe is equal to the depth of the fitting socket. 2. Insert pipe quickly into the fitting and turn the pipe approximately 1/4 turn to distribute the solvent and remove air bubbles. Check all tees and ells for correct position; then hold joint for approximately 15 seconds so that pipe does not push out from the fitting. Wipe off any excess solvent with a clean rag. 3. Allow at least fifteen (15) minutes set-up time for each welded joint before moving. 4. On PVC to metal connection, the Contractor shall work the metal connections first. A non-hardening pipe dope such as Permatex #2, or equal, shall be used on all threaded PVC to metal joints, and light wrench pressure is all that should be used. Teflon tape or a liquid Teflon paste can also be used on all threaded PVC to metal joints, and light wrench pressure is all that should be used. 5. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. Teflon tape will be used on threads. 3.4 AUTOMATIC CONTROLLERS A. Automatic controller to be hardwired as specified on drawings. 3.5 ELECTRIC VALVES A. Electric remote valves shall be supplied in accordance with the specifications and sized according to the plan. 1. Valves shall be installed in a level position. Valves shall be installed deep enough so that there will be at least 10" of cover over the valve. 3.6 DRIP IRRIGATION A. Install drip control zone valve in accordance with manufacturer’s recommendations. 1. Set pressure regulator at required pressure. B. Install headers and sub headers. Headers to be PVC Class 200. C. Install flush valves and air relief valves as required by the manufacturer or as shown on the plans. D. Thoroughly flush all headers before drip tubing is installed. E. Tubing to be staked at 4’-0” on center (minimum) along length of tubing. Use “u” pins specifically made for use with drip tubing. 3.7 COPPER PIPE AND FITTINGS ASSEMBLY A. Clean pipe and fittings thoroughly and buff connections with sandpaper to remove residue from pipe. B. Flux pipe and fitting and solder connection using "No-Lead" solder. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 8 of 9 3.8 SPRINKLERS A. General: Provide in accordance with materials list, with nozzling in accordance with Drawings. Change nozzle degree and trajectory if wind conditions affect coverage. Receive approval from the Architect prior to any change. Install heads adjacent to walks and curbs two (4) inches clear of paving. Avoid excess water on walks, walls, fences, etc. B. Lawn Pop-up Heads: Attach sprinklers to lateral piping with flexible PVC and schedule 80 fittings. Use solvent made especially for flexible PVC. Firmly tamp soil around base plate and leave head plumb. Set top of sprinkler ¼” above finish grade. Provide strainer in each head. Refer to drawing details. C. Drip Indicator Heads: Attach sprinklers to lateral piping with flexible PVC and schedule 80 fittings. Use solvent made especially for flexible PVC. Use bottom connection only unless otherwise directed by Architect. Firmly tamp soil around base plate and leave head plumb. Set top of sprinkler ¼” above finish grade. Provide strainer in each head. Refer to drawing details. D. Rotary Heads: Attach to lateral piping with pre-manufactured Lasco swing joint assemblies and schedule 80 PVC. Refer to drawing details. 3.9 QUICK COUPLING VALVES (QCV) A. Provide in accordance with materials list and as detailed on Drawings. Stake with galvanized pipe securely attached to QCV with two stainless steel worm gear clamps. Install with individual shut off valve. QVC and shut off valve to be installed in valve box with purple lid. 3.10 WIRING A. No conduit shall be required for U.F. wire, unless otherwise noted on Drawings. Tuck wire under piping. B. Make wire connections with waterproof non-hardening two-piece connectors according to manufacturer's recommendations. C. Provide a separate wire from controller to each electric valve. Provide a common neutral wire from controller to valves served by a particular controller. D. Provide 24-inch long wire coils at valves. E. Bundle wires together with waterproof electrical tape at ten-foot intervals. 3.11 WEATHER MONITOR A. Exterior Controller: Securely mount sensor on bottom of controller, or if pedestal controllers are specified, mount sensor to the inside of the pedestal using stainless steel nuts, bolts and lock nuts. Secure bulb probe flat against outside of controller with nylon wire strip. Remove bracket usually supplied with unit and reuse bolts. B. Use separate conduit or remote control valve wire conduit for sensor. Do not install in same conduit with 115V power supply. C. Locate as directed by Architect or Landscape Architect. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPE IRRIGATION SYSTEM (32 80 00) 9 of 9 3.12 TESTING A. Notify Architect to review work 48 hours prior to testing pipe and fittings for leaks. B. Test mains for a period of four (4) hours under static pressure. If leaks (or pressure drops) occur, correct defect and repeat test. 3.13 FINAL ADJUSTMENT A. Make final adjustments of sprinkler system prior to Architect's final inspection. B. Flush system by removing nozzles from heads. C. Adjust sprinklers for proper operation and proper alignment for direction of throw. D. Adjust each section for operating pressure and balance to other sections by use of flow adjustment on top of each valve. Correct operating pressure at last head of each section – 45 to 50 psi for rotary heads and 25 to 30 psi for spray heads. E. Adjust nozzling for proper coverage. Prevailing wind conditions or slopes may indicate that arc of angle or trajectory of spray should be other than as shown on drawings. Change nozzles to provide correct coverage. F. Provide all items as required by State of Texas laws and rules and all local codes and ordinances. 3.14 CLEANUP A. Keep premises clean and neat. END OF SECTION This page intentionally left blank. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 1 of 12 SECTION 32 90 00 - LANDSCAPING PART 1 - GENERAL 1.1 GENERAL CONDITIONS The requirements of the "General Conditions of the Agreement" shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.2 WORK INCLUDED Furnish all labor, material, equipment and services necessary to provide all landscape planting, and related items complete in place, as shown on the Drawings and specified, herein. A. Work Specified in this Section: Rock excavation (for tree planting) if required, fine grading, soil preparation, planting, clean-up, and all other miscellaneous items related to landscaping as shown on the drawings. B. Rock excavation for trees is included as part of work. Contractor shall examine existing conditions and geotechnical report to determine if any trees may need rock excavation. If rock is encountered, Contractor to follow procedure for “Tree Hole Water Retention” as outlined under Planting Installation in this section. C. 60-day Maintenance (Plant Establishment) Period: The Landscape Contractor shall provide Landscape Maintenance for a 60-day Period after final acceptance of the landscape and grassing installation. 