Loading...
2004-04-19 Project Manual1 1 1 1 1 1 1 f 1 1 1 1 1 1 i 1 1 1 Project Manual 2004 Prairie Run City of Albertville, Minnesota SEH No. A-ALBEV 0409 April 19, 2004 i`1%:ktdiadif _. _ ~~ud_~~ ~. - - _... ~,~~. BIDDING DOCUMENTS Set No. 2004 Prairie Run Albertville, MN SEH No. A-ALBEV 0409 Apri119, 2004 OWNER City of Albertville 5975 Main Avenue Northeast PO Box 9 Albertville, MN 55301-0009 PROJECT ENGINEER SEH 1200 25th Avenue South PO Box 1717 St. Cloud, MN 56302-1717 Telephone: 320,229.4343 X00,572.0617 Fax: 320,229.4301 Contact: James A. Schulz, PE 2004 Prairie Run Title Page A-ALBEV 0409 00001 - 1 DOCUMENT 00005 CERTIFICATION I hereby certify that this specification was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota. 7a s/A. Schulz, PE Lic. No. 26225 Date: April Reviewed By: tvlitlydESOiA G~?AR7tviENi OF HEALTH Di"viii ;,~ n{ Eoviru~man'a1 Flsetth TlCis is .r., _.., ~,f ?~,, !his is a copy aE t~ p~nn ,~~~ ~ ,. ~ ~.> in a,.~r~vsE Istt~c. ~n Ylcife~ ~it~~s~~, ~ete~ .T ~ ~,. LUG ~ 2004 Prairie Run Certification A-ALBEV 0409 00005 - 1 DOCUMENT 00010 TABLE OF CONTENTS Number Document INTRODUCTORY INFORMATION Addenda (if any) 00001 Title Page 00005 Certification -Divisions 00 - 02 00006 Certification -Division 16 00010 Table of Contents BIDDING REQUIREMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00410 Bid Form Exemption Form CONTRACT FORMS 00520 Standard Form of Agreement 00611 Construction Performance Bond 00613 Construction Payment Bond 00620 Notice of Award 00630 Notice to Proceed 00640 Change Order 00650 Work Change Directive 00660 Receipt and Waiver of Mechanic's Lien Rights 00670 Certificate of Substantial Completion 00680 Final Statement CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions 00800 Supplementary Conditions 2004 Prairie Run Table of Contents A-ALBEV 0409 00010 - 1 SPECIFICATIONS Section Title SPECIFICATIONS Division 1 -General Requirements 01110 Summary of Work 01300 Submittals 01315 Project Meetings 01450 Quality Control 01500 Temporary Facilities and Controls 01558 Maintenance of Traffic 01600 Product Requirements 01770 Closeout Procedures Division 2 - Sitework 02010 General Provisions 02100 Site Preparation 02110 Demolition 02115 Site Grading 02221 Trench Excavation and Backfill 02226 Pavement Marking Removal 02370 Erosion Protection 02372 Temporary Erosion Control (MnDOT 2573) 02510 Roadways 02538 Sewage Forcemains 02575 Valve Vault 02660 Water Distribution Systems 02720 Storm Sewer Systems 02730 Sanitary Sewer Systems 02732 Wet Pit Sewage Pumping Station 02748 Bituminous Tack Coat 02765 Pavement Marking 02892 Traffic Signs and Devices 02905 Landscape Work Division 16 -Electrical 16050 Basic Electrical Materials and Methods 16912 Panel Enclosures 16913 Lift Station Controls and Devices APPENDIX r ~~ ~~ I ~~` _ 1 ~,~ .~~ Table of Contents 00010 - 2 Soils Investigation Ductile-Iron & Compact Fittings Mn/DOT Combined Section 2360/2350 Schedule of Materials Control END OF SECTION 2004 Prairie Run A-ALBEV 0409 ADVERTISEMENT FOR BIDS DOCUMENT 00100 City of Albertville 2004 Prairie Run SEH No. A-ALBEV 0409 Notice is hereby given that sealed bids will be received by the City Administrator until 10:00 a.m., on Friday, May 14, 2004, at Albertville City Hall, 5975 Main Avenue NE, Albertville, MN, at which time they will be publicly opened and read aloud, for the famishing of all labor and material for the construction of: 2004 Prairie Run. Approximate major quantities are as follows: 68,000 CY Common Excavation 3,100 TN Bituminous 8,000 CY Aggregate Base 8,600 LF Concrete Curb & Gutter 3,700 LF 8" Sanitary Sewer 3,100 LF 6" - 8" Water Main 3,600 LF 12" - 33" Storm Sewer 8 AC Seeding 1 LS Lift Station 700 SY Sidewalk 1 1 Copies of the Construction Documents are on file for review at the following locations: SEH, 1200 25th Avenue South, P.O. Box 1717, St. Cloud, MN 56302-1717 Bids shall be on the forms provided for that purpose and according to the Contract Documents prepared by SEH. Bids will only be accepted from Contractors who purchase Contract Documents from the above-named Engineers. Bid forms and Contract Documents may be seen at the office of the City Administrator, and at SEH in St. Cloud. Contractors desiring a copy of the Bid Forms and Contract Documents may obtain them from SEH, in accordance with the Instructions to Bidders, upon payment of $60/set. Checks should be made out to SEH. No refunds will be provided. Bid security in the amount of 5 percent of the bid must accompany each bid in accordance with the Instructions to Bidders. Bid security may be retained until the contract has been awarded and executed, but not longer than 60 calendar days from the date of opening bids. No bidder may withdraw their bid for a period of 60 calendar days after the bid opening. Bids shall be directed to the City Administrator, securely sealed and endorsed upon the outside wrapper, "BID FOR 2004 PRAIRIE RUN, ALBERTVII..LE, MN, A-ALBEV 0409." The Owner reserves the right to reject any and all bids, to waive irregularities and informalities therein, and to award the Contract in the best interests of the Owner. Publish: Construction Bulletin: North Crow River News: 2004 Prairie Run Larry Kruse City Administrator Albertville, Minnesota Apri123 and 30, 2004 April 19 and 26, 2004 END OF SECTION Advertisement for Bids A-ALBEV 0409 00100 - 1 1 DOCUMENT 00200 INSTRUCTIONS TO BIDDERS ARTICLE 1-DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder -The individual or entity who submits a Bid directly to OWNER. B. Issuing Office -The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder -The lowest responsible Bidder submitting a responsive Bid to whom OWNER a. (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ARTICLE 2 -COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from Issuing Office. The deposit will not be refunded. R 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 -QUALIFICATIONS OF BIDDERS 3.01 To demonstrate qualifications to perform the Work, each bidder must be prepared to submit within five days after bid opening upon Owner's request detailed written evidence such as financial data, previous experience, present commitments and other such data as may be called for to determine the ability of the bidder to perform the Work. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified to carry _ out the obligations of the Agreement and to complete the Work contemplated therein. ARTICLE 4 -EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01. Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1, Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Bidding Documents. 2004 Prairie Run Instructions to Bidders A-ALBEV 0409 00200 - 1 Cl 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.O1.A are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data„ or any other data, interpretation, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with .respect to existing Underground Facilities at or contiguous to the Site is .based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. 4.03 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.04 On request, OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.05 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by OWNER or others (such as utilities and other prime contractors) that relates to the Work for which a Bid is to be submitted. On request, OWNER will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such other work. 4.06 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding documents; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the and carefully Supplementary Conditions as provided in paragraph 4.02 of the General Conditions , Instructions to Bidders 2004 Prairie Run 00200 - 2 A-ALBEV 0409 1 1 1 study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; L H. correlate the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 1 1 4.07 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has .discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 -SITE AND OTHER AREAS 5.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. 2004 Prairie Run A-ALBEV 0409 Instructions to Bidders 00200 - 3 i ARTICLE 6 -INTERPRETATIONS AND ADDENDA 6.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 7 -BID SECURITY 7.01 Each bid must be accompanied by bid security made payable to Owner in an amount of five percent of the bidder's maximum bid price and in the form of a certified or bank check or a Bid Bond (on form attached, if a form is prescribed) issued by a surety meeting the requirements of Paragraph 5.1 of the General Conditions. 7.02 Bid security must be accompanied by bidder's individual, partnership, or corporate acknowledgment, and by acknowledgment of Corporate Surety. Attorneys-in-fact who sign Bid Bonds must file with the bond a certified and effective dated copy of their Power of Attorney. Bid Bonds must contain original signatures. 7.03 The bid security of the successful bidder will be retained until such bidder has executed the Agreement, furnished the required Contract security and met the other conditions of the Notice of Award, whereupon the bid security will be returned. If the successful bidder fails to execute and deliver the Agreement and furnish the required Contract security within fifteen days after the Notice of Award, Owner may annul the Notice of Award and the bid security of that bidder will be forfeited. The bid security of the three lowest bidders may be retained by the Owner until the Agreement is signed and substituted with the bonds as set forth in Paragraph 2 of the Bid Form, whereupon bid security furnished by such bidders will be returned. Bid security of other bidders will be returned within seven days after the bid opening. ARTICLE 8 -CONTRACT TIMES 8.01 The number of days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 9 -LIQUIDATED DAMAGES 9.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 10 -SUBSTITUTE AND "OR-EQUAL" ITEMS 10.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is specified or described in the Bidding Documents 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. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. Instructions to Bidders 2004 Prairie Run 00200 - 4 A-ALBEV 0409 ARTICLE 11-SUBCONTRACTORS, SUPPLIERS, AND OTHERS 11.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the work for which such identification is required. 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, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute without an increase in the Bid. 11.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 11.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 12 -PREPARATION OF BID 12.01 The Bid Form is included with the Bidding Documents; additional copies may be obtained from Engineer. 12.02 All blanks on the Bid Form must be completed by printing in ink or by typewriter. 12.03 Bids by corporations must be executed in the corporate name by the president or avice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal (if any) must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 12.04 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 12.05 All names must be typed or printed in ink below the signature. 12.06 The bid must contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). Th l h dd f i 12.07 ress, te e a ep one, and acs mile numbers for communications regarding the bid must be shown. 12.08 Evidence of authority to conduct business as an out-of-state corporation where the Work is to be performed shall be provided in accordance with paragraph 3 above. ARTICLE 13 -BASIS OF BID; EVALUATION OF BIDS 13.01 Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the Project title and name and address of the bidder and accompanied by the bid security and other required documents. If the bid is sent through the 2004 Prairie Run Instructions to Bidders A-ALBEV 0409 00200 - 5 mail or other delivery system, the sealed envelope must be enclosed in a separate envelope with the notation'°BID ENCLOSED" on the face of it. .~ 13.02 Bids arriving after time set will be returned unopened. 13.03 Telephone or facsimile bids and bid bonds will not be considered. ARTICLE 14 -SUBMITTAL OF BID 14.01 Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the Project title and name and address of the bidder and accompanied by the bid security and other required documents. If the bid is sent through the mail or other delivery system, the sealed envelope must be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14.02 Bids arriving after time set will be returned unopened. 14.03 Telephone or facsimile bids and bid bonds will not be considered. ARTICLE 15 -MODIFICATION AND WITHDRAWAL OF BID ~' 15.01 A Bid 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 prior to the date and time for the opening of Bids. 15.02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the work. ARTICLE 16 -OPENING OF BIDS 16.01 Bids will be opened at the time and place indicated in the Advertisement or Invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 17 -BIDS TO REMAIN SUBJECT TO ACCEPTANCE 17.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid prior to the end of this period. ARTICLE 18 -AWARD OF CONTRACT 18.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, non- responsive, unbalanced, or conditional bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. OWNER may also reject the Bid of any bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. 18.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid Instructions to Bidders 2004 Prairie Run 00200 - 6 A-ALBEV 0409 for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 18.03 In evaluating Bids, OWNER will consider 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. 18.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 18.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 18.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 19 -CONTRACT SECURITY AND INSURANCE 19.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to performance and payment bonds and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such corresponding documents. ARTICLE 20 -SIGNING OF AGREEMENT 20.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. Within 15 days thereafter, OWNER shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification. END OF DOCUMENT t a 2004 Prairie Run Instructions to Bidders A-ALBEV 0409 00200 - 7 DOCUMENT 00410 BID FORM ii PROJECT IDENTIFICATION THIS BID IS SUBMITTED TO: Contractor's Name 2004 Prairie Run Albertville, Minnesota SEH No.A-ALBEV 0409 Honorable Mayor and City Council c/o Mr. Larry Kruse, Administrator City of Albertville 5975 Main Avenue Northeast P.O. Box 9 Albertville, MN 55301-0009 ~ 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER on the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the .Bid 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 Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain subject to acceptance for 60 calendar days after the day of bid opening. BIDDER will sign and deliver the required number of counterparts of the Agreement with the bonds and other documents required by the Bidding Requirements within 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 and carefully studied the Bidding Documents and the following Addenda (receipt of all which is hereby acknowledged): Date Number b. BIDDER has visited the site and become familiar with, and is satisfied as to the general, local and site ~, conditions that may affect cost, progress, performance and furnishing of the Work. c. BIDDER is familiar with, and is satisfied as to all federal, state and local laws and regulations that may affect cost, progress, performance and furnishing of the Work. "'" d. BIDDER has studied carefully all reports of all explorations and tests of subsurface conditions at or contiguous to the site and all Drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except underground facilities) which have been 2004 Prairie Run Bid Form A-ALBEV 0409 00410 - 1 identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. BIDDER accepts the determination set forth in paragraph S.C. 4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and Drawings upon which BIDDER is entitled to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports and Drawings are not Contract Documents and may not be complete for BIDDER'S purposes. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, ~, investigations, explorations, tests, studies and data concerning 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, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and programs incidental thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this bid is submitted as indicated in the Contract Documents. f. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and Drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this bid is submitted. 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. (Any other representation required by Laws and Regulations.) ~l 2004 Prairie Run Bid Form A-ALBEV 0409 00410 - 2 j~ Lj f 1 1 A t~ 4. BIDDER will complete the Work for the following price(s): UNIT PRICE BID Item Unit of Approximate Unit No. Item Description Measure Quantity_ ~ Price Amount (: l~;N I;IZ,1 L 1 MOBILIZATION LS 1.00 2 SILT FENCE, HEAVY DUTY LF 5,525.00 3 INLET PROTECTION TYPE C EA 38.00 4 CLEAR & GRUB AC 5.00 5 STREET SIGNS EA 6.00 6 STOP SIGNS EA 5.00 7 51'KI.1~; 8 STREET LIGHTS __ 'f COMMON EXCAVATION (PQ) EA CY 7.00 145,677.12 9 COMMON BORROW (LV) CY 28,500.00 10 SELECT GRANULAR BORROW (CV) CY 2,785.00 11 MUCK EXCAVATION (EV) CY 25,000.00 12 SUB-GRADE CORRECTION (EV) CY 25,000.00 13 AGGREGATE BASE CLS - 100% CRUSHED (P)(CV) TN 9,397.00 14 TYPE LVWE45030B WEARING COURSE MIXTURE TN 1,765.00 15 TYPE LVNW35030B BINDER COURSE MIXTURE TN 418.00 16 TYPE LVNW35030B BASE COURSE MIXTURE TN 2,074.00 17 BITUMINOUS MATERIAL FOR TACK COAT GA 858.00 18 GEOTEXTILE FABRIC SY 19,725.00 19 4" PERF COR PE PIPE DRAIN W/SOCK LF 8,348.00 20 ROCK CONSTRUCTION ENTRANCE EA 3.00 21 6" CONCRETE WALK W/ SAND BEDDING SF 11,812.00 2004 Prairie Run Bid Form A-ALBEV 0409 00410 - 3 1 1 1 1 1 UNIT PRICE BID Item Unit of Approximate Unit No. Item Descri tion Measure Quantit Price Amount 22 CONCRETE CURB & GUTTER, DESIGN B618 LF 2,213.00 23 CONCRETE CURB & GUTTER, DESIGN D412 LF 6,135.00 24 7" CONCRETE DRIVEWAY PAVEMENT SY 25.00 25 ADJUST MANHOLE CASTING EA 16.00 26 ADJUST GATE VALVE BOX EA 17.00 ti:~Nl`I' 27 AKl" SI~:~FL;R CONNECT TO EXISTING MANHOLE EA 1.00 28 4" PVC SERVICE PIPE, SDR 26 LF 2,132.00 29 6" PVC SANITARY SEWER, SDR 26 LF 233.00 30 6" PVC SANITARY SEWER RISER, SDR 26 LF 1,752.00 31 8" PVC SANITARY SEWER, SDR26 LF 1,075.00 32 10" PVC SANITARY SEWER, SDR26 LF 1,067.00 33 8" X 4" PVC WYE & BEND, SDR 26 EA 25.00 34 10" X 4" PVC WYE & BEND, SDR 25 EA 28.00 35 10" X 6" PVC WYE & BEND, SDR 26 EA 6.00 36 FOUNDATION MATERIAL (CV) CY 214.20 37 4" FORCE MAIN DI PIPE LF 105.00 38 FORCE MAIN FITTINGS LB 120.00 39 CONSTRUCT 48" SANITARY MANHOLE (0-10') EA 16.00 40 EXTRA DEPTH MANHOLE LF 136.86 41 CLEAN & TELEVISE SANITARY SEWER LF 3,754.00 42 LII"T STATION LS 1.00 43 6-INCH CONCRETE LIFT STATION SLAB W/6" AGG BASE SY 50.00 44 BITUMINOUS DRIVEWAY -LIFT STATION SY 25.00 45 POLE MOUNTED LIGHT EA 1.00 2004 Prairie Run Bid Form A-ALBEV 0409 00410 - 4 1 Il t - - , UNIT PRICE BID Item No. Item Descri tion Unit of Measure Approximate Quantit Unit Price Amount 46 ~~~'.~~'CE 47 BOLLARD K MAIN CONNECT TO EXISTING WATER MAIN EA 4.00 EA 2.00 -- - 48 RELOCATE EXISTING HYDRANT & LEAD EA 1.00 49 8" WATER MAIN - PVC C-900 LF 4,068.00 50 6" WATER MAIN -PVC C-900 LF 435.00 51 HYDRANT EA 10.00 52 6" GATE VALVE AND BOX EA 17.00 53 8" GATE VALVE AND BOX EA 7.00 54 3" INSULATION SY 170.00 55 WATER MAIN FITTINGS LB 3,132.00 56 1" COPPER SERVICE LF 2,081.00 57 1" CORD AND CURB STOP - -_ _ -- EA 53.00 ~ti"TOR1 58 1 Sl,lt'F,R --- - _- 12" RCP PIPE CLS __ LF 1,002.00 59 15" RCP PIPE CL5 LF 715.00 60 18" RCP PIPE CL3 LF 174.00 61 18" RCP PIPE CLS LF 613.00 62 21" RCP PIPE CL3 LF 62.00 63 21 " RCP PIPE CL4 LF 264.00 64 24" RCP PIPE CL3 LF 283.00 65 27" RCP PIPE CL3 LF 404.00 66 30" RCP PIPE CL3 LF 135.00 67 33" RCP PIPE CL3 LF 282.00 68 36" RCP PIPE CL3 LF 108.00 2004 Prairie Run Bid Form 1 A-ALBEV 0409 00410 - 5 UNIT PRICE R11~ ~ Item No. Item Descri tion Unit of Measure Approximate Quantit Unit Price Amount 69 8" SCH 40 PVC PIPE LF 23.00 70 CONST DRAINAGE STRUCTURE DES C, G, OR H EA 7.00 71 CONST DRAINAGE STRUCTURE TYPE II EA 11.00 72 CONST DRAINAGE STRUCTURE DESIGN 48-4020 EA 20.00 73 SPECIAL OUTLET STRUCTURE EA 1.00 74 RANDOM RIPRAP CLASS II W/GEO FABRIC CY 90.00 75 12" RC APRON W/TRASH GUARD EA 1.00 76 15" RC APRON W/TRASH GUARD EA 3.00 77 24" RC APRON W/TRASH GUARD EA 4.00 78 33" RC APRON W/TRASH GUARD EA 1.00 79 I'1.121 I 80 36" RC APRON W/TRASH GUARD ll~a'1'(llt:~ flO~` TEMPORARY SEED, FERTILIZE, MULCH AND DISK ANCHOR EA AC 3.00 30.00 81 NATIVE SEED, FERTILIZER, WOOD FIBER BLANKET SY 3,200.00 82 SOD TYPE LAWN SY 8,200.00 TOTAL BID FOR ALL UNIT PRICES Unit Prices have been computed in accordance with paragraph 11.03 of the General Conditions. BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. 5. BIDDER agrees that the Work will be substantially complete and ready for final payment, in accordance with paragraph 14.13 of the General Conditions, on or before the dates or within the number of calendar days indicated in the Summary of Work. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 6. Communications concerning this bid shall be addressed to the address of BIDDER indicated below. 2004 Prairie Run Bid Form A-ALBEV 0409 00410 - 6 7. 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. DATE SUBMITTED If BIDDER is: An Individual By (Individual's Name} Doing Business As_ Business Address_ Phone & FAX: A Partnership By (Firm Name) (General Partner's Name & Signature) Business Address Phone & FAX: A Corporation (Corporation Name) (State of Incorporation) (Corporate Seal) Attest By (Title, Name & Signature of Person Authorized to Sign) (Secretary) END OF SECTION Business Address Phone & FAX: 2004 Prairie Run Bid Form A-ALBEV 0409 00410 - 7 MINNESOTA- REVENUE www.taxesstate.mn.os S 4a '`Surety Deposits for Out-of--State Construction Contractors u ~J Facf Sheet i2 This fact sheet explains the Minnesota law requiring surety deposits far many out-of--state construction contractors (M.S. 290.9705). If you need more information, call the phone number at the bottom of this page. Minnesota law requires 8 percent (.08) of each payment made to out-of--state contractors. to be withheld as a surety deposit on contracts that exceed, or can reasonably be expected to exceed, $100,000 for work done in Minnesota. The 8 percent payment is deposited with the Minnesota Department of Revenue to ensure the contractor's obligations to the state of Minnesota are met for withholding, sales and use, franchise and income taxes. Contractors are eligible for an exemption if any one of the following applies: The contractor gives the departments bond for 8 percent of the contract secured by an insurance company licensed in Minnesota. This is to guarantee that the contractor will comply with Minnesota law regarding withholding, sales and use, franchise and income taxes. ~2. } The contractor gives the department a cash surety. A cash surety is evidence of a savings account, deposit, or certificate of deposit in, or issued by, a state bank, national bank, or savings and loan association doing business in Minnesota. Interest and dividends earned on the principal amount may be retained by the contractor. 3. The contractor has a payment and performance bond required by government agencies. 4. The contractor has done construction work in Minnesota during the past three calendar-years and has fully complied with Minnesota law regarding withholding, sales and use, franchise and income taxes. Withholding Tax Division, Mail Station 6501, St. Paul, MN 55146-6501 Phone: 651-282-9999 Minnesota Relay 711 (~-rr} Revised 2/03 Contractors can apply for an exemption from Minnesota surety deposit requirements by filing Form SD-E, Exemption from Surety Deposits for Non-Minnesota Contractors. If the contractor is not exempt, whoever hires the contractor is required to withhold the surety deposit from each payment made to the contractor. Form SD-D, Surety Deposits for Non- Minnesota Contractors, is used to make the surety deposit. The department will hold the surety deposits until the contrador's state tax obligations are considered fulfilled. The contractor can apply for a refund after the project is completed using Form SD-R> Refund of Surety Deposits for Non-Minnesota Contractors. The department will refund, with interest, any amounts held as surety. Out-of-state contractors doing work for Minnesota subdivisions (counties, cities, school districts, etc.) must file Form IC134, WithholdingA~davit for Contractors, in addition to complying . with this surety provision. Information and assistance Forms, fact sheets and the withholding instruction booklet are available on our website at www.taxes.state.mn.us. Ifyou don't have Internet access or have questions about your withholding responsibilities, call our office at the number below. This fact sheet is intended to help you become more familiaz with Minnesota tax laws and your rights and responsibilities under the laws. Nothing in this fact sheet supersedes, alters, or otherwise changes any provisions of the tax law, administrative rules, court decisions or revenue notices. Alternative formats available upon request. Minnesota Revenue, Surety Deposits for Out-of--State Construction Contractors 1 DOCUMENT 00520 EJCDC 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 2004 by and between CITY OF ALBERTVII,LE, MN, 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 com lete all Work as s ecified or indicated in the Contract Documents. The Work is p P generally described as follows: 2004 Prairie Run Albertville, MN A-ALBEV 0409 ' ARTICLE 2. ENGINEER The Project has been designed by SEH, who. is hereinafter called ENGINEER and who is to act as OWNER's representative, who will 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. ARTICLE 3. CONTRACT TIME 3.1 The Work will be substantially completed on or before August 31, 2004 and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before June 30, 2005. Cl~' i~ 3.2 Liquidated Damages: OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in above paragraph, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER One Thousand Two Hundred Fifty Dollars ($1,250.00) for each day that expires after the time specified in the above paragraph for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Five Hundred ($500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. 2004 Prairie Run Standard Form of Agreement A-ALBEV 0409 00520 - 1 ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the. Contract Documents in current funds at the unit prices as shown on the attached Contractor's bid, multiplied by the ' final quantities determined in accordance with Paragraph 9.10 of the General Conditions. ARTICLE 5. PAYMENT PROCEDURES , CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER, as provided in the General Conditions. 5.1 Progress Payments: OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Application for Payment, as recommended by ENGINEER, on or about the 2nd Friday of 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 paragraph 2.07.A of the General Conditions (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 Requirements. 5.2 The Contractor certifies all partial payments received from the Owner for work done under this contract will be applied to discharge in full all obligations the Contractor incurred in connection with the work covered by said progress payments. The Contractor agrees to pay all subcontractors within 10 days of receipt of payment from the municipality for undisputed services provided by the subcontractor. The Contractor agrees to pay interest as described under Minnesota state statute e . 5.3 Subject to provisions of SC 14.02, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.07 of the General Conditions. , 95 percent of the Work completed. 5.4 Final Payment: Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER, as provided in .said paragraph 14.07. ARTICLE 6. INTEREST All monies not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the commercial prime rate in effect on the date payment becomes due. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR 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. Standard Form of Agreement 2004 Prairie Run 00520 - 2 A-ALBEV 0409 i, ~J ' 7.2 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 paragraph 4.02 of the General Conditions, and accepts the determinations set forth in paragraph SC 4.2 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to reply. 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 7.2 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 paragraph 4.02 of the General Conditions. No ' additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7.4 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 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 paragraph 4.03 of the General Conditions. 7.5 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. 7.6 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 1 concerning the Work consist of the following: 8.1 This Agreement (pages 00520-1 to 00520- ,inclusive). 8.2 Exhibits to this Agreement (pages 00410-1 to 00410- ,inclusive). ' 8.3 Performance and other Bonds, identified as Documents 00611 and 00613. 8.4 Notice of Award. 8.5 General Conditions (pages 1 to 42, inclusive). 8.6 Supplementary Conditions (pages 00800-1 to 00800- ,inclusive). 2004 Prairie Run Standard Form of Agreement A-ALBEV 0409 00520 - 3 8.7 Project Manual bearing the title: and consisting of Divisions and Sections, as listed in Table of Contents thereof. 8.8 Drawings, consisting of sheets numbered through inclusive, with the following general title: 8.9 Addenda numbers to ,inclusive. 8.10 CONTRACTOR's Bid pages to ,inclusive. 8.11 Documentation submitted by CONTRACTOR prior to Notice of Award (pages inclusive). u to , 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 other documents amending, modifying, or supplementing e the Contract Documents pursuant to paragraphs 3.4 and 3.5 of the General Conditions. 8.13 The documents listed in paragraph 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.4 and 3.5 of the General Conditions. ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement will have the meanings indicated in the General Conditions. 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, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. 9.4 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. Standard Form of Agreement 2004 Prairie Run 00520 - 4 A-ALBEV 0409 1 L~ J i, l Document 00611 Bond # ~ Construction Performance Bond > Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): OWNER (Name and Address):. . ,, , i I CONSTRUCTION CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Construction Contract Date): Amount: Modifications to this Bond Form: r CONTRACTOR AS PRINCIPAL SURETY ' Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: EJCDC No. 1910-28A (1984 Edition) Prepared through the joint efforts of The Surety Association of America, Engineers'Joint Contract Documents Committee, The Associated General Contractors of America, and the American Institute of Architects. 00611-1 1 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by refer° ~~e\ 2. 1 ~~ontractor performs the Construction Contract, the Surety and the Con.. -, shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3. If there is no Owner Default, the Surety's obligation under [his Bond shall arise afrer: 3.1. The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below, that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Constmction Contract, but such an agreement shall not waive the Owner's right. If any, subsequently to declare a Contractor Default;,and 3.2. The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days afer the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and 3.3. The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1. Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2. Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepazed for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds tssued on the Construction Contract, and pay to the Owner the amount of damages as described in.Pazagraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor to the Owner; or 2. Deny liability in whole or in part and notify the Owner citing reasons therefor 5. If the Surety does not proceed as provided.in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice for the Owner to the Surety :demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subpaagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available ro the Owner. OWNER'S REPRESENTATNE: Short Elliott Hendrickson Inc. P.O. Box 1717 St. Cloud, MN 56302-1717 320.229.4300 ~'3 6. After the Owner has terminated the Contractor's right to complete the Consmcfion Contract, and if the Surety elects to act under Subpazagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Constmction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidation damages, or if no liquidated damages aze specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or it heirs, executors, administrators, or successors. 8. The Surety hereby waives notice of any change, including changes of time, to the Constmction Contract or to related subcontracts, purchase order and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two yeazs afrer Contract Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. 1f the provisions of this Paragraph aze void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been famished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other .legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be constmed as a statutory bond and not as a common law bond. 12. Definitions. 12.1. Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all property adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2. Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto, 12.3. Contractor Default: Failure to the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Constmction Contract or to perform and complete or comply with the other terms [hereof AGENT OR BROKER: Name: _ Address: Phone: 00611-2 ~~ u 0 C ~~ r Document 00613 Bond # ~ Construction Payment Bond ' Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): ' OWNER (Name and Address): CONSTRUCTION CONTRACT Date: Amount: Description (Name and Location): ' BOND Date (Not earlier than Construction Contract Date): Amount: ' Modifications to this Bond Form: t CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal} Signature: Signature: Name and Title: Name and Title: CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature:. Signature: Name and Title: Name and Title: ' EJCDC No. 1910-28B (1984 Edition) Prepared through the joint efforts of The Surety Association of America, Engineers' Joint Contract Documents Committee, The Associated General Contractors of America, and the American Institute of Architects, American Subcontractors Association, and the Associated Specialty Contractors. 00613-1 i1 U 1. The Contractor and the Surety, jointly and severally, bind themselves, their ',Pits, executors, administrators, successors and assigns to the Owner to pai jbor, materials and equipment fumished for use in the performance of tt: - instruction Contract, which is incorporated herein by reference. 2. With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from all claims, demands, liens or suits by .any person or entity who furnished labor, materials or equipment for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands; liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no.Owner Default. 3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 42 Claimants who do not have a direct contract with the Contractor: 1. Have furnished written notice to the Contractor and set a copy, or notice thereof, to the Owner, within 90 days after having last perfouned labor or last furnished materials or equipment. included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were fumished or supplied or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly, and 3. Not having been paid within the above 30 days, have sent a' written notice to the Surety (at the address described in Pazagraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the- previous written notice fumished to the Contractor. 5. If a notice required by Pazagraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of Pazagraph 4, the. Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that aze disputed. 6.2 Pay or arrange for payment of any disputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any Constmction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all OWNER'S REPRESENTATNE: Short Elliott Hendrickson Inc. P.O. Box 1717 `''.Cloud, MN 56302-17.17 x.229.4300 00613-2 i Cl i~ !~ 1 u C' ~, funds earned by the Contractor in the performance of the Construction Contract aze dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. 9. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the work or part of the work is located or after the expiration of one yeaz from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2 (iii), or (2) on which the last labor or service was performed by anyone or the last materials or equipment were fumished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provision of this Paragraph aze void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the ]ocation where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirements shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory bond and not as a common law bond. 14. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly fumish a copy of this Bond or shall permit a copy to be made. 15. DEFINITIONS 15.1. Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to fumish labor, materials or equipment for use in the performance of the Contract. The intent of [his Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, azchitectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were fumished. 15.2. Construction Contract: The agreement between the Owner and the Contractor identified on the signature page including all Contract Documents and changes thereto. 15.3.Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. AGENT-0R BROKER: Name: _ Address: Phone: 1 1 ~ r~ 1 1 1 1 1 1 1 1 1 1 1 1 1 DOCUMENT 00620 NOTICE OF AWARD Contract: Project: OWNER's Project No. Date: You are notified that-your Bid dated , 200_, for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for the above referenced project. The Contract Price is Dollars ($ ). Copies of the proposed Agreement accompany this Notice of Award. Additional sets of Project Manuals and Drawings will be sent to you under separate cover and are not part of this Notice. You must comply with the following conditions precedent within fifteen days of the date of this Notice of Award; that is by 1. Deliver the following documents to the ENGINEER: 2 Notice of Award 3 Agreements 2 Performance Bonds and Payment Bonds 2 Certificates of Insurance 2. (List other conditions). N/A Failure to comply with these conditions within the time specified will entitle OWNER to consider your bid in default, to annul this Notice of Award, and to declare your bid security forfeited. Within fifteen days after you comply with the above conditions, OWNER will return to you one fully- executedcounterpart of the Contract Documents. SEH By: Title: Project Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by ,this day of , 200 By c: Owner W:\roger\Ol l ilspecs\00620.doc Title DOCUMENT 00630 f NOTICE TO PROCEED ' To: Dated: Contract: Project: OWNER's Project No. You are hereb notified that the Contract Times under the above contract will commence to run on y . By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 3 of the Agreement, the date of Substantial Completion is ,and the date of readiness for final payment is Also, before you. may start any Work at the Site, you must: ^ Please return two acknowledged copies of this Notice to Proceed promptly. SEH By: Title: Project Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by day of , 200_. By Title GastdslengLspecslstcloud\Word\00630.doc this DOCUMENT 00640 CHANGE ORDER NO. ' OWNER CONTRACTOR ENGINEER SEH Contract Project You are directed to make the following changes in the Contract Documents: Description: ,~ ~, TTF.11I llESCRiI'T[ON UNIT UNIT COST, QUANTITY' ~~'fOUN'I' TOTAL Reason for Change Order: Attachments (List of documents supporting change): C11ANG1~; IN CUNTIZACT TLI~9!!;S CHANGE IN Subs(antixl Rcad~- for Finat t'1'i~:ni COiS'TRACT PRICE Con~plction Pa~~n~cnt Original Contract Price: Net increase (decrease) from previous Change Order No. to Contract price prior to the Change Order: Net increase (decrease) of this Change Order: Contract price with all approved Change Orders: ~'L RECOMMENDED: APPROVED; i~ SEH Owner PO Box 1717 St. Cloud, MN 56302-1717 By: By: Title: Title: Date: Date: DATE OWNER's No 1 ACCEPTED: Contractor By: Title: Date: DOCUMENT 00650 WORK CHANGE DIRECTIVE NO. ~~ ~~ Purpose of Work Change Directive: Attachments: (List of documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price, any claim for a Change Order based thereon will involve one or more of the following methods, as defined in the Contract Documents: C Unit Price ~ Lump Sum ~ Cost of the Work OWNER DATE CONTRACTOR ENGINEER SEH Contract OWNER's No: Project You are directed to proceed promptly with the following change(s): Item - 1)cs~ription - -- --- - Unit - Unit Oust - (luantity ~ - .l mount -- $ OAO $ 0.00 $ 0.00 TOTAL $ 0.00 Estimated increase (decrease) in the Contract Price: Estimated increase (decrease) in the Contract Time: $ Substantial Completion: days. If change involves an increase, the estimated amount Ready for Final Payment: days. is not to be exceeded without further authorization. RECOMMENDED: APPROVED: ACCEPTED: SEH Owner Contractor By: By: By: Title: Title: Title: Date: Date: Date: G:\stds\euglspecslttcloud\Word\00650.doc 1 1 1 DOCUMENT 00660 RECEIPT AND WAIVER OF MECHANIC°S LIEN RIGHTS 1. This is a LEGAL INSTRUMENT and must be executed accordingly by officers of corporations and by partners in co-partnerships. 2. It is important that ALL the blanks be completed and the AMOUNT PAID BE SHOWN. 3. A receipt similar to this or legal waiver of lien rights will be required for all plumbing, heating, plastering materials, etc. 4. NO ERASURES OR ALTERATIONS ARE ALLOWED. DATE: The undersigned hereby acknowledges receipt of the sum of $ CHECK ONLY ONE 1) as partial payment for labor, skill, and material furnished or to be furnished 2) as payment for all labor, skill, and material furnished or to be furnished (except the sum of ~' $ as retainage or holdback) ~ 3) as full and final payment for all labor, skill, and material furnished or to be furnished to the following described real property: (legal description, street address, or project name) li and, for value received, hereby waives all rights acquired by the undersigned to file or record mechanic's liens against said real property for labor, skill, or material furnished to said real property (only for the amount paid if box 1 is checked, and except for retainage shown if box 2 is checked); the undersigned affirms that all material furnished by-the undersigned has been paid for, and all subcontractors employed by the undersigned have been paid in full, EXCEPT: Company Name Signature Title Address Address i~ i~ DOCUMENT 00670 CERTIFICATE OF SUBSTANTIAL COMPLETON a , DATE OF ISSUANCE OWNER CONTRACTOR Contact Project: Owner's Contract No. ENGINEER's Pro'ecYNo. J This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: 'The Work to which this Certificate applies has been reviewed by the authorized representatives of OWNER, CONTRACTOR, and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION ~ A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days ,~ of the above date of Substantial Completion. ° The following documents are attached to and made a part of this Certificate: [For items to be attached, see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion, as required by Contract Documents.] 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 Documents. ;~ [Authorized Signatures) RECOMMENDED: SEH By: APPROVED: Owner By: ACCEPTED: Contractor By: Title: Date: r Title: Date: Title: Date: DOCUMENT 00680 4 FINAL STATEMENT DATE OF ISSUANCE OWNER CONTRACTOR Project Location Project Description Owner's Contract No. ENGINEER'S Project No. Agreement Date Notice to Proceed Date Date Punch List Corrected Substantial Completion Date Expiration Date of Vegetation Maintenance Period Contractor's Statement: To the best of my knowledge and belief: 1. the above information is true and correct as indicated; . ~ 2. all items of work have been completed in accordance with the Contract Documents; 3. all progress payments received from the Owner for work under this Contract have been applied to discharge in full all obligations of the Contractor incurred in connection with said work; and IIr' 4. title to all materials and equipment incorporated in said work will pass to the Owner at the time of final payment I~ free and clear of all liens, claims, security interests, and encumbrances. (Authorized Signatures) RECOMMENDED SEH B y: Title: Date: Project Engineer G:lstds~engkpecslstcloud\W ord~00680.doc 1 1 ACCEPTED Contractor By: Title: Date: i~ This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and flee Controlling Law. ~ STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by . ~' ENGINEERS JOINT CONTRACT DOCUMENTS CONIlI~IITTEE .and ~~~ Issued and Published Jointly By National Society of ~~ Professional Engineers AMERICAN CONSULTING Prohuiona! fnytneers In Prlrote Pradtcr AMERICAN SOCItTY OF CIVtI_ ENGINEERS 7! ENGINEERS COUNCIL PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General w;~ a Contractors of America Construction Specifications Institute ~~ ~~ These General Conditions have been prepared for use with the Owner-Contraetnr Agreements (No. 1910-8-A-1 or 1910- 8-A-2) (1996 Editions}. Their provisions are interrela*.ed and a change in one may aecessitate a change in the other. Comments concerning their usage are contained in the EJCDC User's Guide (No. 1910-50)_ For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-1T) (1996 Edition). EJCDC No. 1910-8 (1996 Edition} TABLE OF CONTENTS ~TICLE 1 - - DEFINITIONS AND TERMINOLOGY ... . ...................... . ........... Paee 00700 - 6 1.01 Defined Terms ................................................... 00700-6 1.02 Terminology . 00700 - 8 ~!-RTICLE Z - PRELIMINARY MATTERS .......................... . ...... . .......... 00700 - 9 2.01 Delivery of Bonds ........................... . ........... . ..... . ... 00700 - 9 2.02 2.03. Copies of Documents ......... ... .................. . . . . . ..... . Commencement of Contract Timers; Notice to Proceed ................ 00700 - 9 00700 - 9 2.04 . . ....... Starting the Work . ............... . . ... . ........ . . . .... . . . 00700 - 9 2.OS Before Starting Construsion ................. • - - - ........ - - - - - - ....... 00700 - 9 2.06 . Preeonsrruction Conference . ' 00700 - 10 2.07 ................. . ........... ......... Initial Acceptance of Schedules 00700 - 10 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ..:................. 00700 - 10 3.01 3.02 Intent ....... . . . . ............................................. Reference Standards 00700 - 10 00700 - 10 3.03 Reporting and Resolving Discrepancies ................................ .. 00700 - 11 3.04 3.OS Amending and Supplementing Contras Documents ........................... Reuse of Documents ...... . . . ... . . . . ............................... 00700 - 11 00700 - 11 TI CLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDTI`IONS; REFERENCE POINTS . . ................... . ................. . ..... . 00700 - 11 4.01 Availability of Lands ......... 00700 - 11 4.02 .................... ........ _ ...... Subsurface and Physical Conditions 00700 - 12 4.03 Di,~`ering Subsurface or Physical Conditions ................................ 00700 - 12 4.04 4.OS Underground Facilities ............. . ...... . ........................ Reference Points .. . ................................. . ......... . .. 00700 - 13 00700 - 13 4.06 Hazardous Environmental Condition at Sire ........................ . ..... 00700 - 14 ARTICLE 5 - BONDS AND INSURANCE ...... . . . . . ................................ 00700 - 1S S.O1 Performance, Payment. and Other Bonds 00700 - 1S 5.02 ...... . . . ......................... Licensed Sureties and Insurers 00700 - 1S 5.03 Certificates of Insurance .................................... ...... 00700 - 1S 5.04 S.OS CONTRACTORSs Liability Insurance ................. . . .......... . _ ... OWNER's Liability Insurance ........ . . . . . ............................ 00700 - 1S 00700 - 16 5.06 Property Insurance ............................................... 00700 - 16 5.07 5.08 Waiver of Rights ................................................. Receipt and Application of Insurance Proceeds ...... 00700 - 17 00700 - 18 5.09 ........................ Acceptance of Bonds -and Insurance; Option to Replace 00700 - 18 5.10 Partial Utilizanion, Adbtowledgnunt of Property Insurer ......... . .............. 00700 - 18 ARTICLE 6 - 6.01 CONTRACTOR'S RESPONSIBILTTIES . • .. • ............................... Supervision and Superintendence _ .. 00700 - 18 00700 - 18 6.02 Labor; Working Hours ............................. ............... 00700 - 19 6.03 b.04 Services, Materials, and Equipment ..................................... Progress Schedule ........ - • . . . ............. ....:... - - ........ 00700 - 19 00700 - 19 6.OS Substitutes and "Or-Equals" .......................................... 00700 - 19 6.06 6.07 Concerning Subcontractors, Suppliers, and Others ...... .................... Patens Fees and Royalties 00700 - 20 00700 - 21 6.08 ...............:.................... . ....... Permits 00'100 - 22 6.09 Laws and Regulations ............................... ........... 00700 - 22 6.10 6.11 Taxes ..................................................:..... Use of Sue and Other Areas .......................................... 00700 - 22 00700 - 22 6.12 Record Documents .............................. ................ 00700 - 22 6.13 6.14 Safety and Protesion ..............................................00700 - 23 Safety Representative ....................... .....................00700 - 23 6.15 Hazard Communication Programs .. . . ............... ................. 00700 - 23 00700 - 3 _ 23 00700 6.16 Emer encies ........................ . ....... . .......... . .... g - ... . 00700 - 23 6.17 6.18 Shop~Drawings and Samples ................................. . . . .. Continuing the Work . ................................ . . . ....... .... ....00700 - 24 - 6.19 CONIRACTOR's General Warranty and Guarantee ....: :.......... . ... . .. ... .00700 - 25 6.20 Indemnification .............................................. ....00700 - 2S ARTICLE 7 -OTHER WORK ................... ....... _ ... _ ......... _ _ .. ............... t Sit k 7 R l d W 0 .... _00700 - 26 .....00700 - 26 . 1 7.02 e . ........... . ............. a ate or e Coordination ........................................... . .. ... . .00700 - 26 00700 - 26 ARTICLE 8 -OWNER'S RESPONSIBILITIES ................................... .... . 8.01 Conrn:tudcaliorrs to Contractor ................................... .....00700 - 26 00700 - 26 8.02. Replacement of ENGINEER .......................... . . . ........ ..... 8.03 Furnish Data .............................. ...:.......... ... _ .00700 - 26 8.04 Pay Promptly When Due . - - - • • . . ............................... ........ . t d T R .....00700 - 26 .....00700 - 26 8.05 ... s ................. eports an es Lands-and Easements; 8.06 Insurance .......... . . .................................. .....00700 - 27 8.07. Change Orders .................. ~...:: -:.:...~....:........ - - • - - ...00700 - 27 8.08 Inspections, Tests. and Approvals .. ~ .. ~ ...................:.. . . . . . . . .....00700 - 27 00700 - 27 8.09 Limitations on OWNER's Rcsponsibilities ............................ ...... 8.10 Undisclosed Hazardous F.ttvironnrental Condition ............. ........ .....00700 - 27 8.11 Evidence of Firunctd'al Arrangemerus . ......................... . ... N ' .. .:00700 - 27 .00700 - 27 ARTICLE 9 -E ...................... S STATUS DURING CONSTRUCTIO NGINEER .... 9.01 OWNER'S Representative ...................:.................. .....00700 - 27 9.02 03 9 Ytsits to Site......... ..................................... ................. tive t R p P .....00700 - 27 .....00700 - 27 . ............. ........ resen a roject e 9.04 Clarifications and Interpretations ......... ....................... .....00700 - 28 9.05 Authorized Variations in Work ....... . ..............:............ .....00700 - 28 9.06 Rejecting Defective Work ..................................... . . .. . . .00700 - 28 00700 - 28 9.07 Shop Drawings, Change Orders and Payments ................ . .... . ... . .... 9.08 Determinations for Unit Price Work .. . . . . ......... . .......... . ..... .....00700 - 28 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work ..... .... ibilities n i d R A h INEER' .....00700 - 28 .....00700 - 28 9.10 ............. espo s ut or ty acr S Limitations on ENG ARTICLE 10 - CHANGES IN THE WORK; CLAIMS .............................. .....00700 - 29 10.01 02 10 Authorized Changes in the Work .................................. Unauthorized Changes in the Work ...................... ........ .....00700 - 29 .....00700 - 29 . 10.03 Execution of Qrange Orders .................. . . . ................ .....00700 - 29 10.04 Notification to Surety ......................................... .....00700 - 29 10.05 Claims and Disputes . . . ............00700 - 30 00700 - 30 E WORK I ARTICLE 11- ........ C COST OF THE WORK; CASH ALLOWANCES; UNIT PR ...... 11.01 Cost of the Work .:......................................... ......00700 - 30 11.02 11 03 Cash Allowances ...... . . . ................................:. k `. ........ it Pri W U .......00700 - 32 ......00700 - 32 . ARTICLE 12 - ce or n CHANGE OF CONTRACT PRICE;•CHANGE OF CONTRACT TIMES . • • - - • - • • - • - •00700 - 33 12.01 Change of Contract Price ..................................... ...... 00700 - 33 12.02 Change of Contract Times ........ . . . .......................... ' .. . ...00700 - 33 00700 - 33 12.03 S Control ........................... Delays Beyond CONTRACTOR ...... 12.04 Delays Within CONTRACTOR'S Control ............................ ......00700 - 34 12.05 .12.06 Delays Beyond OWNER'S and CONTRACTOR'S Control .................. Delay Damages ... - - - ... ' .................................... ......00700 - 34 ......00700 - 34 ARTICLE I3 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTA.rICE OF 01 13 DEFECTPJE WORK .................. .---................. ....................... . Notice of Defects ...... 00700-34 ......00700 - 34 . ... ............... 13.02 Access to Work ........................ . . . . . ............... ...... 00700 - 34 13.03 Tests and Inspections ........................................ ...... 00700 - 34 13.04 Uncovering Work ....................................... .. ......00700 - 35 00700 - 3S 13.05 OWNER May Stop the Work ........................... . . . . ..... ...... 13.06 Correction or Removal of Defective Work .. . .................... .. ...... 00700 - 35 00700 - 4 13 A7 Correction Period 13.08 Acceptance of Defective Work ............. . ...... . ........ . ...... . . .. . 13.09 OWNER'May Correct Defective Work .... . ................... . . . . . • - - ... . ARTICLE 14 -PAYMENTS TO CONTRACTOR AND COMPLETION ....................... . 14.01 Schedule of Values ........................... . . . ................. . 14.02 14.03 Progress Paymerus ............... > ............ _ ....... _ .......... _ CONTRACTOR'S Warranty of Title 14.04 .................. . . . ................ . Substantial Completion 14.05 Partial Utilization ......................... . ..................... . 14.06 14.07 Final Inspection ................................................. . Final Payment 14.08 Final Completion Delayed .......................................... . 14.09 ARTICLE 15 - Waiver of Claims . . .. . .... . . ... . SUSPENSION OF WORK AND TERMINATION ..... 15.01 ::::: : : : OWNER May Suspend Work ................... .... .... ..... . 15.02 OWNER May Terminate for Cause ............ ~...:.- .. ' ..:............... . 15.03 OWNER May Terminate For Convenience ... . 15.04 :: ::::::::::::::::::: ::::: CONTRACTOR May Stop Work or Terminate . ARTICLE 16 - DISPUTE RESOLUTION ......................... . ................. . 16.01 ARTICLEI7- Methods and Procedures ............................... . . . . ........ . MISCELLANEOUS ................................................ 17.01 Giving Notice .................................................. . 17.02 17.03 Computation of TFmes ............................................. . (~t»rulative Remedies . 17.04 Survival of Obligations ............................................ . 17.05 Controlling Law .. ..................................... - - - - - - - . . ~~ 00700 - 35 00700 - 36 00700 - 36 00700 - 36 00700 - 36 00700 - 37 00700 - 38 00700 - 38 00700 - 39 00700 - 39 00700 - 39 00700 - 40 00700 - 40 00700 - 40 00700 - 40 00700 - 40 00700 - 4.1 00700 - 41 00700 - 41 00700 - 41 00700 - 42 00700 - 42 00700 - 42 00700 - 42 00700 - 42 00700 - 42 00700 - 5 GENERAL CONDITIONS ARTICLE 1 -DEFINITIONS AND TERMINOLOGY I.Ol Defined Terms A. Wherever used in the Contract Documents and printed with initial or all. capital letters, the terms listed below will have the meanings indicated which arc applicable to both the singular and plural thereof. 1. Addenda-Written or graphic instruments issued.__ prior to the opening of Bids which clarify, correct, or change the Bidding Rcgttirements or the Contract Documents. 2. Agreement--The written instrument which is evidctxx of -the agrcemcnt between OWNER and CONTRACTOR covering the Work. 3. Application for Paymau-The form aaxptable to ENGINEER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos-Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above currem action levcis established by the United States O~ational Safety and Health Administration. 5. Bid-The offer or pmpt>sal of a bidder submitted on rho prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding RequiremeNs-The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with a>ry supplements. 8. Bonds-Performance and payment bonds and other instruments of security. 9. Qiange Order-A document recommended by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, ddetian, or revision tit the Work or an adjustment in the Contract price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim-A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respxt to the terms of the Contract. A demand far money or services by a third party is not a Claim. 11. Contract-The entire and integrated written agreement betwcen the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, represcntations, or agrecmenu, whether written or oral. 12. Contras Documents The Contract Doctrmcnts establish the rights and obligations of the parties and include the Agreement, Addenda (which putain to the Contract Documents), CONTRACTOR'S Bid (including documentation accompanying the Bid and a~ post Bid documentation submitted prior to the Notict of Award) when attached as an ezhtbit to the Agreement, the Notice to Procced, the Bonds, these Geceral Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same arc more specifically identified in the Agrcement, together with all Written Amendments, Change Orders, Work Change Directives, Fidd Orders, and ENGINEER'S written interpretations and clarifications issued on or after the Effective Date of the Agreement.. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions arc not Contract Documents. Only printed or hard copies of the items listtd in this paragraph art Contract Doctrmc»s. Fills in electronic modia format of tent, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contras Price The moneys payable by OWNER to .CONTRACTOR for compaction of the Work in accordance with the Contract Documents as stated in the Agreement (subjecx to rho provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contras ?'fines The number of days or the dares stated in the Agreement to: (i) achieve Substantial Completion; and (n7 complete the work so that it is ready for final payment as evidenced try ENGIIvBER's written recommendation of final payment. 15. COMRACTOR-The individual or entity with whom OWNER has entered into the Agreement. t 1 i 1 00700 - 6 1 1 ~~ 16. Cost of the Work-See paragraph 11.O1.A for definition. 17. Drawings-That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals arc not Drawings as so defined. 18. E,,~`eciive Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. ENGINEER-The individual or entity named as such in the Agreement. Z0. F_lVG~IVEER's Consultant-An individual or entity having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant .with respect to the Project and who is identified as such in the Supplementary Conditions. 27. Milestone-A principal event specified in the Contract Documents relating to an intermediate comple- tion date or time prior to Substantial Completion of all the Work. 28. Notice of Ax+ard-The written notice by OWNER to the apparent successful bidder stating that upon timely compliancx by the apparent successful bidder with the conditions pnxedeni listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed-A written notice given by -OWNER to CONTRACTOR fining the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform the Work under - - -the Contract Documents. 30. OWNER-'Ihe individual, entity, public body, or authority with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed. 31. Partial Utilizarion-Use byOWNER of a substan- tially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 21. Field Order-A written order issued by ENGI- NEER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 22. General Requiremeras~tions of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 23. Hazardous Environmental Condition-The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste. or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Wash-The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to lima 25. Laws and Regulcuioru: haws or Regulations-Any and all applicable laws, rules, regulations, ordinances, codes, -and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens-=Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 32_ PCBs-Polychlorinated biphenyls. 33. Petroleum-Petroleum, including chide oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse; gasoline, kerosene, and oil mined with other non-Hazardous Waste and crude oils. 34. Project-The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 35. Project Manual-The bound ~ documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 36. Radoa.7ive Maraial-Sourtx, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 ei seq.) as amended from time fo time. 37. Resident Project Representative-The authorized representative of ENGINEER who may be assigned to the Site or any part thereof. 00700 - 7 38. Samples-Physical examples of materials, equipment, or workmanship that are- representative of some portion of the Work and which establish the standards by which such portion of the Work will be j~g~- steam, liquid petroteum products, telephone or other communications, cable television, water. wastewater, storm water, other liquids or chemicals, or traffic or other control systems. I~ ~~ 39. Shop Drawings-All drawings, diagrams, illustra- tions, schedules, and other data or information which are specifically prepared or assembled by or for CON- TRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site-Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and casements for access thereto, and such other lands fittnished by OWNER which are designated .for the use of CONTRACTOR. 41. Specificatiorts-That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 42. Subcontractor-An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 43. Substantial Completion-The time at which the. Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utitized for the purposes for which it is intended. The terms 'substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 44. Supplementary Conditions-That part of the Contract Documents which amends or supplements these General Conditions. 45. Supplier-A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contratx with CONTRACTOR or with any Subcontractor co fm-Wish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 4b. Underg>nund Facilities-All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, 47. Unit Price Work--Work to be paid for on the basis of unit prices. 48. Work-The entire completed construction or the various separately identi_tiable parts thereof rcquirod to be provided under the Contract Documents. Work includes and is the result of performing or providing alt labor, services, and documentation necessary to product such construction, and furnishing, installing, and incorporating all materials a~ equipment into such construction, all as required by the Contract Documents. 49. Work Change Directive-A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signedby OWNER and recommended by ENGINEER ordering an addition, deletion, or revision in the Work, or responding w differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change .the Contrail Price or the Contract Times but is evidence that tbe parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 50. Written Amendment-A written statement modifying the Contract Documenu, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agrcement and normally dealing with the noncngincering or nontechnical rather than strictly construction-related aspects of the Contract Documents. 1.02 Terminology, A. Intera of Certain Teems or Adjectives 1. Whenever in the Contract Documents the terms "as allowed," "as approved," or terms of like effector import are used, or the adjectives "reasonable," "snttablc," "acceptable," "proper," "satisfactory,' or adjectives of limo effector import arc used to describe an action or determination of ENGWEER as to the Work, it is intended that such action or deurmination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract DocumeaLc and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicaCmg otherwise). The 1 1 00700 - 8 1 1 1 1 u use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.10 or any other provision of the Contract Documents. B. Day 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty. or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accor- dance with paragraph 14.04 or 14.05). D. Furnish, Install, Perform, Provide 1. The word "furnish," when used in connection with services, materials, or equipment, shalt mean to supply and deliver said services, materials, or equipment to the Site {or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or platx in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready foe intended use: 4. When "furnish," "install," "perform," or "pro- vide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Documents, words or phrases which have swell-known technical or construction industry or trade meaning are used in the Contrail Documents in accordance with such recognized meaning. ARTICLE 2 -PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR tray be required to furnish. 2.02 Copies of Documents A. OWNER shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contras Ttmes; Notice to Proceed A. ;The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract 'T'imes commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting tfre Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. COMRACTOR's Review of Contras Documents: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification fiom ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for fatqure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Preliminary SGitedtdes: Within ten days after the Effective Date of the Agreement (unless otherwise specified 00700 - 9 in the General Requirements), CONTRACTOR shall submit to ENGINEER for its timely review: - 1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including arty Milestones specified in the Contract Documents; 1. The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance wilt not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR'S full responsibility therefor. 1 2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing, and processing such submittal; and 3. a preliminary schedule of values for all of the Work which includes quantities and prices of items which- when added together equal the Contras Price and subdi- vides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. C. Evidence of Insurance: Before a~ Work a[ the Site is started, CONTRACTOR and OWNER shall each deliver to the other,. with topics to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordancx with Article 5. 2.06 Preconstruction Co~erenee A. Within 20 days after the Contract Times start to run, but before any Work at the Site is started, a conference attended by CONTRACTOR, ENGINEER, and others as appropriate will be held to establish a working nnderrtanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.OS.B, procedures for handling Shop Drawings and other submittals. proctssing Applications for Payment, and maintaining required reconis. 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Doeu- moats, at least ten days before submission of the first Application for Payment a conferencx attended by CON- TRACTOR, ENGINEER, and others as appropriate will be, held to review for acctptabt~ity to ENG~IEER'as provided below the schcduics submitted in accordance with paragraph 2.05_B. CONTRACTOR shall have an additional ten days w make c:ocresions and adjustments and W complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules era submitted to ENGINEER. 2. CONTRAC'TOR'S schedule of Shop Drawi;:g and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. :. 3_ CONTRACTOR'S schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 -CONTRACT DOCUMENTS: INTENT. AMENDING, REUSE 3.01 Intent A. The Contras Documents are compicmentary; what is called for by ono is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a funsionally complete Project (or part thcrrof) to be construscd in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contras Docu- ments or from prevailing custom, . or .trade usage as being required. to produtx the intended result will be provided whether or not specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contras .Documents shall be issued by ENGINEER as provided in Article 9. - 3.02 1eeference Standards 1 ii A. Standards. Specifications. Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of atry technical society, organization, or association; or to Laws or Regulations, whether such reference be specific or by implication.. shall mean the standard, specification, manual. code. or Laws or Regain lions in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), 00700 - 10 LJ exec t as may be otherwise specifically stated in the 3.04 P Contract Documents. ~ 2. No provision of a~ such standard, s1P~on, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents. nor shall any such provision or instruction be effective to assign to OWNER, ENGINEER, or any of ENGINEER's Consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents.. ' 3.03 Reporting and Resolving Discrepancies _ A. Reporting Discrepancies 1 U 1. If, during the performance of rho Work, CONTRACTOR discovers a~ conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and a~ provision of any Law or Regulation applicable to the performance of the Work or of a~ standard, specificadon, manual or coc-fe, or of any instruction of a~ Supplier, CONTRACTOR shall report it to ENGINEER in writing at -once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGWEER for failure to report any such conflict, error, ambiguity, or dis- crepancy unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall -take precedence in resolving any conflict, error, ambiguity; or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifi- cally incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Amending and Supplementing contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: ~) a Written Amendment; (ii) a Change Order; or (iii) a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) ENGINEER'S approval of a Shop Drawing or Sample; or (iii) ENGINEER's written interpretation or clarification. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or furnishing any of the Work under a direct or indirect contrail with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of OWNER and ENGWEER and specific written verification or adoption by ENGINEER. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record Purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. OWNER shall furnish the Site. OWNER shall nfltify CONTRACTOR of any encumbrances. or restrictions not of general application but specifically related to use of the Site with which- CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner an+d pay for easements for permanent structures or permanent ahanga in existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contrail Price or Contract Times, or both, as a result of any delay in OWNER'S furnishing the Site, CGNTRACTOR may make a Claim therefor as provided in paragraph 10.05. 00700 - 11 1 B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record Legal title and Legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulafions. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construaron facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface oondttions at or contiguous to the Site that ENGINEER has used in preparing the Contract Docu- ments; and 2. those drawings of physical conditions in or relating to existing surface or subsurface strictures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such `technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with resped to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, scgttences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such- reports or shown or indicaUCd in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, op"inions. or information. 00700 - 12 4.03 Deering Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsur- face or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or - - -3. - differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify-OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. ENGINEER'S Review: After receipt of written notice as required by paragraph 4.03.A, ENGINEER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional. exploration or tests. with respecx thereto, and advise OWNER in writing (with a coPY to CONTRACTOR) of ENGINEER'S findings and conclusions. C. Possible Price and 7imcs Adjustments 1. The .Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the ezistentx of such differing subsurface or physical condition causes an increase or decrease in CONTRACTOR'S cost of, or time required for, perfor- mance of the Work; subject, however, to the following: a. such condidan must mat any one or more of the categories described in paragraph 4.03.A; and b. with respect to Work that is paid for on a Unit Pricx Basis, arty adjustment in Contract Price will be subject to the provisions of paragraphs 9.08 and 11.03. 1 1 fl i ~~ C~ 1 fl ;, ~,l II~ 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Times if: a_ CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR trade a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a Bid or becoming~bound under a negotiated contract: or b. the existence of such condition could reasonably have been discovered or revealed as a result of airy examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be eonducfed by or for CON- TRACTOR prior to CONTRACTOR'S tnalang such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in paragraph 10.05. However, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for a~ claims, costs, losses, or damages ('including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shawn or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of a>ry such information or data; and 2. the cost of all of the following will be included in the Contract Price, and CONTRACTOR shall have full responsioility for: a. reviewing and checking all such. information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents, ' c, coordination of the Work with the owners of such Underground Facilities, including OWNER, during construction, and d. the safety and protection of all such Under- ground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site winch was not shown or. indicated, or not shown or indicatcci with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. 2. If ENGINEER concludes that a change in the Contract Documents is ~ required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall. be trade in the Contract Price of Contract Times. or both, to the extent that they are attributable to the existence or location of any Underground Facility that was .not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, OWNER or CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 4.05 Reference Points A: OWNER shall provide engineering surveys to establish reference points for constntction which in ENGINEER's judgment are necessary to enable CON- TRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the estabttshed reference points and property 00700 - 13 t monuments, and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate' replacxmcni or relocation of such reference points or property monuments by professionally qualified personnel. Environmental Condition, CONTRACTOR shall immedi- atcly: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by paragraph 6.16); and (iii) notify OWNER and ENGINEER (and promptly thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, if any. 4.06 Hazardous Environnuntal Condition at Sue A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the ENGINEER in the preparation of the Contract_ Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliancx on such "technical data," CONTRACTOR may not rely upon or make a~ Claim against OWNER, ENGINEER or any of ENGINEER'S Consultants with respect to: 1. the completeness of such reports .and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the mP~nc, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or oanclusion drawn from a~ "technical data" or any such other data, interpretations, opinions or information. C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicaud in Drawings or Specifications or identified in the Contracx Documents to be withia the scope of the Work.` CONTRACTOR shall be responstble for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else -for whom CON- TRACTOR is responsible. D. If CONTRACTOR cncountcts a Hazardous Eaviron.~nental Condition or if CONTRACTOR or anyone for whom CONTRACTOR is responsible creates a Hazardous E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: C) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if a>ry, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stop- page or such special conditions under which Work is agreed to be resumed by CONTRACTOR, eithu party tray make a Claim therefor as provided in paragraph 10.05. F. If after raxipt of such written notice CONTRACTOR does not agrce to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Pricx or Contract Tunes as a result of ddcting such portion of the Work, then either party may make a Claim therefor. as provided in paragraph 10.05. OWNER may have such deleted portion of the Work performed by OWNER's own forcac or others in accordance with Article 7. G. To the fullest extent gcrmittcd by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGINEER, ENGINEER'S Consultants and the officers, directors, partners,- employees, agents, other consultants, and suboonbraciors of each and any of them from and against all claims, costs, Iosscs, and damages (including but not limited to all foes and charges of enginxrs, architects, attorneys. and other professionals and- all court or arbitration or other dispute resolution cysts) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and {ii) was not ctr-aced by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing 00700 - 14 0 1 u 1 1 m this paragraph 4.06.E shall obligati OWNER to indemnify any individual or entity from and again the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER'S Consultants, and the officers, directors, partners, employees, ages, other consultants, and subcontractors of each and a~ of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of paragraphs 4.02, 4.03, and 4.04. are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 -BONDS AND INSURANCE 5.01 Perfornurnce, Payment, and Other Bonds A. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR'S obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contras Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list. of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as A~ptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service. Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be acxompanied by a certified copy of such. agent's authority to act. C, If the surety on any Bond furnished by CON- TRACTOR is declared banlanpt or biomes insolvent or its right to do business is terminated in any state where a~ part of t<'te Project is located or i<~ceascs to meet the requirements of paragraph 5.01.8, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs S.O1.B and 5.02. 5.02 Licensed Sureties and Insurers A_ All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that arc duly Icensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and. insurance companies shall also meet such additional requirements a~ qualifications as may be provided in the Supplementary Conditions. 5.03 .Certificates of Inuurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supple- mentary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain. OWNER shall deliver io CONTRACTOR, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by CONTRACTOR or any other additional insured) which OWNER is requu~ed to purchase and maintain. 5.04 CONTRACTOR'S Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protxtion from claims set forth below which may arise out of or rosttlt from CONTRACTOR's performance of the Work- and CONTRACTOR'S other obligations under the Contract Documents, whether it is to be performed by CONTRACTOR, any Subcontractor or Supplier, or by anyone d'uectly or indirectly employed by atry of them to perform a~ of the Work, or by anyone for whose acts any of them may be liable: 1. claims udder workers' compensation, disability benefits, and other similar empooyce benefit acts; 2. claims for damages because of bodily injury, occupational siclmess or disease, or dealt of CONTRACTOR'S employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR'S employees; 00700 - 15 i 4. claims for damages insured by reasonably available pcrsnnal injury liability coverage which are sus- tained: C) by any person as a result of an offense dirxtly or indirectly related to the employment of such person by CONTRACTOR; or (ii) by any other person for any other reason; S. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and correcting, removing, or replacing defective Work in accordance with paragraph 13.0'1; and 7. with respect to completed operations insurance, and any insurance coverage written on a claims-made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Suppte- mcntary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). r 6. claims for damages because of bodily injury or death of a~ person or property damage ansing out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance so requued by thrs paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance reQuir~d by paragraP~ 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject .to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER'S Consultants, and any other individuals or entities identified in the Supplementary-Conditions, all of whom shall be listed as additional insureds. and include coverage for the respective officers, directors, partners, employees, agents, -and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds. shall provide primary coverage for. all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the S~ipplementary' Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRAC'TOR'S indemnity obligations under para- graphs 6.07, 6.11, and 6.?A; 5. contain a provision or endorsement that the coverage afforded w-iIl not be canceled, materially changed or renewal refused until at least thirty days prior written noticx has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the cerrfic~tes of instrance fiunished by the CONTRACTOR pursuant to paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be 5.05 .OWNER'S Liability Insurance _. A... In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.04, OWNER, at OWNER'S option, may purchase and maintain at OWNER'S expense OWNER'S own liability-insurance as will Protect OWNER against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of OWNER, CONTRAC- TOR, Subcontractors, ENGINEER, ENGINEER'S Consultants, and any other individuals or entities identi= fled in the Supplementary Conditions, and the officers,- - directors. partners, employees,- agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; . 