1.3 RELATED WORK A. Section 32 91 19: Finish Grading for Landscape Areas B. Section 32 80 00: Landscape Irrigation System 1.4 QUALITY ASSURANCE A. Standards: 1. “Grades and Standards” latest edition. Texas Association of Nurserymen Specifications. Austin, Texas 78704. 2. Standardized Plant Names, 1942 Edition, American Joint Committee on Horticulture Nomenclature. 3. American Standards for Nursery Stock, Latest Edition, American Association of Nurserymen. B. Source Quality Control: 1. Submit documentation to Landscape Architect within ten (10) days after award of Contract that all plant material to be supplied by Landscape Contractor is available. Landscape Contractor to submit pay application for stored materials confirming plant materials are being held at the grower’s. Any and all substitutions due to unavailability must be requested in writing prior to confirmation of ordering. All materials shall be subject to inspection by Landscape Architect at any time after confirmation of ordering. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 2 of 12 2. Plants to be supplied by Landscape Contractor shall be subject to inspection and approval of Landscape Architect at place of growth or upon delivery for conformity to Specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. Inspection and tagging of plant material by the Landscape Architect is for design intent only and does not constitute the Landscape Architect's approval of the plant materials in regards to their health and vigor. The health and vigor of the plant material is the sole responsibility of the Contractor. Submit written request for inspection of plant material at place of growth to Landscape Architect. Written request shall state the place of growth and quantity of plants to be inspected. Landscape Architect reserves the right to refuse inspection at this time if, in their judgment, a sufficient quantity of plants is not available for inspection. 3. All plants approved at the nursery by the Landscape Architect shall be tagged with numbered self-locking tags approved by the Landscape Architect and furnished by the contractor. Trees delivered to the site without these tags or with broken tags shall be rejected. 4. Substitutions of plant materials will not be permitted unless authorized in writing by Landscape Architect. If proof is submitted that any plant specified is not obtainable, a proposal will be considered for use of the nearest equivalent size or variety with corresponding adjustment of Contract Price. Such proof shall be substantiated and submitted in writing to Owner at least twenty (20) days prior to start of Work under this Section. These provisions shall not relieve Contractor of the responsibility of obtaining specified materials in advance if special growing conditions or other arrangements must be made in order to supply specified materials. 5. Plants identified as “specimen” shall be approved and tagged at place of growth by Landscape Architect. Photographs shall be submitted for preliminary approval. 6. The Contractor shall submit specifications of any item being used on site upon the request of the Landscape Architect. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery: 1. Deliver packaged materials to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark, and conformance to State Law. 2. Deliver all plants with legible identification labels. a. Label trees, evergreens, bundles of containers of like shrubs, or groundcover plants. b. State correct plant name and size indicated on plant list. c. Use durable waterproof labels with water-resistant ink which will remain legible for at least 60 days. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 3 of 12 3. Protect plant material during and after delivery to prevent damage to root ball or desiccation of leaves. B. Storage: 1. Store plant material in shade and protect from weather. 2. Storage at the site is allowed, however, Contractor accepts full responsibility for damage, theft, or vandalism. 3. Any plant material balled or burlapped, not installed within 24 hours of delivery shall be healed in until such time as it is installed. 4. Maintain and protect plant material not to be planted within four (4) hours in a healthy, vigorous condition. C. Handling: The Contractor is cautioned to exercise care in handling, loading, unloading and storing of plant materials. Plant materials that have been damaged in any way will be discarded and if installed, shall be replaced with undamaged materials at the Contractor's expense. 1.6 JOB CONDITIONS A. Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice. B. Scheduling: Install trees, shrubs, and liner stock plant material before grassing is commenced. C. Landscape Contractor shall note that rock may be encountered on som e areas of the site. Rock excavation shall be included as part of bid. 1.7 QUALIFICATIONS OF WORKMEN Provide at least one person who shall be present at all times during execution of this portion of the Work, who shall be thoroughly familiar with the type of materials being installed and the proper materials and methods for their installation, and who shall direct all work performed under this Section. 1.8 SAMPLES AND TESTS Landscape Architect reserves the right to take and analyze samples of materials for conformity to specifications at any time. Contractor shall furnish samples upon request by Landscape Architect. Rejected materials shall be immediately removed from the site at Contractor's expense. Cost of testing of materials not meeting Specifications shall be paid by Contractor. 1.9 PLANT GUARANTEE A. All trees, shrubs, vines, and groundcovers will be guaranteed for a twenty-four (24) month period after Final Acceptance (including trees supplied by Owner). The Contractor will replace all dead or defective materials upon notification (weather permitting) with plants of the same kind and size as those originally planted. Plants, including trees, which have partially died so that shape, size, or symmetry has been damaged, shall be considered subject to replacement, and the opinion of the Landscape Architect will be final. At the direction of the Landscape Architect, plants may be replaced at the start of the next COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 4 of 12 planting or digging season, but in such cases, Contractor will remove dead plants within two (2) working days. B. Contractor to make monthly visits to the site and submit a written statement as to his opinion of maintenance and items in need of correction that the contractor, in his opinion, feels if un-corrected would void warranty conditions. Reports shall be submitted to the Landscape Architect by the last working day of the month. C. All replacement work (including materials, labor and equipment) will be done at no cost to the Owner. Any damage, such as ruts in lawn or bed areas, that occurs when Contractor makes replacements, will be repaired immediately by the Contractor. D. The guarantee will not apply where plants die after Final Acceptance