2. be written on a Builder's Risk "all-risk" or open peril or special .causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage. theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demotition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured- Property (including but not limit-d to fees and charges of engineers and architects); 00700 - 16 1 ~' L _ [] 1 1 1 1 r~ i u ~~ 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior Zo being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agrced to in writing by OWNER, CONTRACTOR, and ENGINEER with 30 days written notice to each other additional insured to whom a certifi- - cate of insurance has been issued. B. OWNER shall purchase and maintain such boiler and machinery instrrand or additional property insurance as may be required by the Supplementary Conditions or t aws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER'S Consultants, and a~ other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be candled or materially changed or renewal refused until at leas? 30 days prior written notid tins been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurand has been issued and will contain waiver provisions in acxordanc~e with paragraph 5.07. D. OWNER shall not be responsible for purchasing and maw ;mnP arty Property insurance specified in this paragraph 5.06 to protect the interests of CONTRACTOR, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deduarble amount will be borne by CONTRACTOR, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies. provided under paragraph 5.06, OWNER shall, if possible, incitrde such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has bcen procured by OWNER. 5.07 Waiver of Rights A. OWNER and CONTRACTOR intend that all policies purchased in accordance with paragraph 5.06 will protect OWNER, CONTRACTOR. Subcontractors, ENGINEER, ENGINEER'S Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of cash and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of toss covered thereby. All such policies shaIl contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. OWNER and CONTRAC- TOR waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and atry of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER'S Consultants, and all other individuals or entities identified in the Supplemen- tary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and a~ of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under a~ policy so issued. B. OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners,. employees. agents, and other consultants and subcontractors of each and any of them fot: 1. loss due to business interruption, loss of use, or other consegtrcntial loss extending beyond direcx physical loss or damage to OWNER's property or the Work caused by, arising out of, or resulting from fire or other pdril whether or not insured by OWNER; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resultrrrg from fire or other insured peril or cause of .loss covered by atry property insurance maintained on the oompletod Project or part thereof by OWNER during partial utilization pursuant to paragraph 14.05, after Substantial Completion 00700 - 17 pursuant to paragraph 14.04, or after final payment pursuant to paragraph 14.07. C. Any insurance policy maintained by OWNER cover- ing any loss, damage or consequential loss referred to in paragraph S_07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, 'the insurers will have no rights of recovery against CONTRACTOR, Subcontractors, ENGINEER, or ENGINEER'S Consultants and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them. of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in .the required coverage- Without prejudice to any other right or remedy, the other party may elect to obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the party who was rcgtiired to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordinglY- 7 5.08 Receipt and Application of Insurance Proeteds A. .Any insured loss under the policies of insurance required by paragraph 5.06 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of a>ry applicable mortgage clause and of paragraph 5.08.B. OWNER shall deposit in a separate account any money so received and shall distnbute it in accordariee with such agree- ment as the parties in interest may reach. If no other special agrccmenR is reached, the damaged Work shall be nepairrd or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Mange Order or Written Amendment. B. OWNER.as fiduciary shall have power to adjure and settle any loss with the insurers unless one of the parties in interest shall object in writing. within 15 days after the o~rrctxx of loss to OWNER'S exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agttiement as the par6cs in interest may mach. if no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and stole the loss with the insurers and, if required in writing by any P~7' in interest, OWNER as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Insurance: Option to Replace 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in paragraph 14.OS, no such use or occupancy shall eommeiice before the insurers providing the. property insurance pursuant to paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorse- ment on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy- n v 1 ARTICLE 6 -CONTRACTOR'S RESPONSIBiLTTIES , 6.01 Supervision and Superrntendenee A. CONTRACTOR shall supervise, inspect, and direct the Work competently an+d efficiently, devoting such attention thereto and applying such.skilLs and expertise ~ ~Y be necessary to perform the Work in accordance with the Contract Documents....... CONTRACTOR shall be solely responsible for the means. methods, techniques, sequences, and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific means, method, technique. sequence, or procedure of construction which is shown or indi CON'TR ACTO shall required by the Contrail Doctirnents. be responsible to see that the completed Work complies accurately with the Contrail Documents. A. If either OWNER or CONTRACTOR has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purrhascd a>~ maintained by the other party in accordance with Article S on the basis of non~onformancx with the Contract Documents, the; objecting party shall so notify the other party in writing. within 10 days after rixeipt of the certificates (or other evidence r~gtiated) required by paragraph 2.OS:C. QWNER and CONTRACTOR shall each provide to die other such additional information in tcsped of insurance provided as the other may reasonably r°`,gtiest. If either party does not ptrchase or maintain all of the Bonds and insurance required B. At alI times during the progress of the .Work, CONTRACTOR shall assign a competent resident superin- tendent thereto who shall not be replaced without ~~ notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR'S representative at the Site and shall have authority to -act on behalf of CONTRACTOR. All communications given w_ or received from the superintendent shall be binding on CONTRACTOR. 00700 - 18 n 6.02 Labor; Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out, and construct the Work as .required by the Contract Doctrmcnts. CON- TRACTOR shall at.all trmes maintain good discipline and order at the Site. B. Except as otherwise requu-ed for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in'the Contract Documents, all Work at the Site shall be performed durmg regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without OWNER's~ written consent (which will not be unreasonably withheld} given afar prior written notice to ENGINEER. 6.03 Services, Materials, and Equipment r A. Unless otherwise specified in die General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, -heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefirof OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests} as to the source,-kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used,, cleaned, and conditioned in accordance with instructions of the applicable Supplier, excxpt as otherwise may be provided in the Contract Docu- ments. 6.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.OTj proposed adjustments in the progress schedule that will not result in changing the Contract.Times (or Milestones}. Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the progress schedule that will change the Contract Times (or M$estonesl shalt be submitted in accordance with the rcquiremcnts of Article 12. Such adjustments may only be made by a Change Order or Writtea Amendment in accordance with Article 12. 6.05 Substitutes and `Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contrail Documents by using the name of a proprietary item or the name of a particular Supplier, the specificadon or description is intended to establish the type, function. appearance, and quahty required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substiturion is permitted. other items of material or equipment or material or equipment of other Suppliers may be submitted to ENGINEER for review under the circum- stances -described below. 1. "Or-Equal" Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally cgtral to-that named and sufficieritly similar so that no change in related Work will be required, it may ba considered by ENGINEER as an "or-equal" item, in which case review and approval of the proposed item may, in ENGINEER'S sole discretion, be accomplished without compliance with soma or all of the requirements for. approval of proposed substitute items. For the purposes of this paragraph 6.OS.A.1, a proposal item -- of material • or equipment will be considered funcdoaally equal to an item so named if: 00700 - 19 a. in the exercise of reasonable judgment ENGINEER determines that: (i) it is at least equal in quality, durability, appearance, strength. and design characteristics; ('u7 it will pliably perform at least equally wcU the function imposed by the design concept of the completed Project as a functioning whole, and; b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ri) it will conform substantially, even with deviations, to the detailed requirements of the item named in the COIItraCt Documents. 2. Substitute Itctns a. If in ENGINEER'S sole discretion an rum of material or equipment proposed by CONTRACTOR does not qualify as an "or-equal" item under i~ ~' paragraph 6.OS.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine. that the item of material or equipment Proposed is tsscntially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of constriction approved by ENGI- NEEiZ. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER'S sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The proce- dure for review by ENGINEER will be similar to that provided in subparagraph 6.OS.A.2_ C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.OS.A and 6.OS.B. ENGINEER will be the sole judge of acceptability. No "or-0gtial" or substitute will be ordered, installed or utilized. until ENGINEER'S review is complete, which will be evidenced by eithei a Change Order for a substitute. or an approved Shop Drawing for an "or equal." ENGINEER will advise CONTRACTOR in writing of any negative determination. c. The procedure for review by ENGINEER will be as set forth in paragraph 6.OS.A.2.d, as supplemented in the General Requirements and as - ENGINEER may decide is appropriate under the circtimstanccs. d. CONTRACTOR shall first make written application to ENGINEER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the sxtent, if any, to which the use of the proposed substitute item will prejudice CONTRAC'TOR'S achievement - of Substantial Completion on time, whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of a~ other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of nay License fee or royalty. Ail variations of the pro- posed substitute item from that specified will be identified in the application, and available engineering. sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indi- rectly from use of such substitute item, including costs of redesign and claims of other contractors affected by an3- restrlting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER asay require CON- TRACTOR to furnish additional data about the pro- posai substitute item. - B. SYrbstitrae Consnucxior. Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is shown or indicated in and expressly D. Special Guarantee: OWNER may require CON- TRACTOR to fumish at CONTRACTOR'S expense a special performance guarantee or other surety with respect to a~ substitute. E. ENGINEER'S Cost Reimbursement: ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitute proposed or submitted by CONTRACTOR pursuant to paragraphs 6.OS.A.2 and 6.OS.B and in malting changes in the Contract Documents (or in the provisions of a~ other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER approves a substitute item so proposed or submitted, by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER'S Consultants for evaluating each such proposed substitute. - F. CONTRACTOR'S 'Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or-equal" at CONTRACTOR'S expense. 6.06 Concerning Su6co-uractors, Suppliers, and Other A. CONTRACTOR shall not employ a~ Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.B), whether initially or as a replacement, against whom OWNER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor,- Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable objectioa. B. If the Supplementary Conditions require the ideality of certain Subcontractors, Suppliers, or other individuals or 00700 - 20 n 1 i~ 1 ~. i [] i i~ u C entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance {either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CON TRACTOR shall sabmit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the differ- ence in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR'S own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcon- tractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with ENGI- NEER through CONTRACTOR. F. The divisions and sections of the Specifications and the identiftcations of _ any. Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade_ G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listcd as an additional insured on the property insurance provided in paragraph 5.06, the agreement between the CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER'S Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRAC- TOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs. incident to the use in the performance of the Work or the .incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER'S Consultants, and the officers, directors, partners, employees or agents, and other, consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorooration in the Work of any invention, design,. process, product, or device not specified in the Contract Documents. 6.08 Pernuts A. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits 00700 - 21 and licxnscs: CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which arc applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with arty Laws or Regulations. B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court ar arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR'S prunary responsibility to make certain that dte Spccification& and Drawings arc in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Data of the Agrecmeil if there were no Bids) having an effeil on the cost or time of performance of the Work maybe the subject of an adjustment in Contract Price or Contrail Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if ate, of any such adjustmeil, a C1sim may be made therefor as provided in paragraph 10.05. 6.10 Taxes A. CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by CONTRAC- TOR in accordance with the Laws and Regulations of the pla,~ of the Project which arc applicable during the performance of the Work. b.l l Use of Site and Other Areas unreasonably encumber the Site and other areas with construction equipment c: other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land er area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should a~ claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proeading or at Iaw. 3. To the fullest extent permitted by Laws and Regulations; CONTRACTOR. shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages ('including-but not limited to all fees and charges of engiaxrs, architects. attorneys, and other profcssianals and all court or arbitration or other. dispuu resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER. ENGINEER, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR'S performance of the Worlc. B_ Removal of Debris During Performance of the Work: During the progress of the Work CONTRACTOR shall keep the Site and other areas free from accumulations of waste matertals, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall con- form to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and maloe it ready for utilization by OWNER. At the completion of the Work CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all- ptopcrty not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will .endanger the structure. nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. [] t u A. Limitation on Use. of Site and Other Areas 6.12 Record Documents 1. CONTRACTOR shall confine construction equipment, the storage of materials and equipment, and A. CONTRACTOR shall maintain in a safe place at the the operations of workers to the Site and other areas Site one record copy of all Drawings, Specifications, permitted by Laws and Regulations, and shall not Addenda, Written Amendments, Change Orders, Work 00700 - 22 J 1 ~hange Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show es made during construction. These record documents gether with all approved Samples and a counterpart of all roved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record Samples, and Shop Drawings will be delivered to GINEER for OWNER. 13 Safety and Protection all be lcl nsible for A. CONTRACTOR sh so y respo initiating, maintaining and supervising all safety precautions programs in connection with the Work. CONTRACTOR hall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,- ~ury or loss to: I. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, ' including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection- of persotu or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjatxnt P~rt3' and ~of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to a~ property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirecdy, in whole or in part, by CON= TRACTOR, any Subcontractor, Supplier, or a~ other 1 individual or entity di.-~ectly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by 'CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Con- sultant, or anyone employed by any of them, or anyone for ' whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or a~ Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR'S duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER ° and CONTRACTOR in accordance with paragraph I4.07.B that the Work is acceptable (except as othcrv~-ise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be trade available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or Ioss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the .Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive. or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with r espoct to quantities. dimen- sions, specified performance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited P~~ ~~ by Paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in at~ordance with the acceptable schedule of Shop Drawings and Sample 00700 - 23 submittals. Each Sample will be identified clearly as to material, Suppiier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited purposes required by paragraph 6.17.E_ The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGINEER as required by paragraph 2.07, any related Work performed prior to ENGINEER'S review and approval of the pertinent submittal will be at the sole expense and responsibility of CONT'RACT'OR. Drawing and Sample submitted to ENGINEER for review and approval of each such variation. E. ENGINEER'S Review 1. ENGINEER will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to ENGINEER. ENGINEER'S review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to -the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. D. Submittal Procedures 1 _ Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimen- sions, specified performance criteria, installation requirements, materials, catalog members, and similar information with respect.thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construc- tion and safety precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and- Samples and with the requirements of the Work and the Contract Docu- ments. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONT'RACTOR's obligations under the Contact Documents with respect to CONTTtACTOR's review and approval of that submittal. 3. At the ttme of cash submittal, CONTRACTOR shall give ENGINEER specific written notice of such variations, if atry, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documcrus, such notice to be in a written com- munication sct.arate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop 2. ENGINEER'S review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of eoastnrction is specifically and expressly called for by the Cootraci Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. ENGINEER'S review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for a~ variation from the require- ments of the Contract Documents unless CONT'RACT'OR has in writing called ENGINEER'S attention to each such variation at the time of each submittal as required by paragraph 6.17.D.3 and ENGINEER has given written approval of each such variation by .specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR .from responsibility for complying with the requirements of paragraph 6.17.D. L F. Resubminal Procedures I. CONTRACTOR shall make corrections required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CON- TRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGI- NEER on previous submittals. 6..18 Continuing the Work 1 ii r, Ci n ~' A. CONTRACTOR shall carry on the Work and adhere to the ptngress schedule durutg all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except 00700 - 24 as permitted by paragra h 15.04 or as OWNER and P CONTRACTOR may otherwise agree in writing. 6.I9 COMRACTOR's Genera! Warranty and Guarantee A. CONTRACTOR warrants and guarantees to ' OWNER, ENGINEER, and ENGINEER's Consultants that all work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR'S warranty and guarantce hereunder excludes defects or damage caused by: I. abuse, modification, or improper maintenance or e operation by persons other than CONTRACTOR, Sub- contractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. B. CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR'S obligation to perform the Work in accordance with the Contract Documents: ' 1. observations by ENGINEER; 2. recommendation by ENGINEER or payment by -OWNER of any progress or final payment; 3_ the issuance of a certificate of Substantial Completion by ENGINEER or any payment related thereto by OWNER; 4. -use or occatpancy of the Work or a~ part thereof by OWNER; 5. any acceptance by OWNER or any failure to do ~; 6. any review and approval of a Shop Drawing or ' Sample submittal or the issuance of a notice of acceptabil- ity by ENGINEER; 7. any inspection, test, or approval by others; or 8. any correction of defective work by OWNER. 6.20 Indemnification A. To the fullest e;.tent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and :barges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, -toss, or damage: 1. is attributable to bodily injury, sickness, disease, or dealt, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by aay negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or-any individual or entity directly or indirectly employed by ary of them to perform a~ of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by a~ negligence or omission of an individual or entity indem- nified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employx) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or alone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20_A shall not be limited in a~ way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or a~+ such Subcontractor,-Supplier, or other.individual.or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CONTRACTOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER'S Consultants or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of: 1. the preparation or approval of, or the failure to Prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. t 00700 - 2S ARTICLE 7 -OTHER WORK 7.01 Related Work at Site A. OWNER may perform other work related to the Frojoct at the Site by OWNER's employces, or !ct other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Con- tract Documents, then: 1. written notice thereof will be given to CON- TRACTOR prior to starting any such other work; and 2. if OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of a~ adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in paragraph 10.05. B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner {and OWNER, if OWNER is performing the other work with OWNER's employees) proper and safe accxss to the Site and a eeasonable opportunity for the introduction and storage of materials and equipment and .the ezxution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CON- TRACTOR shall do all cutting, fitting, and patching of the . Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. CONTRACTOR shall not endanger a~+ work of others by cutting, excavating, or otherwise . altering their work and will only cart or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph arc for the benefit of such utility owners and other contractors to the extent that them are comparable provisions for -the benefit- of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others nndcr this Article 7, CONTRACTOR shall inspect such other work and promptly report ~ to ENGINEER in writing any delays, defects, or deficiencies in such other work that render ii unavailable or unsuitable for the proper execution and restrlts of CONTRACTOR'S Work. CONTRACTOR'S failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR'S Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: I. the individual or entity who will have authority and responsibr3r'ty for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and _ 3_ _the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and respon- sibility for such coordination. ARTICLE 8 -OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Condi- tions, OWNER shall issue -all communications to CONTRACTOR through ENGINEER. 8.02 Replacement of ENGINEER A. In case of termination of the employment of ENGI- NEER, OWNER _ shall .appoint an engineer to whom CONTRACTOR makes no reasonable objecxion, whose status under the Contract Documents shall be that of the former ENGINEER. 8.03 Furnish Data A. OWNER shall promptly furnish the data required of OWNER under the Contract Documents. 8.04 Pay Promptly When Due A. OWNER shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.02.C and 14.07.C. B.OS Lands and Easements; Reports and Tests A. OWNER'S duties in respect of providing lands and easements and providing engineering surveys to establish reference points arc set forth in paragraphs 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations u u [' '~ C L 00700 - 26 1 and tesu of subsurface conditions and drawings of physical ARTICLE 9 -ENGINEER'S STATUS DURING conditions in or relating to existing surface or subsurface CONSTRUCTION structures at or contiguous to the Site that have been utilized by ENGINEER in preparing the Contract Documenu. 8.06 .Insurance A. OWNER's responsibilities, if any, in respect to pur- chasing and maintaining liability and Property insurance are set forth in Article 5. ' 8.07 Qurnge Orders A. OWNER is obligated to execute Change Orders as ' indicated in paragraph 10.03. 8.08 Inspections, Tests, and Approvals - _ A. OWNER's responsibility in respect to certain inspec- tions, tests, and approvals is set forth in paragraph 13.03.B. ii u [] 8.09 Limitations on OWNER'S Responsibilities A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR'S means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or -for arty failure of CON- TRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER will not be responsible for CONTRACTOR'S failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. OWNER'S responsibility in respoct to an undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.11 Evuitncc of Furancial Artrrngcments A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidences that financial arrangements have been made to satisfy OWNER'S obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. 9.01 OWNER'S Representative A_ ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construcdon are set forth in the Contract Documcnu and will ~t be changed without written. consent of OWNER and ENGINEER. 9.02 Visits to Site A. ENGINEER will make visiu to the Site at intervals appropriate to the various stages of construction as ENGINEER .deems necessary in .order to observe as an experienced and qualified design professional the- progress that has been made and. the quality of the various aspects of CONTRACTOR'S executed Work. Based on information obtained during such visits and observations, ENGINEER, for the benefit of OWNER, will determine, in general, if the Work is procxeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous inspaxions on the Sitc to check the quality or quantity of the Work. ENGINEER'S efforts will be directed toward providing for OWNER a greater degrce of confidence that the completed Work .will conform generally to the Contract Documents. On the basis of such visiu and observations, ENGINEER will kcep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. B. ENGINEER'S visits and observations are subject to all the limitations on_ _ ENGINEER'S authority and responsibility sot forth in paragraph 9.10. and particularly, but without limitation, during or as a result of ENGINEER'S visiu or observations ~ of CONTRACTOR'S Work ENGINEER will not supervise, direct, control, or have authority over or be responsr~ble for CONTRACTOR'S means, methods, techniques, sequences, or procedures of constrvcion, or the safety procautions and programs incident thereto, or for airy failure of CONTRACTOR to'comply with. Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and authority and limitations thereon of a~ such Resident Project Representative and assistanu will be as provided in paragraph 9.10 and in the Supplementary Conditions. If OWNER designates another 00700 - 27 1 rcpreseniadve or agent to represent OWNER at the Site who . is not EidGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supple- mcntary Conditions. 9.04 Clanfieations and Interpretations B. In connection with ENGINEER's authority as to Change Orders, see Articles 10, I1, and 12. C. In connection with ENGINEER'S authority as to Applications for Payment, see Article 14. 9.08 Deternsinations for Unit Price Work [~ A. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the require- ments of the Contrail Documents as ENGINEER may dear- mine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Stich written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER and CON- TRACTOR are unable to agree on entitlement to or on the amount or extent, if any. of any adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a written clarification or interpretation, a Claim may be made therefor as provided in paragraph. 10.05. 9.05 Authorized Variations in Work A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved promptly. If OWNER and CONTRAC- TOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of a Eeld Order, a Claim may be made therefor as provided in paragraph 10.05. 9.06- Rejecting Defective Work A. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Projecx that conforms to the Contrail Documents or that will prejudice the integrity of the design concept of the completed Projax as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspoction or testing of the Work as provided in paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.07 Shop Dra-vittgs, grange Orders and Payments A. In cannaxion with ENGINEER's authority as tq Shop Drawings and Samples, see paragraph 6.17. A. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR- ENGINEER will review with CON- TRACTOR the E1•IGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER'S written decision thereon will be final and" Minding (except as modified by ENGINEER to reflect changed factual conditions or more accurate data) upon OWNER and CONTRACTOR, subject to the provisions of paragraph 10.05. 9.09 Decisions on Requirements of Contrail Documents and Acceptability of Work A. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and -other matters relating to the acceptability of the Work, the quantities and classifications of Unit Price Work, the interpretation of the requirements of the Contract Documents pertaining to the performance of .the Work, and Claims seeking changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing, in accordance with the provisions of paragraph 10.05, with a request for a formal decision. B. When fu~tioning as interpreter and- judge under this paragraph 9.09. ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable is connection with .any interpretadon or decision rendered in -good faith in such capacity.. The rendering of a decision by ENGINEER pursuant to this paragraph 9.09 with respect to any such Claim. dispute, or other matter (except any which have been waived by the making or acceptance of final Payment as Provided in paragraph 14.07) will be a condition pt~edent to atry exercise by OWNER or CONTRACTOR of such rights or remedies as wither may otherwise have under the Contrail Documents or by Laws or Regulations in respect of auy such Claim, dispute; or other matter. 9.10 Limitations on ENGtNEER's Authority' and Respon- sibilities A. Neither ENGINEER'S authority or responsibility under this Article 9 or under a~ other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority 00700 - 28 0 f~. 1 u ii ~~ ~' ~~ r-,~ ~'~ i. r~ u 0 or responsibility or the undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, or give .rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcontractor, any .Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR'S means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. ENGINEER will .not be responsible for CONTRACTOR'S failure to perform the Work in atxordance with the Contract Documents. C. ENGINEER will not be responsible for the acu or omissions of CONTRACTOR or of any Subcontractor. any Supplier, or of any other individual or entity performing any of the Work. D. ENGINEER's review of the final Application for Payment and accompanying documentation and all mainte- nance and operating ins~+sctions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and athcr documentation required to be delivered by paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this paragraph 9.10 shall also apply to ENGINEER'S ' Consultants, Resident Project Representative, and assistants. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS _ - Ci C: ~7 10.01 Authorized Qrattges in the work A. Without invalidating the Agreement and without notice to a~ surety, OWNER may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Work Change Dircilive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If OWNER and CONTRACTOR are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contrail Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided _in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modifiod, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6.16 or in the case of uncovering Work as provided in paragraph 13.04.B. 10.03 Execution of .Change Orders A._OWNER.. and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 1. changes in the Work which are: (i) ordered by OWNER pursuant to paragraph 10.0I.A, (ii) required because of acceptance of defective Work under para- graph 13.08.A or OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the P~~T: 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 10.05; provided that,-in lieu-of executing .any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations. but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond W be given to a surety, the giving of any such notice will be CONTRACTOR'S responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any such change. ' 00700 - 29 10.05 Claims and Disputes A. Notice: -Written nonce stating the general nature of each Claim, dispute, or other matter shall be delivered by the claimant to ENGINEER and the other party to the Contract promptly (but in no event later titan 30 days) after the start of the event giving rise thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting -data shall be delivered to the ENGINEER and the other party to the Contract within 60 days after the start of such event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in accordancx with the provisions of paragraph 12.O1.B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the- provisions of paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjust- ment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). B. ENGINEER'S Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or tine last submittal of the opposing Party, if any. ENGINEER'S written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: . 1. an appeal from ENGINEER'S decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no -such dispute resolution procedures have been set forth in Article 16, a written notice of intention to appeal from ENGINEER'S written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing Party may have with nespoct to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. C. If ENGINEER does not render a formal decision in writing. within the time stated in paragraph 10.O5.B, a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after raxipt of the last submittal of the claimant or the last submittal of the opposing party, if any. 00700 - 30 1. Payroll costs for employes in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents. foremen, and other personnel employed full time at the Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unem- ployment, excise, and payroll taus, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regulaz working hours, on Saturday, Sunday, or legal holidays, shall be included in the about to the eucni authorized by OWNER. 2. Cost of all materials and egtiipmcnt furnished and incorporated in the Week, including costs of transportation and storage thereof, and Suppliers' field services required in connearon therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discotmts shall accrue to OWNER.. All trade discounts, rebates and- refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. ~I 'J ri u C i i~ ~I D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this paragraph 10.05. ARTICLE 11 -COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Wow A. Costs Included: The term Cost of the Work means the sum of all costs necessarily incurred and paid by CON- TRACTOR in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Prtcc is determined on the basis of Cost of the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or incremental t:osts required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the totality of the Project,-shall include only the following items, and shall not include any of the costs itemized in paragraph 11.O1.B. ;; C ,~ L' ~' ~~ iJ 3. Payments made by CONTRACTOR to Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER, who will then determine, with the advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR'S Cost of the Work and fee as provided in this paragraph 11.OI. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories,_ surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel,- and subsistence expenses of CONTRACTOR'S employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and mainte- nance, of all materials, supplies, equipment,. machinery, appliances, office, and temporary facili- ties at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and -cost, less market value, of such items used but not consumed which remain the property of CONTRACTOR. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agrcemenLs approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. -All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, ma- chinery, or parts shall cease when the. use thereof is no longer accessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which CON- TRACTOR is liable, imposed by laws and Regu- lations. e. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the perfor- mance of the Work (except losses and damages within the deductible amounts of property insurance cstablishcd in accordance with paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR'S foe. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses .such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the. Cost of the Work is -used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all. the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Cosa Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and- other compensation of CONTRACTOR's officers, exccutivcs, principals (of partnerships and sole proprietorships), general manag- ers, engineers, architects, estimators, attorneys, audi- tors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel. employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work ar~d not specifically included in the agreed upon schedule of job classifications referred to in paragraph I1.O1.A.1 or specifically covered by paragraph 11A1.A.4, all of which are to be ' 00700 - 31 1 considered administrative costs covered by the CONTRACTOR'S fee. 2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence ofCONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose -acts any of them may be .liable, including but not limited- to, the - correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. - S. Other overhead or general expense costs of any kind and the costs of any item .not specifically and expressly included in paragraphs 11.O1.A and 11.O1.B. C. COIVTRACTOR's Fee: When all the Work is performed on the basis of cost-plus, CONTRACTOR'S fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, CONTRACTOR'S fee shall be determined as set forth in paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to paragraphs 11.O1.A and 11.O1.B, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting data. - 11.02 Carh Allowances A. It is understood that CONTRACTOR has included in the Contract Pricy all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER: CONTRACTOR agrees that: 1. the allowances include the cost to CONTRAC- TOR (less any applicable trade discotmtsj of materials and equipment required. by the allowances to be delivered at the Site, and all applicable fazes; and 2. CONTRACTOR's costs for unloading and handling on the Site. labor, installation costs, overhead, profit, and other expenses contemplated for. the allow- 00700 - 32 antes have been included in the Contract Price and not in the aliowanc~s, and no demand for additional paymrnt on account of any of the foregoing will bevalid. - B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price -Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agree- ment. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Frice. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER subject to the provisions of paragraph 9.08. B. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR'S overhead and profit for each separately identified item. . C. OWNER or CONTRACTOR may make a Claim for an adjustment in the Contact Price in accordance with paragraph 10.05 if: - 1. -the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect a~ other item of Work; and 3. if CONTRACTOR betieves that CONTRACTOR is entitled to an increase itt Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are tenable to agree as to the amotmt of any s•1ch increase or decrease. i. C~ ~T1CLE 12 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price e A. The Contract Price may only be changed by a e Order or by a Written Amendment. A~ Claim for an adjustment in the Contract Price shall be based on written ~otice submitted by the party making rho Claim to the NGINEER and the. other party to the Contract in accor- dance with the provisions of paragraph 10.05. 1 B. The value of arty Work covered by a Change Order or of any Claim for an adjustment in the Contract Price.will.. _.._. determined as follows: erect b unit I. where the Work involved is cov y prices contained in the Contract Dowments, by applica- lion of such unit prices to the quantities of the items involved (subject to the provisions of paragraph 11.03 ); or 2. where the Work imrolved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may- include an ' allowance for overhead and profit not necessarily in accordance with paragraph 12A1.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agrce- ment to a lump sum is not reached under paragraph 12.O1.B.2, on the basis of the Cost of the Work ' (determined as provided in paragraph 11.01) plus a CONTRACTOR'S fee for overhead and profit (deter- mined as provided in paragraph 12.O1.C). C. CONlRACTOR's Fee: The CONTRACTOR'S .fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fined fee; or 2. if a fined fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: ' a. for costs incurred under paragraphs 11.O1.A.I and 11.O1.A.2, the CONTRACTOR's fee shall be 15 percent; 0 ~l b. -for costs incurred under paragraph 11.O1.A:3, the CONTRACTOR'S fee shaIl be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fined fee is agreed upon, the intent of paragraph 12.Oi.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the- nett lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under paragraphs 11.O1.A.4, lLO1.A.5, and 11.O1.B; _ __ e.. _ .the.. amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost wi?1 be the amount of the actual net decrease in cost plus a deduilion in CONTRACTOR'S fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are in- volved in any one change, the adjustment in CONTRACTOR'S fce shall be computed on the basis of the net change in accordance with para- graphs 12.O1.C.2.a through 12.O1.C.2.e, inclu- sive. 12.02 Change of Contract mimes A. The Contract Times (or Milestones) tray only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice s~ttbmitted by the party .making the claim to the .ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contrail Times (or Milestones) covered by a Change Order or of a~+ Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12. 12.03 Delays Beyond COM'RACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the cbnuol of CONTRACTOR, the Contract Times (or Mtlestotxs) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12.OZ.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing. other work as contemplated by ' 00700 - 33 i Artic~s 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 12.04 Delays Within COMRACTOR's Control A. The Contract Times (or Milestones) wdl not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.OS Delays Beyond OWNER'S and CONIRACTOR's Control A. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or I~lcstones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contcacx Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR'S sole and exclusive remedy for such delay. 12.06 Delay Damages A. In no event shall OWNER or ENGINEER be liable to CONTRACTOR, any Subcontractor, arty Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CON- TRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article ?. B. Nothing in this paragraph 12.06 bars a change in Contract Price pursuant to this Article 12 to compensate CONTRACTOR due to decay, interference, or disruption directly attnibutable to actions or inactions of OWNER or atryone for whom OWNER is responsible. ARTICLE 13 -TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFEC'ITVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. - 13.02 Access to Wonti A. OWNER., ENGINEER, ENGINEER'S Consultants, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation. inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR'S Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tesu and Inspections A. CONTRACTOR shall give ENGINEER timely Mice of readiness of the Work for all required inspections. tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by paragraphs 13.03.C and 13.03.D below; 2. that costs irbcurrcd in connecxion with tests or inspections conducted pursuant to paragraph 13.04.B shall be paid as provided in said paragraph 13.04.B; and 3. as otherwise spxifically provided in the Con- tract Documents. C. If Laws or Regulations of any public body having jurisdiction requite any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish ENGINEER the rtgttired ccrtificatcs of inspection or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs. in connccton with any inspections, tests, or approvals required for OWNER'S and ENGINEER'S acc.~ptance of materials or equipment to be incorporated in the Work; or accxptance of matertals, mix designs, or equipment submitted for approval prior to CONTRACTOR'S purchase thereof for incotporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable io OWNER and ENGINEER. 00700 - 34 I~ 1 ~] i~ n E_ If any Work (or the work°of others) that is to be inspected, tested, or approved is covered by CONTRACTOR ithoui written concurrence of ENGINEER, it must, if ~cquested by ENGINEER, be uncovered for observation. F. Uncovering Work as provided in paragraph 13.03.E hall be at CONTRACTOR's expense unless CON- CTOR has given ENGINEER timely notice of CONTRACTOR'S intention to cover the same and ENGI- ~R has not acted with reasonable promptness in response o such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, uncovered for ENGINEER's observation and replaced at ONTRACTOR's expense. B. If ENGINEER considers it necessary or advisable t covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER'S shall uncover, expose, or otherwise make available or observation, inspection, or testing as ENGINEER may rcqurre, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages ('inchrding but not limited to all fees and charges of engineers, architects, attorneys, and mother professionals and all court or arbitration or other ~ute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including ~ut not limited to all costs of repair or replacement of work of others); -and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER tray make a Claim •therefor as provided in paragraph lO,OS. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an ezunsion of the Contract Times (or Milestones), or both, directly attribut- able to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 13.OS OWNER May Stop the Work A. If the Work is defective, or CONTRACTOR fails to ~~' supply sufficient skilled workers or suitable materials. or equipment, or fails to_ perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by ENGINEER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, Iosses, and damages (including but not limited to all fees and charges of engineers, architects; attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to .such correction or removal (including but not Iimited to all costs of repair or replacement of work of others). 13.07 Correction Period A. If within one year after the date of Substantial Completion or such .longer period of time . as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR'S use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6. LI.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in acrordance_ with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and Crir7 satisfac- torily correct or repair or remove and replace any damage to other Work, tq the work of others or other land or areas resulting therefrom.. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, and all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. B. In special circumstances where a particular item of equipment is placed in continuous service bef~rr Substantial Completion of all the Work, the correction period for that 00700 - 3S item tray stare to run from an Parlier date if so provided in the Specifecations of by Written Amendment. __ C. Where defective Work (anti damage to other Work resulting therehom) has been corrected or removed and replaced under this paragraph 13.07, the correction period hetzttttider with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR'S obligations under this paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. - 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages ('including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER'S evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness) and the diminished-value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance ooarrs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price. reflecting the diminished value of Worktso accepted. If the parties are unable W ague as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If the, acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. 13.09 OWNER May Correa Defective Work connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part _of the Site, take possession of all or part of the Work and suspend CONTRACTOR'S services related thereto, take possession of CONTRACTOR'S tools, appliances, con- struction equipment and machinery at the Site, and incorpo- rate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER'S other contractors, and ENGINEER and ENGINEER'S Consultants access to the Site to enable OWNER to exercise the rights and remedies under this paragraph. C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architecu, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 13.09 will be charged against CON- TRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be enE*?ed to an appmpriatc decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, OWNER may make a Claim therefor as provided in paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to alI costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR'S defective Work. D. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies under this paragraph 13.09. - ARTICLE 14 -PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values s f. 0 A. 1f CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or w nemovc and replace rejecxed Work as regtri,~ed by ENGINEER in accordance with paragraph 13.C6.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to ~PIY with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. In A. The schedule of values established as provided in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. 00700 - 36 D 1 (14.02 .Progress Payments 1 s t 0 A. Applications for Payments I . At least ,20 days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment ~ filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also- be accompanied by a bill of sale, invoice, or other docu- mentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER'S interest therein, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR'S legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to pro- gress payments will be as stipulated in the Agreement. B. Review of Applications 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER- or return the Application to CONTRACTOR indicating. in writing ENGINEER'S reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER'S recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's observations on the Site of the executed Work as an exper-enced and qualified design profession- al and on ENGINEER'S review of the Application for Payment and the accompanying data acid schedules, that to the best of ENGINEER'S knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial .Completion, to the results of .any subsequent tests called for in the Contract Documents, to a ftnal determination of quantities and classifications for Unit Price Work under paragraph 9.08, and to any -other qualifications stated in the recommendation); and c. the conditions precedent to CONTRACTOR'S being entitled to such payment - appear to have been fulfilled in so far as it is ENGINEER'S responsibility to observe the Work. 3. By recommending any such payment ENGI- NEER will not thereby be deemed to have represented that: (i) inspections .made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither ENGINEER'S review of CONTRACTOR'S Work for the purposes of recom- mending payments nor ENGINEER'S recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequettces, or procedures of construction, or the safety precautions and programs incident thereto, or for CON- TRACTOR's failure to comply with Laws and Regu- lations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or~ equipment has passed to OWNER free and clear of any Liens. 5. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER'S opinion, it would be incorrect to make the representa- tions to OWNER referred to in paragraph 14.02.B.2. ENGINEER may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, 00700 - 37 revise or revoke any such payment recommendation previously made, tc such extent as may be necessary in ENGINEER's opinion to protect OWNER from Ioss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replace- ment; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has. been required to correct defective Work or complete Work in accordance with paragraph 13.09; or d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in para- graph 15.02.A. C. Payment Becomes Due 1. Ten days after presentation of the Application for Payment to OWNER with ENGINEER'S recom- mendation, the amount reoommendod will (subject to the provisions of paragraph 14.Q2.D) biome due, and when due will be paid by OWNER to CONTRACTOR. D. Reduction in Payment 1. OWNER may refuse 'to make payment of the full amount recommended. by ENGINEER because: a, claims have been made against OWNER on account of CONTRACTOR'S performance or fur- nishing of the Work; b. Liens have been filed in connerxion with the Work, extxpt where CONTRACTOR has delivertid a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such liens; c. there are other items entitling OWNER to a setoff against the amount rxommended; or d. OWNER has acxttal knowledge of the occttr- renoe of any of the events enumerated in paragraphs 14.02.B.S.a through 14.Q2.B.S.c or paragraph 15.02.A. ?. If OWNER refuses to malae payment of the full amount recommcndcd by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEIIt) stating the reasons for such action and promptly pay .CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRAC- TOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shaIl be treated as an amount due as determined by paragraph 14.02.C.1. 14.03 CONTRACTOR'S Warranty of TFtle A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application. for. Payment, whether incorporated in the Project or not, will pass to OWNER no later than the .time of payment free and clear of all Liens. 14.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Promptly thereafter, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial .Completion.. There. shall be .attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER.shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within 14 days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER'S objections, ENGINEER considers the Work substantially complete, ENGINEER will within said 14 days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after censidcration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Comple- tion ENGINEER wilt deliver to OWNER and CONTRAC- TOR awritten recommendation as to division of responsibili= 00700 - 38 [~ J D 1 1 ties pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, aad protection of the Work, maintenance, heat, utilities, ir~a,ran~, and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER'S issuing the definitive certificate of Substantial Completion, ENGINEER'S aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 2. No occupancy or separate operation of part of uie Work ,may occur prior to compliance with the requirements of paragraph 5.10 regarding property insurance. N B. OWNER shall have the right to exclude CONTRACTOR from the. Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 14.05 Patttal Utilization A. Use b OWNER at O ' y WNER s option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or 'which OWNER, ENGINEER; and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR'S performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subjectto the following conditions. i D 1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be Heady for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers. any such pant. of the Work ready for its intended use and substantially complete and regttest ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such regttest, OWNER, CONTRACTOR, and ENGINEER shah make an inspection of that part of the Work to determine its status of completion. If ENGTNEER does not consider that part of the Work to be substantially complete, ENGLTIEER will notify OWNER and CONTRACTOR to writing giving the reasons therefor. If ENGINEER considers that part of the -Work fo be substantially complete, the provisions of paragraph 14.04 will apply with respect W certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto_ 14.06 Finallnspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will promptly make a fugal inspection with OWNER and CONTRACTOR and will notify CON- TRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment 1. After CONTRACTOR has, in the opinion of ENGINEER, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all main- tenance and operating instructions, schedules, guaran- tees, Bonds, certificates or other evidence of insurance certificates of inspection, marlceei-up record documents (as provided in paragraph 6.12), and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. 2. The fuial Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.B.7; (ii) consent of the surety, if any, to final payment; and ('iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 14.07.A.2 and as approved by OWNER, CONTRACTOR may furnish re;.cipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment .bills, and other indebtedness connected with the Work for which OWNER or OWNER'S property might in any way be responsible have been paid or otherwise satisfied. If a~ Subcontractor or Supplier fails to fu.-Wish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. 00700 - 39 1 B. Review of Application and Acceptance 1. If, on the basis of ENGINEER'S observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied-that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application for Payment to OWNER for pay- ment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.09. Otherwise, ENGINEER will return the Application for Payment to CONTRACTOR, indicating in writing the rP.,asons for refusing to recommend final payment, in which case CON- TRACTOR shall make the necessary corrections and resubmit the Application for Payment.. C. Payment Becomes Due 1. Thirty days after the preseneation to OWNER of the Application for Payment and accompanying docu- mentation, the amount recommended by ENGINEER will become due and, when due, will be paid by OWN- ER to CONTRACTOR. 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than. the retainage stipulated in -the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of tbe Work fully completed and accepted shall be submitted by CON- TRACTOR to ENGIIv'EER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment wilt constitute: 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.06, from failure to comply with the Contract Documents or the terms of a~ special guarantees specified therein, or from CONTRACTOR'S continuing obligations under the Contract Documents; and 2. a waiver of all Claims by CONTRACTOR against OWNER other than those previously made in writing which are still unsettled. _ _ARTICLE 1S -SUSPENSION OF WORK AND TERMINATION 15.01 OWNER May Suspend Work A. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CON- TRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fined. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes a Claim therefor as provided in paragraph 10.05. 15.02 OWNER May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. CONTRACTOR'S persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04); 2. CONTRACTOR'S disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR'S disregard of the authority of ENGINEER; or 4, CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate 00700 - 40 r L~ t LJ 1 r~ ~_ it 1 e services of CONTRACTOR, exclude CONTRACTOR om .the Site, and take possession of the Work and of all CONTRACTOR'S toots, appliances, construction equipment, d machinery at the Site, and use the same to the full extent ey could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in e Work all materials and equipment stored at the Site or for hich OWNER has paid CONTRACTOR but which are ored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR. shall not be titled to receive any further payment until the Work is dished. If the unpaid balance of the Contract Price exceeds alI claims, costs, losses, and damages (including but not mited to all fees and charges of engineers, architects, orneys, and other professionals and all court or arbitration r other dispute resolution costs) sustained by OWNER.. ' ing out of or relating to completing the Work, such excess 1 be paid to CONTRACTOR. If such claims, costs, sses, and damages exceed such u~aid balance, CONTRACTOR shall pay the difference to OWNER. Such arms, costs, losses, and damages incurred by OWNER will reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change rder. When exercising any rights or remedies under this h OWNER shall not be required to obtain the lowest rice for the Work performed. C. Where CONTRACTOR'S services have been so rminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then ling or which may thereafter accrue. Any retention or yment of moneys due CONTRACTOR by OWNER will of release CONTRACTOR from liability. 5.03 OWNER May Terminate For Convenience A. Upon seven days written notice to CONTRACTOR ENGINEER, OWNER may, without cause and without ejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall paid (without duplication of any items): 1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. for all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in. settlement of terminated contracts . with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days _by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, or OWNER fails for 30 days to pay CONTRAC`T'OR any sum finally determined to be due, then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or remedy, if ENGI- NEER has failed to act on an Application for Payment within 30 days after it is submitted, or OWNER has failed for 30 days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR tray, seven days after written notice to OWNER and ENGINEER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of-this paragraph 15.04 are not intended to preclude CONTRACTOR from making a Claim under paragraph. 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR'S stopping the Work as permitted by this paragraph. ARTICLE 16 -DISPUTE RESOLUTION 16.01 Methods and Procedures A. Dispute resolution methods and procedures, if any, shall be as set forth in the Supplementary Conditions. If no method and procedure has been set forth, and subject to the provisions of paragraphs 9.09 and 10.05, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. 00700 - 41 1 ARTICLE 17 -MISCELLANEOUS 17.01 Givin Notice 8 A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemui to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Tunes A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the lastday of such period. If the Last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 C~rmulative Remedies A. The duties and obligations imposed by these General -' Conditions and the~rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract , Dotarmcnts in connection with each particular duty, ~ obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. 17.05 tAntrolling Law A. This Contract is to be governai by the Iaw of the stale in which the Project is located. 00700 - 42 1 Supplementary Conditions These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8) (1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. SC-4.01- Availability of Lands '~' Add the following paragraph D. Contractor shall provide all bonds required for the permits to work within the Minnesota Department of Transportation, County, and Department of Natural Resources rights-of-way. SC-4.02 -Subsurface and Physical Conditions Add the following new paragraph(s) immediately after paragraph 4.02.B: C. In the preparation of Drawings and Project Manual, Engineer or Engineer's consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: 1. Report dated 04/28/04, prepared by American Engineering Testing, Inc. 2. These reports and drawings are not part of the Contract Documents but the "Technical Data" contained therein, upon which Contractor may rely as identified and established above, are incorporated therein by reference. Contractor is not entitled to rely upon other information and data utilized by Engineer and Engineer's Consultants in the preparation of Drawings and Project Manual. SC-4.05 -Reference Points Add a new paragraph immediately after paragraph 4.OSA of the General Conditions to read as follows: ~, B. Contractor shall notify the Resident Project Representative a minimum of 48 hours in advance of the need for construction stakes on the project. Contractor shall provide all additional staking, unless noted otherwise in Section 02010. SC-5.04 -Contractor's Liability Insurance Add the following new paragraph immediately after paragraph 5.04.B: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts, or greater where required by Laws and Regulations: Supplementary Conditions 2004 Prairie Run 00800 - 2 A-ALBEV 0409 1 1. Worker's Compensation and related coverages under paragraphs 5.04.A.1 and A.2 of the General Conditions: a. State: Statutory b. Applicable Federal (e.g., Longshoreman's): Statutory c. Employer's Liability: r 1) Bodily Injury by Accident $500,000 Each Accident 2. Contractor's General Liability under paragraphs 5.04.A.3 through A.6 of the General Conditions shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. In addition, it will be subject to aper-project aggregate. a. General Aggregate $1,000,000 b. Products -Completed Operations Aggregate $1,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 e. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. f. Excess or Umbrella Liability 1) General Aggregate $2,000,000 2) Each Occurrence $1,000,000 3. Automobile Liability under paragraph 5.04.A.6 of the General Conditions: a. Bodily Injury: Each person $1,000,000 Each Accident $1,000,000 b. Property Damage: Each Accident $1,000,000 c. Combined Single Limit of $1,000,000 4. The Contractual Liability coverage required by paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each Accident $1,000,000 Annual Aggregate $1,000,000 b. Property Damage: Each Accident $1,000,000 Annual Aggregate $1,000,000 1 2004 Prairie Run Supplementary Conditions A-ALBEV 0409 00800 - 3 ~1 ~i 1 1 SC-6.09 -Laws and Regulations Add new paragraphs immediately after paragraph 6.09.C of the General Conditions which are to read as follows: D. Contractor shall specifically comply with Equal Opportunity Requirements as listed in Minnesota Rules 5000.3535, Standard State Equal Employment Opportunity Construction Contract Specifications. E. Contractor shall specifically comply with Minnesota Rules 5000.3550, Disabled Individuals Affirmative Action Clause. SC-7.01- Related Work at Site The Contractor is hereby advised that other work may be performed on the site by others during the contract time. SC-10.05 -Claims and Disputes Amend the first sentence of paragraph 10.O5.A of the General Conditions to read as follows: A. Notice: Written notice stating the general nature of each Claim, dispute, or other matter shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 10 days) after the start of the event giving rise thereto. and as so amended paragraph 10.O5.A remains in effect. SC-11.03 -Unit Price Work Delete paragraph l 1.03.C in its entirety and insert the following in its place: C. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 1. if the total cost of a particular item of Unit Price Work amounts to 25 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and 2. if there is no corresponding adjustment with respect to any other item of Work; and ~~ 3. if Contractor believes that Contractor has incurred additional expense as a result thereof; or if Owner believes that the quantity variation entitles Owner to an adjustment in the unit price, either Owner or Contractor may make a claim for an adjustment in the Contract Price in accordance with Article 10 if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed. 2004 Prairie Run Supplementary Conditions A-ALBEV 0409 00800 - 5 n SC-13.07 -Correction Period Amend the first sentence of paragraph 13.07.A of the General Condition to read as follows: A. If within 2 years after the date of Final Acceptance (the day the Owner makes final payment) or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. and as so amended paragraph 13.07.A remains in effect. SC-14.02.A -Applications for Payments Amend paragraph 14.02.A.3 of the General Conditions to read as follows: The amount of retainage with respect to all progress payments will be as follows: Minnesota Contractors - 5% Exempt Non-Minnesota Contractors - 5% Non-Exempt Non-Minnesota Contractors - 5% + 8%* = 13% *State Surety Deposit Non-Minnesota Contractors are advised to file Form SD-3 with the Minnesota Department of Revenue to determine their exemption status. and as so amended paragraph 14.02.A.3 remain in effect. SC-14.02.B -Review of Applications Amend the first sentence of paragraph 14.02.B.5 of the General Conditions to read as follows: Engineer may refuse to recommend the whole or any part of any payment if the established Contract Time for Substantial Completion has expired or, if in Engineer's opinion, it would be incorrect to make the representations to Owner referred to in paragraph 14.02.B.2. and as so amended paragraph 14.02.B.5 remains in effect. SC-14.02.C.1-Payment Becomes Due Amend the first sentence of paragraph 14.02.C.1 of the General Conditions to read as follows: ~~ Supplementary Conditions 2004 Prairie Run 00800 - 6 A-ALBEV 0409 1. Thirty days after presentation of the Application for Payment to OWNER with ENGINEER'S recommendation, the amount recommended will (subject to the provisions of paragraph 14.02.D) become due, and when due will be paid by OWNER to CONTRACTOR. SC-14.06 -Final Inspection Add the following language after the second sentence of paragraph 14.06.A of the General Conditions: If, after such measures are taken, subsequent inspections by Engineer reveal that any of the previously identified particulars remain incomplete or defective, Engineer will again notify Contractor in writing of the remaining particulars. All costs associated with any subsequent inspections in which said remaining particulars are revealed, will be documented by Engineer and paid by Contractor to Owner. SC-14.07.A -Application for Payment Add a new paragraph immediately after paragraph 14.07.A.3 of the General Conditions which is to read as follows: 4. Before final application for payment is made for the work, Contractor must make satisfactory showing of compliance with M.S.A. §290.92 which requires the withholding of state income taxes for wages paid employees on this project. Submittal of Certificate of Compliance from the Commissioner of Taxation to the Owner will satisfy this requirement. Contractor is advised that before such certificate can be issued, he must first place on file with the Commissioner of Taxation an affidavit that he has complied with the provisions of M.S.A. §290.92. The required affidavit form will be supplied by the Commissioner of Taxation, Centennial Building, St. Paul, Minnesota, on request. END OF SECTION 1 1 2004 Prairie Run Supplementar Conditions A-ALBEV 0409 00800 - 7 t t SECTION 01110 SUMMARY OF WORK PART 1 GENERAL 2) Supplementary Conditions c. Specifications: 1.01 SUMMARY 1) Division 1 - General Requirements A. Section Includes: 2) Applicable Technical Sections 1. Work included in Contract Documents 2. Contract Information d. Addenda e. Contract Modifications 3. Work Under Other Contracts 4. Future Work 5. Work Sequence 1.04 WORK UNDER OTHER CONTRACTS 6. Contractor Use of Premises A. General Requirements: 7. Occupancy Requirements 1. The Owner reserves the right to let other 8. Products Ordered in Advance separate contracts for Work at the site, 9. Owner Furnished Products or to pursue other Work at the Site with its own personnel. B. Related Sections: 1. Section 00520 - Standard Form of B. Work Not Included: Agreement 1. Work not included is either marked 1.02 WORK INCLUDED IN CONTRACT "NIC," or "by others," on Drawings or is noted in each section of DOCUMENTS Specifications. Provide all labor and materials required, unless so specifically A. Description of the Project: noted or marked. 1. Grading, streets, sanitary sewer, water main, storm sewer, detention pond, lift C. Prime Contracts: station, forcemain, and turf 1. The Owner will award separate prime establishment. construction contracts for other Work at the site as outlined above ~ 1.03 CONTRACT INFORMATION A. Type of Contract: 1. The Owner will award a Single Prime Contract. B. Scope of Contract: 1. This Contractor is solely responsible for the Work. 2. The Contract will include: a. Contract Forms: 1) Agreement 2) Performance Bond 3) Payment Bond 4) Certificates b. Conditions of the Contract: 1) General Conditions 1.05 WORK SEQUENCE A. Construct Work in stages to accommodate Owner's requirements during the construction period; Coordinate construction schedule and operations with Owner, and Engineer. B. The Contractor shall note that the Owner must continue operation of the existing wells, water distribution and storage, sewer collection and treatment during the entire construction period. C. Working Day: A working day is defined as a calendar day, exclusive of Saturdays, 2004 Prairie Run Summar of Work A-ALBEV 0409 01110 - 1 i Sundays, and State recognized legal be started prior to 7:00 a.m. Work will holidays, on which weather and other not be permitted on Sundays, holidays, conditions not under the control of the and holiday weekends, from 12:00 noon Contractor will permit construction on the workday prior to the holiday or operations to proceed for at least 2 hours, holiday weekend, through 7:00 a.m. on with the normal working force engaged in the following work day. performing the progress-controlling a. Exception: watering of turf areas, operations. application of water for dust control, signing and traffic control, erosion +~ D. Dates: control, and operation and 1. Date of Substantial Completion: maintenance of dewatering a. The Work for Substantial equipment may be accomplished on Completion will be completed on or Sundays, holidays, and holiday before August 31, 2004. weekends. b. Substantial Completion will include: 1) Construction of all underground C. Damaged Property: utilities, grading, detention 1. Patch and/or clean existing pond, and turf establishment, improvements and restore damage of with the exception of property on, or adjacent to, Site bituminous wear course on City occasioned by this Work, including, but streets. not limited to, lawns, walks, curbs, 2. Date of Final Completion: pavements, roadways, structures, and a. The Work for entire Project will be utilities which are cut or damaged by completed and ready for final operations and are not designated for payment, in accordance with removal, relocation, or .replacement in Document 700 - General the course of construction. Conditions, on or before June 30, 2. Public Property or Utilities: 2005. a. Comply with laws, ordinances, 1) Bituminous wear course on City rules, regulations, standards, orders streets. of utility owner or any public authority having jurisdiction. 1.06 CONTRACTOR USE OF PREMISES 3. Provide written acceptance of restoration work by authority or Owner. A. General Requirements: 1. Confine operations at Site to areas D. Existing Underground Utilities: ~~ permitted under contract or as directed 1. Existing underground utilities, as shown by Owner or Engineer. 2. Conform to site rules and regulations on the Drawings, are located in accordance with available data but affecting Work while engaged in Project locations shall be determined by each construction. Contractor as the Work proceeds. 3. Keep existing driveways, and adjacent Excavation shall be done carefully so as streets clear and available to public in to avoid damaging the existing Work. accordance with Owner's or local authority's requirements. E. Existing Facilities: 4. Construction personnel may park only in 1. Each Contractor shall take complete areas designated by the Owner. field measurements affecting all existing construction, wiring, piping, and B. Work Schedule: equipment in this Contract and he shall 1. The Contractor may conduct operations be solely responsible for proper. fit from 7:00 a.m. to 7:00 p.m. Monday between his Work and existing through Saturday. Machinery may not structures and other equipment. He shall Summary of Work 2004 Prairie Run 01110 - 2 A-ALBEV 0409 examine all Work to which he will Sub stanrial Completion m accordance connect, and if any misalignment is found, he shall so arrange his Work that with the Supplementary Conditions. Such use shall not constitute acceptance the misalignment is corrected to the of such portions of the Work or relieve satisfaction of the Engineer. the Contractor of any obligations except 2. Dimensions given on the Drawings for improper use or damage caused by related to the existing structures are employees or agents of the Owner. based on existing construction Drawings 3. Coordinate activities which could cause and it shall be the responsibility of the interruption to the Owner's activities. Contractor to verify the accuracy of these dimensions. Any discrepancies 1.08 PRODUCTS ORDERED IN ADVANCE shall be brought to the attention of the Engineer prior to start of new A. Storage: construction. 1. Products will be allowed to be stored at 3. Each Contractor will be held responsible the Site prior to commencement of for any damage to existing structures, construction activities. Work, materials, or equipment because 2. Contractor shall store such items as of his operations and shall repair or replace any damaged structures, Work, directed by Owner. materials, or equipment to the satisfaction of and at no additional cost PART 2 PRODUCTS to the Owner. 4. Each Contractor shall be responsible for all damage to streets, roads, curbs, Not Used sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property, which may be PART 3 EXECUTION caused by transporting equipment, materials, or men to or from Work. The Contractor shall make satisfactory and Not Used acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair END OF SECTION ,r or replacement. 1.07 OCCUPANCY REQUIREMENTS A. General Requirements: 1. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. 2. Schedule the Work to accommodate -this requirement. ~, B. Owner Occupation During Construction: 1. The Owner will require use of the Site during the Work. 2. The Owner reserves the right to place and install equipment as necessary in completed areas of the project and to use such completed areas prior to 2004 Prairie Run Summar of Work A-ALBEV 0409 01110 - 3 1 1 1 1 it 1 PART1 GENERAL 1.01 SUMMARY A. Requirements Included: 1. Procedures 2. Construction Progress Schedules 3. Schedule of Values 4. Payment Requests. 5. Shop Drawings 6. Tabulation of Subcontractors 7. Tabulation of Suppliers SECTION 01300 SUBMITTALS E. -After Engineer review of submittal, revise and resubmit as required, identifying changes made since previous submittal. F. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.03 PROGRESS SCHEDULE A. Submit horizontal bar chart with separate bar for each major trade or operation, identifying first work day of each week. The schedule shall include, as a minimum, the dates that Work will begin and the completion dates for each major trade or operation. B. Related Sections: 1. Section. 01110 -Summary of Work 2. Section. 01770 -Closeout Procedures 1.02 PROCEDURES A. Deliver submittals to Engineer at address listed in Project Manual. B. Transmit each item under Engineer - accepted form. Identify Project, Contractor, subcontractor, major supplier; identify pertinent drawing sheet and detail number, and specification section. number, as appropriate. Identify deviations from Contract Documents. Provide space for Contractor and Engineer review stamps. C. Submit initial progress schedules and schedule of values in duplicate within 10 days after date of Owner-Contractor Agreement. After review by Engineer, revise and resubmit as required. Submit revised schedules with each Application for Payment, reflecting changes since previous submittal. D. Comply with progress schedule for submittals related to work progress. Coordinate submittal of related items. 1.04 SCHEDULE OF VALUES A. Each Contractor, when requested, shall submit within 30 days after award of Contract, his anticipated monthly payment schedule. This schedule shall be updated whenever the actual request varies more than 10 percent from the schedule. B. Revise schedule to list change orders, for each application for payment. 