because of injury by storms, drowning, drought, hail, freeze, insects, disease, mechanical injury by humans or machines, and theft. PART 2 - PRODUCTS 2.1 MATERIALS A. All materials shall be of standard, approved and first-grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original unopened container bearing the manufacturer's guaranteed analysis. Contractor shall supply Landscape Architect with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance or bearing the manufacturer's guaranteed analysis. B. Product Manufacturer's name(s) and/or model numbers are used herein to set a standard of quality and are not intended to be a restraint of trade or prevent submittals of other manufacturer's products of equal quality. C. Soil Amendment: 1. Compost Mix: "A Professional Bedding Soil" as produced by Living Earth Technologies, Inc., 1808 W. Northwest Highway, Dallas, Texas (phone: 214/869-4332) or “Natural T. L. Compost” as produced by Soil Building Systems, Inc. 1770 “Y” Street, Dallas, Texas (phone: 972-831-8181), or approved equal. D. Tree Backfill Fertilizer: 13.13.13 analysis bulk fertilizer. E. Shrub, Groundcover, and Seasonal Color Fertilizer: Provide commercial balanced slow release fertilizer, delivered to the site in bags labeled with the manufacturer's guaranteed analysis. If stored on the site, protect fertilizer from the elements at all times. Osmocote or approved equal. F. Tree, Shrub, and Groundcover Planting Tablets: a. Shall be slow-released type (such as Agriform or approved equal) with potential acidity of not more than 5% by weight containing the following percentages of nutrients by weight: COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 5 of 12 20% nitrogen 10% phosphoric acid 5% potash b. Use 10 gram tablets for trees and 5 gram tablets for shrubs, ornamental grasses, and groundcover. G. Plant Material: 1. Plant names indicated comply with "Standardized Plant Names" as adopted by the latest edition of the American Joint Committee of Horticultural Nomenclature. Names of varieties not listed conform generally with names accepted by the nursery trade. Provide stock true to botanical name and legibly tagged. 2. Plant material shall meet and/or exceed grades and standards set forth by the Texas Association of Nurserymen. All plants shall have a normal habit of growth and shall be sound, healthy, vigorous and free of insect infestations, plant diseases, sunscalds, fresh abrasions of the bark, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and have well "hardened" systems and vigorous and fibrous root systems which are not root or pot-bound. In the event of disagreement as to condition of root system, the root conditions of the plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than two plants or more than two percent of the total number of plants of each species or variety where container-grown plants are from several sources, the roots of not less than two plants of each species or the variety from each source will be inspected. In case the sample plants inspected are found to be defective, the Landscape Architect reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will be provided at the expense of the Contractor. 3. Trees which have damaged or crooked leaders, or multiple leaders, unless specified, will be rejected. Trees with abrasions of the bark, sunscalds, disfiguring knots will be rejected. Trees with low forking will be rejected unless specifically approved by Landscape Architect. 4. Plants shall be measured when branches are in their normal position. Height and spread dimensions specified refer to main body of plant and not branch tip to tip. Caliper measurement shall be taken at a point on the trunk six (6”) inches above the crown at natural grade of trees up to four (4”) inches in caliper and at a point twelve (12”) inches above the crown at natural grade for trees over four (4”) inches in caliper. The measurements specified are the measurements specified and possess a normal balance between height and spread. 5. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock or as specified on Drawings. The minimum acceptable size of all plants measured before pruning with the branches in normal position shall conform to the measurements, if any, specified on the Drawings in the list of plants to be furnished. Plants larger in size than specified may be used with the approval of the Landscape Architect, but the use of larger plants will make no change in Contract price. If the use of larger plants is approved, the ball of earth, container size, or spread of roots for each plant will be increased proportionately. 6. Provide "specimen" plants with a special height, shape, or character of growth. Tag specimen trees or shrubs at the source of supply. Plants may be inspected COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 6 of 12 by the Landscape Architect and reviewed at the place of growth, for compliance with specification requirement for quality, size, and variety. Such approval shall not impair the right of inspection and rejection upon delivery at the site or during the progress of the work. 7. Field-collected or Nursery Grown Balled and Burlapped Tree Stock (B&B): Dig balled and burlapped plants with natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. Balled and Burlapped trees shall have a root ball size of ten (10) times the caliper up to 4” caliper and eight (8) times the caliper above 4” caliper. If a tree is of multi-trunk variety, the caliper of the tree is the size of the largest trunk plus 1/2 of all the other trunks combined. Cracked or mushroomed balls are not acceptable. Selectively remove 1/2 to 2/3 of twig growth. 8. Container-grown Stock (General): Grown in a container for sufficient length of time for the root system to have developed to hold the soil together, firm and whole. a. Container stock shall have been grown continuously in the containers, and in the container in which delivered, for at least six (6) months, but not over two (2) years. Container stock shall not be pruned before delivery. b. No plants shall be loose in the container. c. Container stock shall not be pot bound. d. Stock shall not have cracked or broken balls when removed from the container. 9. Container-grown Tree Stock: Grown in a container from seedling stage and complies with Paragraph 2.1 - G-6, Container-grown Stock requirements. 10. Containerized Tree Stock: Grown in a container for not less than one (1) year and complies with Paragraph 2.1 - G-6, Container-grown Stock requirements. 11. Plants planted in rows shall be matched in form, height and overall character. 12. Shrubs and small plants shall meet the requirements for spread and height indicated in the plant list. a. The measurements for height shall be taken from the ground level to the average height of the top of the plant and not the longest branch. b. Single stemmed or thin plants will not be accepted. (1) Side branches shall be generous, well twigged, and the plant as a whole well bushed to the ground. c. Plants shall be in a moist, vigorous condition, free from dead wood, bruises, or other root or branch injuries. 