1.05 PAYMENT REQUEST A. General: 1. Except as otherwise indicated, sequence of progress payments for each Contractor is to be regular, and each must be consistent with previous applications and payments. It is recognized that certain applications involve extra requirements, including initial applications, applications at times of substantial completion, and final payment applications. ~' 2004 Prairie Run A-ALBEV 0409 01300 - 1 Submittals 2. Payment schedule will be established at records 3. Test/ad~ust/balance , the preconstruction meeting. maintenance instructions, meter 3. Forms will be completed by the readings, start-up performance reports, Engineer. Listing will include amounts and similar change-over information of change orders issued prior to first day germane to Owner's occupancy, use, of the "period of construction" covered operation and maintenance of completed by application. Work. 4. Final cleaning of Work. B. Initial Payment Application: The principal 5. Application for reduction (if any) of r~ administrative actions and submittals which retainage, and consent of surety. must precede or coincide with each prime 6. Listing of Contractor's incomplete Contractor's first payment application can be Work, recognized as exceptions to summarized as follows, but not necessarily Engineer's certificate of substantial by way of limitation: completion. 1. Listing of subcontractor and principal suppliers and fabricators. D. Final Payment Application: The 2. Cost breakdown. administrative actions and submittals which 3. Progress schedule (preliminary, if not must precede or coincide with submittal of final). each Contractor's final payment application 4. Evidence satisfactory to Owner that can be summarized as follows, but not Contractor's insurance coverages have necessarily by way of limitation: been secured. 1. Completion of Project closeout 5. Data needed by Owner to secure related requirements. insurance coverages. 2. Completion of items specified for 6. Initial progress report, including report completion beyond time of substantial of preconstruction meeting. completion (regardless of whether 7. Certification that the Contractor has special payment application was filed form SD-E (Exemption from previously made). Surety Deposits for Out-of-State 3. Transmittal of required Project Contractors). construction records to Owner. 4. Proof, satisfactory to Owner, that taxes, C. Application- at Time of Substantial fees and similar obligations of Completion: Following issuance of Contractor have been paid. Engineer's final "certificate of substantial 5. Removal of temporary facilities, completion" on each Contractor's Work, and services, surplus materials, rubbish and also in part as applicable to prior certificates similar elements. on portions of completed Work as 6. Change over of door locks and other ' designated, a "special" payment application s access to provisions for Contractor ,~ may be prepared. The principal Owner's property (Contractor for administrative actions and submittals, which general Work). must precede or coincide with such special 7. Consent of surety for final payment. applications can be summarized as follows, but not necessarily by way of limitation: 1.06 SHOP DRAWINGS 1. Occupancy permits and similar acceptances or certifications by A. Shop Drawings will not be accepted for governing authorities and franchised review by the Engineer until after they have services, assuring Owner's full access been checked and approved by the and use of completed Work. Contractor, as evidenced by his approval 2. Warranties, .guarantees, maintenance stamp and signature. agreements and similar provisions of Contract Documents. Submittals 2004 Prairie Run 01300 - 2 A-ALBEV 0409 B. Submit the number of opaque reproductions required by Contractor, plus 6 copies to be retained by Engineer. 1.07. TABULATION OF SUBCONTRACTORS A. Submit a list of subcontractors who will provide work on the Project. The submitted list shall include: 1. Name of subcontractor 2. Address 3. Type of work to be provided 4. Contact person and telephone number 1.08 TABULATION OF SUPPLIERS A. Submit a list of suppliers who will provide materials, equipment or components principal to the work. The submitted list should include: 1. Name of supplier 2. Address 3. Equipment, material or component to be provided 4. Contact person and telephone number PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2004 Prairie Run Submittals A-ALBEV 0409 01300 - 3 SECTION 01315 PROJECT MEETINGS PART 1 GENERAL b. Execution of Owner-Contractor Agreement if not previously completed. 1,01 SUMMARY c. Distribution of Contract Documents. d. Use of Premises by Owner and A. Section Includes: Contractor: ~' 1. Procedures for Administration of Project 1) Owner's requirements and Meetings: occupancy a. Pre-Construction Conference 2) Construction facilities provided b. Progress Meetings by Owner (if any) c. Pre-installation Conferences 3) Temporary utilities provided by Owner (if any) B. Related Sections: 4) Use of Premises office, work L Document 00200 - Instructions to and storage areas Bidders e. Security and housekeeping 2. Section 01300 -Submittal Procedures procedures. f. Submittals: 1002 PRE-CONSTRUCTION CONFERENCE 1) Final list of subcontractors, suppliers, products A. General: 2) Schedule of Values 1. Scheduled by Owner/Engineer at project 3) Progress Schedule site after Notice of Award, prior to 4) Designation of responsible commencement of construction for: personnel: a. Execution of Owner-Contractor a) Contractor's principal staff Agreement and exchange of and consultants preliminary submittals if not b) Contractor's superintendent previously completed. or job foreman acting as b. Clarification of Owner and Contractor's Site Contractor responsibilities in the use Representative of the Site and review of c) Owner's and Contractor's administrative procedures. designated individuals B. Attendees: authorized to sign Change Orders, Field Modifications 1. Owner, Engineer, Consultants, and monthly pay requests. Contractors, major subcontractors, other g. Procedures for processing: concerned parties represented by 1) Field decisions persons familiar with and authorized to 2) Submittals: conclude matters relating to work. a) Shop Drawings b) Product Data C. Agenda: c) Samples 1. Items of significance that could affect 3) Substitutions progress including, but not limited to: 4) Applications for Payments a. Submittal of executed bonds and 5) Proposal requests insurance certificates. 6) Change Orders 7} Contract Closeout 2004 Prairie Run Project Meetings A-ALBEV 0409 01315 - 1 h. Schedules: 1) Tentative construction schedule 2) Critical work sequencing 3) Progress meetings i. Procedures for testing j. Procedures for maintaining Record Documents k. Requirements for startup of equipment: 1) Inspection and acceptance of equipment put into service during construction period. 1. Equipment deliveries and priorities m. Contractor responsibilities: 1) Safety procedures 2) First Aid 1®03 PROGRESS MEETINGS A.. General: Engineer: 1. Schedule and administer periodic construction progress meetings throughout progress of work. 2. Make physical arrangements, prepare agenda and distribute with notice of each meeting" to participants 2 days in advance of meeting date. 3. Preside at meetings, record meetings and distribute copies 2 days to participants, and entities affected by decisions at the meetings. B. Attendees: 1. Contractor, job superintendent, subcontractors and suppliers, other entities concerned with current progress or involved in planning, coordination or performance of future activities; Owner, Engineer, professional consultants as appropriate to agenda. Attendees shall be familiar with project and authorized to conclude matters relating to progress. C. Agenda: 1. Items of significance that could affect progress, including topics for discussion as appropriate to current status of project, minimally: a. Approval of minutes of last meeting b. Review of Work progress c. Field observations, problems and decisions d. Identification of problems which impede planned progress e. Review of submittal schedule and status of submittals f. Review of off-site fabrication and delivery schedules g. Maintenance of progress schedule h. Corrective measures to regain projected schedules i. Planned progress during succeeding work period j. Coordination of projected progress k. Maintenance of quality and work standards 1. Effect of proposed changes on progress schedule and coordination m. Other business relating to the Work 1.04 PRE-INSTALLATION CONFERENCES A. General: 1. When required in individual specification Sections, or as requested by the Contractor, convene astart-up conference at the Site prior to accepting work of the Section. B. Attendees: 1. Require attendance of entities directly affecting, or affected by, work of the Section. C. Notification: 1. Notify attendees 2 days in advance of meeting date. D. Agenda: 1. Review conditions of installation. 2. Review preparation and installation procedures. 3. Coordinate with related work. PART 2 PRODUCTS Not Used Project Meetings 2004 Prairie Run 01315 - 2 A-ALBEV 0409 it r•, SECTION 01450 QUALITY CONTROL PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Selection and Payment 2. Quality Assurance 3. Contractor Submittals 4. Laboratory Responsibilities 5. Laboratory Reports 6. Limits on Testing Laboratory Authority 7. Contractor Responsibilities 8. Schedule of Inspections and Tests 9. Retesting B. Related Sections: 1. Document 00700 -General Conditions: Inspections, testing, and approvals required by public authorities. 2. Section 01300 -Submittal Procedures: Manufacturer's certificates. 3. Section 01770 -Closeout Procedures: Project Record Documents. C. Individual Specification Sections: 1. Inspections and tests required, and standards for testing. 1.02 REFERENCES A. Industry Standards: 1. "Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction," ASTM E-329. 1.03 SELECTION AND PAYMENT A. Contractor shall employ and pay for services of an independent testing laboratory to perform specified inspection and testing. B. Employment of testing laboratory shall in no way relieve Contractor of obligation to perform work in accordance with requirements of Contract Documents. 1.04 QUALITY ASSURANCE A. Comply with requirements of ANSUASTM E329 and ANSUASTM D3740. B. Laboratory: Authorized to operate in state in which Project is located. C. Laboratory Staff: Maintain a full time registered Engineer Specialist on staff to review services. D. Testing Equipment: 1. Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) Standards or accepted values of natural physical constants. 1.05 CONTRACTOR SUBMITTALS A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full time registered Engineer Specialist and responsible officer. B. Submit copy of report of laboratory facilities inspection made by Materials Reference Laboratory of National Bureau of Standards (NBS) during most recent tour of inspection, with memorandum of remedies of any deficiencies reported by the inspection. 1.06 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Engineer and Contractor in performance of services. 2004 Prairie Run Quality Control A-ALBEV 0409 01450 - 1 C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. F. Perform additional inspections and tests required by Engineer.. G. Attend preconstruction conferences and progress meetings. 1.07 LABORATORY REPORTS A. After each inspection and test, submit two copies of laboratory report to Engineer, and to Contractor. Written test reports shall be submitted to Engineer and Contractor no later than 3 working days after completion of inspection or test. B. Include: 1. Date issued 2. Project title and number 3. Name of inspector 4. Date and time of sampling or inspection S. Identification of product and Specifications Section 6. Location in the Project 7. Type of inspection or test 8. Date of test 9. Results of tests 10. Conformance with Contract Documents C. When requested by Engineer, provide interpretation of test results. 1.08 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract .Documents. B. Laborator} may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 1.09 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location adequate samples of materials proposed to be used that .require testing, along with proposed mix designs. B. Cooperate with laboratory personnel and provide access to the Work and to manufacturer's facilities. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. E. As a minimum, the following tests will be req uired: 1. 60 EA Densities of compacted trench backfill (at random depths) 2. 20 EA Densities of prepared subgrade 3. 20 EA Densities of compacted aggregate base 4. 6 EA Gradation of aggregate base per source 5. 6 EA Percent Crushed Aggregate Base per source 6. 17 EA Concrete air and slump tests 7. 17 EA Concrete cylinder tests (3 cylinders per test) 8. Bituminous production and construction tests as required by Mn/DOT SD-15 Schedule of Materials Control 9. 2 EA Topsoil tests Quality Control 2004 Prairie Run 01450 - 2 A-ALBEV 0409 10. Air and deflection testing of sanitary Retesting costs invoiced to the Owner will sewer be deducted from Contract amount by 11. Standard proctors as required Supplemental Agreement or Change Order. 12. Bacteriological testing of water main 13. Hydrostatic testing of water main 14. Conductivity testing of water main PART 2 PRODUCTS 15. Clean and televise all sanitary sewer mains .Not Used F. Employ services of a separate qualified testing laboratory. Arrange with laboratory PART 3 EXECUTION and pay for additional samples and tests required by Contractor beyond specified 3.01 ADJUSTING requirements. A. Upon completion of quality control 1.10 SCHEDULE OF INSPECTIONS AND performed on work, repair damaged work, TESTS restore substrates and finishes to eliminate deficiencies, including deficiencies in visual A. Provide laboratory testing in accordance qualities of exposed finishes. Comply with with the following schedule. contract document requirements for "Cutting 1. A minimum of 1 compaction test and and Patching." associated laboratory Proctor Tests, where directed by the Engineer, for each 3.02 PROTECTION 200 linear feet of trench backfilling. 2. Immediately prior to construction of A. Protect work exposed by or for quality aggregate base, a minimum of 1 control service activities, and protect compaction test for each 200 linear feet repaired work. of subgrade with corresponding Proctor Tests if the subgrade material varies, as 3.03 RESPONSIBILITY FOR ADJUSTING determined by the Engineer. AND REPAIR 3. A minimum of 1 compaction test for each 200 linear feet of aggregate A. Contractor's responsibility, regardless of surfacing or aggregate base, with a assignment of responsibility for quality Proctor Test for each class of aggregate, control. and additional tests if the gradation varies, as determined by the Engineer. END OF SECTION 4. At least 2 tests shall be performed on all other testing designated by the Engineer. l.ll RETESTING A. Where results of quality control services prove unsatisfactory and do not indicate compliance of related work with requirements of the contract documents, retests are responsibility of Contractor, regardless of whether the original test was Contractor's responsibility. Retesting will be at the rate of 2 retests for each failed test. Retest of work revised or replaced by Contractor is Contractor's responsibility. 2004 Prairie Run Quality Control A-ALBEV 0409 01450 - 3 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 2. The electrical service shall be provided and installed by the Contractor. 1.01 SUMMARY 3. Any Trade requiring power with different characteristics than provided A. Section Includes: shall arrange and pay for access to such 1. Administrative and procedural power. requirements and limitations for: 4. The Contractor shall provide, install and a. Temporary Utilities: maintain safe, adequate lighting system 1) Electricity and Lighting required for safety, security, and 2) Heat and Ventilation efficient prosecution of work. 3) Telephone. 5. When permanent power and lighting 4) Construction Water systems are in operation, they may be 5) Sanitary Facilities used for construction purposes. 6) First Aid b. Barriers B. Heat and Ventilation: c. Protection: 1. Provide as required to maintain 1) Shoring and Bracing specified conditions for construction 2) .Enclosures operations, to protect materials and 3) Installed Work finishes from damage due to 4) Security temperature or humidity. 5) Fire Protection 2. Temporary heating and ventilation d. Access Roads and Parking Areas required by work under contract shall be e. Temporary Controls: provided and paid by Contractor 1) Noise requiring same. 2) Construction Debris and 3. Temperature: Rubbish a. Do not allow temperature to reach 3) Dust such a level as to cause damage to f. Field Offices and Sheds work. Use only smokeless portable heaters or insulation acceptable to B. Related Sections: Engineer. 1. Section 01110 -Summary of Work 2. Section 01770 -Closeout Procedures C. Telephone: 1. The Contractor shall maintain telephone 1.02 QUALITY ASSURANCE on-site for use of Contractors, subcontractors, and others who have A. Regulatory Requirements: legitimate need for telephone 1. As a minimum, comply with local, state communication in pursuit of work of and federal requirements. this Project. Long distance calls are to be by credit card. 1.03 TEMPORARY UTILITIES D. Construction Water: A. Electricity and Lighting: 1. The Owner will pay for water used for 1. The Contractor shall pay for electricity construction purposes. used for construction purposes. a. Water must be obtained at a connection approved by the Owner, 2004 Prairie Run Temporary Facilities and Controls A-ALBEV 0409 01500 - 1 where usage can be metered and adequacy of such items. Repair or system sanitation can be maintained. replace damaged Work occasioned by 2. The Contractor shall verify location of inadequate temporary supports. Leave temporary water supply on or near site temporary shoring and bracing in place and shall install piping, hoses, fittings, until permanent construction is complete etc., required to distribute it as required to point where installed Work is by the Work. properly supported. 3. If a subcontractor needs a larger source of water, the subcontractor requiring the B. Installed Work: water is responsible for the source and 1. Provide temporary protection for distribution. installed products; control traffic in 4. Maintain distribution system so as to immediate area to minimize damage. avoid damage to existing or new 2. Prohibit traffic and storage on subgrade construction. prepared aggregate base and 5. Avoid damage to permanent plumbing uncompacted pavement. at source of temporary water. E. Sanitary Facilities: 1. Provided and relocated as necessary by Contractor for convenient use by workers engaged in this work. C. Security: 1. Provide security program and facilities to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism and theft. F. Emergency first-aid facilities shall be D. Fire Protection: _ provided by Contractor in accordance with all federal, state, and local laws, statutes, 1. Fire extinguishers shall be non-freeze type such as A-B-C rated dry chemical ordinances, codes, and regulations: of not less than 10-pound capacity. 2. Provide and maintain in working order 1.04 BARRIERS during the entire construction period, a minimum of 1 fire extinguisher in the A. General: construction area and 1 in the field 1. Provide barriers as required to: office. a. Prevent public entry to construction 3. Contractors who maintain enclosed areas. sheds on the premises shall provide and b. Protect existing facilities, designated maintain, in an accessible location, a plantings and trees, and adjacent minimum of one non-freezing type properties from damage from extinguisher in each shed. construction activities. 1.06 ACCESS ROADS AND PARKING B. Access: AREAS 1. Provide barricades and covered walkways as required for public rights- A. Access Roads: of-way, for public access to, and 1. Maintain temporary roads accessing emergency egress from, existing public thoroughfares to serve buildings. construction areas. 2. Existing on-site roads may be used for 1.05 PROTECTION construction traffic. 3. Provide detours if necessary to maintain A. Shoring and Bracing: unimpeded traffic flow. 1. Provide temporary shoring, bracing, 4. Extend andJor relocate as the Work protection as required for installation progresses. and protection of Work. Assure Temporary Facilities and Controls 2004 Prairie Run 01500 - 2 A-ALBEV 0409 5. Provide means of removing mud from 1. Contractor may provide sheds and vehicle wheels before entering streets. covered storage only with specific acceptance of the Owner's B. Parking: Representative. L Contractor shall provide parking space 2. Keep facilities neat, orderly, in good for all employees on the site at location repair. indicated on Drawings or established by 3. Locate only where shown on the the Engineer. Drawings or where approved by the 2. All vehicles not in use shall be locked. Owner's Representative. 1.07 TEMPORARY CONTROLS A. Noise Control: 1. Avoid the use of tools or equipment which produce harmful noise. 2. Restrict the use of noise-making tools and equipment to hours of use that will minimize noise complaints from persons or firms near project site. 3. Provide noise suppression barriers on equipment that must be operated in performance of the Work. B. Construction Debris and Rubbish: 1. Contractor shall provide and pay for dumpsters and waste disposal. 2. Control accumulation of waste materials and rubbish. C. Dust Control: 1. Execute Work by methods to minimize raising dust from construction operations. 2. Provide chemicals or water to Work areas and access roads to prevent wind- blown soil from leaving the site. 3. If blowing dust becomes a nuisance, as determined by the Engineer, the Contractor shall apply water from a tank ,truck to all trench or gravel surfaces. The rate of application shall be as directed by the Engineer in the field. Water application for dust control shall continue as needed until final pavement surface and all seeding and sodding is completed and acceptable. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.01 INSTALLATION A. Design, install, maintain Temporary Facilities and Controls as needed for safe, proper completion of work. 3.02 REMOVAL A. General: 1. Maintain temporary facilities and controls as long as needed for safe, proper completion of Work. 2. Remove as rapidly as progress of Work will permit; remove prior to Substantial Completion. B. Cleaning and Repair: 1. Clean and repair damage caused by installation or use of temporary facilities and controls. 2. Clean and repair permanent systems used for temporary heat, light, power, or sanitation to satisfaction of Owner. END OF SECTION 1.08 FIELD OFFICES AND SHEDS A. Sheds: 2004 Prairie Run Temporary Facilities and Controls A-ALBEV 0409 01500 - 3 SECTION 01558 MAINTENANCE OF TRAFFIC PART1 GENERAL 1.01 SECTION SUMMARY A. Temporary procedures and equipment for safely maintaining and controlling traffic within and near Project site during construction. Ci t 1 B. Method of Measurement: 1. Measure all required procedures and equipment on a Lump Sum basis, except as otherwise noted. 2. Procedural and equipment revisions resulting from minor changes or field adjustments will be considered incidental. C. Basis of Payment: 1. Payment for temporary maintenance of traffic shall be at the Contract Unit Price as listed on the Bid Form. All associated Work items shall be considered incidental. 2. Progress payment amounts will be determined by percentage of total Work completed based on the following schedule: Percent of Contract Completed 5 percent 25 percent 50 percent 75 percent 100 percent 1.02 REFERENCES Percent of Item Paid 15 percent 40 percent 70 percent 90 percent (Final) 100 percent A. Mn/DOT 1404 -Maintenance of Traffic B. Mn/DOT 1710 -Traffic Control Devices 2004 Prairie Run C. Minnesota Manual on Uniform Traffic Control Devices (MMUTCD) D. MMUTCD, Temporary Traffic Control Zone Layouts (Field Manual) E. AASHTO -Guide for Selecting Locations and Designing Traffic Barriers F. Mn/DOT Standard Signs Manual G. Mn/DOT Standard Plate No.8000I - Standard Barricades H. Mn/DOT Standard Plate No.8337B - Temporary Portable Precast Concrete Barrier L Minnesota Traffic Engineering Manual Chapter 8. 1.03 DEFINITIONS A. Long Term Restriction: A traffic restriction or lane closure that is in effect during construction- without regard to time restrictions specified. B. Short Term Restriction: A traffic restriction or lane closure that is in effect only during the Contractor's work hours, and is consistent with time restrictions specified. 1.04 SUBMITTALS A. Preconstruction: 1. Traffic Control Plan. 2. Names, addresses, and phone numbers of 21oca1 persons who will respond to requests for maintenance. B. At least 24 hours prior to construction and upon request, present all traffic control devices intended for use on the Project to Engineer to ensure conformance with Maintenance of Traffic A-ALBEV 0409 01558 - 1 MMUTCD and Mn/DOT Standard Signs Manual. C. Names, addresses, and telephone numbers of two local persons who will respond to requests for maintenance as detailed in Article 1.08 Paragraph D. 1.05 QUALITY ASSURANCE A. Permits: Obtain necessary permits from Mn/DOT, counties, and cities to allow for signing, bamcading, and Work within rights-of-way as necessary to complete Project. B. Operations: Conduct all operations in accordance with the Field Manual. C. Flaggers: 1. Provide qualified, certified, deputized flaggers familiar with applicable traffic .laws and regulations and properly trained in responsibilities of traffic control, including provisions spelled out in the Flagging Handbook (part of Field Manual). 2. Provide proper clothing and equipment, including vest, shirt or jacket, and pants; 2-way radio; and an approved "Stop- Slow" paddle as detailed in the Flagging Handbook. 3. Uniformed off-duty police/patrol officers using hand signals may be used as flaggers and equipped with a fluorescent yellow vest and hardhat during flagging operations. 4. Flaggers and other field personnel shall not override inplace signals, stop signs, or control interchanges. Only law enforcement officials are permitted to control these items. 1.06 DESIGN REQUIREMENTS A. Maintain traffic on inplace, temporary or permanent roadway, or a combination of these. B. Access to individual properties fronting a roadway under construction may be Maintenance of Traffic maintained on inplace or permanent roadway, or via an Engineer-approved gravel surface. C. Provide and maintain proper signing, flagpersons (as appropriate) and warning devices in order to: 1. Close or restrict traffic on a roadway. 2. Provide adequate detour information. 3. Protect Work, workers, and motorists. 4. Be consistent with requirements of "Detour Plan" enclosed in Drawings. 5. Inform motorists of pending construction and direct motorist through Work zone. D. Lanes: 1. Minimum 12 feet. 2. Continuous throughout Project, and may be adjacent to each other or separated. 1.07 SEQUENCING AND SCHEDULING A. Closure and Detour Requests: 1. Submit request for short-term lane closure to Engineer at least 24 hours prior to time of closure. 2. Submit request to close street and divert traffic to Engineer at least 3 working days prior to time of closure. 3. Authority to divert or close shall be subject to Engineer's approval. 4. Contact proper agency and Engineer at least 72 hours prior to restricting traffic on roadways scheduled for short-term lane closures only.. B. Advance Notice: 1. Provide minimum 72-hour notice for all clo sures and detours to the following: a. The Engineer. b. Minnesota State Patrol. c. County Sheriff. d. City Fire Department. e. Local Ambulance Dispatcher. f. City Public Works Department. g. Wright County Department of Public Works. h. Local School District. i. MTC or other local transit. j. Postal Service. 2004 Prairie Run 01558 - 2 A-ALBEV 0409 1 1 [~ fi 1 2. Notification of postal service, delivery 6. Traffic may be restricted on any street services, and postal recipient shall be requiring milling, miscellaneous made 5 days prior to relocation. roadwork, and/or surfacing, subject to 3. Notify proper railroad agency prior to the following: beginning any Work at or adjacent to a. Local traffic shall be maintained railroad property. during edge milling operations. 4. Provide .minimum 48-hour notice for all b. ROAD WORK AHEAD signs shall closures and detours to all affected be placed in advance of milling residences and businesses, showing operations and flagpersons provided when closures and detours will occur as necessary to guide traffic through and duration expected. construction area. 5. Meet with businesses affected by each c. Streets may be closed or have access restriction of access and coordinate restricted to traffic for full-width Work to allow for deliveries to be made milling and for surfacing, consistent to each affected business during with hours specified, or local traffic construction. may be maintained consistent with above provisions. C. Re strictions: d. Coordinate milling, miscellaneous 1. Work which interferes with traffic roadwork and surfacing with street operations shall not be performed during reconstruction to afford local the following times: residents access to the vicinity of a. From 6:00 a.m. to 8:00 a.m. - their homes. Monday thru Friday inclusive. e. Drop-offs where traffic will cross b. From 4:00 p.m. to 6:00 p.m. - from or to the inplace surface, or Monday thru Friday inclusive. from or to the milled surface, shall c. From 12:00 noon on day before to be tapered and/or chamfered so as to 9:00 a.m. on day following any provide for safe passage of traffic. consecutive combinations of f. ROUGH ROAD AHEAD and Saturday, Sunday, and legal holiday. BUMP signs shall be placed at 2. Inclement Weather: Lane closures will locations determined by Engineer not be permitted during inclement after milling operations have been weather or when Engineer determines completed. such closure will be a hazard to traffic. g. Do not mill any notches for 3. Nighttime Work, approved in advance surfacing tapers until immediately by Engineer: prior to paving, except that, as a. Provide adequate lighting as approved by Engineer, notches may necessary to supplement or replace be milled if a temporary bituminous existing street lighting so Work, taper is installed and maintained personnel, equipment, traffic control until surfacing taper is installed. devices, and flaggers are visible to 7. The above restrictions may be modified motorists. as necessary to ensure safe traffic b. Workers shall wear reflectorized operations. jumpsuits during nighttime construction. 1.08 TRAFFIC CONTROL PLAN 4. Railroads: Maintain inplace railroad tracks, crossings and signals at all times A. Submit an overall Traffic Control Plan for unless otherwise permitted by railroad approval within 10 days after award of agency and Engineer. Contract and 5 days prior to initiating any 5. Do not close or restrict traffic on construction. 2 adjacent parallel streets at the same time. 2004 Prairie Run Maintenance of Traffic A-ALBEV 0409 01558 - 3 B. As construction progresses, provide on a weekly basis an updated Traffic Control Plan to Engineer, for approval and suggested modifications, covering the following 2 weeks of Work. Plan will include: 1. Planned sequence of construction operations. 2. Proposed street closures or restrictions and estimated dates. 3. Provisions for routing detoured traffic. 4. ,Signs and devices to be used. 5. Reflect the restrictions specified. C. Acceptance: Each Traffic Control Plan is subject to acceptance, rejection or suggested revision by Engineer. D. Revisions: Revisions to Traffic Control Plan are subject to approval of Engineer. E. No construction operations may begin without complete approval of the Plan. F. Final Bituminous Course: 1. A separate plan for traffic control may be prepared for installation of the final bituminous binder and wear courses. 2. Plan does not have to adhere to above restrictions, but shall be prepared in detail and submitted to Engineer for approval. 3. Engineer will determine viability of planned sequence and may accept, reject, or suggest alterations to this separate plan. 4. Do not begin installation of final bituminous binder and wear course, crosswalks, or pavement markings without complete approval of this separate plan by Engineer, or without inclusion of these elements in the above- referenced sequence of construction. 1.09. CONTRACTOR REQUEST FOR DETOUR A. Contractor may request through traffic be detoured consistent with provisions and restrictions specified. Maintenance of Traffic B. Request shall contain information needed to justify request and select routes to be established. C. If arrangements can be made that are satisfactory to agencies having jurisdiction over roads to be used, contracting authority may then, at its sole discretion, establish an approved detour subject to the following conditions. Contractor, at Contractor's expense, shall: 1. Design, provide, install, maintain, and remove all necessary traffic control devices on detour roads. 2. Reimburse Owner for all expenses incurred in maintaining and restoring detour roads, except for snow removal. 3. Fulfill their obligations for maintenance of local traffic by furnishing, placing, and maintaining traffic control devices and other traffic protection measures required on roads undergoing improvements. 1.10 WINTER SUSPENSION A. Make passable and open road to traffic during periods of authorized winter suspension to eliminate need to maintain detours. B. When Work is resumed after winter suspension, Contractor shall replace or renew any Work lost or damaged during suspension, and shall remove, to the extent directed by Engineer, any temporary construction or materials used in maintenance thereof. C. When winter suspension results from an extension of Contract Time due to fault or negligence on the part of Contractor, Contractor shall not suspend operations until roads or temporary facilities which are being used by traffic are in such condition that only routine maintenance will be required to adequately accommodate through and local traffic during the anticipated period of suspension. 2004 Prairie Run 01558 - 4 A-ALBEV 0409 ~~ 1 r' 1 1 D. In this instance, all maintenance of roads, temporary facilities, as well as traffic control devices will be Contractor's responsibility and will be classified as incidental Work. 1.11 INSPECTION AND MAINTENANCE A. Maintain traffic control devices on a 24-hour basis throughout term of the Contract, including Work suspensions. 1. Repair or replace as necessary: a. Devices that are damaged or moved. b. Lights that cease to function properly. c. Barricade weights that are damaged or fail to stabilize barricade. B. Inspection: 1. Check devices twice daily, including end of workday. 2. Conduct 1 night (after work hours) inspection of devices each week. 3. Immediately correct deficiencies in alignment visibility and reflectivity. C. Traffic Control Checklist: 1. Complete attached checklist each day of each week that traffic control devices are used on Project. 2. Submit completed checklist to Engineer or designated representative each day at a mutually agreeable time. 3. Failure to submit checklist by agreed- upon time will be considered "noncompliance" in maintaining traffic control devices and may be subject to daily charge set forth under Mn/DOT 1807 -Failure to Complete the Work On Time. 4. Additional copies of the traffic control devices checklist will be available from Engineer. D. Notice: 1. Furnish names, addresses, and phone numbers of 2 local persons who will respond to requests for maintenance to the following: a. Engineer. b. Wright County Sheriff. c. City Public Works Department. d. Minnesota Department of Transportation Dispatcher. e. Wright County Department of Public Works. E. Provide a means of receiving maintenance requests on a 24-hour basis. F. Respond to maintenance requests within 2 hours. Failure to respond to maintenance requests will result in Work being completed by Owner with twice the cost thereof being deducted from any monies due Contractor. PART 2 PRODUCTS 2.01 EQUIPMENT A. Signs: 1. Provide required signs in accordance with MMUTCD, Mn/DOT Standard Signs Manual, Minnesota Traffic Engineering Manual, Field Manual, Drawings, and as approved by Engineer. See Section 02892. 2. Retroreflective sheeting for signs shall be in accordance with Minnesota Traffic Engineering Manual -Chapter 8. 3. As a minimum, and in addition to signs detailed in Drawings, provide the following signs as necessary: a. 48 inches by 48 inches, ROAD WORK AHEAD (W20-1) b. 60 inches by 30 inches, ROAD CLOSED TO THRU TRAFFIC (Rll-4) c. 48 inches by 30 inches, ROAD CLOSED (R11-2) d. 48 inches by 48 inches, ROAD CLOSED AHEAD (W20-3) e. 48 inches by 48 inches, FLAGGER AHEAD (W20-7a) 4. Size, legend, and layout of signs shall be approved by Engineer prior to sign manufacture. B. Barricades: 1. Provide 8-foot, Type III barricades in accordance with current Mn/DOT Standard Plate 8000I. 2004 Prairie Run Maintenance of Traffic A-ALBEV 0409 01558 - 5 2. Provide flashers on barricades. 3. Provide at least 1 Type III barricade in a closed lane for every 1,000 feet of lane closure. C. Barriers: Provide temporary portable precast concrete barriers in accordance with current Mn/DOT Standard Plate 8337B. D. Drums: Provide drum-like channelizers in accordance with MMUTCD, and Minnesota Traffic Engineering Manual 8-8.02.02. E. Ballast: 1. Sandbags will be the only acceptable weight to stabilize traffic control devices. 2. During freezing conditions, mix sand for bags and impact barrels with a deicer to prevent sand from freezing. 3, Place sandbags on each foot of traffic control device to be stabilized. F. Extra Materials: 1. In addition to traffic control devices approved by Engineer prior to each stage of construction, or as shown in Traffic Control Drawings, Engineer may require more traffic control as traffic conditions warrant. 2. Store the following at a convenient location within Project limits of each portion of Project for use in an emergency, as approved by Engineer: a. Minimum of 5 extra Type I barricades with flashers. b. Minimum of 5 extra Type III barricades.. c. Minimum of 10 extra drums. 3. No direct compensation will be made for furnishing, storing, and erecting these traffic control devices. G. Flashing Arrow Boards: Provide in accordance with MMUTCD, and Minnesota Traffic Engineering Manual 8-5.02.07. H. Portable Changeable Message Sign: Provide in accordance with Minnesota Traffic Engineering Manual 8-8.04.03. Maintenance of Traffic 01558 - 6 PART 3 EXECUTION 3.01 PREPARATION A. Flagpersons: Utilize flagpersons on any roadway that is restricted to 1 lane of traffic, except as approved by Engineer. B. Conduct operations to allow continual fire and police access to all areas within Project. C. Inplace Facilities: 1. Signs: a. Do not remove signs unless authorized by Engineer. b. Carefully remove and store designated signs and posts for reinstallation. c. Replace signs and posts damaged or lost during removal or construction. d. Carefully remove and deliver signs and posts to appropriate agency (Mn/DOT, City of Albertville, MN, Wright County) as directed by Engineer. e. Provide flaggers as directed when "STOP" or other prohibition signs are removed. f. Relocate or temporarily mount required signs along streets that remain open to traffic. g. Reinstall all signs not being replaced in accordance .with MMUTCD and Minnesota Traffic Engineering Manual. 2. Mailboxes: a. Prior to proceeding with any Work, relocate any mail and other delivery boxes within construction area and as designated by Engineer, to a location that will allow delivery during construction. b. Remove and place on homeowner's property mailboxes designated by Engineer. Homeowner is responsible for postal service during construction. c. Postal service and other affected delivery services shall approve all locations and installations. 2004 Prairie Run A-ALBEV 0409 u d. Temporary mailbox banks may be left and right sides of all utilized in accordance with the approaches to intersection. following: 5) STOP AHEAD (W3-la) signs 1) Accessible to postal service and shall be 48 inches by 48 inches, postal recipient at all times. with orange warning flags, and 2) Numerous mailbox banks may installed on both sides of all be utilized to minimize approaches to intersection at distances from postal recipients. locations directed by Engineer. 3) Provide materials to construct e. Under no conditions will the all-way temporary mailbox banks. stop condition be allowed during e. Property owner's posts, cross winter or other non-construction members, and mailboxes not used periods. during temporary relocation shall be f. Maintain and protect inplace properly stored by Contractor. equipment not being modified, f. If postal delivery is not achieved, Work shall stop immediately and replaced, or abandoned, as approved by Engineer. remain stopped until the situation is g. Contact the proper agency at least corrected. 