13. Pruning: At no time shall trees or plant materials be pruned, trimmed or topped prior to delivery and any alteration of their shape shall be conducted only with the approval and when in the presence of the Landscape Architect. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 7 of 12 14. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. The plants shall be of the species, variety, size and conditions specified herein or as shown on the Drawings. Under no conditions will there be any substitutions of plants or sizes listed on the accompanying plans, except with the express consent of the Landscape Architect. H. Tree Paint: Morrison Tree Seal, Cabort Tree Paint, or equal. I. Water: Furnished by Landscape Contractor; transport as required. J. Mulch Topdressing: Shall be double shredded, fine textured, hardwood mulch as provided by Living Earth Technology Co., 1901 California Crossing, Dallas, Texas (phone: 972/869-4332) or approved equal. Minimum 3" layer spread uniformly. K. Steel Edging and Stakes: 1/8" x 4" Col-Met 'Commercial' edging, as manufactured by Col-Met, Garland, Texas (phone 800-829-8225), or approved equal. Install on all K. Soil Saver/Jute Mesh (if required): Heavy weight (green) jute mesh as manufactured by Jim Walls Company, 12820 Hillcrest Road, Dallas, Texas 75230, or approved equal. Install on all groundcover or shrub bed slopes greater than 3:1 slope. L. Guying and Staking Materials: 1. Metal "T" Stake: 6' length minimum metal stakes used for fencing. Painted green. Minimum two per tree in north/south axis. 2. Guying Hardware: a. Wire: Pliable and galvanized at the following sizes: Ornamental Trees 16 gauge Shade Trees 14 gauge b. Hose: 1/2” new rubber hose (black). c. Turnbuckles: Galvanized or dip-painted, size as required. Turnbuckle openings shall be at least 3”. M. Soil Separator (filter fabric): “Trivera Spunbound” as manufactured by Contech Construction Products or approved equal. N. Other Materials: All other materials, not specifically described but required for a complete and proper installation, shall be as selected by the Contractor subject to the approval of the Landscape Architect. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 8 of 12 PART 3 - EXECUTION 3.1 INSPECTION A. Obtain Landscape Architect's certification that final grades to +0.10' have been established prior to commencing planting operations. Provide for inclusion of all amendments, settling, etc. Landscape Contractor shall be responsible for shaping all planting areas as indicated on Drawings or as directed by Landscape Architect. B. Inspect trees, shrubs and groundcover plant material for injury, insect infestation and trees and shrubs for improper pruning. C. Do not begin planting of trees until deficiencies are corrected or plants replaced. 3.2 PLANTING PREPARATION A. Soil Preparation for Groundcover, Shrub, and Seasonal Color Beds: 1. Grading Contractor’s specifications call for planting areas to be left at the following elevations prior to Landscape Contractor’s start of work: Shrub, groundcover and seasonal color beds............................... -6” below finish grade (Landscape Contractor to excavate and dispose of soil as required) Grass areas............................................ ± .10 foot of finish grade 2. Excavate existing soil, if necessary, and add to shrub, groundcover, and seasonal color areas the following: 6” layer of Professional Bedding Mix 14-14-14 slow release fertilizer (Osmacote) at a rate of 5 lbs. / 100 s.f. 3. Spread materials uniformly and cultivate thoroughly by means of a mechanical tiller. Till to a minimum depth of 8". 4. Pocket planting of shrub, groundcover, and seasonal color is not allowed. B. Final Grades: 1. Minor modifications to grade may be required to establish the final grade. 2. Finish grading shall ensure proper drainage of the site as determined on Drawings. 3. All areas shall be graded so that the final grades will be (unless noted otherwise) ½” below adjacent paved areas, curbs, valve boxes, edging, clean-outs, drains, manholes, etc., or as indicated on Drawings. 4. At time of planting, the top 6" of all areas to be planted shall be free of stones, stumps, or other deleterious matter 1" in diameter or larger, and shall be free from all wire, plaster, or similar objects that would be a hindrance to planting or maintenance. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 9 of 12 C. Disposal of Excess Soil: Disposal of any unacceptable or excess soil shall be the sole responsibility of the Landscape Contractor. Excess soil may be spoiled on-site per direction of Owner. D. Install jute mesh on all bed areas exceeding 4:1 (25% slope). 3.3 PLANTING INSTALLATION A. General: 1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the Landscape Architect. 2. Only as many plants as can be planted and watered on that same day shall be distributed in a planting area. 3. Containers shall be opened and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken and they shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be opened prior to placing the plants in the planting area. B. Layout of Major Plantings: Locations for plants and outlines of areas to be planted shall be marked on the ground by the Contractor before any plant pits are dug. All such locations shall be approved by the Landscape Architect. If underground construction or utility line is encountered in the excavation of planting areas, other locations for planting may be selected by the Landscape Architect. Layout shall be accomplished by flagged grade stakes indicating plant names and specified container size on each stake. It shall be the Contractor's responsibility to confirm with the Landscape Architect's superintendent and governing agencies the location and depth of all underground utilities, and obstructions. C. Excavation: 1. Excavation for planting shall include the stripping and stacking of all acceptable topsoil encountered within the areas to be excavated for trenches, tree holes, plant pits and planting beds. 2. Excess soil generated from the planting holes and not used as backfill, or in establishing the final grades may be spoiled on-site per direction of Owner. 3. Protect all areas from excessive compaction when trucking plants or other material to the planting site. 4. Tree and shrub pits shall be excavated to allow the root ball to set on undisturbed soil and excavated to the following diameters: Plant Size Pit Diameter Up to 5 gallon 14" greater than container root ball diameter 5-gallon container 24” greater than and greater root ball diameter (including trees) COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 10 of 12 5. All excavated holes shall have vertical sides with roughened surfaces. 