72 hours prior to need for 3. Tra ffic Signals: modifications to signal system. a. During construction, the Staging Agency may authorize Contractor to and Traffic Control Plan will require make modifications, or may require modifications to inplace signal agency personnel be present to systems. make modifications. b. Staging Plan shall identify 4. Pavement Markings: modifications to be made. a. Remove all pavement markings that c. Contractor shall ensure that a traffic conflict with temporary traffic control signal system is in operation control operations in accordance at each intersection at all times, except as otherwise approved by with Mn/DOT 2102. b. Removal and replacement of these Engineer. pavement markings shall be d. An all-way stop condition may be considered incidental to Traffic installed at an intersection if the Control. following conditions are met: 1) The all-way stop condition is 3.02 INSTALLATION. part of a suitable traffic plan or sequence of construction for the A. Mount signs on posts driven into ground at Project approved by Engineer. proper height and lateral offset as detailed in 2) All signal cable, signal MMUTCD; if not possible, maintain signs equipment, and signal hardware on portable supports or barricades. required for system is either on Site or in Contractor's stock and B. Signs shall not be mounted on metal drums. available for immediate installation. C. Placement of signs and barricades shall 3) Roadway construction activities proceed in direction of traffic flow. require removal of portions of existing traffic signal system. D. Cover traffic control devices inconsistent 4) STOP (R1-1) signs shall be 48 inches by 48 inches, high- with traffic patterns. intensity grade reflective sheeting, and shall be placed on 2004 Prairie Run Maintenance of Traffic A-ALBEV 0409 01558 - 7 L' L~ 3.03 TRAFFIC PROTECTION 3) Place warning lights at 50-foot A. Do not deposit, store materials, or park intervals. f. Place portable concrete barriers with equipment on or adjacent to any roadway end treatments according to open to traffic that will interfere with safe Mn/DOT's "Guidelines for Portable flow of traffic. Concrete Barrier Placement and End Treatments in Work Zones". B. Provide traffic barriers for any obstruction 2. In lieu of precast concrete barrier, placed within "clear zone" as defined by barrels and barricades may be used AASHTO Guide for Selecting Locations during construction, as approved by and Designing Traffic Barriers. Engineer, provided that: a. Construction work is actively done C. Keep roadways that are open to traffic free in or directly adjacent to excavation. from earth materials and debris. b. Workers are present. c. It is daylight hours; or, if nighttime D. During construction, provide devices to hours, there is additional lighting of protect traffic and pedestrians from drop- the open excavation. offs, openings, falling objects, splatter or d. Traffic is in a single lane other hazards. (alternating) or a single lane in each 1. Open excavations/drop-offs adjacent to direction with parking removed. traveled roadway: e. Barrels or barricades can be set a. Schedule operations so as to outside the minimum widths minimize traffic exposure to uneven required for traffic and at intervals lanes, milled edges, and edge drop- as directed by Engineer. offs. b. Close a traffic lane, auxiliary lane, E. Pedestrian Access and Traffic: or shoulder on any road open to 1. Provide continuous access to all traffic when construction operations adjacent residences and businesses. cause a drop-off greater than 2. Provide temporary boardwalk where 4 inches adjacent to that lane or inplace sidewalk is removed. shoulder, unless adequately 3. When access to business entrances is protected by traffic barrier. prohibited, coordinate with business c. Sign and delineate any drop-off less owners to provide protection and than 4 inches caused by construction operations, as shown in the Field direction for alternate entrances. 4. Provide signs, barricades, flasher, snow Manual. fence or other devices as required to d. Concrete or utility repairs of less protect pedestrians adjacent to Work. than 50 feet in length and open for 5. Cover newly poured concrete sidewalk 7 days or less do not require the with plywood after curing compound is adjacent lane or shoulder be closed applied to provide access at business to traffic. entrances. e. When excavations. on roadways open to traffic exceed 1 foot in 3.04 REMOVAL OF DEVICES depth: 1) Provide continuous portable A. After signs are removed, remove signposts concrete barriers for entire as soon as possible. length of excavation. 2) Include suitable end treatment B. Removal of signs and barricades shall start , consisting of tapered barrier at the end of construction areas and proceed sections, impact attenuators, or toward oncoming traffic, unless otherwise combination thereof. directed by Engineer. Maintenance of Traffic 2004 Prairie Run 01558 - 8 A-ALBEV 0409 1. Measure flashers, barricades, 3.05 RESTORATION AND ADJUSTMENT reflectorized drums, 48-inch by 48-inch signs, portable changeable message A. Replace any device found to be defective. signs, and flashing arrow boards by number of individual units of each type, B. Replace reflective material on both new and multiplied by number of calendar days used traffic control devices whose each unit is in service. effectiveness, in Engineer's opinion, has 2. Measure standard signs of each type been substantially reduced from traffic or (other than 48-inch by 48-inch signs) by other causes. face area of signs furnished, multiplied by number of calendar days each square C. Keep traffic control signs and devices furnished in legible condition, including 3. foot of sign is in service. Measure special construction signs by removing any grime deposited on devices by face area thereof, furnished and installed traffic, natural causes, or by nature of Work as specified. being performed. D. Basis of Payment: D. Relocate any traffic control device that is 1. Payment .for additional traffic control misplaced due to Contractor or devices of each type, at appropriate subcontractor operations. predetermined Unit Day price set forth below, shall be compensation in full for E. Following construction, reinstall mail and all costs of furnishing, installing, other delivery boxes in convenient locations maintaining, and subsequently removing and in compliance with USPS regulations. and disposing of, the devices. 1. Replace any box or supporting member 2. Payment for standard signs of each type, that is damaged during construction. other than 48-inch by 48-inch signs, at 2. Permanent installation shall be the appropriate predetermined Square acceptable to postal service, delivery service, and property owner. Foot/Day price set forth below, shall be compensation in full for all costs of furnishing, installing, maintaining, and 3.06 SCHEDULE OF WORK subsequently removing and disposing of, the signs. A. Streets that shall not e closed to 2 lanes of 3. Payment for "Construction Signs - traffic at any time, but on which short-term Special," at appropriate predetermined lane closures may be utilized: square foot price set forth below, shall 1. CSAH 18. be compensation in full for all costs of furnishing, installing, maintaining and B. Advance signing shall be placed on CSAH subsequently removing, said sign. All ' l8. materials required to furnish and install the sign will remain the property of 3.07 ADDITIONAL TRAFFIC CONTROL DEVICES 4. Contractor. Payment for additional traffic control devices, as ordered by Engineer, will be A. Furnish and install additional traffic control based on the chart at the end of this devices ordered by Engineer. Section. 5. Additional traffic control devices shall B. Install and maintain devices in a functional be paid for up to 90 days per device. and legible condition at all times. After 90 days, no additional payment will be made for that device. Contractor C. Method of Measurement: is still required to maintain this device until it is no longer needed. 2004 Prairie Run Maintenance of Traffic A-ALBEV 0409 01558 - 9 Item No. Item .Unit Price 2563.602 Type I Barricade Unit Day $ 1.05 w/Steady Burn Light 2563.602 Type III Barricade (High Intensity) Unit Day $ 2.10 2563.602 Reflectorized Drum Unit Day $ .85 2563.602 Reflectorized Drum w/Down Arrow Unit Day $ .95 2563.602 Flasher Type "A" (Low Intensity) Unit Day $ .50 2563.602 Flasher Type "B" (High Intensity) Unit Day $ 1.40 2563.602 Flasher Type "C" (Steady Burn) Unit Day $ .90 2563.602 48 x 48 Inch Standard Sign (High Intensity) Unit Day $ 1.10 2563.602 48 x 48 Inch Standard Sign w/Supports Unit Day $ 1.80 (High Intensity) 2563.602 Portable Changeable Message Sign Unit Day $ 205.00 2563.602 Flashing Arrow Board (One Shift) Unit Day $ 33.00 2563.602 Flashing Arrow Board (24 Hour Day) Unit Day $ 44.00 2563.604 Construction Signs -Special (High Intensity) SF $ 13.75 2563.605 Flagger Unit Hour $ 23.00 2563.605 Police Officer (w/car) Unit Hour $ 39.50 2563.606 *Standard Signs SF/Day $ .10 2563.606 *Standard Signs w/Support SF/Day $ .16 *Other than 48 x 48 inch signs, with or without support. END OF SECTION Maintenance of Traffic 01558 - 10 2004 Prairie Run ~4-ALBEV 0409 ~I TRAFFIC CONTROL INSPECTION CHECKLIST PROJECT NUMBER 1. Are any traffic control devices missing? ^YES ^NO How Many? . Do any traffic control devices need repair? ^YES ^NO How Many? . Were any traffic control devices replaced or repaired? ^YES ^NO How Many? . Are any lights/flashers not functioning? ^YES ^NO How Many? . Were any lights/flashers replaced or repaired? ^YES ^NO How Many? 1 . Are any traffic control devices improperly placed? ^YES ^NO How Many? . Were all traffic control device positions corrected? ^YES ^NO . Do any traffic control devices need cleaning? ^YES ^NO How Many? 9. Were all traffic control devices cleaned? ^YES ^NO THIS TRAFFIC CONTROL INSPECTION WAS PERFORMED BY: of (Name) (Title) (Name of Contractor) ON / / AT (AM PM) ADDITIONAL COMMENTS: 2004 Prairie Run Maintenance of Traffic A-ALBEV 0409 01558 - 11 TroYfic Control Treatment of _ Eongitildinai Joinfis and _ Edge Drop=offs iri Work Zones -- GUIDEEINES - - TNESE OvtDELNES - J1RE INTENDED 70 i}iCREASE TRJ~FF}C SJIFETY IJSiNO TRJ1f F1C COE(TROE . DEYiC#~,.SAFETY RELATED 11PPVRTEliAlICES; AND CONSTRUCTION TECHNIgVES FOR UNEVEN TAMES, Allt.il:D EDGES, ANO EDGE t?ROP--OFFS THAT OCCUR, IN H1GfiWAY WORK ZONES'. TNE tIEST WAY TO INCREASE TRAFT)C S1tFET~ iS TO ~tA}CE EYETtY ATTEIlP7 TD 11tNiUtZE - OCPOSURE TO UIiEYEN LANES, LIILLEi? EDGES, AHD ET)CE DROP-OFFS: HOWEVER, R tS REALJZID TIiAT 7HIS IS OFTEN NOT PASSIBLE OR FFJIStDIE. ONLY WHEN UNEVEN LANES, 1ttL2ED EDGES, OR EDGE DROP-OFfS JUi£ DEE}!ED NECESSARY. S?iJ1Lt 7FiE 1~PPROPRIJITE t'ORT10N(S) OF TIfESE GUiDEIJNES BE APPtJED TO E1iFtAljCE TRAFFIC SAFETY. APPRUPRLiTE UNEVEN LANE WARNI1i0 S10NS OR SHOULDER WARNING S10NS S1iAl_L BE REPEATED AFTER ;EACH:INTERSECTIQN_ ,:; ~: w~ouvu wAfwtir+v Stott SPAaNV SHALL eE:~ A - t kiLE WHEN TttE SPEED tJtIFT IS GREATER TT{JJt 30 ItPN AND - B - 1/4 IIiLE I+MEN THE SPEED U-tR tS 39 NPtf OR LESS. - WHEN SPACE PER1/iTS„ 1~ttNItIUIR WARNRiC -SIGN STZE SttALL BE: A - 4a }NC}iE$ x ~t6 tNCttE'S WHEN THE St'EED UTt[i tS GREATER THEN 30 1tPli AND . B - 36 RICHES x 36 tNCNES WHEN THE SPEID LIb,IR tS 30 iAPi1 OR tESS_ .. i. FOR DROP--OFFS OF 1-i/2 iNC#iFS OR LESS. APPROPRIATE WARNING S1CNS SHALL BE PROVIDED. 2 FOR DROP-OFFS.GREATER T1iA}i t-1/2 INCHES UP TO -t INCHES: A - THE EDGE S}TAIL BE TIIPERID /l}iD CUI~PACTED AT A RJ1TE OF 3.1 AHD - APPROPRllITE WARN}NO STONS S?iALL BE P120YiDED; OR B - IF THE TAi'ER IS No7 PROV)DE~, TRAFFIC SFV~[_L NOT- DE PERiICiTED TO CROSS 1 } ~: THE DROP-OFF AlID THAT PORTION" OF THE ROADWAY SliJ~l2_ BE CEDSE~ TO TRAFFlC W[iN THE APPROPRIATE WARNING SIGNS AND DEVICES. 3. FOR DROP-OFFS GREATER TITAN 4 INCHES UP 70 t'2 IIiCNES: A -THE EDGE SHALL BE TAPET2ED AND CO}tPACTED AT A RATE OF 6.1 .AHD APPROPRIATE WARNiNO SIGNS SNAIL BE PROVIDED, (6:I TAPER SHJtLL NOT BE USED AS A TRAFFIC CARRYING LANE} B =THE EDGE SHALL BE TAPERED AND COI.IPACT£D AT A RATE OF 3.1, TRAFFIC SNAIL NOT BE AtJAIYED TO CROSS THE DROP-OFF, AND THAT PORTION OF THE ROADWAY S}{AI1_ BE CEASED TO TRAFf1C l'YTTFt APPROPRIATE WJIRNING SIGNS AND CNANNEI- QIHG DEVICES; OR C - IF A TAPER is N07 PROVIDED, THE TRAFTTC OR AUXILIAR7 LANE ADJACENT TO T}iE DROP-OFF SHALL BE CLOSET) TO TRAFFIC WiTH THE APPROPRIATE WARNING S101IS AND CHANNELIIINO DEVICES OR A POSTT}YE BARRIER, 3VCN AS .`A PORTABLE PRECAST CONCRETE .BARRIER, SHALL BE PROVIDED TO PREVENT TRAFFIC FROIi CROSS}N4 TTIE DROP-OFF. 4_ FOR SHOULDER EDGE DROP-OFT S: - - A - 0-2 FOOT SHOULDER VY}VTTt AND A 0=t2 INCH DROP-OFF; USE GU}DEUNES AS S}i0'W?1 ,. B - 2-a FOOT SHOULDER WIDTH ANO A 0-~ INCH DROP-OFF; INSTALL EDCEtJNE OR USE GUiDEUNEx AS S}IOWN C - 8 FOOT OR GREATER SHOULDER WiDTN AND A O-S-INCH DROP-OFF;.NO TRAfFiC CONTROL RE4UiRED D - GREATER THAN 2 FOOT SHOULDER WiDTN A}t0 A 4-t2 INCH DROP-OFF; USE CUiDEUNES AS SHOWN - 3_ DROP-OFFS GREATER THAN 4 INCHES /1DJACETTT TO TRAFFIC CARRYING LANES ARE PER1iFFiED W}7Ti0U7 TAPERS OR POSFHYE BARR}ERS .FOR: A - PROJECTS YYfTf{IN URBAN AREJ1 WNE?t THE SPEED UI./IT tS 30 1tPN OR LFSS; OR B -SNORT TERF,{ (7 CALENDAR DAYS OR LESS) CONCRETE- OR UTILITY REPAIR, l_FSS TITAN 50 FEET IN LENGTH WHEN THE SPEED UI,IFi tS GREATER THAN 30 1tPN. 6_ AT NO Ti-1E SHALL THERE BE 1.iORE THAN ONE UNEVEN LANE CONDiTtON BETWEETi TILE TRAFFIC CARRYING LANES WHICH iNCWDE AUXit.lAF7Y LANES, TURN LANES, AND RAI,IP ACCESS OR EGRESS AREAS. WEATHER PERltfrfiNfl. ALL EXPOSED UNEYETi EAVES CONOITiONS WTTIItN TTiE TRAFTiG CJ~.RRYING LINES SNAIL BE ~1tATCHEU W1T7-ITN 2S .HOURS. 7. -IEl1JN0 OPERATIONS SNAIL BE REQUIRED TO COMPLETE THE FULL WIDTH OF THE SECTION ' UNDER CONSTRUCTION AT THE END Of EACH WORK PERIOD. 4 of 4 - _ ' TRaFF IC CONTROL TREaTMENT OF ' -= C.ONGITUOINAC JOINTS ANp EOGE OROI' - OFFS I N . uORK ZONES - _ - - _ ~ ~ UNEVEt~t BANES - - .~ _ - - u20=x14. _ MAXIMUM I - I /2 I N. c t oR R ~ - ~ _ ~ _ _ ~ - UNEVEN I~NES -_ kITH TAPER _ V20-X14 I -1/2 IN_ TO 4 IN. ~~ QQ ct o~ ~t! - . _ -'~i~ - ~. ~ T - - _ -__ I - I/2 IN. TO 4 ~IN_ - . .LANE Sf~+LE 6E CIOSED vI71i i1PPf20PRIATE t~E QOSi~4?E FRfJti ~PE1t0I X B_ q-tFV u~Z [ Z 1 NG OEV I CES .AT A FsAX 1 turf Of 180 FT_ -~ SFAC [ t~G ANp A TYPE I i T 8~ I CARE EYf1tY 100e FT _ - NOTE. FOR. O 1 Y i DFO WIG}iYA7S. VSE S I Gt:tS OH RIGHT ANO LEFT SI DE_ ' ~ - _ S [ Gt~i SEOt1ENGE S} Ipyr{ FOR Ot~tE D I REC T I Ott Ot~Y r OTHER OIRECTIO2I: St1~Lt_ gF JpEjiTIE~L_ i ~ MILLED EDGE - x2 i -X9 - MIPf fl~Ol.(jl(7t MtOt o`+Otl DE7l ^ C NOTE. +sIlCEO EOGFS S-tOVLO 6E TREATEp vllt-t TAPERS_ CFtcaratEltZERS_ ~O S t Gri I taG aS Si-spurt (~ E pE,E p~ -OFF pE 7 a [ l S _ - "- TRAFFIC CONTROI _ TREATMENT OF LONGITUDINAL JOINTS aNp . EDGE DROP-OFFS iN wORK ZONES= " ~ EDGE CROP OFF AO~aCEtiT -LANE SI~tL 6E CLOSED v 1 TFI AF'PROPFtIATE (~}~ ~O~ IAYOVT .SFgvK Iti ~PEI~ I X B. CtiANrtQ_ 1 Z 1 NG QEv I CE S T O gF AT . A HAX I ti(!tt OF i O$ C T _ SPACING A1~Q TYpE ttt EVEAY I0H6 FT_ "_ _ _ ~ ~ St8-9" EDGE DROP OFF - tit I TN TAPER 1 _ ~ ~2 I N _ TO 4 I N. S,.,x,.~ _ 1 - 1/2 IN_ 70 4 IN_. ,~ v21-xI S2'10IJLAEf2 Sl+At~ BE - s+atovc cLO~D vrnt APPR04?fTIATE _ - vARrIING SIt~tS~Ar+D.U1A+~LIZING " DEYICES.AT A tiA)(IN(M OC 1@0 FT_ SPASiNG_ - - ' EDGE QROP-OFF uITH TAPER i SHOVEpER - 'OPEN l ~ - ~ ~- ~ 4 I N. TO 12 I N_ . 7IiI5 COS~ITIOCi YIIL_NOT 6E PERttITTEp UNLESS THE s• 1 SLOPE is COc,PACTEp SO "THAT' A YEfI I CLE HA7 SAFELY OR I VE OKIO ~ I T x.I TNOVT LOS I FtG COt~TTtOt. ~ - " ~ Iti THE OPINION Ot= THE ENGINEER . 71 tERE ~E NQ OTHER tiaZANDOIlS COF=O I T I DNS. " EDGE DROP--OFF W[TN_TAPER t SHOOLDER :-" CLOSED ) ~+~t:oE~t s~rr~c-L eE cLOSEo v l TH ~flOf'I2 t aTE vARrt I trG SIGttS ANp ~~IELIZING QEvICES AT A tSA)CItRRi OF 160 FT_ SPACING ue-g ~~ MAXIMUM. I - I /2 I N. °~""D°` " 4 IN_ TO I2 IN_ ,a - wzI-xi " ~utun - " ~. t ~ 4 I t1_ TO 12 I N. +OTE. SIGNS ARE R1_OUIREO ONLY ON 7)tE SiOE OF TFiE RQap -THAT IS AFFECTED 6Y COt~tSTRVCT ION tEXCEPT SIGNS THgT ~E FOR A EaTrE CEOSURE .ON O1vI~E1T HtGt-ruaYS)_ r ,. ~. t i i m 0 ~" ~ to - a° ~ ~a c m - 3., C 0 o ~- N ~°. W J _~ ~? a - ~. A c y o `> T v~ 3 JD J Eoo~ ° n _. c -*' m ° o° o EoJ~ ' In ti- voo 3 t ~- F o _ ~~-3 _ Ap °~~ 3 moo ~ L L i ` ~ ~ ~e ~- _ ~ _: `_ ~ h ` av~wc T ° • v- ~ t u E_- ~ o ~ e~Le (~ c v> 3 v o u ~ ~ T 0 ^.- c c oooJ ~::~ ~_ E ~~ 0 O _v ,;- R. _ L p ~ N O i CD O v3 `m c L.- V C ~ O U o O D V Q O F Q C •- W O ~~ H = o v C o 7 T 2 S r 0 Z ~ o ~' v _ ~ x _ a e °? 8 8 g H +- n°o ~ °o° ~ ` ~ ~ ' 'iv C E o ~ n°i 3 a ~ i O . C 1 j ?~ N ~ ° L n P O. i x x Z ~ _• p {~ L Z 3 k x • 3 W v L o $ 8 e Q Y a s a ' s s ~ ~ ~ °~ ~ a v _ s s - -g= ° EE m ~ s = ~ E ` L g n ~ ~ ~ p ~ § Q a ~ vv m G ~ C C- 7 J e ° o o' x + n a ~ ° _• 00 ° o vY - x x C u x x ~ ~ '- ~ i ~ ~ n _e 6 n C v v i 8 8 a A C 0 8 8 / _ _ E ~ 7 0 (/1 " $~$ o $ B a Z O o ~ ~ ~ ~' o ° ~ ~ _ Z ¢' s e n 4 v v L _~ .~ }L~ V m L U v, W L. ~ ~. - o~~ `~ o =o : _ e o-~ 4 ~ Oi.D mOC . vv L~ ~ '~ 7 C S o c° F cam. oa~v o e- t .°, - ~ ~Y ~. cv oov>>~ E~.v c L_p{~o~e OJG"~ - `.o °A Fr»~ V~~ . O P ° .°.cc o-° e ~ - `~'° O V° L e v V C ~ v' '~ 'mow ~ ~ecf~Eo~ c ~ °c o~~'`~ coovAV°. o~j`suv~oE Lc °° e;Ri ~ L nLn~ ~iiE DE ~~ ~y~t! = ~° i°:o -` = A m ~ o- o ~ ~ v ~ e~ of a unt` E o ~ v, g Ka"'~' LL °pacv °no_ 0 o " „ s F W , d., ~~ ° oEa'-oE:~ oL .to.~ o V o VreL i?`L~tD ~ C 1ti s-LM' Cep-' EcVO F d ~ o° D ~ e lnivvvo°~ ` ua rodK~° E ti~ gm _F_v`- o eoo •t e~ o w° c.` ~ oe ~~ - Re HrvO°:ot uv - •°~~. Fes-. .c ~+~. Vm O O ~ >. vn e o 0 o.c 3 - v= ~~ "~co v e _ n o ~~ - E - ~o~ o v o, - ° o°~ C ~ V o S~ 7 0 L em°C aE o- n • v i r o .v> O _ o _ ~ ov vE oo - s ~ v-°.°. c ~no>- ,.;~ D n obe a m E H • V o °~ ~ - - C ~ O O S o O ~ O ~ o~o~ o n o_v e- ~i°C TD ; o v c°et _ v ~ n o D D L w ~~_ ~ ° ~~ X - 0 0 - n~l.V »O~C o 1 ° C ~°e ~ ~ cn e.n ~-'a >. n ° ~ -o ° ° Eov• o E : ^3L oo°o °"-~ _ _o _ .. c- ° ~- - z a° ° - 3 `~ no a- 00 ~~ oL ni ~ = n op -n c v~ . o e °i ° ` ~ ~~o` nEe --1 °n 0~ -L -v oo3t oo= _ ' V v~w oov_ ego a_ = v`~v O O t~ ' V c e i- '~ ~ ~ o n ~ t~ ~:oE 3 v ° C • o gJE~ _ _L _• 4 ~L ~ T e i i ° 3°v O°vf` - EN noh ° D O • ~ ~ n - ~.., ° o. ~- o L„~c a of o0 E3_-=.°_ 'gym: `Ee L~~p(Yh0 nEJ`o . t t t t e O~L ~ O °~? C » SSS= c vncaaaa o~E•s E o o~ 3 3 3 = L-e nvnooo cam= ° oo ono .o»v o~voc v c o v o o n ~ ` D ~ v o ~ D m • x_ _ V ` V C O_ ~ D~ VD n e` Leo o-re n ~ ~^ oc-v, = n o ~~ ~ o° °-O O u I~ 1, C' 0 1 i~ ~l SECTION 01600 PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SUMMARY A. Sections Include: 1. Administrative and procedural requirements governing: a. Product definitions b. Product quality assurance c. Products d. Product delivery, storage and handling e. Product options f. Product installation g. Cleaning and protection 2. Product Substitution Procedures 1.02 PRODUCT DEFINITIONS A. Products: 1. Unless indicated otherwise, new material, machinery, components, equipment, fixtures and systems forming the Work. 2. Does not include machinery and equipment used for preparation, fabrication, conveying or erection of the Work. B. Named Products: L Items identified by manufacturer's product name, including make or model designation, indicated in the manufacturer's published product literature that is current as of the date of the Contract Documents. C. Materials: 1. Products that are substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed for a part of the Work. D. Equipment: 1. A product with operational parts, whether motorized or manually operated, that requires service connections such as wiring or piping. 1.03 PRODUCT QUALITY ASSURANCE A. Source Limitations: 1. To the fullest extent possible, provide products of the same kind and from a single source. B. Limited Quantities: 1. When specified products are available only from sources that do not or can not produce a quantity adequate to complete Project requirements in a timely manner, consult with the Engineer for a determination of the most important product qualities before proceeding. 2. Qualities may include attributes relating to: a. Visual appearance b. Strength c. Durability d. Compatibility 3. When a determination has been made, select products from sources that possess these qualities, to the fullest extent possible. 1.04 PRODUCTS A. Minimum Requirements: 1. Comply with specifications and referenced standards. B. Product Provision: 1. Provide products complete with all accessories, trim, finish, safety guards and other devices and details needed for a complete installation and for the intended use and effect. C. Components: 2004 Prairie Run Product Requirements A-ALBEV 0409 01600 - 1 u 1. Items re aired to be su lied in uantit q pP q Y within a specification section shall be 1.05 PRODUCT DELIVERY, STORAGE the same and shall be interchangeable. AND HANDLING D. Compatibility of Options: A. General Requirements: I. When the Contractor is given the option 1. Deliver, store and handle products in of selecting between two or more accordance with the manufacturer's products for use on the Project, the recommendations. product selected shall be compatible 2. Prevent damage, deterioration, soiling ' with products previously selected, even and loss, including theft. if previously selected products were also 3. Replace damaged materials prior to options. acceptance by Owner at no additional cost to the Owner. ' E. Existing Products: 1. Do not use materials and equipment B. Packing and Shipping: removed from existing premises, except 1. Deliver products to the jobsite in ' as specifically required or permitted by manufacturer's sealed containers, Contract Documents. bearing the manufacturer's name and brand. F. Nameplates: 1. Except for required labels and operating C. Acceptance at Site: data, do not attach or imprint 1. Promptly inspect shipments to assure manufacturer's or producer's that: nameplates or trademarks on exposed a. Products comply with requirements surfaces of products which will be b. Quantities are correct exposed to view in occupied spaces or c. Products are undamaged ' on the exterior. a. Labels: D. Storage and Protection: 1) Locate required product labels 1. Store with manufacturer's seals and and stamps on a concealed labels intact and legible. surface or, where required for observation after installation, on 2. Store sensitive products in weather - tight, climate controlled enclosures. an accessible surface that is not 3. Cover products subject to deterioration conspicuous. with pervious sheet covering, providing b. Equipment Nameplates: ventilation to avoid condensation. ' 1) Provide a permanent nameplate 4. For exterior storage of fabricated on each item of service- products, place on sloped supports, connected or power-operated above the ground. ' equipment. Locate on an easily 5. Store loose granular materials on solid accessible surface which is flat surfaces in a well-drained area. inconspicuous in occupied Prevent mixing with foreign matter. spaces. The nameplate shall 6. Provide off-site storage and protection contain the following when site does not permit on-site information and other essential storage or protection. operating data: 7. Arrange storage of products to permit a) Name of product and access for inspection. Periodically manufacturer inspect to assure products are b) Model and serial number undamaged and are maintained under c) Capacity required conditions. d) Speed e) Ratings Product Requirements 2004 Prairie Run 01600 - 2 A-ALBEV 0409 ' L.J 1.06 PRODUCT OPTIOhiS the manufacturer for the application indicated. A. General Requirement: a. Manufacturer's recommendations 1. Product selection is governed by the may be contained in published Contract Documents .and governing product literature or by the regulations by previous project manufacturer's certification of experience. performance. 2. General overall performance of a ' B. Proprietary Specification Requirements: 1. Where only a single product or product is implied where the product is specified for a specific application. manufacturer is named, provide the product indicated. No substitutions will F. Compliance with Standards, Codes and ' be permitted. Regulations: 1. Where the specifications only require C. Semi-Proprietary Specification compliance with an imposed code, Requirements: standard or regulation, select a product 1. Where two or more products or that complies with applicable standards, manufacturers are named, provide one codes and regulations. of the products indicated. No substitutions will be permitted. 1.07 SUBMITTALS a. Where products or manufacturers are specified by name, accompanied A. Substitution Request Prior to Bid: by the term "or equal," or "or 1. For a product substitution to be approved equal" comply. with other considered, the following conditions ' Contract Document provisions concerning "substitutions" to obtain must be met: a. All requests must be submitted in approve for use of an unnamed writing no later than 10 calendar product. days prior to the .date for receipt of b. Contractors and suppliers will be the bids. expected to provide the specified b. Faxed submittals will not be product unless prior approval is considered. received from the Engineer's office c. Submit each request for substitution in sufficient time so that all bidders (one material or product per form) can be notified through an on the .attached "Substitution addendum. Request Form" attached at the end of this section (either duplicated D. Descriptive Specification Requirements: from the Project Manual or ' 1. Where specifications describe a product or assembly and list exact characteristics available from the Engineer's office) together with a self- required, with or without use of a brand addressed, stamped envelope. or trade name, provide a product or assembly that provides the Submittals not accompanied by this form properly filled in and endorsed characteristics and otherwise complies will be discarded without review. with. contract requirements. No exceptions. d. Identify any impact of the E. Performance Specification Requirements: substituted product on related items. 1. Where specifications require compliance e. Approved items will be listed in with performance requirements, provide addenda. Requests for substitution products that comply with these will be returned in the self- requirements and are recommended by addressed, stamped envelope 2004 Prairie Run Product Requirements A-ALBEV 0409 01600 - 3 C] rovided b bidder at the En ineer's P Y g that will become necess to ~' earliest convenience. 2. Permitted Substitutions: accommodate the proposed substitution. a. All substitutions permitted on 5) A statement indicating the addenda must meet, or exceed, all substitution's effect on the requirements of the specifications, Contractor's construction , including, but not limited to, the schedule, compared to the warranty. schedule without approval of the substitution. Indicate the B. Substitution Request After Bid: effect of the proposed 1. Requests for substitution will be substitution on overall. contract considered if received within 60 days time. after commencement of the work. 6) Cost information, including a ' Requests received more than 60 days proposal of the net change, if after commencement of the work may any, in the contract sum. be considered or rejected at the 7) Certification by the Contractor ' discretion of the Engineer. that the substitution proposed is a. Submit 3 copies of each request for substitution for consideration. equal to, or better, in every significant respect to that Submit requests in the form and in required by the Contract accordance with procedures Documents, and that it will required for change order proposals. perform adequately in the b. Identify the product or the application indicated. Include fabrication or installation method to the Contractor's waiver of rights be replaced in each request. Include to additional payment or time related specification Section and that may subsequently become ' Drawing number. Provide complete necessary because of the failure documentation showing compliance of the substitution to perform with the requirements for adequately. ' substitutions, and the following information, as appropriate: C. Substitutions: 1) Product data, including 1. Conditions: , drawings and descriptions of a. The Contractor's substitution products, fabrication and request will be received and installation procedures. considered by the Engineer when ' 2) Samples, where applicable or one or more of the following requested. conditions are satisfied, as 3) A detailed comparison of determined by the Engineer. ' significant qualities of the Otherwise, requests will be returned proposed substitution with those without action, except to record of the work specified. noncompliance with these Significant qualities may requirements: ' include elements such as size, 1) Extensive revisions to Contract weight, durability, performance Documents are not required. and visual effect. 2) Proposed changes are in 4) Coordination information, keeping with .the general intent including a list of changes or of Contract Documents. modifications needed to other 3) The request is timely, fully ' parts of the Work and to documented and properly construction performed by the Owner and se arate contractors submitted. (Contractors and suppliers will be expected to ' p Product Requirements 2004 Prairie Run 01600 - 4 A-ALBEV 0409 1 provide the specified product 9) The specified product or method unless prior approval is received of construction cannot provide a from the Engineer's office in warranty required by the ' sufficient time so that all Contract Documents, and where bidders can be notified through the Contractor certifies that the an addendum. proposed substitution provides ' 4) The specified product or method the required warranty. of construction cannot be 10) Where a proposed substitution provided within the contract involves more than one prime ' time. The request will not be Contractor, each Contractor considered if the product or shall cooperate with the other method cannot be provided as a contractors involved to result of failure to pursue the coordinate the work, provide work promptly or coordinate uniformity and consistency, and activities properly. to assure compatibility of 5) The specified product or method products. of construction cannot receive b. Limitations: necessary approval by a 1) The Contractor's submittal and ' governing authority, and the the Engineer's acceptance of requested substitution can be shop drawings, product data, or approved. samples that relate to 6) A substantial advantage is construction activities not offered to the Owner in terms of complying with the Contract cost, time, energy conservation, Documents, does not constitute or other considerations of merit, after deducting offsetting an acceptable or valid request for substitution, nor does it responsibilities the Owner may constitute approval. be required to bear. Additional responsibilities for the Owner D. Engineer's Action: may include additional 1. Request Prior to Bid: compensation to the Engineer a. If approved, substitution will be ' for redesign and evaluation included in an addendum. services, increased cost of other 2. Request After Bid construction by the Owner or a. If necessary, within one week of separate contractors, and similar receipt of the request for considerations. substitution, the Engineer will 7) The specified product or method request additional information or ' of construction cannot be provided in a manner that is documentation necessary for evaluation of the request. Within compatible with other materials, two weeks of receipt of the request, and where the Contractor certifies that the substitution or one week of receipt of the .additional information or will overcome the documentation, whichever is later, incompatibility. the Engineer will notify the 8) The specified product or method Contractor of acceptance or of construction cannot be rejection of the proposed coordinated with other substitution. If a decision on use of a ' materials, and where the proposed substitute cannot be made Contractor certifies that the or obtained within the time proposed substitution can be allocated, use the product specified coordinated. 2004 Prairie Run Product Reauirements ' A-ALBEV 0409 01600 - 5 J ' SUBSTITITI'ION REQUEST FORM ' TO: SEH PHONE: 320.229.4300 1200 25th Avenue South P.O. Box 1717 St. Cloud, MN 56302-1717 PROJECT SECTION NO. ARTICLE NO. SPECIFIED PRODUCT PROPOSED SUBSTITUTION Does the .substitution affect dimensions shown on Drawings? Yes ^ No ^ Does the substitution affect other trades? Yes ^ No ^ Does the manufacturer's guarantee differ from that specified? Yes ^ No ^ ' If you indicated "Yes" to Items A, B, or C above, attach a thorough explanation on your company letterhead. If there are other differences between proposed substitution and specified product, attach a thorough ' explanation on your company letterhead. If differences are not noted and acknowledged in writing by Engineer, product must comply with specification requirements. The proposed substitution was used within the last 24 months on the following project: Project Name Location i Engineer Telephone No. Has the proposed substitution been used on an SEH project within the last 12 months? Yes ^ No ^ If yes, which project? All questions must be answered. Incomplete forms will not be reviewed. Include aself-addressed, stamped envelope for reply. The undersigned states that the function, appearance, and quality are equivalent or superior to the specified item. ' Submitted By: Signature Firm Address ' Date Phone For Use by Design Consultant ^ Not Accepted, Not Enough Information ^ Not Accepted, Does Not Appear to be Equal ^ Accepted ^ Accepted as Noted ^ Received Too Late By Date .Remarks 2004 Prairie Run Product Requirements A-ALBEV 0409 01600 - 7 SECTION 01770 CLOSEOUT PROCEDURES PART 1 GENERAL 2) Reasons for work being incomplete LOl SUMMARY b. Regulatory Requirements: 1) Obtain and submit releases A. Section Includes: enabling Owner's full, 1. Project requirements, indicating completion of work. unrestricted use of Work and access to services and utilities. a. Substantial completion Where required, include b. Final completion occupancy permits, operating c. Record document subrruttals certificates, similar releases. c. Bonding and Insurance: B. Related Sections: 1) Consent of Surety to Reduction 1. Specific requirements for individual In or Partial Release of { units of work are included in appropriate Retainage (if Performance Bond technical sections. provided). d. Warranties: 1x02 DEFINITIONS 1) Submit specific warranties, workmanship/maintenance A. Time of Closeout: 1. Directly related to "Substantial bonds, maintenance agreements, final certifications, sinular Completion," may be either a single documents. time period for entire Work or series of time periods for individual elements of e. Maintenance: 1) Maintenance Instructions Work that have been certified as 2) Maintenance Manuals: substantially complete at different dates. a) Organize operating, This time variation, if any, shall be maintenance data into applicable to other provisions of this suitable sets of manageable section. size. Bind into individual heavy-duty 2-inch, 3-ring 1°03 PRERE UISITES TO SUBSTANTIAL Q vinyl-covered binders with COMPLETION pocket folders, each set of data marked with A. General Requirements: appropriate identification on 1. Complete before requesting Engineer's both front and spine of inspection for certification of substantial completion for each phase of Work. List binder. Include: (1) E i t ti mergency ns ruc ons known exceptions in request. (2) Spare parts listing (3) Copies of warranties B. Substantial Completion: (4) Wiring diagrams 1. Administrative actions and submittals to (5) Recommended precede or coincide with Substantial "turnaround" cycles Completion include. (6) Inspection procedures a. Incomplete Work: (7) Shop drawings and 1) List of incomplete work product data 2004 Prairie Run Closeout Procedures A-ALBEV 0409 01770 - 1 f. Records: 3) Assurance that work not 1) Test/adjust/balance records 2) Startup performance reports complete and accepted will be completed without undue delay 3) Inspection Reports. 4) Final cleaning a) Atarm tests b. Transfer of Site to Owner: 1) Removal of temporary facilities C. Inspection Procedures: and services 1. When prerequisites are complete, submit 2) Removal of surplus materials, request in writing to Engineer stating rubbish, similar elements that all requirements are satisfied and c. Submittals: requesting inspection. Upon receipt of 1) Consent of Surety (if Contractor's request for inspection, Performance Bond provided) Engineer will either proceed with 2) Assurance that unsettled claims inspection or advise Contractor of will be settled unfilled prerequisites. 3) Transmittal of required project a. Following initial inspection, construction records to Owner Engineer will either prepare 4) Proof that fees and. similar Certificate of Substantial obligations have been paid Completion, or advise Contractor of 5) Form IC-134, "Affidavit for ~~ Work which must be performed Obtaining Final Settlement of before certificate will be issued. Contract with State of Engineer will repeat inspection Minnesota and any of its when requested and when assured Political or Governmental that Work has been substantially Subdivisions. completed. 6) Certified copy of Engineer's '~~ b. Results of completed inspection will final punch list of itemized work form initial "punch list" for final to be completed or corrected, acceptance. stating that each item has been completed or otherwise resolved 1m04 PREREQUISITES TO FINAL for acceptance and has been ACCEPTANCE endorsed and dated by Engineer. 7) Evidence of final, continuing A. General Requirements: insurance coverage complying 1. Complete, submit before requesting with insurance requirements. Engineer's final inspection for d. Certificates of insurance for certification of final acceptance and products and completed operations final payment as required by General where required. Conditions. List known exceptions, if 1) Final liquidated damages any, in request. settlement statement, acceptable to Owner B. Final Payment Application: 1, Administrative actions and submittals C. Re-inspection Procedure: which must precede or coincide with 1. Engineer will re-inspect work upon submittal of final payment application receipt of notice that work, including for payment include: punch list items resulting from earlier a. Completion of Work: inspections, has been completed, except 1) Completion of Project for items whose completion has been requirements delayed because of circumstances that 2) Completion of items specified are acceptable to Engineer will either for completion after Substantial prepare a certificate of final acceptance, Completion or will advise Contractor of Work that is Closeout Procedures 2004 Prairie Run 01770 - 2 A-ALBEV 0409 incomplete or of obligations that have not been fulfilled, but are required for final acceptance. If necessary, re- inspection procedure will be repeated. 1005 RECORD DOCUMENT SUBMITTALS A. Miscellaneous Record Submittals: 1. Refer to other sections of specifications ;~ for requirements of miscellaneous record keeping and submittals in connection with actual performance of work. Immediately prior to date or dates of substantial completion, complete miscellaneous records, place in good order, properly identified and bound or filed, ready for continued use and reference. Submit to Engineer for Owner's records. B. Maintenance Manuals: 1. Organize operating, maintenance data into suitable sets of manageable size. Bind into individual heavy-duty 2-inch, ,~ 3-ring vinyl-covered binders with pocket folders, each set of data marked with appropriate identification on both front and spine of each binder. Include: a. Emergency instructions b. Spare parts listing c. Copies of warranties d. Wiring diagrams e. Recommended "turnaround" cycles f. Inspection procedures g. Shop drawings and product data PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2004 Prairie Run A-ALBEV 0409 Closeout Procedures 01770 - 3 SECTION 02010 GENERAL PROVISIONS t I n PART1 GENERAL 1.01 SUMMARY A. Conditions of the Contract and pertinent portions of sections in Division One of this Project Manual apply to the Work of this Section as fully as though repeated herein. B. Section includes: 1. Payment procedures for mobilization, testing, field offices, and permits. 2. Existing utility locations. 3. Subsurface conditions. 4. Permitting responsibilities. 5. Increased and decreased quantities. 6. Construction Staking .notice and protection thereof. C. Related Sections: 1. Section Ol l 10 -Summary of Work 2. Section 01450 -Quality Control 3. Section 01500 -Temporary Facilities and Controls 1.02 PAYMENT A. Mobilization: Payment for mobilization shall be at the lump sum bid price. Payment will be made as follows: When 10 percent of the Work is complete, 50 percent mobilization will be paid; when 30 percent of Work is complete, 75 percent mobilization will be paid; when 50 percent of Work is complete, 95 percent mobilization will be paid; when 100 percent of Work is complete, 100 percent mobilization will be paid. B. Construction testing shall be considered incidental. C. Field Office: Payment for the field office shall be at the lump sum bid price. Payment will be made when the field office is in working condition, as specified in Section 01500 of these Specifications, and to the satisfaction of the Engineer in the field. D. Permits: The Contractor shall pay all bonds associated with obtaining permits from the County, and the Department of Natural Resources. Payment of these bonds shall be considered incidental to the Contract. 1.03 UTILITIES A. The Drawings show only known underground utilities, public and private, and the locations are approximate. No assurance is given that additional underground facilities do not exist. B. The Contractor shall make his own investigation to determine to what extent existing utilities shall affect his Work. C. The location, protection, maintenance and/or repair, if damaged, of all in-place utilities shall be the responsibility of the Contractor. D. Where construction operations require the interruption of services of a utility, the Contractor shall notify that utility at least 24 hours before the interruption and shall advise him of the probable time when the service will be restored. 1.04 SUBSURFACE CONDITIONS A. Copies of the soils reports have been bound as an appendix to this Project Manual. B. It shall be the Contractor's responsibility to determine to his own satisfaction the location and nature of all surface obstacles and the soil and water conditions which will be encountered during the construction. 2004 Prairie Run General Provisions A-ALBEV 0409 02010 - 1 C. Additional test borings and other shall be constructed in a timely manner. exploratory operations may be made by Additional erosion control work will be paid Contractor at no cost to Owner. for at the unit prices as bid, unless the work is for the sole convenience of the Contractor 1.05 PERMITS as determined by the Engineer. Nothing in this specification shall prohibit the A. The Owner has applied for and will obtain Contractor from constructing additional the following permits: erosion control items at Contractor's 1. MPCA - Sanitary Sewer Extension expense to protect the site, or to protect Permit other property, sensitive environmental 2. Minnesota Health Department -Water areas, or waters of the State from damage Main Extension Permit due to construction operations. 3. Wright County Highway Department - Utility Permit D. The Contractor shall obtain a permit from the Minnesota Department of Natural B. Since the surface area to be disturbed under Resources if his dewatering procedure will this Project. exceeds 1 acre in size, and thus result in a pumping or appropriation volume becomes subject to the Storm Water Permit exceeding 10,000 gallons per day, and a Program administered by the Minnesota permit from the Department of Health if the Pollution Control Agency, the Contractor wells are 25 feet or more in depth. shall submit a "Application for General Storm Water Permit for Construction E. All other permits shall be obtained by the Activity (MNR110001)" to the MPCA and Contractor in accordance with the shall become the sole permittee responsible Supplemental General Conditions. for implementing the short- and long-term best management practices. Where specific erosion control Work items are. shown on PART 2 PRODUCTS the Drawings and included in the Bid Form, the Contractor will be paid for the work Not Used shown at the unit prices as bid. C. The erosion control Work shown on the PART 3 EXECUTION ~' Drawings is a minimum requirement. The Contractor shall monitor the effectiveness of 3.01 CONSTRUCTION STAKES the erosion control Work throughout the course of the project and maintain all A. Contractor shall give a two-working-day facilities as necessary to prevent sediment notice to the Engineer prior to placement of from leaving the site. If the Contractor reference points, survey markings or determines that additional erosion control is construction stakes. required to an extent over and above that shown on the Drawings, Contractor shall B. All costs for replacement and checking of construct the additional erosion control work reference points, survey markings or in a timely manner. Not withstanding the construction stakes lost due to the Contractor's responsibility for short and negligence of the Contractor will be charged long term erosion control measures, the to the Contractor. If such costs are not paid Engineer may order the construction of to the Engineer after being billed to the additional erosion control work items to Contractor, the Engineer may recommend to supplement the ,existing plan if he the Owner that such costs be deducted from determines that sensitive environmental future payments. areas or waters of the State are at risk; said additional work ordered by the Engineer END OF SECTION General Provisions 2004 Prairie Run 2 02010 A-ALBEV 0409 r - SITE PREPARATION B. Related Sections B. All trees not designated for removal shall be 1. Section 02115 -Site Grading protected in-place. If it becomes apparent 2. Section 02905 -Landscape Work that a tree must be removed due to construction, the Engineer will mark which SECTION 02100 1.01 SUMMARY PART1 GENERAL A. Section includes: 1. Protection of existing facilities. 2. Clearing and grubbing. 3. Topsoil stripping and placement. 4. Disposal of materials. 5. Site cleanup. plastic snow fence, fastened to metal or wood posts. PART 3 EXECUTION 3.01 PROTECTION OF EXISTING FACILITIES A. Install protective fence prior to construction. 1.02 PAYMENT trees shall be removed. The Contractor shall make every effort to protect the trees. If, in A. Payment for topsoil stripping, stockpiling, the opinion of the Engineer, the Contractor and replacement shall be incidental to the operates in a reckless manner so as to cause contract. damage to a tree, the tree shall be removed and replaced with an Owner-accepted tree at B. Placement and removal of protective fence no cost to the Owner. shall be considered incidental. 1 i~ C. Payment for clearing and grubbing shall be at the Contract unit. No additional payment will be made for any discrepancy between the type and diameter of tree to be cleared and grubbed identified on the Drawings and what is found on the Site. 1.03 SITE CONDITION A. Contractor shall accept site in its current condition. Clearing and grubbing shall be limited to areas of new construction. PART 2 PRODUCTS 2.01 MATERIALS A. Construction or protection fencing for trees or other existing facilities shall be orange C. All trees shall be protected by fencing or approved barricades. D. All existing facilities designated on the Drawings as to be protected shall be fenced. E. Contractor shall inspect and maintain protective fencing on a daily basis. 3.02 CLEARING AND GRUBBING A. Vegetation such as brush, trees, heavy sod, decayed matter, rubbish and other unsuitable material within rights-of-way, fill areas and as indicated on the Drawings shall be stripped or otherwise removed before the excavation or backfill is started. In no case shall objectionable vegetative material be allowed in or under fill. B. The Contractor must satisfy himself by personal examination of the site to the size 2004 Prairie Run Site Preparation A-ALBEV 0409 02100 - 1 and diameter of trees to be removed. No trees shall be removed without authorization from the Engineer in the field. improvement, must be removed or disposed of to the satisfaction of the Engineer. 1 C. In areas requiring construction of embankments or fill, all stumps, roots, etc. shall be removed to a depth of at least one foot below the existing ground surface. Stump holes and other holes from which objectionable material have been removed shall be backfilled with acceptable material and compacted to the density specified for the fill or embankment section they are in. D. Tree trimming shall be accepted by the Engineer in the field. 3.03 TOPSOIL STRIPPING AND PLACEMENT A. Topsoil shall be stripped from all rights-of- way, utility easements and embankment fill areas and stockpiled in areas designated on the drawings or as directed by the Owner. Remove heavy growths of grass and vegetation from areas prior to stripping topsoil. Where trees are to be left standing, stop topsoil stripping a sufficient distance to prevent damage to the main root system. Topsoil shall be replaced on the top of final embankments and other disturbed areas not. covered by sidewalks and pavements. 3.04 DISPOSAL A. All perishable material shall be removed from the site. Burning of perishable materials will not be allowed 3.05 SITE CLEANUP A. Remove all protective fencing when construction is complete and prior to final payment. B. Remove all unused materials and debris as the site work progresses. Before the site work is considered complete, all rubbish and unused material due to excavation and grading, or connected with the final site END OF SECTION Site Preparation 2004 Prairie Run 02100 e 2 A-ALBEV 0409 1 i~l f1 SECTION 02110 DEMOLITION PART 1 GENERAL 1.04 PAYMENT 1.01 SUMMARY A. Payment for removals shall be at the lump sum or unit bid price as indicated on the bid A. Section includes: form. Payment shall include all costs for 1. Removals. labor and equipment, removing, hauling and 2. Salvages. disposing of material as directed by the 3. Removal and reinstallation. Engineer, and as shown on the Drawings. 4. Bulkheading of culverts and conduits. B. Payment for salvages shall be at the lump B. Related Sections: sum or unit bid price as indicated on the bid 1. Section 02510 -Roadways form. Payment shall include all costs for 2. Section 02660 -Water Distribution labor and equipment, salvaging, and 3. Section 02720 -Storm Sewer delivery of the material to the Owner's 4. Section 02730 -Sanitary Sewer requested location. ~: 1.02 REFERENCES C. Payment for removal and re-installations shall be at the lump sum or unit bid price as A. References are made hereinafter to certain Minnesota Department of Transportation indicated on the bid form. Payment shall include all costs for labor and e ui ment q p , Specifications. These shall apply as removing, storing and reinstalling of the _ applicable and except as may be otherwise material as directed by the Engineer and as specified herein. Use the 2000 Edition of the shown on the Drawings. Mn/DOT. - D. Payment for saw-cutting bituminous and . 1.03 JOB CONDITIONS concrete pavements shall be at the Contract Unit Bid price, as indicated on the Bid A. Examine the subgrade, verify the elevations, Form. Payment shall include all costs for and observe the conditions under which the labor and equipment as directed by the Work is to be performed. Do not proceed Engineer and shown on the Drawings. with the Work until unsatisfactory conditions have been corrected. E. Bulkheading of any culverts or conduits, as shown on the Drawings or as directed by the B. Provide interior and exterior bracing, Engineer, shall be considered incidental to ~; shoring, or support to prevent movement, settlement or collapse of nearby structures or the Project. facilities during demolition procedures. F. Excess material generated due to grading C l and utility construction shall be disposed of . Prompt y repair damages caused to adjacent by the Contractor away from the project site. facilitates during demolition operations, as This work shall be considered incidental. directed by the Engineer at no cost to the Owner. G. Construction of milled lap joints shall be incidental to construction. ~~ 2004 Prairie Run Demolition !~ A-ALBEV 0409 02110 - 1 1 PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.02 SALVAGES A. Materials designated salvage that are damaged due to negligence by the Contractor shall be replaced at no additional cost to the Owner. 3.01 REMOVALS A. Mn/DOT Spec Section 2104 shall apply except as modified herein, B. Bituminous Pavement Removal: Bituminous pavement shall be cut with square edges in straight lines and vertical surfaces. Make final cuts and trimming after backfilling base has been completed and base course material has been replaced. Prime edges of bituminous material with liquid asphalt RC70 (Mn/DOT 3151), before placing new paving mixture against old pavement. Payment for pavement removal shall include all costs for saw-cutting, removal, hauling and disposal. C. Concrete Pavement and Curb and Gutter Removal: The limits of concrete pavement and curb and gutter removal shall be determined by the Engineer in the field. Payment for removal shall include all costs for saw-cutting, removal, hauling, and disposal. D. Sidewalk: Remove only the sidewalk indicated on the Drawings and as directed by the Engineer. All other sidewalk shall remain in place. Any sidewalk damaged by the Contractor that is.to remain in place shall be repaired at no cost to the Owner. Payment for concrete sidewalk removal shall include all costs for saw-cutting, removal, hauling, and disposal. E. Culverts and Conduits: The limits of culvert or conduit removal shall be determined by the Engineer in the field. Payment for culvert and conduit removal shall include all Work and materials necessary for excavation, removal, bulkheads, hauling and disposal. Demolition 02110-2 1 2004 Prairie Run A-ALBEV 0409 3.03 SALVAGE AND REINSTALLATION A. All street signs in the path of construction shall be salvaged, stored, and reinstalled by the Contractor. The Contractor shall reinstall all highway and street signs at the direction of the Engineer, unless indicated for removal on the Drawings. 3.04 BULKIIEADING OF PIPE AND CONDUITS A. Fill all culverts and conduits to be bulkheaded with a minimum one-quarter cubic yard concrete. Annular space shall be completely sealed for a minimum of 4-feet from the end of the pipe to be bulkheaded. 3.05 CLEANUP AND DISPOSAL A. During Work, store materials and equipment where directed. Keep streets clear and Work area in an orderly condition. B. Dispose of all removal debris, not recycled, at a MPCA approved landfill. END OF SECTION SECTION 02115 SITE GRADING 1 1 1 r PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Common Excavation. 2. Embankment. 3. Sedimentation basins. 4. Detention Ponds. B. Related Sections 1. Section 02370 -Erosion Control 2. Section 02720 -Storm Sewer Systems 3. Section 02905 -Landscape Work C. Method of Measurement 1. Excavation Material a. Measure by volume of material in its original position. b. Compute volumes in cubic yards by average end area method determined from original and plan cross sections. 2. Borrow Material a. Measure by volume in cubic yards. b. Measure by Loose Volume (LV). c. Measure only materials that are accepted for use. D. Basis of Payment 1. Payment for acceptable quantities of excavation and borrow shall be at the Contract unit price as listed on the Bid Form. All associated work items shall be considered incidental. 1.02 REFERENCES A. Mn/DOT 2105. 1.03 DEFINITIONS A. Excavation items will be classified in accordance with Mn/DOT 2105.2. 1.04 SEQUENCING AND SCHEDULING A. Complete pond grading prior to construction of associated intake and discharge sewers. B. Complete site grading prior to construction of roadways and pipe work. 1.05 STAKING A. The Engineer shall provide necessary staking for site grading under this Contract. The Contractor shall give the Engineer 48 hours prior notice when survey stakes are needed. Construction stakes will be provided as follows: 1. Lot corner elevations -once 2. Building pad elevations -once 3. Pond dike elevations with cuts to bottom - once 4. Street centerline grades on 50-foot intervals -once PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil borrow materials shall be in accordance with the following: 1. Topsoil Borrow - 3877.2A. PART 3 EXECUTION 3.01 GENERAL REQUIREMENTS A. If present, remove ice and snow prior to grading operations. B. All grading shall conform to the planned grades, cross-sections and stakes. G Confine operations to established limits. 2004 Prairie Run Site Grading A-ALBEV 0409 02115 - 1 ~', ~_J D. Provide temporary drainage facilities to excavation has been computed by the maintain existing drainage courses until average end area method. Bituminous permanent facilities are operative. pavement removal shall be a separate Bid item. 3.02 EXCAVATING OPERATIONS 3. The subgrade for the roadways shall be in conformance with Mn/DOT Spec. A. Conform to lines, grades and slopes staked 2105, 2111, and 2112. No direct ~, by the Engineer. payment will be made for subgrade preparation or test rolling. B. Excavate all suitable topsoil material separately and stockpile for salvage as B. Co mpaction Operations directed by the Engineer in the field. 1. Compaction shall be obtained by the Specified Density Method. 3.03 DISPOSAL OF EXCAVATED 2. Each lift shall be uniformly compacted MATERIAL to a density not less than 100 percent of the Standard Proctor for building pads A. Use suitable excavated materials for and the top 3-feet of roadway subgrades. embankment construction as required. 3. Each lift shall be uniformly compacted to a density not less than 95 percent of ~, B. Construct embankment layers from uniform the Standard Proctor in all other areas. materials. 4. Determination of in place density will be made by nuclear testing. Sampling C. All surplus excavated materials shall and testing will be done by an become the property of the Contractor for independent testing laboratory. Density disposal unless otherwise noted. test results shall be submitted to and accepted by the Engineer. Failure by the 3.04 FINISHING OPERATIONS Contractor to perform testing by the next working day shall not relieve the A. Finish all earthwork to within 0.1 foot of the Contractor from performing the required staked grade. tests. 5. One re-test of each failing test will be B. Conduct finishing and topsoiling concurrent permitted and the higher of the two with the grading operations to provide for densities will be used. Re-testing shall erosion control. be performed in a timely manner. Failure to re-test within three working C. Place 12 inch salvaged topsoil in the days shall not relieve the Contractor locations shown on the Drawings. from performing re-tests. All re-testing shall be at the expense of the Contractor. 3.05 SPECIAL PROVISIONS TO THE 6. Additional sampling and testing may be MINNESOTA DEPARTMENT OF done if, in the Engineer's opinion, there TRANSPORTATION'S STANDARD is evidence that satisfactory results are SPECIFICATIONS not being achieved. A. Excavation and Embankment 1. The Contractor shall perform all END OF SECTION excavation and embankment in accordance with Mn/DOT Spec. 2105. 2. Topsoil shall be stripped and salvaged for later use. Use of excess topsoil in other areas of the Project shall be considered incidental. Common Site G rading 2004 Prairie Run 02115 - 2 A-ALBEV 0409 PART1 GENERAL 1.01 SUMMARY SECTION 02221 TRENCH EXCAVATION AND BACKFILL A. Section Includes 1. Trench Excavation 2. Special Pipe Foundation 3. Trench Backfill 4. Compaction S. Pipe Grade and Alignment Conflicts B. Related Sections 1. Section 02660 - Water Distribution Systems 2. Section 02720 -Storm Sewer Systems 3. Section 02730 -Sanitary Sewer Systems C. Method of Measurement 1. Trench Excavation and Backfill a. Consider as incidental to associated pipe installation. 2. Rock Excavation a. Measure by volume in cubic yards. b. Measure vertically from top of rock to 6 inches below pipe exterior. c. Measure horizontally to 12 inches on each side of pipe exterior. d. Consider boulders less than 1 cubic yard incidental to excavation. 3. Special Pipe Foundation Materials a. Measure by weight in tons of materials acceptably placed. b. Bid price includes removal and disposal of material it replaces. 4. Replacement Backfill a. Measure by weight in tons of material acceptably placed. b. Bid price includes removal and disposal of material it replaces. 5. Compaction a. Consider as incidental to associated pipe installation. 6. Dewatering a. Consider as incidental to associated pipe installation. 2004 Prairie Run D. Basis of Payment 1. Payment for quantities measured in this section shall be at the contract unit price as listed on the Bid Form. All associated work items shall be considered incidental. 1.02 REFERENCES A. Mn/DOT 3149 -Granular Material 1.03 SUBMITTALS A. Provide for each granular material: 1. Name and location of source. 2. Sample gradation. 1.04 SITE CONDITIONS A. Groundwater 1. Provide trench dewatering if groundwater surface is above or within 3 feet of the pipe zone. PART2 PRODUCTS 2.01 MATERIALS A. Coarse Filter Aggregate (Foundation) -shall be in accordance with Mn/DOT 3149H. B. Granular Bedding -shall be in accordance with Mn/DOT 3149F. C. Aggregate Bedding -shall be in accordance with Mn/DOT 3149H. D. Replacement Backfill - shall be in accordance with Mn/DOT 3149B. Trench Excavation and Backfill A-ALBEV 0409 02221 - 1 PART 3 EXECUTION 3. Unstable trench bottom. a. No additional payment will be made 3e01 CONSTRUCTION REQUIREMENTS for disposal of this material. b. Excavate below pipe grade to A. Trench Excavation specified depth. 1. Alignment and Grade c. Refill with specified foundation a. Excavate trench to alignment and material in accordance with plan grade as staked. detail and compact. b. Excavate no more than 100 feet in advance of pipe laying operation. C. Trench Backfill 2. Trench Width at Pipe Zone 1. Pipe Zone a. Center trench on pipe alignment. a. Use specified foundation material b. Minimum Width: Pipe O.D. + 12 free of rocks and other unsuitable inches. debris. c. Maximum Width: Pipe O.D. + 24 b. Deposit material uniformly on both inches (except rock excavation). sides of pipe throughout entire 3. Excavated Materials trench width. a. Use stable material for backfill. c. Place material in 6-inch lifts and b. Waste unstable material as directed. mechanically compact. c. Do not place materials on sidewalk, 2. Above Pipe Zone driveways or drainageways. a. Use native materials free of debris 4. Drainage and rock, concrete or clay lumps a. Provide dewatering trenches when with a volume greater than 1/3 cubic required. foot. b. Drain trench water into natural b. Place in uniform lifts no more than channels or storm sewer. 1-foot thick. c. Do not drain trench water into c. Mechanically compact each lift of sanitary sewer. the upper 3 feet of the trench to a 5. Rock Excavation Standard Proctor Density of 100 a. Blasting shall conform to all local percent. and state ordinances. d. Mechanically compact each lift ~ b. Submit blasting schedule for under the upper 3 feet of the trench ~ approval. to a Standard Proctor Density of 95 c. Minimum trench width: 36-inch. percent. d. Provide minimum 6-inch vertical e. Do not backfill unless approved clearance between pipe and rock compaction equipment is operating. trench bottom. f. Fine grade street subgrade to staked e. Provide minimum 12-inch elevation and cross section. horizontal clearance between pipe 3. Replacement Backfill and rock trench walls. a. Engineer to determine suitability of f. Provide pipe foundation material for native material for backfill. pipe in rock trenches. b. Use replacement backfill in lieu of native materials as directed. B. Pipe Foundations c. Place in .accordance with 1. Engineer to determine stability of the subparagraph 2 above. trench bottom. 4. Excess or Deficiency of Backfill 2. Stable trench bottom. Material. ~ a. Shape trench bottom to conform to a. Dispose of excess backfill material bottom half of pipe. as directed after all trenches are b. Excavate bell holes to permit proper backfilled. jointing. Trench Excavation and Backfill 2004 Prairie Run 02221 - 2 A-ALBEV 0409 b. Provide replacement backfill as required to establish required surface elevation. 3.02 PIPE CLEARANCES AND CONFLICTS A. Provide clearance between sewers and water main as follows: 1. Maintain 10-foot horizontal between pipes. 2. Maintain 18-inch vertical separation between pipes. B. When 18-inch vertical separation between sewer and water main cannot be maintained, provide special pipe crossing as follows: 1. Advise Engineer of pipe conflict. 2. Lower water main in accordance with plan detail or as directed. 3. Provide 18-inch vertical separation between pipes. 4. Construct sewer using pipe material and joints equal to water main at the crossing point. 5. Center pipe lengths at the crossing point. 6. Provide special foundation material for both pipes. 7. Place insulation as directed. END OF SECTION i~ 2004 Prairie Run __ _ Trench Excavation and Backfill I ~ A-ALBEV 0409 02221 - 3 1 1 1 SECTION 02226 PAVEMENT MARKING REMOVAL (MN/DOT 2102) PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Removal of pavement markings that conflict with revised traffic pattern. B. Related Sections: 1. Section 02765 -Pavement Marking C. Method of Measurement: 1. Measure by length in linear feet of original markings removed, not including the gap between broken lines. 2. Irregular shape markings will be measured as enclosed within rectangular boundaries. B. Use methods and equipment that will not: 1. Damage pavement structure. 2. Damage surface texture. 3. Expose traffic to hazardous or detrimental condition. 4. Allow materials or agents to accumulate on the pavement surface. C. Remove linear paint markings so as not to leave a distinguishing pattern of removal. D. Unsatisfactory removal of the pavement markings will require the Contractor to apply color-match paint or asphalt sealer that blends with the surface texture. 3.02 PROTECTION D, Basis of Payment: 1. Payment for Pavement Marking Removal at the contract price per unit of measure shall be in full for all costs of: a. Obliterating the markings as specified. b. Restoring the original pavement texture as needed. 1.02 REFERENCES A. Mn/DOT 2102 PART2 PRODUCTS Not Used PART 3 EXECUTION 3.01 REMOVAL OPERATION A. Remove all conflicting pavement markings prior to a change in traffic patterns. A. Areas damaged by the Contractor's operation as determined by the Engineer shall be repaired by the Contractor at his expense. END OF SECTION 2004 Prairie Run Pavement Markin Removal A-ALBEV 0409 02226 - 1 1 1 PART1 GENERAL 1.01 SUMMARY A. Section includes: 1. Silt fence. 2. Bale checks. 3. Flotation silt curtain. 4. Erosion control blanket. 5. Turf reinforcement mat. 6. Staples. 7. Dust control. SECTION 02370 EROSION PROTECTION B. Related Sections: 1. Section 02100 -Site Preparation 2. Section 02510 -Roadways 3. Section 02905 -Landscape Work C. Basis of Payment 1. Payment for acceptable quantities of erosion control items shall be at the Contract Unit Price as listed on the Bid Form. 2. Payment shall include all costs for labor, equipment, material, maintenance, replacement, and repair as necessary. 3. Payment for dust control shall be considered incidental to the contract 1.02 REFERENCES A. Minnesota Department of Transportation Specifications 2000 Edition. These shall apply as applicable and except as may be otherwise specified herein. B. American Association of State Highway Transportation Officials (AASHTO) M288- 96 Geotextile Specifications for Road Applications. C. Protecting Water Quality in Urban Areas - Best Management Practices for Minnesota, published by the Minnesota Pollution Control Agency. 2004 Prairie Run Erosion Protection 1.03 DEFINITIONS A. For the NPDES permit process, the operator is defined as the Contractor. 1.04 REGULATORY REQUIREMENTS A. For operations that disturb 5 acres or more of land area, submit State of Minnesota Form PQ00641- Notice of Intent - at least 2 days prior to the start of construction. PART 2 PRODUCTS 2.01 MATERIALS A. Silt Fence: Mn/DOT 3886. B. Bale Checks: Mn/DOT 3882, Type 1. C. Flotation Silt Curtain: Mn/DOT 3887. D. Erosion Control Blanket: 1. (For slopes less than 4:1 and velocities of 1-3 fps) Single net, short-term temporary .degradable: Machine produced mat of straw or wood excelsior fiber covered on top with a photo degradable extruded plastic or woven biodegradable netting having a maximum opening of 0.5 inches by 1.0 inches. Minimum unit weights: Straw - 0.5 lbs/square yard Excelsior - 0.8 lbs/square yard. Mn/DOT 3885 Regular. 2. (For slopes less than 2:1 and velocities of 3-6 fps) Double net, short-term temporary degradable: Machine produced mat of straw or wood excelsior fiber cover on top and bottom sides with a photo degradable extruded plastic or woven biodegradable nettings having a maximum opening of 0.5 inches by 1.0 inches. Minimum unit A-ALBEV 0409 02370 -1 weights: Straw - 0.5 Ibs/square yard, Excelsior 0.8 lbs/square yard. Mn/DOT 3885 Rapid Degradable. 3. (For slopes less than 1.5:1 and velocities of 3-6 fps) Double net, extruded, long term degradable: Machine produced mat of 30 percent coconut or other fibers with equivalent performance properties and 70 percent straw or wood excelsior fibers stitched or otherwise mechanically bonded between plastic nettings (UV stabilized on top side), or woven biodegradable nettings having a maximum opening of 0.5 inches by 1.0 inches. Minimum unit weight: 0.5 to 0.8 Ibs/square yard. Mn/DOT 3885 Moderate Velocity. 4, (For slopes less than l:l and velocities of 3-6 fps) Double net, long-term degradable: Machine produced mat of 100 percent coconut or other fibers with equivalent performance properties stitched or otherwise mechanically bonded between plastic nettings (UV stabilized on top side), or woven biodegradable nettings having a maximum opening of 0.5" x 1.0". Minimum unit weight: 0.5 Ibs/sq yd. Mn/DOT 3885 High Velocity. E. Staples 1. Use U-shaped No. 11 gage or heavier wire, with a span of 1 to 2 inches and a length of 6 inches for slopes less than 3:1, and 8 inches in length for slopes greater than 3:1 and for all turf reinforcement matting. PART 3 EXECUTION 3.01 EXAMINATION A. Examine the subgrade, verify the elevations, observe the conditions under which Work is to be performed. Do not proceed with the Work until unsatisfactory conditions have been corrected. Erosion Protection 02370 - 2 IJ 1 t 1 2004 Prairie Run A-ALBEV 0409 3.02 PREPARATION A. Erosion control for wetland protection shall be installed prior to work on any phase of the project. B. Prepare areas to be covered with erosion control blanket or turf reinforcement matting per Section 02905. 3.03 PLACING TEMPORARY EROSION CONTROL ITEMS (MN/DOT 2573) A. Coordinate erosion control measures with earthwork and turf establishment operations. Erosion control measures shall be installed prior to commencing operations. B. Complete grading, finishing, erosion control, and turf establishment on a drainage area basis to prevent excessive soil erosion. C. Construct items in conformance with typical sections and elevation controls shown on the Drawings. D. Spread and shape accumulated sediment to permit natural drainage and provide for turf establishment. 3.04 PLACING EROSION CONTROL BLANKET A. Install blankets according to manufacturers' published installation recommendations for the pertinent application. B. Use the following minimum number of staples to secure the blanket: 1. Single net, short term: 0.7 staples/SY 2. Double net, short term: 1.2 staples/SY 3. Double net, ext. term: 1.75 staples/SY 4. Double net, long term: 1.75 stapes/SY 5. Turf reinforcement mats: 3.5 staples/SY 3.05 MAINTENANCE A. Maintain and repair erosion control items to ensure proper function. 1. Should the Contractor fail to maintain erosion control measures as described above, the ®wner may choose to hire another firm to maintain the erosion control measures. Any costs associated with hiring another firm will be deducted from the Contract. r B. Silt fence: Inspect immediately after each runoff event and at least daily during prolonged rainfall. Make required repairs immediately. When sediment deposits reach approximately one-half the height of the silt fence, the sediment shall be removed or a second silt fence installed. C. Erosion control blanket: Immediately repair if washed away or displaced. 3.06 CLEANUP AND PROTECTION ~ A. Upon satisfactory establishment of permanent erosion control measures, temporary erosion control measures shall be removed and excess silt, soil, stones and debris shall be cleaned up. B. All areas disturbed by temporary erosion control operations shall be restored to their original condition or to the desired new appearance. END OF SECTION n L~ L 2004 Prairie Run Erosion Protection A-ALBEV 0409 02370 - 3 u ~~ a SECTION 02372. TEMPORARY EROSION CONTROL (MN/DOT 2573) PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Temporary measures to control soil erosion and sedimentation. 2. Furnishing, installing and maintaining erosion or sediment control devices. B. Related Sections: 1. Section 02905 -Landscape Work 8. Diversion Mounds: a. Measure by volume in cubic yards. b. Field measure .final configuration after compaction. 9. Riser Standpipes: Measure by number of each size acceptably installed. _ D. Basis of Payment: 1. Payment for acceptable quantities of erosion control items shall be at the Contract Unit Price as listed on the Bid Form. All associated work items shall be considered incidental. C. Method of Measurement: 1. Bale Checks: 1.02 REFERENCES a. Measure by number of bales furnished and acceptably installed. A. Mn/DOT 2573 -Temporary Erosion Control 2. Silt Fence: a. Measure by linear foot furnished B. Protecting Water Quality in Urban Areas - and acceptably installed. Best Management Practices for Minnesota, b. Measure along base of fence from outside to outside of end posts. published by the Minnesota Pollution Control Agency. 3. Sandbag Barriers: a. Measure by surface area acceptably 1.03 DEFINITIONS installed. b. Measure along the length of barrier A. For the NPDES permit process, the operator times the heights. is defined as the Contractor. c. For variable bag thickness, measure surface area of each bag thickness 1.04 SUBMITTALS separately. 4. Flotation Silt Curtain: Measure by the A. State of Minnesota, Form PQ00641 -Notice linear foot of curtain furnished and of Intent. acceptably installed. 5. Sediment Traps: a. Measure excavated material by 1.05 REGULATORY REQUIREMENTS volume in cubic yards. A. For operations that disturb 5 acres or more b. Include original material and of land area, submit Form PQ00641 at least sediment removed. 2 days prior to the start of construction. 6. Temporary Pipe Downdrains: Measure by linear foot of pipe furnished and ' acceptably installed. 7. Bituminous Lined Flumes: a. Measure by area in square yards. b. Field measure surface dimensions. 2004 Prairi e Run Temporary Erosion Control A-ALBEV 0409 02372 - 1 i i i~!~~ PART2 PRODUCTS 2.01 MATERIALS A. Bale Checks: Mn/DOT 3882, Type 1. B. Silt Fence: Mn/DOT 3886. C. Flotation Silt Curtain: Mn/DOT 3887. PART 3 EXECUTION 3.01 GENERAL A. Coordinate erosion control measures with earthwork and turf establishment operations. B. Complete grading, finishing, erosion control and turf establishment on a drainage area basis to prevent excessive soil erosion. 3.02 PLACING TEMPORARY EROSION CONTROL ITEMS A. Construct items in conformance with typical , sections and elevation controls shown on the Drawings. B. Remove all items upon completion of the contract work. C. Spread and shape accumulated sediment to permit natural drainage and provide for turf establishment. 3.03 ACCEPTANCE OF WORK A. Maintain and repair erosion control items to ensure proper function. END OF SECTION Temp orary Erosion Control 2004 Prairie Run 02372 - 2 A-ALBEV 0409 SECTION 02510 ROADWAYS PART1 GENERAL a. Measure by volume of material in cubic yards (plan quantity) based on D 1 ~' 1.01 SUMMARY A. Section Includes: 1. Furnishing all labor and materials necessary to construct the following: a. Subgrade Excavation b. Aggregate Base c. Bituminous Pavements d. Concrete Curb and Gutter e. Concrete Sidewalk f. Concrete Driveway Pavement g. Bituminous Driveway Pavement h. Aggregate Driveway Surfacing B. Method of Measurement 1. Bituminous Mixture a. Measure each mixture type by weight in tons acceptably placed. b. No deduction for bituminous materials in the mixture. 2. Bituminous Material a. Incidental to bituminous mixture. 3. Curb and Gutter a. Measure by length in linear feet along the face of the curb at the gutter line. b. Measure each design type separately. 4. Median a. Measure by length in linear feet along the center of the longitudinal axis for each design type of uniform width and symmetrical cross section. b. Measure by area in square yards, based on the length staked and the width between the outside faces, regardless of thickness for non- uniform widths or irregular shapes. 5. Driveway Pavement a. Measure by area in square yards for each thickness and type. 6. Excavation Material planned dimensions. b. Compute volume in cubic yards by average end area method determined from original and final cross sections. 7. Subgrade Excavation a. Limits shall be determined by the Engineer in the Field. b. Measure by excavated volume (EV) of material in its original position. c. Compute volume in cubic yards by average end area method. d. Bid price includes removal and disposal of unsuitable material 8. Bo rrow Material a. Measure by volume in cubic yards. b. Basis of measure will be Loose Volume (LV). c. Measure only materials that are accepted for use. 9. Ag gregate Base a. Measure by volume in cubic yards (planned quantity) based on planned dimensions. b. Payment will be made for the proposed quantity, unless dimensional changes are authorized. 10. Concrete Sidewalk a. Measure by area in square feet. b. Measure each thickness separately. 11. Geotextile Fabric a. Measure by area covered in square yards. b. Overlap shall be excluded from measurement. C. Basis of Payment 1. Payment for accepted quantities of compacted bituminous mixtures shall be determined from Mn/DOT Spec. 2360 Table 2360.6-B4 or 2360.6-B4A. a. Payment adjustment for lot densities will be made as specified in Table 2004 Prairie Run Roadways A-ALBEV 0409 02510 - 1 L~J 2360.6-B4A when the density requirement has been reduced by one percent. b. Modify rows two and three in Table 2360.6-B4 (Payment Schedule for Maximum Density) as follows: Percent of Max PercenC of Max Specific Specific Gravity c2) Gravity c2> SP Non-Weaz SP Wear (<100mm [4 (>100mm [4 inches] inches] from Surface) from Surface) All MV & LV, SP Shld SP Shoulders (3% Percent (4% Void) Void) Payment 93.6 and above 94.6 and above 100 93.1 - 93.5 94.1- 94.5 100 2. Payment for acceptable quantities of road work shall be at the contract unit price as listed on the Bid Form. All associated work items shall be considered incidental. 1.02 REFERENCE A. The 2000 Edition of the Minnesota Department of Transportation Standard Specifications for Highway Construction, shall apply together with all requirements of the Minnesota Department of Health and Industrial Commission, except as altered or modified by Specifications. 1.04 SUBMITTALS A. Submit certification that materials furnished for this Work have been tested and conform to the applicable specifications. Indicate source of materials, name and address of testing laboratory and dates of tests. The Owner may also sample and test materials after delivery and/or while the Work is in progress; see also applicable provision in the General Conditions and General Provisions. r PART 2 PRODUCTS 2.01 CONCRETE CURBING AND DRIVEWAY A. Mn/DOT Spec. 2531, Mn/DOT Plate 7100G for Design B618, and Mn/DOT Plate 7035E for driveways. B. All concrete shall be produced from Mri/DOT certified plants. 2.02 CONCRETE WALKS AND PEDESTRIAN RAMPS _. A. Mn/DOT Spec. 2521, Mn/DOT Plate 7036E for pedestrian ramps, and Mn/DOT Plate 7035E for walks. 1.03 STAKING B. All concrete shall be produced from Mn/DOT certified plants. A. The Engineer shall provide necessary staking for all Work under this Contract. 2.03 AGGREGATE BASE AND SUBBASE The Contractor shall give the Engineer 48 hours prior notice when survey stakes are A. Mn/DOT Spec. 3138, Class 5, 100 percent needed. Construction stakes will be provided crushed quarry rock or recycled concrete. as follows: 1. Street Centerline subgrade offset stakes 2.04 BITUMINOUS NON-WEAR COURSE on 50-foot intervals- once Curb and Gutter on 25-foot intervals - 2 A. Mn/DOT 2350, Mixture Designation . once LVNW35030B. 3. Aggregate Base Centerline blue tops on 50-foot intervals -once 2.05 BITUMINOUS WEARING COURSE nation ture Desi Mi /DOT 2350 M B. Additional staking or re-staking due to A. g x , n Contractor operation shall be at Contractor LVWE45030B. The mix shall not contain ense ex recycled asphaltic pavements (RAP). . p Roadways 2004 Prairie Run , 02510 - 2 A-ALBEV 0409 2.06 BITUMINOUS TACK COAT Sawcut bituminous pavements about 3 feet beyond the line of rough A. Mn/DOT Spec. 2357, emulsified asphalt. excavations. Prime edges of bituminous material with liquid asphalt RC70 2.07 GEOTEXTILE FABRIC (Mn/DOT 3151) before placing new paving mixture against old pavement. A. Geotextile Fabric: Mn/DOT 3733, Type V. New Work shall align exactly with old Work. 2.08 SELECT GRANULAR BORROW 3. All bituminous driveways shall be constructed with 2-1/2 inches of A. Mn/DOT 3149. bituminous wear course on 6-inches of Class 5 aggregate base. Concrete 2.09 POLYETHYLENE DRAIN PIPE driveways shall be constructed with 6 inches of concrete and 6 inches of Class A. Mn/DOT 3278 and 3733 (typical). 5 aggregate base. Gravel driveways shall be constructed with 6 inches of 2.10 COARSE FILTER AGGREGATE Class 5 aggregate base. ,~ A. Mn/DOT 3149.2H. 4. Payment for driveway restoration shall include all costs for materials, labor and equipment to restore the driveway as 2.11 TRAFFIC SIGNS AND DEVICES shown on the Drawing. A /DOT 2564 M . . n B. Ex cavation and Embankment 1. The Contractor shall perform all B. Reflective sheeting shall be diamond grade. excavation and embankment in accordance with Mn/DOT Spec. 2105. C. Flanged channel sign post shall be 3-pound. 2. Subgrade excavation will be computed by the average end area method. 3. The subgrade for the roadways shall be PART 3 EXECUTION in conformance with Mn/DOT Specs. 2105, 2111, and 2112. No direct 3.01 SPECIAL PROVISIONS TO THE payment will be made for Subgrade MINNESOTA DEPARTMENT OF preparation •or test rolling. TRANSPORTATION'S STANDARD SPECIFICATIONS C. Aggregate Base (Mn/DOT 2211) 1. Aggregate base shall be constructed in A. Pavement Removal and Restoration accordance with Mn/DOT 2211. The (Mn/DOT 2104) base shall be Class 5, placed and 1. Where the existing bituminous surface is compacted by the specified density disturbed, it shall be restored with new method. pavement of equal thickness to the 2. payment for aggregate base used on the existing pavement by the Contractor. roadway shall be as delivered and The minimum thickness shall be as placed. Aggregate base shall be specified in the Plan Manual or measured as plan quantity for all Drawings. mainline streets and side streets. 2. Bituminous pavements shall be sawcut Aggregate base shall be measured as with square edges in straight lines and with vertical surfaces. Make final loose volume for all temporary ramping. sawcut and trimming after backfilling D. M ixture Production (Mn/DOT 2350). base has been completed and base course material has been replaced. 1. Plant-mixed bituminous pavement shall ith d d i ance w n accor be constructe 2004 Prairie Run Roadways A-ALBEV 0409 02510 - 3 n Mn/DOT 2350, as found in the required. Rutting, scuffing, and raveling Appendix, except as modified by the of the surface will be considered a following special provisions. failure, and subject to corrective action. 2. No bituminous mixture shall be placed An open graded or coarse surface will until an approved mix design for this also. be considered a failure. Should the Project for that specific course has been final surface exhibit any of these issued to the Engineer from the characteristics in a few isolated areas Contractor. Bituminous mix design shall (10 percent of the entire length paved be delivered to the Engineer at least 30 under this Contract or less), the sections days prior to the start of bituminous in question shall be repaired or replaced production. as directed by the Engineer. Where the 3. Compaction Operations (Mn/DOT failure extends beyond 10 percent of the 2350) length paved, the Engineer may require a. Compaction shall be obtained by the removal and replacement, an FA1 seal Maximum Density Method coat in accordance with Mn/DOT Spec. Compaction operations shall be 2356, a "Type MVWE45035C" overlay conducted according to the latest in accordance with Mn/DOT Spec. edition of Mn/DOT Specification 2350, or a monetary deduction for future 2350, or as modified herein. corrective action. Such corrective action b. Reduce the minimum density would apply to the entire surface paved requirement by one percent for the under this Contract unless the Engineer first lift of bituminous constructed determines that a shorter segment is on aggregate base (mainline and acceptable. shoulder), reclaimed or cold in- place recycled base courses, and the E. Street Cleaning (Mn/DOT 2370): It shall be first lift of an overlay on a roadway the Contractor's responsibility to thoroughly with 7 Ton or less spring load clean the and surface any course before restriction. applying the tack coat, leveling course, if c. Each lift shall be uniformly needed, and wearing surface. This Work compacted to a density not less than shall be considered incidental. the density requirements listed in Table 2360-6-B2. F. Concrete Sidewalk and Pedestrian Ramps d. Sampling and testing will be done (Mn/DOT 2521) by an independent testing 1. All concrete walks shall be constructed laboratory. Density test results shall with 6 inches of concrete on existing be submitted to and accepted by the granular base. Engineer prior to placement of the 2. The membrane curing method shall be next bituminous course. Failure by used to cure the concrete. the Contractor to perform testing by 3. Where the concrete surface exhibits the next working day shall not noticeable spalling (loss of surface relieve the Contractor from mortar and aggregate) during the performing the required tests. guarantee period, the affected panel e. Additional sampling and testing shall be removed and replaced at the may be done if, in the Engineer's Contractors expense. opinion, there is evidence that 4. Payment for concrete walkway and satisfactory results are not being pedestrian ramp installation shall be at achieved. the appropriate bid item per square foot ' 4. Not withstanding the provisions of walkway installed and shall include contained herein, a smooth, uniform, all costs for material including concrete, tightly knit surface conforming to the labor and equipment to install the specified grade and cross section is walkway as shown on the Drawings. Roadways 2004 Prairie Run 02510 - 4 A-ALBEV 0409 1 Pedestrian ram construction shall be P paid for at the. unit bid price for the 6 inch concrete walk. G. Concrete Curb and Gutter (Mn/DOT 2531) 1. Joint sealing with hot poured concrete joint sealer will not be required. 