6. All holes for trees and large shrubs shall be tested for water retention prior to tree or shrub installation. After hole is excavated, it is to be filled with water to the top of the excavation. If, after 24 hours, the hole still holds water, the Landscape Contractor shall excavate an additional 6" from the bottom of hole. The Landscape Contractor shall then install 6" of native washed gravel covered on the top (and up a minimum of 12" on the sides of the hole) with filter fabric. The Landscape Contractor shall also install a capped 3" diameter PVC sump which will extend from near the bottom of the rock layer to 3" above the proposed finish grade so the hole can be evacuated through mechanical means. 7. Excavate bed areas adjacent to paving as required so that top of mulch topdressing is at same elevation as top of paving to prevent mulch from washing out of bed. D. Planting Trees: 1. Container Removal: a. Remove tree from plastic container or box carefully so container can be re- used. b. Do not injure root ball. 2. Center tree in pit. 3. Face plants with fullest growth into prevailing wind. 4. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball. 5. Tree Pit Backfill: a. Tree backfill should be composed of 5 parts existing of soil excavated from the hole to one part Soil Amendment, thoroughly mixed with 5 lbs. per cubic yard tree backfill fertilizer. Tree backfill to be mechanically mixed prior to backfill operations. 6. Set tree in upright position in the center of the hole and compact the backfill mixture around the ball or roots. Thoroughly water each plant after backfilling. After planting trees not in beds, surround the pits with a 3" height berm. 7. Plant Tablets: a. After the water has completely drained from the plant pit, planting tablets shall be placed in the top 3" of the plant pit as indicated below: • 2” cal. or 30 gallon 4 each • 3” cal. or 65 gallon 6 each • 4” cal. or 100 gallon 8 each • 5” cal. or 200 gallon 10 each • 6” cal. or 300 gallon 12 each b. Planting tablets shall be set with each plant on the top of the rootball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified by the Landscape Architect. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 11 of 12 8. Pruning: Pruning shall be limited to the minimum necessary to remove injured twigs and branches or to limb-up trees as directed by the Landscape Architect. Pruning may not be done prior to delivery of plants. Cuts over 3/4" in diameter shall be painted with tree paint. 9. Guying and Staking Removal: At no charge to the Owner, the Contractor shall return to the site at the end of the one-year guarantee period and remove all guying and/or staking materials. E. Planting Shrubs: 1. Container Removal: a. Cut cans on two sides with an acceptable can cutter. Do not cut cans with spade or ax. b. Do not injure root system. 2. Center plant in pit or trench. 3. Face plants with fullest growth into prevailing wind. 4. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball or roots. 5. Fill holes with backfill composed of 50% soil taken from the hole and 50% Soil Amendment, thoroughly mixed. 6. Set plant in upright position in the center of the hole and compact the backfill mixture around the ball or roots. Thoroughly water each plant after backfilling. After shrubs not in beds, surround the pits with a 3" height berm. 7. Plant Tablets: a. After the water has completely drained from plant pit, planting tablets shall be placed in the top 3" of the plant pit as indicated below: • 4” pot 1 each • 1 gallon 1 each • 2 gallon 2 each • 3 gallon 2 each • 5 gallon 3 each • 7 gallon 4 each b. Planting tablets shall be set with each tablet on the top of the rootball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified by the Landscape Architect. 8. Pruning: Pruning shall be limited to the minimum necessary to remove injured twigs and branches. Pruning may not be done prior to delivery of plants. Cuts over 3/4" in diameter shall be painted with tree paint. F. Planting Groundcover: 1. Space the plants evenly as indicated on the Drawings, staggering. COPPELL STREET RELOCATION - FREEPORT PARKWAY LANDSCAPING (32 90 00) 12 of 12 2. After planting is completed, cover the bed uniformly with a minimum 2" layer of mulch topdressing. 3. Thoroughly water entire planting bed. 3.4 CLEAN-UP A. After all planting operations have been completed, remove all trash, excess soil, empty plant containers and rubbish from the property. All scars, ruts or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. Contractor shall pick up all trash resulting from this work no less frequently than each Friday before leaving the site, once a week, and/or the last working day of each week. All trash shall be removed completely from the site. B. The Contractor shall leave the site area broom-clean and shall wash down all paved areas within the Contract area, leaving the premises in a clean condition. 3.5 PRE-ACCEPTANCE MAINTENANCE A. Maintain the trees, shrubs and groundcovers until Final Completion and Acceptance of the entire project. Note: Maintenance shall include turf mowing. B. Maintenance shall include pruning, cultivating, weeding, watering, and application of appropriate insecticides and fungicides necessary to maintain plant free of insects and disease. 1. Re-set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove deal material. 2. Tighten and repair guy wires and stakes as required. 3. Correct defective work as soon as possible after deficiencies become apparent and weather and season permit. 4. Deep-water trees, plants, and groundcover beds within the first 24 hours of initial planting, and not less than twice per week until final acceptance. C. “Final Acceptance” is defined as when all punch list items have been completed and the job is accepted by the Owner and Landscape Architect. 3.6 60-DAY MAINTENANCE (PLANT ESTABLISHMENT PERIOD) A. After Final Acceptance of the project by the Owner, the Landscape Contractor shall continue maintenance as specified under 3.5 above. Landscape Contractor shall maintain turf areas during this period as specified under Section 2920 - Sodding. 3.7 OBSERVATION SCHEDULE A. When observations are conducted by someone other than the Landscape Architect, the Contractor shall show evidence in writing of when and by whom these observations were made. B. No site visits shall commence without all items noted in previous Observation Reports either completed or remedied unless such compliance has been waived by the Owner and/or Landscape Architect. END OF SECTION COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY FINISH GRADING FOR LANDSCAPE AREAS (32 91 19) 1 of 2 SECTION 32 91 19 - FINISH GRADING FOR LANDSCAPE AREAS PART 1 - GENERAL 1.1 DESCRIPTION A. Perform grading work as shown and specified. The work includes: 1. Site fine grading (raking and bed preparation of new shrub, groundcover, and grass areas). 2. Removing debris and waste materials. B. Related Work. 1. Section 02900 - Landscaping 1.2 QUALITY ASSURANCE Comply with applicable city, state and federal requirements regarding materials and methods of work and disposal of waste materials. 1.3 SUBMITTALS (NOT APPLICABLE) 1.4 WORK SCHEDULE A. General: Work continuously on the site with the exception of bad weather delays until the work is complete. B. The Contractor shall be ready to tentatively begin work within seven (7) working days of notice to proceed from Owner. 1.5 JOB CONDITIONS A. Protect existing utilities, pavement and other facilities from damage caused by earthwork operations. Verify utility locations prior to start up of project. B. Locate, protect and maintain bench marks, monuments, control points and project engineering reference points. PART 2 – PRODUCTS (None Required) PART 3 - EXECUTION 3.1 PREPARATION A. Examine proposed rough grading area and conditions of installation prior to landscape construction. Do not start grading work until unsatisfactory conditions are corrected. B. Notify the Owner of unexpected subsurface conditions. C. Establish extent of grading by area and elevation. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY FINISH GRADING FOR LANDSCAPE AREAS (32 91 19) 2 of 2 3.2 FINE GRADING A. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. B. Remove stones, roots, weeds, and debris. Rake surface clean of stones 1" or larger in any dimension and all debris. Provide surfaces suitable for soil preparation provided under lawn and planting work. C. Leave all graded areas approximately 1/2" below finished paved surfaces at edges only. 3.3 MAINTENANCE A. Protect graded areas from traffic and erosion. Keep free of trash and debris. Repair and re-establish grades in settled, eroded and damaged areas. B. Where completed areas are disturbed by construction operations or adverse weather, scarify surface, reshape and compact to required density. C. As applicable, ensure positive drainage away from buildings or architectural features – preferably sloped a minimum 2 percent grade for at least 10’ beyond the perimeter of the building or architectural feature. 3.4 WASTE MATERIALS Haul from site and legally dispose of waste materials, including excess topsoil used for this project, rock, trash and debris. 3.5 CLEAN UP Upon completion of filling and grading work, remove equipment and tools. Leave site clear, clean, free of debris and ready for landscaping work. END OF SECTION COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 1 of 5 SECTION 32 92 23 - SODDING PART 1 - GENERAL 1.1. RELATED SECTIONS: A. Section 02900 - Landscaping B. Section 02810 - Landscape Irrigation System 1.2 QUALITY ASSURANCE A. Deliver fertilizer to site in original, sealed containers bearing manufacturer's guaranteed statement of analysis. B. Complete herbicide application by a licensed applicator, with current license in good standing, thoroughly trained in the scope of work involved. C. ASTM - American Standard Testing Material - sand. D. Texas Seed Law & Regulations - latest edition. 1.3 WORK INCLUDED: A. Provide and install solid sod Buffalo Grass or solid sod Bermuda grass in areas shown on drawings. 1.4 SUBMITTALS: A. Certificates: 1. Growers Certification: a. Grass species, and location of field from which sod is cut. b. Compliance with state and federal quarantine restrictions. 2. Manufacturer's certification of fertilizer and herbicide composition. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING: A. Deliver sod on pallets. B. Protect root system from exposure to wind or sun. C. Protect sod against dehydration, contamination, and heating during transportation and delivery. D. Do not deliver more sod than can be installed within 24 hours. E. Keep stored sod moist and under shade, or covered with moistened burlap. F. Do not pile sod more than 2' deep. G. Do not tear, stretch, or drop sod. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 2 of 5 1.6 JOB CONDITIONS: A. Begin installation of sod after preceding related work is accepted. B. Environmental Requirements: 1. Do not install sod on saturated soil. C. Protection: Erect signs and barriers against vehicular traffic. 1.7 SPECIAL GRASSING PROVISIONS: A. Maintenance: Until Final Acceptance, and until an approved stand of grass is achieved, maintain lawn areas by watering, mowing, weeding, spraying, cleaning and replacing as necessary to keep the turf in a vigorous, healthy condition. 1. Watering: As necessary to keep top 2 inches of soil moist. 2. Mowing: Mow newly planted grass areas weekly after initial growth reaches 2-1/2 inches. 3. Weeding: Remove weeds and foreign grass over lawn areas at least once a week. Herbicides may be used only when approved by Architect. B. Acceptance: The work will be accepted when a completed undamaged stand of grass, free of weeds, is achieved and as approved by Owner and Architect. C. SCHEDULES: Sodding operations can be performed year-round weather permitting. Do not install sod on frozen ground or if forecast calls for freezing conditions. Do not place sod until fine grading is approved. 1.8 GUARANTEE: A. Guarantee sod from period of twelve (12) months after date of Substantial Completion. B. Replacement sod under this guarantee shall be guaranteed for twelve (12) months from the date of Final Completion. C. Repair damage to other plants during sod replacement at no cost to the Owner. PART 2 - PRODUCTS 2.1 SOD: A. Grass Species: Common Bermudagrass (Cynodon dactylon) as shown on drawings. B. American Sod Producers Association (ASPA) Grade: Nursery grown or approved. Field grown sod is not acceptable. C. Furnished in Pads: 1. Size: a. Length: 24 inches plus or minus 5% b. Width: 18 inches plus or minus 5% c. Thickness: 1-1/2 inches excluding top growth and thatch. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 3 of 5 2. Not stretched, broken, or torn. D. Uniformly Mowed Height When Harvested: 2-1/2 inches. E. Thatch: Maximum 1/2 inches uncompressed. F. Inspected and found free of diseases, nematodes, pests, and pest larvae, by entomologist of State Department of Agriculture. G. Weeds: Free of nut grass or any other objectionable weeds, or vegetation. H. Uniform in color, leaf texture, and density. 2.2 WATER: A. Free of substances harmful to plant growth. 2.3 FERTILIZER: A. Provide a complete fertilizer, part of elements of which are derived from organic sources and shall include trace elements. Fillers to be sulphur and iron sulphate. 1. First Application: 10-20-10 or similar analysis with minimum 8% sulphur and 4% iron, plus micronutrients. 2. Second Application: 20-5-10 or similar analysis. Nitrogen source to be a minimum 50% slow release organic Nitrogen (SCU or UF) plus minimum 8% sulphur and 4% iron plus micronutrients. 2.4 HERBICIDES: A. As recommended by the State Department of Agriculture and approved by Owner. 2.5 STAKES: A. Softwood, 3/4 inch diameter, 8 inch length. PART 3 - EXECUTION 3.1 INSPECTION: A. Verify that soil to depth of 2 inches in compacted areas. B. Water dry soil to depth of 4"-6" before sodding. C. Ensure City has approved the Finish Grade. 3.2 PREPARATION: A. Verify finish grades are to elevations called for. B. Smooth area to be sodded to produce an even surface with no peaks or valleys and free of all debris. C. Wet surface to a uniform depth of 4"-6" or until upper surface is reasonably wet and compacted. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 4 of 5 3.3 FERTILIZING: A. First Application: 1. Distribute 10-20-10 fertilizer uniformly at rate of 15 pounds per 1,000 square feet and rake into seed bed prior to sodding. B. Second Application: 1. Repeat fertilization with 20-5-10 commercial fertilizer after first cutting at rate of 15 pounds per 1,000 square feet. C. Water: Immediately water in fertilizer after each application. 3.4 INSTALLATION: A. Install sod species as indicated on planting plans. B. Transplant sod within 48 hours after harvesting. C. Begin sodding at bottom of slopes. D. Lay first row of sod in straight line with long dimension of pads parallel to slope contours. E. Butt side and end joints. F. Stagger end joints in adjacent rows. G. Do not stretch or overlap sod. H. Peg sod on slope ratio of 3 to 1 or greater with minimum of two stakes per square yard, using 6" minimum nursery grade bamboo stakes. I. Install a 24" diameter circular 'saucer' around all existing trees planted in areas to receive sod. Ensure that the trunk is in the center of the 'saucer'. Do not cut any roots or in any way injure or cause damage to trees. J. Water sod immediately after transplanting. K. Roll sod, except on pegged areas, with roller weighing not more than 150 lbs. per foot of roller width. Make two (2) passes or as required to provide a smooth, mowable surface without scalping. L. Water sod and soil to depth of 6" within four hours after rolling. 3.5 LAWN ESTABLISHMENT: A. Watering: 1. Keep sod moist during first week after planting. 2. After first week, supplement rainfall to produce total of 1/2" per day until rooted. B. Performance: 1. Establish a dense lawn of permanent grasses, free from lumps and depressions. 2. Regrass any area failing to show uniform cover. Such replacement shall continue until a dense lawn is established. Scattered bare or dead spots will not be allowed. COPPELL STREET RECONSTRUCTION - FREEPORT PARKWAY SODDING (32 92 23) 5 of 5 3. Mow and edge lawn a minimum of three times, each time after lawn has reached a height of 2-1/2 inches. Mow to a height of 2 inches returning clippings to lawn. 4. Keep lawn areas weeded removing broadleaf and grassy weeds as required. 3.6 GRADE MAINTENANCE AND EROSION DAMAGE A. Maintain original grades of lawn areas after commencement of planting and during maintenance period. B. Provide surface repair to ruts, ridges, tracks. Replant areas as required for final acceptance. 3.7 ACCEPTANCE A. The work will be accepted when a dense, undamaged stand of grass, free of weeds, is achieved, as approved by Architect. 3.8 CLEANUP: A. Immediately clean up spills, soil, and conditioners from paved and finished surface areas. All sidewalks, walkways and paved surfaces to be used for pedestrians shall be washed to remove soil, grass, debris, etc. that resulted from sodding. B. Remove debris, pallets and excess materials from project site within 24 hours of completion of sodding operations. END OF SECTION This page intentionally left blank. SECTION 7 STANDARD FORMS This page intentionally left blank. Contractor's Application for Payment No. Application Application Date: Period: To From (Contractor): Via (Engineer): (Owner): Project: Contract: Owner's Contract No.: Contractor's Project No.: Engineer's Project No.: 1. ORIGINAL CONTRACT PRICE..........................................................$ 2. Net change by Change Orders................................................................ $ Cost ($) Calendar Days Cost ($) Calendar Days 3. Current Contract Price (Line 1 ± 2)....................................................... $ 4. TOTAL COMPLETED AND STORED TO DATE (Column F total on Progress Estimates).................................................$ 5. RETAINAGE: a. X Work Completed..........$ b. X Stored Material............$ c. Total Retainage (Line 5.a + Line 5.b)............................ $ 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5.c)........................... $ 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)....... $ 8. AMOUNT DUE THIS APPLICATION.................................................$ 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G total on Progress Estimates + Line 5.c above).....................$ 12a. CONTRACT DAY INC/DECR PENDING CHG ORDER Contractor's Certification Payment of: $ is recommended by: Payment of: $ is approved by: Contractor Signature Approved by: By: Date: Deductions Application For Payment Funding or Financing Entity (if applicable) (Line 8 or other - attach explanation of the other amount) (Date) (Date) Change Order Summary (Engineer) (Owner) TOTALS (Line 8 or other - attach explanation of the other amount) (Date) CHANGE ORDERS Number Additions Approved Change Orders NET CHANGE BY 10. CALENDAR DAYS USED ON PROJECT 11. CURRENT CONTRACT DAYS (540 + Net Change) 12. PROJECT DAYS REMAINING (Line 11 - Line 12) The undersigned Contractor certifies, to the best of its knowledge, the following: (1) All previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with the Work covered by prior Applications for Payment; (2) Title to all Work, materials and equipment incorporated in said Work, or otherwise listed in or covered by this Application for Payment, will pass to Owner at time of payment free and clear of all Liens, security interests, and encumbrances (except such as are covered by a bond acceptable to Owner indemnifying Owner against any such Liens, security interest, or encumbrances); and (3) All the Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. (4) Project days remaining reflects true, full, and accurate accounting of work days utilized and remaining in accordance with the Contract Documents as of the date of signature. No adjustments to "current contract days" for previous time impacts will be made unless identified on a pending change order, and reflected on line 12a. EJCDC® C-620 Contractor's Application for Payment © 2013 National Society of Professional Engineers for EJCDC. All rights reserved. 7-1 Pr o g r e s s E s t i m a t e - L u m p S u m W o r k Fo r ( C o n t r a c t ) : Ap p l i c a t i o n N u m b e r : Ap p l i c a t i o n P e r i o d : Ap p l i c a t i o n D a t e : B C D M a t e r i a l s P r e s e n t l y T o t a l C o m p l e t e d B a l a n c e t o F i n i s h St o r e d ( n o t i n C o r D ) a n d S t o r e d t o D a t e (B - F) (C + D + E ) Co n t r a c t o r ' s A p p l i c a t i o n To t a l s % (F / B) G E Sp e c i f i c a t i o n S e c t i o n No . De s c r i p t i o n Sc h e d u l e d V a l u e ( $ ) A Th i s P e r i o d F Wo r k C o m p l e t e d Fr o m P r e v i o u s A p p l i c a t i o n (C + D ) EJ C D C ® C - 6 2 0 C o n t r a c t o r ' s A p p l i c a t i o n f o r P a y m e n t © 2 0 1 3 N a t i o n a l S o c i e t y o f P r o f e s s i o n a l E n g i n e e r s f o r E J C D C . A l l r i g h t s r e s e r v e d . 7- 2 Pr o g r e s s E s t i m a t e - U n i t P r i c e W o r k C o n t r a c t o r ' s A p p l i c a t i o n Fo r ( C o n t r a c t ) : Ap p l i c a t i o n N u m b e r : Ap p l i c a t i o n P e r i o d : Ap p l i c a t i o n D a t e : To t a l s % (F / B) Bi d I t e m N o . D e s c r i p t i o n Balance to Finish (B - F) Co n t r a c t I n f o r m a t i o n It e m Qu a n t i t y Un i t s Un i t P r i c e To t a l V a l u e of I t e m ( $ ) It e m Es t i m a t e d Qu a n t i t y In s t a l l e d Va l u e o f W o r k In s t a l l e d t o Da t e Ma t e r i a l s P r e s e n t l y St o r e d ( n o t i n C ) To t a l C o m p l e t e d an d S t o r e d t o D a t e (D + E ) AB C D E F EJ C D C ® C - 6 2 0 C o n t r a c t o r ' s A p p l i c a t i o n f o r P a y m e n t © 2 0 1 3 N a t i o n a l S o c i e t y o f P r o f e s s i o n a l E n g i n e e r s f o r E J C D C . A l l r i g h t s r e s e r v e d . 7- 3 St o r e d M a t e r i a l S u m m a r y C o n t r a c t o r ' s A p p l i c a t i o n Fo r ( C o n t r a c t ) : Ap p l i c a t i o n N u m b e r : Ap p l i c a t i o n P e r i o d : Ap p l i c a t i o n D a t e : B EG To t a l s DF St o r e d P r e v i o u s l y I n c o r p o r a t e d i n W o r k Da t e P l a c e d in t o S t o r a g e (M o n t h / Y e a r ) Am o u n t ($ ) Da t e ( M o n t h / Ye a r ) Am o u n t ($)Materials Remaining in Storage ($) (D + E - F) Am o u n t S t o r e d th i s M o n t h ( $ ) Su b t o t a l A m o u n t Co m p l e t e d a n d St o r e d t o D a t e (D + E ) Su p p l i e r In v o i c e N o . Su b m i t t a l N o . (w i t h Sp e c i f i c a t i o n Se c t i o n N o . )AC Bi d It e m No . St o r a g e Lo c a t i o n De s c r i p t i o n o f M a t e r i a l s o r E q u i p m e n t S t o r e d EJ C D C ® C - 6 2 0 C o n t r a c t o r ' s A p p l i c a t i o n f o r P a y m e n t © 2 0 1 3 N a t i o n a l S o c i e t y o f P r o f e s s i o n a l E n g i n e e r s f o r E J C D C . A l l r i g h t s r e s e r v e d . 7- 4 EJCDC® C-625, Certificate of Substantial Completion. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-5 CERTIFICATE OF SUBSTANTIAL COMPLETION Owner: Owner's Contract No.: Contractor: Contractor’s Project No.: Engineer: Engineer's Project No.: Project: Contract Name: This [preliminary] [final] Certificate of Substantial Completion applies to: All Work The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Work or portion thereof designated above is hereby established, subject to the provisions of the Contract pertaining to Substantial Completion. The date of Substantial Completion in the final Certificate of Substantial Completion marks the commencement of the contractual correction period and applicable warranties required by the Contract. A punch list of items to be completed or corrected is attached to this Certificate. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance, and warranties upon Owner's use or occupancy of the Work shall be as provided in the Contract, except as amended as follows: [Note: Amendments of contractual responsibilities recorded in this Certificate should be the product of mutual agreement of Owner and Contractor; see Paragraph 15.03.D of the General Conditions.] Amendments to Owner's responsibilities: None As follows Amendments to Contractor's responsibilities: None As follows: The following documents are attached to and made a part of this Certificate: [punch list; others] This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents, nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract. EXECUTED BY ENGINEER: RECEIVED: RECEIVED: By: By: By: (Authorized signature) Owner (Authorized Signature) Contractor (Authorized Signature) Title: Title: Title: Date: Date: Date: EJCDC® C-940, Work Change Directive. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-6 Work Change Directive No. Date of Issuance: Effective Date: Owner: Owner’s Contract No.: Contractor: Contractor’s Project No.: Engineer: Engineer's Project No.: Project: Contract Name: Contractor is directed to proceed promptly with the following change(s): Description: Attachments: [List documents supporting change] Purpose for Work Change Directive: Directive to proceed promptly with the Work described herein, prior to agreeing to changes on Contract Price and Contract Time, is issued due to: [check one or both of the following] Non-agreement on pricing of proposed change. Necessity to proceed for schedule or other Project reasons. Estimated Change in Contract Price and Contract Times (non-binding, preliminary): Contract Price $ [increase] [decrease]. Contract Time days [increase] [decrease]. Basis of estimated change in Contract Price: Lump Sum Unit Price Cost of the Work Other RECOMMENDED: AUTHORIZED BY: RECEIVED: By: By: By: Engineer (Authorized Signature) Owner (Authorized Signature) Contractor (Authorized Signature) Title: Title: Title: Date: Date: Date: Approved by Funding Agency (if applicable) By: Date: Title: EJCDC® C-941, Change Order. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-7 Change Order No. Date of Issuance: Effective Date: Owner: Owner's Contract No.: Contractor: Contractor’s Project No.: Engineer: Engineer's Project No.: Project: Contract Name: The Contract is modified as follows upon execution of this Change Order: Description: Attachments: [List documents supporting change] CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIMES [note changes in Milestones if applicable] Original Contract Price: Original Contract Times: Substantial Completion: $ Ready for Final Payment: days or dates [Increase] [Decrease] from previously approved Change Orders No. to No. : [Increase] [Decrease] from previously approved Change Orders No. to No. : Substantial Completion: $ Ready for Final Payment: days Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for Final Payment: days or dates [Increase] [Decrease] of this Change Order: [Increase] [Decrease] of this Change Order: Substantial Completion: $ Ready for Final Payment: days or dates Contract Price incorporating this Change Order: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for Final Payment: days or dates RECOMMENDED: ACCEPTED: ACCEPTED: By: By: By: Engineer (if required) Owner (Authorized Signature) Contractor (Authorized Signature) Title: Title : Title : Date: Date : Date : Approved by Funding Agency (if applicable) By: Date: Title: EJCDC® C-942, Field Order. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. 7-8 Field Order No. Date of Issuance: Effective Date: Owner: Owner’s Contract No.: Contractor: Contractor’s Project No.: Engineer: Engineer's Project No.: Project: Contract Name: Contractor is hereby directed to promptly execute this Field Order, issued in accordance with General Conditions Paragraph 11.01, for minor changes in the Work without changes in Contract Price or Contract Times. If Contractor considers that a change in Contract Price or Contract Times is required, submit a Change Proposal before proceeding with this Work. Reference: Specification(s) Drawing(s) / Detail(s) Description: Attachments: ISSUED: RECEIVED: By: By: Engineer (Authorized Signature) Contractor (Authorized Signature) Title: Title: Date: Date: Copy to: Owner SECTION 8 PERMITS This page intentionally left blank. This page intentionally left blank.