2. The Membrane Curing Method shall be used. 3. Where the concrete surface exhibits noticeable spalling (loss of surface mortar and aggregate) during the guarantee period, the affected panel shall be removed and replaced at the Contractors expense. 4. Delete the fourth paragraph in Mn/DOT 2531.3K and substitute the following: Unacceptable work shall be removed and be replaced with acceptable work as ordered by the Engineer. 5. Payment for curb and gutter per lineal foot shall include all labor and materials to install the curb and gutter as shown on the Drawings. H. Geotextile (Mn/DOT 3733). 1. Geotextiles shall be installed as required by Mn/DOT 3733. 2. Payment for geotextiles shall include al labor, materials and equipment to place the geotextile. END OF SECTION I~ [1 2004 Prairie Run Roadways A-ALBEV 040 02510 - 5 SECTION 02538 SEWAGE FORCEMAINS [] s [7 t fl PART1 GENERAL 1.01 SUMMARY A. Provide sewage forcemain. B. Related Sections: 1. Section 02221 -Trench Excavation and Backfill 2. Section 02730 -Sanitary Sewer Systems C. Method of Measurement: 1. Measure by length in feet of each diameter along pipe centerline. 2. Measure from point of connection at lift station to center of discharge manhole. 3. No deduction for fittings. D. Basis of Payment: 1. Payment for acceptable quantities of forcemains shall be at the Contract Unit Price as listed on the Bid Form. All associated Work items shall be considered incidental. 1.02 REFERENCES A. ASTM D2241: Specification for PVC Pressure-Rated Pipe. B. ANSI: 1. A21.4: Standard for Cement -Mortar Lining for Ductile Iron Pipe and Fittings. 2. A21.11: Standard for Rubber -Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 3. A21.51: Standard for Ductile Iron Pipe, Centrifugally. Cast. 4. A21.53: Standard for Ductile Iron Compact Fittings. C. AWWA: 1. C 104: Standard for Cement -Mortar Lining for Ductile Iron Pipe and Fittings. 2. Clll: Standard for Rubber -Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 3. C 150: Standard for the Thickness Design of Ductile -Iron Pipe. 4. C151: Standard for Ductile Iron Pipe, Centrifugally Cast. 5. C153: Standard for Ductile Iron Compact Fittings. 6. C900: Standard for Polyvinyl Chloride (PVC) Pressure Pipe. 1.03 DELIVERY OF MATERIALS A. Inspect all pipe and materials during the unloading process. B. Notify Engineer of any cracked, flawed, or otherwise defective material. C. Remove all materials found to be unsatisfactory by Engineer from the Site. PART 2 PRODUCTS 2.01 PIPE AND FITTINGS A. Provide: Material Class Joint Polyvinyl Chloride Pipe C-900 Gasket B. Provide all pipe and fittings of each material type from the same manufacturer. PART 3 EXECUTION 3.01 PIPE INSTALLATION A. Inspect pipe for defects and cracks while suspended. 2004 Prairie Run Sewage Forcemains A-ALBEV 0409 02538 - 1 B. Remove all dirt and foreign material from pipe interior prior to lowering into trench. B. Provide corrective measures for any line exceeding allowable leakage. C. Install pipe at a depth to maintain 8 feet of cover from final surface elevation. D. Install pipe at the elevations and grades indicated by Drawings and field stakes. E. Pipe Foundation and Backfill Procedures: See Section 02221. 3.02 FITTING INSTALLATION A. Anchor fittings by means of restrained joint devices installed according to manufacturer's recommendations. 3.03 FIELD QUALITY CONTROL A. Perform the following tests upon completion of forcemain construction and prior to connection to lift station. 1. Pressure Test: a. Subject the entire length of forcemain to hydrostatic pressure test of 100 psi for a period of 1 hour. b. Measure pressure at lowest pipe elevation. c. Maintain constant pressure throughout test period. d. Provide pumps, gages, connections and other necessary apparatus. 2. Leakage Test: a. Measure water volume required to maintain test pressure. b. Allowable leakage shall be determined by the formula: cn_ L= 133,200 L = Allowable leakage in gallons S = Length of pipe tested in feet D = Nominal diameter of pipe, in inches P = Test pressure in PSI END OF SECTION I1 u Sewage Forcemains 2004 Prairie Run e 02538 - 2 A-ALBEV 0409 J 1 [] ~! L SECTION 02575 VALVE VAULT PART1 GENERAL 1.01 SUMMARY B. ASTM C478 - Specification for Precast Reinforced Concrete Manhole A. Section Includes: 1. Precast concrete vault 2. Check valve 3. Gate valve 4. Casting and rings 5. Discharge pipe and fittings 6. Drain pipe B. Related Sections: 1. Section 02221 -Trench Excavation and B ackfill 2. Section 02538 -Sewage Forcemains 3. Section 02732 - Wet Pit Sewage Pumping Station C. Method of Measurement: 1. Measure as a complete unit. 2. Unit includes: a. Precast concrete valve, cover, base, and appurtenances. b. Casting cover, frame, and adjusting rings. c. Check valve. d. Gate valve. e. Pipe support. f. Discharge pipe and fittings within the limits shown on Drawings. g. Drain pipe. h. Pipe connections D. Basis of Payment: 1. Payment for the Valve Vault shall be incidental to the Lump Sum Contract Price for the Lift Station as listed on the Bid Form. All associated Work items will be considered incidental. 1.02 REFERENCES A. ASTM A48 -Specification for Gray Iron Castings 2004 Prairie Run A-ALBEV 0409 C. ASTM D3034 - Specification for PVC Sewer Pipe and Fittings D. ANSI A21.4 -Standard for Cement -Mortar Lining for Ductile Iron Pipe and Fittings E. ANSI A21.51 -Standard for Ductile Iron Pipe, Centrifugally Cast F. ANSUAWA C509 - AWWA Standard for Resilient-Seated Gate Valves, for Water and Sewerage Systems 1.03 SUBMITTALS A. Certificates: Submit Certificate of Compliance as required under Article 1.04. B. Shop Drawings: Submit Shop Drawings for the precast vault components. 1.04 QUALITY ASSURANCE A. Provide certificates from the manufacturer certifying that the following materials meet the respective requirements listed under Article 1.02. 1. Precast concrete vault 2. Ductile iron pipe and fittings 3. Check valves 4. Gate valves PART2 PRODUCTS 2.01 PIPE AND FITTINGS A. Provide as follows: Material Class Joint DIP 50 See Drawings Valve Vault 02575 - 1 J B. Provide all pipe and fittings of each material type from the same manufacturer. 2.02 VAULT A. Precast Concrete Sections: 1. ASTM C478. 2. Dimensions: See Drawings. 3. Joints: Gasketed. 4. Pipe Connections: Use tapered hole locators and positive sealing expandable rubber boots. B. Casting: L ASTM A48. 2. Type: See Drawings for type. C. Manhole Steps: 1. Width: 12 inches. 2. Cast aluminum by Modern Metals Foundry (A-12). 3. Polypropylene coated steel by M.A. Industries, Inc. D. Mortar: 1. 1 part Portland cement, 3 parts mortar sand. 2. Sufficient water for property consistency. 3. Entrained air content: 7 to 10 percent. 2.03 VALVES A. Gate Valve: L ANSUAWWA C515 -resilient-seated. 2. Ends: Flanged. 3. Operating stem: Non-rising with "O" ring seals. 4. Operator: Hand wheel. B. Ch eck Valve: 1. Swing check with rubber flapper 2. Body and cover: cast iron 3. Design: long pattern with integrally cast flanges 4. Flapper: Buna-N with "O" ring seating edge and internal steel reinforcement 5. Golden Anderson figure 250-D with cleanout access. Valve Vault 02575 - 2 1 1 1 s r 2004 Prairie Run A-ALBEV 0409 2.04 PIPE SUPPORT A. Adjustable. B. Fee and Mason Figure 291, or equal. PART 3 EXECUTION 3.01 INSTALLATION A. Construct vault in accordance with Drawing details and elevations. B. Provide trench excavation, foundation, and backfill in accordance with Section 02221. C. Place precast base slab on compacted granular subgrade. D. Set bottom precast barrel section in a full mortar bed on the base slab. E. Locate steps within 1 inch of vertical alignment and within 1 inch of required vertical spacing. F. Fill joints between barrel sections and around pipe connections with mortar or approved joint compound. G. Provide adjusting rings in accordance with Drawing details to establish casting elevation. H. Adjust casting to final surface elevation. 3.02 CLEANING A. Remove dirt and foreign materials from the completed structure. END OF SECTION 1 f~ I1 1 n SECTION 02660 WATER DISTRIBUTION SYSTEMS PART 1 GENERAL b. Unit includes installation of hydrant, base, blocking and crushed rock. 1.01 SUMMARY 5. Corporation Stops a. Measure corporation stops of each A. Section Includes: size and type as a unit. 1. Furnish and install all material, labor, 6. Curb Stops and Boxes tools, and equipment to construct a. Measure curb stops and boxes of complete in place the following:: each size and type as a unit. a. Water Main Pipe and Fittings 7. Service Pipe b. Valves and Boxes a. Measure by distance in linear feet. c. Hydrants b. Measure each size separately. d. Services c. Measure from center of water main e. Insulation to center of curb stop plus 1 foot for slack. B. Related Sections: 8. Insulation 1. Section 01300 -Submittals a. Measure by area in square yards. C. Method of Measurement D. Basis of Payment 1. Water Main L Payment for acceptable quantities of a. Measure by distance in linear feet. water main and appurtenances shall be b. Measure along pipe axis with no at the contract unit price as listed on the deduction for fittings or valves. Bid Form. All associated work items c. Measure in the horizontal plane shall be considered incidental. unless pipe grade exceeds 15 percent. 1.02 REFERENCES 2. Fittings a. Measure by weight in pounds. A. ANSUAWWA C150/A21.50 - American b. Basis of Weight: National Standard for the Thickness Design 1} Fittings 3-inch - 16-inch: of Ductile Iron Pipe. ANSUAWWI C153/A21.53-88, according to Schedule of B. ANSUAWWA C151/A21.51 - American Weights in Appendix. National Standard for Ductile -Iron Pipe, 2) Fittings 18-inch - 48-inch: Centrifugally Cast in Metal Molds or Sand- ANSUAWWA C110/A21.10- Lined Molds for Water or other Liquids. 87. 3) Weight measurement will not C. ANSUAWWA C153/A21.53 - American include glands, gaskets, rods, National Standard for Ductile - Iron bolts, or other accessories. Compact Fittings, 3-inch through 16-inch, 3. Valves and Boxes for Water and Other Liquids. a. Measure valve and box of each size and type as a unit. D, ANSUAWWA C-502 - AWWA Standard 4. Hydrants for Dry-Barrel Fire Hydrants. a. Measure hydrants of each size and type as a unit. 2004 Prairie Run A-ALBEV 0409 Water Distribution Systems 02660 - 1 E. ANSUAWWA C504 AWWA Standard for 1.06 STAKING Rubber -Seated Butterfly Valves. A. The Engineer shall provide necessary F. ANSUAWWA C515 -AWWA Standard for staking for all Work under this contract. The Resilient -Seated Gate Valves, for Water Contractor shall give the Engineer 48 hours and Sewerage Systems. prior notice when survey stakes are needed. Construction stakes will be provided as G. ANSUAWWA Standard for Installation of follows: Ductile Iron Water Mains and their 1. Water main and sanitary sewer offset Appurtenances. stakes (one set), 50-foot intervals -once. H. ANSUAWWA C-900 -AWWA Standard for Polyvinyl Chloride Pipe. PART 2 PRODUCTS 1.03 SUBMITTALS 2.01 POLYVINYL CHLORIDE PIPE (PVC) - C900 A. Submit for acceptance, complete Shop Drawings and details for all couplings, A. Polyvinyl chloride pipe shall conform to valves, operators, and other special AWWA C-900 (DR). appurtenances. Include all manufacturers' product data, dimensions, sizes, types, B. Joints shall be elastomeric gasket joints maximum loadings, and thrust anchorages. conforming to ASTM D3139. Said gasket joints must be accepted by the Engineer on B. Submit proposed method of joint the basis of data furnished by the conductivity.. manufacturer. 1.04 QUALITY ASSURANCE C. No compensation will be given for bends, caps, plugs, reducers, and sleeves used on A. Work shall be done in accordance with main or service installation. applicable state and local codes, rules and ordinances. 2.02 DUCTILE IRON PIPE AND FITTINGS 1.05 DELIVERY, STORAGE AND A. Where specified, the pipe furnished shall be HANDLING of the ductile iron type, as specified for each particular use or installation, and shall be A. Inspection Class 52 unless otherwise noted on the 1. Inspect all pipe and products during the Drawings. Ductile iron pipe shall conform to unloading process. the requirements of AWWA C151/ANSI A- 2. Notify Engineer of any cracked, flawed 21.51 (Ductile Iron Pipe Centrifugally Cast or otherwise defective products. in Metal Molds or Sand-Lined Molds). 3. Remove all products found to be defective by the Engineer from the site. B. Fittings shall conform to the requirements of ANSI A2L10, A21.11 and A21.4 or ductile B. Handling and Storage iron compact fittings mechanical joint ' 1. Handling and storage of products shall conforming to ANSI A21.53, A21.11 and be in accordance with Section 22 of A21.4. ANSUAWWA C600. C. DI pipe and fittings shall be furnished with cement mortar lining, meeting the requirements of AWWA C104/ANSI A21.4 for standard thickness lining. All exterior Water Distribution Systems 2004 Prairie Run 02660 - 2 A-ALBEV 0409 surfaces of the pipe and fittings shall have a 6. The operating nut shall be No. 5, left tar or bituminous seal coating at least 1 mil opening. thick. Spotty or thin seal coating, or poor 7. Hydrant flags shall be included with all coating adhesion, shall be cause for hydrants. Hydrant flags shall be "Hydra rejection. Finder", "Nordic Flexi Flag", "Flex Stake" with a polyurethane hinge, or an D. Conductivity may be achieved by accepted equal. The length of the flag conductive gaskets, with accepted copper shall be 5 feet. The cost of material and inserts equal to American Fastite or copper labor necessary to install the hydrant ' straps, welded to the pipe and connected flags shall be incidental to the hydrant with a silicone bronze bolt. Conductors shall bid item. be rated at 600 amps sustained current. 8. Detailed Drawings, catalog information, and maintenance data shall be furnished 2.03 FIRE HYDRANTS. as requested by Engineer. 9. Hydrant drain ports shall come equipped A. Fire hydrants shall be Waterous Model with removable threaded plugs. Where Pacer WB-67 with a 16-inch traffic flange, hydrants are determined by the Engineer and shall conform to the applicable to be in the water table, the plugs shall requirements of AWWA C-502. be left in. In this case, a bronze plate stating "No Drain-Pump After Use" B. Unless otherwise specified in the Contract shall be attached to a hex-head bolt on Documents, hydrants shall be furnished in the hydrant nozzle. conformance with the following 10. Hydrants operating at depths of over 10 supplementary requirements: feet or pressures in excess of 75 PSI 1. Hydrants shall have a 5-inch (nominal shall have heavy-duty operating shafts, diameter) main valve opening of the as recommended by the manufacturer. type that opens against water pressure. 11. All hydrants shall be repainted by hand 2. Hydrant barrels shall be two-piece, non- jacket type, with flanged joint above brush with Owner approved paint. 12. After installation, all hydrants shall be finished grade line and with mechanical repainted by hand brush with Owner joint connection at the hub end for accepted paint. joining asix-inch cast iron branch pipe. 3. Hydrant bury length, measured from the 2.04 BURIED VALVES bottom of the branch pipe connection to the finished ground line at the hydrant, A. Gate Valves: shall be 8 feet 6 inches. An aluminum 1. All gate valves, 2-inch to 10-inch, shall plate shall be attached to the nozzle be resilient-seated wedge gate valves. section to denote bury depth. Mechanical joints shall conform to 4. Hydrants shall have two outlet nozzles AWWA C111/ANSI A21.11-85. for 2-1/2-inch hose connection and one 2. All gears on gate valves shall be cut outlet nozzle for 4-1/2-inch streamer connection. All outlet nozzle threads tooth steel gears, housed in heavy cast iron extended type grease cases of shall be Standard Fire-Hose Coupling accepted design. Screw Threads ANSI B-26. Caps shall be nut-type with chain. 3. Manufacturer shall furnish an affidavit stating that the valve and all materials 5. Hydrant operating mechanisms shall be conform to the applicable requirements provided with "O" ring seals, preventing and all tests specified under the entrance of moisture, and shall be respective standard have been lubricated through an opening in the performed and requirements have been operating nut or bonnet. met. 2004 Prairie Run Water Distribution S stems A-ALBEV 0409 02660 - 3 a 4. Resilient Wedge Gate Valves: 2.05 BUTTERFLY VALVE a. Resilient wedge gate valve shall conform to ANSUAWWAC515. A. All butterfly valves shall be of the tight Valve shall be resilient wedge gate closing, resilient seat type with rubber seats, valves as manufactured by Clow which are bonded to the valve body. No Corporation, or equal. metal-to-metal sealing surfaces are b. Valves shall be non-rising stem with permitted. Valves shall be bubble tight at a 2-inch square operating nut. 150 psi rated pressures with flow in either c. The wedge shall be cast iron, direction, and shall be satisfactory for. completely encapsulated with applications involving valve operation after polyurethane rubber (except for long periods of inactivity. Valve discs shall guide and stem area). The rotate 90° from the full open position to the polyurethane rubber shall be tight shut position. Valves shall meet the full permanently bonded to the cast iron requirements of the AWWA Specification wedge to meet ASTM tests for C504-87, Class 150-B and rated for buried rubber to metal bond ASTM D-429. service. The manufacturer shall have d. Stems for non-rising stem manufactured tight-closing AWWA rubber assemblies shall be cast bronze with seated butterfly valves and buried service integral collars. The non-rising stem operators for a period of at least five years. stuffing box shall be the O-ring seal Valves shall be epoxy coated interior per type with two rings located above AWWA C550. the thrust collar. The rings shall be replaceable with the valve fully B. Bodies shall be constructed of cast iron open at full rated working pressure. ASTM A-126 Class B, and shall have e. There shall be 2 low torque bearings integrally cast mechanical joint ends. located above and below the stem collar. The stem nut shall be C. Discs shall be constructed of ductile iron. separate from the wedge and shall be of solid bronze. The waterway D. Shafts shall be stainless steel, type 304. shall be smooth and free of all pockets, cavities and depressions in E. Seats shall be a Buna N, full circle 360. the seat area. f. Both interior and exterior of the F. Bearings shall be nylon or Teflon. body and bonnet shall be coated with fusion bonded epoxy. G. Valve operator shall be traveling nut type designed to withstand 300 feet pounds of B. Valve Boxes: ~ input torque at full open or closed positions 1. Valve boxes shall be round base, three without damage to the valve or operator; piece cast iron, Tyler No. 6860, Type must be fully gasketed and grease packed, "G", with a No. 6 base or accepted and designed to withstand submersion in equal, suitable for the depth of cover water to 10 psi; valves shall close with a required by the Drawings or the General clock-wise rotation of the AWWA nut and Requirements. shall require a minimum of 30 turns to move 2. Valve boxes shall be 5-1/4-inch from fully open to fully closed. diameter and shall have sufficient length to permit not less than a 6-inch 2.06 WATER SERVICES adjustment above and below grade when d the pipe is laid to the specified depth. A. as Water services shall be constructe Length adjustment shall be screw type. shown on the detail Drawing. The copper 3. Covers shall have the word "WATER" service pipe shall be Type K, unless cast on the top. otherwise specified. All field taps for Water Distribution Systems 2004 Prairie Run 02660 - 4 A-ALBEV 0409 1 C corporation stops shall be made while the main line is under working pressures. The Owner's field representative shall view each complete building service installation prior to backfilling and while the service pipe is under working pressure. B. Copper tubing shall comply with the following: 2.09 SERVICE SADDLES A. Service saddles shall be RockwelUSmith Blair, Model 317, or an accepted equal. 2.10 CURB BOXES A. Curb boxes (8 feet long) shall be Mueller H- 10300 or Ford EM-2-80-56M for the 1 inch size. The box shall be supplied complete with lid and without stationary rods. 1 1 G Federal Specifications WW-T-799 Type K ASTM Specifications B-88-47 Type K AWWA Specifications C-800-55 Type K C. The copper service lines as placed .between the water mains and the curb boxes shall have a minimum of 8 feet of cover; therefore, service lines must be placed (incidental to the Project) beneath any obstruction which would prohibit the stated cover if the service line was placed on top of the said obstruction. If tunneling or jacking of water main building services is required, the method used shall be accepted by the Engineer. D. All building service locations will be established in the field by the Engineer. Generally, these locations will agree with those indicated on the Drawings; however, the Contractor shall not install a service until its location is verified by the Engineer. It will be the Contractor's responsibility to keep an accurate written record of the location of each service and submit this to the Engineer prior to backfilling. 2.11 INSULATION BOARD A. Insulation board shall meet the requirements of Mn/DOT 3760. Thickness shall be as specified on the Drawings. B. The insulation board shall be formed by the expansion of polystyrene base resin in an extrusion process, and shall be homogeneous and essentially uni-cellular. The surface of the boards shall be extruded, with skins. The material shall conform to the following requirements: Compressive strength, at 35 psi minimum yield or 5% deflection Flammability Self extinguishing Water absorption after 24 hours immersion, by 0.25% maximum volume Thermal Conductivity at mean temperature of 75 0.23 maximum deg. F. PART 3 EXECUTION 2.07 CORPORATION STOPS 3.01 LOCATION OF WORK A. Corporation stops shall be Mueller B-25000, Ford FB600, or accepted equal. The size of A. Lines and Grades: the inlet thread and the size of the copper 1. It may be necessary for the Engineer to service coupling shall be 1 inch x 1 inch. shift lines a reasonable amount to avoid an obstruction to the construction Work 2.08 CURB STOPS or to reduce right-of-way difficulties. The Contractor will not be allowed any A. Curb stops shall be Ford B22-444M, or additional compensation due to shift of accepted equal (no drain). lines. Additional compensation will be allowed only for lengthening of lines. 2004 Prairie Run Water Distribution S stems Y A-ALBEV 0409 02660 - 5 u 3.02 SHORING AND SHEETING B. Proper implements, tools, equipment and facilities satisfactory to the Engineer shall be A. Shoring, sheeting, bracing etc., shall be put provided and used by the Contractor for the in place and maintained by the Contractor at safe and convenient prosecution of the his own expense, as may be required to Work. support the side of the excavation and to prevent any movement which may m any C. At the time of pipe placement, the bedding way endanger personnel or injure or delay conditions shall be such as to .provide the Work, or endanger adjacent buildings or uniform and continuous support for the pipe ' other structures. Where sheeting and bracing between bell holes. Bell holes shall be , the trench width shall be increased are used excavated as necessary to make the joint . accordingly. Trench sheeting shall remain in connections, but they shall be no larger than place until pipe has been laid, tested for would be adequate. No pipe material shall defects, repaired if necessary, and the earth be laid in water, nor when the trench or around it compacted in a minimum of one bedding conditions are otherwise unsuitable pass with vibrator equipment of a depth of or improper. Unless otherwise permitted by one foot over the top of the pipe. The the Engineer, bell and spigot pipe shall be sheeting and bracing shall be removed in laid with the bell ends facing upgrade and such manner as not to endanger the the laying shall start at the downgrade end constructed pipe or other structures, utilities and proceed upgrade. or property, whether public or private. It shall be the Contractor's responsibility and D. Before being lowered into laying position, duty to be familiar with local and state the Contractor shall make a thorough visual ordinances and regulations relating to this inspection of each pipe section and type of Work and he shall assume the appurtenant units to detect damage or responsibility for compliance therewith. unsound conditions that may need corrective action or be cause for rejection. Inspection 3.03 CONNECTION TO EXISTING WATER procedure shall be as accepted by the MAIN Engineer, with special methods being required as he deems necessary to check out A. Cut-In Connection: suspected defects more definitely. The 1. Isolate segment of pipe to be cut and Contractor shall inform the Engineer of any drain water from the line. defects discovered and the Engineer will 2. Connect tee and sleeve assembly to pipe prescribe the required corrective actions or ends. order rejection. 3. Install blocking as required. E. Immediately before placement, the joint B. Connect to Inplace Fitting: surfaces of each pipe section and fitting e 1. Isolate segment of inplace pipe and shall be inspected. for the presence of foreign remove blocking as required. matter, coating blisters, rough edges or 2. Remove plug and drain water from the projections; and any imperfections so line. detected shall be corrected by cleaning, 3. Install blocking as required. trimming, or repair as needed. 3.04 PIPE LAYING F. Any defective or damaged pipe which has had its grade or joint disturbed after laying A. The type, kind and class of pipe to be used shall be replaced. shall be as shown on the Drawings or specified herein. All pipe shall be laid and G. As each length of bell and spigot pipe is maintained to the required line and grade. placed in laying position, the spigot end shall be centered in the bell and the pipe ' Water Distribution Systems 2004 Prairie Run , 02660 - 6 A-ALBEV 0409 [] forced home and brought to correct line and D. The cost of providing thrust restraints shall grade. The pipe shall be secured in place be considered as incidental to the cost of the with accepted backfill material, which shall pipe installation. be thoroughly compacted around the pipe. The joint areas shall remain exposed and 3.06 HYDRANTS precautions shall be taken to prevent the soil from entering the joint space until the joint A. Support hydrants upon a concrete base 18 seal is effected. inches square and a minimum of 6 inches thick. Each hydrant shall be tied to the H. At all times when pipe laying is not in fitting at the main with tie rods or as progress, including noon hour and overnight otherwise accepted by the Engineer. Install periods, all open ends of the. pipe line shall hydrant of sufficient length to provide a be closed by watertight plugs or other means minimum of 8 feet of ground cover over the accepted by the Engineer. If water is present centerline of the lead pipe. The lowest outlet in the trench, the seals shall remain in-place nozzle on the hydrant shall be not less than until the trench is pumped completely dry. 19 inches, nor more than 24 inches above the finished ground line or the final curb line I. All stubs installed for future connection shall have prefabricated watertight plugs and. the case of a new street. shall be restrained as an incidental item. B. Wherever a hydrant is set in pervious soil, provide drainage at the base of the hydrant 3A5 THRUST RESTRAINTS -ALL FLUID by placing coarse gravel or crushed stone PRESSURE SYSTEMS mixed with coarse sand from the bottom of the trench to at least (i inches above waste ' A. Provide all crosses, tees, dead-ends, and openings in the hydrant, and to a distance of bends with suitable means of overcoming 1 foot around the base elbow. thrust including existing pipe where required. The water main shall be restrained C. Wherever a hydrant is set in clay or other using Megalug retaining system or accepted impervious soil, dig a drainage pit 2 feet in equal. All retaining systems shall receive diameter and 3 feet deep below each hydrant two coats of bitumastic paint. base and fill it completely with pea rock or ' crushed stone and coarse sand, under and B. Where connections to existing pipe are around the elbow and concrete base, to level required, the existing pipe shall be exposed and tied based upon the following table. of 6 inches above the waste opening. D. Cover all material placed for drainage with a C. Based upon a test pressure of 150 psi, the following table shows the minimum length minimum of 2 layers of tar paper. No drainage system shall be connected to a of pipe to be restrained where tied joints are sewer. used. ___ :Pipe ~Dinmeter in lnches DeadEnd Tee Branch' or 90° Bend 4j° Bend 22-1/'~O Bend 6 23 LF 7 LF 3 LF 8 25 LF 10 LF 5 LF 10 39 LF 12 LF 5 LF 12 45 LF 16 LF 5 LF 14 60 LF 20 LF 5 LF 16 72 LF 24 LF 10 LF E. Hydrants must maintain their position and must not be knocked out of plumb during backfilling. 1 F. Hydrants placed where the groundwater table is less than 8 feet below the ground surface shall have the drain hole plugged and be equipped with a tag stating the need for pumping after use. 2004 Prairie Run Water Distribution Systems A-ALBEV 0409 02660 - 7 3.07 VALVES AND FITTINGS Contractor. Slowly fill each valved section of pipe with water and apply the specified A. Unless otherwise specified or shown on the test pressure, measured at the lowest point of Drawings, install cast iron valve boxes on all elevation, by means of a pump connected to gate valves and on all direct burial butterfly the pipe in a satisfactory manner. The pump, valves. Valve boxes shall be firmly pipe connection, gages and all necessary supported to maintain centered and plumb apparatus shall be furnished by the alignment over the wrench nut with box Contractor. cover flush with the surface of the finished 1. Gages and measuring devices must be pavement or at such other level as may be accepted by the Engineer and the directed by the Engineer. necessary pipe taps made as directed. Before applying the specified test 3.08 JOINT CONDUCTIVITY: pressure, expel all air from the pipe. Any cracked or defective pipes, joints, A. Provide electrical bond across all joints fittings, valves or hydrants discovered in between pipes and appurtenances. consequence of this pressure test shall be removed and replaced by the B. Install copper jumpers by either shop or Contractor with sound material and the field applications. test shall be repeated until satisfactory to the Engineer. G Fasten multiple jumper strips with silicon bronze bolts and nuts. B. After the hydrostatics test has been completed, a conductivity test shall be D. Welding: conducted. When replacing an existing 1. Grind surfaces to be welded to remove water main, the conductivity test shall be coating and oxide and to provide clean completed prior to reconnecting the water metal surface. 2. Use metallic-arc process for stop services. 1. The system (pipeline and hydrants) shall applications. be tested for electrical continuity and 3. Use exothermic process for field current capacity. The electrical test shall applications. be made after the hydrostatic pressure 4. Refinish welded area with protective test. Backfilling shall have been coating after connection is made. completed. The line may be tested in sections of convenient length as 3.09 TESTING WATER MAINS accepted by the Engineer. a. Direct current of 350 amperes, more A. After the line has been backfilled in or less 10 percent, shall be passed accordance with these Specifications, test all through the pipe line for 5 minutes. ' newly laid pipe, or any valved section by Current flow through the pipe shall applying a hydrostatic pressure equivalent to be measured continuously on a that specified in ANSUAWWA C600 except suitable ammeter and shall remain that the minimum test pressure shall be 150 steady without interruption or pounds per square inch. The duration of excessive fluctuation throughout the each such test shall be at least 2 hours. The 5 minute test period. ' test shall determine the leakage which shall b. Insufficient current or intermittent not exceed the limits specified in Table 6 of current or arcing, indicated by large ANSUAWWA C600 at the end of this. fluctuation of the ammeter needle, , Section. The apparatus for conducting the shall be evidence of defective test shall consist of a pressure gage with electrical contact in the pipe line. pump and appurtenances, and shall be The cause shall be isolated and furnished and attached to the mains by the corrected. Thereafter, the section in Water Distribution Systems 2004 Prairie Run ' 02660 - 8 A-ALBEV 0409 which the defective test occurred existing distribution system, shall be shall be retested as a unit and shall meet the requirements. disinfected. 1. Materials: Dry Calcium Hypochlorite c. Sources of D.C. current for these (comparable to commercial products ' tests may be motor generators, batteries, arc welding machines, etc. known as "HTH", "Perchloron", and "Maxochlor") or Dry Chlorinated Lime D.C. arc welding machines will (frequently called chloride of lime and probably be the usual source. These known to industry as bleaching powder) ' machines are available in adequate may be used. capacity for these tests and are 2. Dosage: The dosage of calcium equipped with controls for hypochlorite powder containing 70 regulating the current output. percent available chlorine shall be one d. Cables from the power source to the pound for each 1,680 gallons of water section of the system under test pipe capacity treated; chlorine-yielding should be of sufficient size to carry compounds other than calcium the test current without overheating hypochlorite powder may, on or excessive voltage drop. Usable acceptance of the Engineer, be used in sizes will probably be in the range amounts proportional to their available of 2/0 to 4/0 A.W.G. chlorine content. This dosage is e. Connections for the test shall be equivalent to a treatment of 50 parts per made at hydrants. The hydrants shall be in the open position with the caps million available chlorine. In like manner, one pound of calcium on during the test. The cable shall hypochlorite powder will treat 2,100 NOT be clamped to the top gallons of water to 40 parts per million ' operating nut. Note: After the test, chlorine. the hydrant shall be shut off and a 3. Point of Application: A predetermined cap loosened to allow hydrant dose shall be shaken into the pipe at the drainage. Tighten cap after drainage. first joint attached to the existing water f. A hook-on type D.C. ammeter pipe, and shall be repeated at frequent placed on one of the cables leading predetermined intervals, preferably at to the hydrant is an acceptable each pipe joint as the pipe laying method of measuring current. progresses or as may be directed by the g. In using arc welding machines, the Engineer. current control should be set at a ' minimum before starting. After B. When treated with dry calcium hypochlorite starting the machine, advance the or with dry chlorinated lime, all newly laid control until the current indicated on the ammeter is at the desired test pipe shall be filled very slowly to .avoid washing the powder to the extremity of the value. Caution: In case of open pipeline. circuits at joints or connections, the voltage across the defective joint or C. Water main shall be disinfected for at least connection will be on the order of 24 hours. Prior to flushing, the chlorine 50-100 volts. residual shall be at least 10 ppm. 3.10 DISINFECTION (POTABLE LINES) D. Samples will be collected and tested for bacteriological quality after the line has been A. Before being placed in service, all new disinfected. The samples shall be collected water distribution systems or extensions to by an independent testing laboratory for existing systems, or any valved section of testing. The costs of the testing (lab costs) such extension, or any replacement in the will be paid for by the Contractor. 2004 Prairie Run Water Distribution Systems A-ALBEV 0409 02660 - 9 i 3.11 REPEAT TESTING A. If initial disinfection fails to produce satisfactory bacteriological samples, the disinfection shall be repeated until satisfactory bacteriological samples are obtained. Costs for additional disinfection shall be borne by the Contractor. , 3.12 MAINTAINING WATER SERVICE A. While construction is underway, the , Contractor shall maintain water service to existing users on a continuous basis until service from the newly installed mains can , be restored. The means and methods used are subject to the acceptance of the Engineer. Overland service lines connected ' to a hydrant via a common header is recommended. B. New water main shall be constructed, tested, and placed in service on a block-by-block basis as construction progresses. Temporary water service shall be maintained on a continuous basis and paid for as a lump sum. Partial payments will be made on the basis , of the percent of total water main constructed to date. C. All service lines, headers, connections, and ' appurtenances shall be disinfected in accordance with Minnesota Health Department and AWWA rules and regulations. END OF SECTION Water Distribution Systems 2004 Prairie Run 02660 - 10 A-ALBEV 0409 ' Table 6 Allowable Leakage per 1000 ft (305 m) of Pipeline* - gph~ AWWA C600 i ~,~' ~J 1 ~] C! i~ i~ i~ i~ i~ i~ Nominal Pipe Diameter - in. Avg. Test Pressure 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 54 psi 450 0.48 0.64 0.95 1.27 1.59 1.91 2.23 2.55 2.87 3.18 3.82 4.78 5.73 6.69 7.Fi4 8.60 400 0.45 0.60 0.90 1.20 1.50 1.80 2.10 2.40 2.70 3.00 3.60 4.50 5.41 6.31 7.21 8.11 350 0.42 0.56 0.84 1.12 1.40 1.69 1.97 2.25 2.53 2.81 3.37 4.21 5:06 5.90 6.74 7.58 300 0.39 0.52 0.78 1.04 1.30 1.56 1.82 2.08 2.34 2.60 3.12 3.90 4.68 5.46 6.24 7.02 275 0.37 0.50 0.75 1.00 1.24 1.49 1.74 1.99 2.24 2.49 2.99 3.73 4.48 5.23 5.98 6.72 250 0.36 0.47 0.71 0.95 1.19 1.42 1.66 1.90 2.14 2.37 2.85 3.56 4.27 4.99 5.70 6.41 225 0.34 0.45 0.68 0.90 1.13 1.35 1.58 1.80 2.03 2.25 2.70 3.38 4.05 4.73 5.41 6.03 200 0.32 0.43 0.64 0.85 1.06 1.28 1.48 1.70 1.91 2.12 2.55 3.19 3.82 4.46 5.09 5.73 175 0.30 0.40 0.59 0.80 0.99 1.19 1.39 1.59 1.79 1.98 2.38 2.98 3.58 4.17 4.77 5.36 150 0.28 0.37 0.55 0.74 0.92 1.10 1.29 1.47 1.66 1.84 2.21 2.76 3.31 3.86 4.41 4.97 125 0.25 0.34 0.50 0.67 0.84 1.01 1.18 1.34 1.51 1.68 2.01 2.52 3.02 3.53 4.03 4.53 100 0.23 0.30 0.45 0.60 0.75 0.90 1.05 1.20 1.35 1.50 1.80 2.25 2.70 3.15 3.60 4.05 * If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. t To obtain leakage in litres/hour, multiply the values in the table by 3.785. 2004 Prairie Run Water Distribution Systems A-ALBEV 0409 02660 - 11 r. ~i i n C 0 SECTION 02720 STORM SEWER SYSTEMS PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Furnish and Install: a. Storm Sewer Pipe b. Storm Manholes & Appurtenances c. Catch Basins & Appurtenances d. Aprons e. Riprap B. Related Sections: 1. Section 02221 -Trench Excavation and Backfill C. Method of Measurement 1. Pipe a. Measure by distance in linear feet. b. Measure from structure centers and pipe ends not including end sections. c. Measure each pipe size and class separately. 2. Manholes a. Measure by height in linear feet to the nearest 0.1 foot. b. Measure from the lowest invert to the top of the casting. c. Measure each size and type separately. d. Measure each size and type installed as a unit. 3. Catch Basins a. Measure by height in linear feet to the nearest 0.1 foot. b. Measure from the lowest invert to the top of the casting. c. Measure each size and type separately. d. Measure each size and type installed as a unit. 4. Castings 5 6. 7 a. Measure each type installed as a unit. Aprons a. Measure each size and type installed as a unit. Riprap a. Measure by volume in cubic yards based on staked surface dimensions and specified thickness. b. Measure by weight in tons based on actual scale weight of the material acceptably placed. c. Measure each type and class separately. Geotextile Filter a. Measure by area in square yards based on staked surface dimensions with no allowance for overlap or seams. b. Measure each type separately. D. Basis of Payment 1. Payment for acceptable quantities of storm sewer items shall be at the contract unit price as listed on the Bid Form. All associated work items shall be considered incidental. 2. Manhole and catch basin price includes base, precast sections, cone section or cover slab as required, steps, rings, casting and concrete collar. 1.02 REFERENCES A. ASTM A48 -Specification for Gray Iron Castings. B. ASTM C76 -Specification for Reinforced Concrete Pipe. C. ASTM C361 -Specification for Reinforced Concrete Low Head Pressure Pipe. D. ASTM C478 - Specification for Precast Reinforced Concrete Manhole. 2004 Prairie Run Storm Sewer Systems A-ALBEV 0409 02720 - 1 1.03 SUBMITTALS A. Submit complete Shop Drawings and details for all pipe, fittings, structures and other special appurtenances. Include required submission for acceptance, including all manufacturer's product data, dimensions, sizes, types, maximum loadings, and thrust anchorages. B. Joints shall be neoprene gasket joints. Said gasket joints must be accepted by the Engineer on the basis of data furnished by the manufacturer. C. No compensation will be given for bends, caps, plugs, reducers, and sleeves. 2.02 REINFORCED CONCRETE SEWER PIPE (RCP) AND END SECTIONS 1 B. Source and gradation of each soil material to be used for bedding and backfill. 1.04. QUALITY ASSURANCE A. Work shall be done in accordance with applicable state and local codes, rules and ordinances. 1.05 DELIVERY OF MATERIALS A. Inspect all pipe and materials during the unloading process. B. Notify Engineer of any cracked, flawed or otherwise defective material. C. Remove all materials found to be unsatisfactory by the Engineer from the site. 1.06 STAKING A. The Engineer shall provide necessary staking for all Work under this Section. The Contractor shall give the Engineer 48 hours prior notice when survey stakes are needed. Construction stakes will be provided as follows: 1. Storm sewer offset stakes, 50-foot intervals -once. PART 2 PRODUCTS 2.01 CORRUGATED POLYETHYLENE .PIPE (HDPE) A. Polyvinyl chloride pipe shall conform to AASHTO M-294 and ASTM F667 and shall be used to a depth not to exceed 20 feet. A. Reinforced concrete sewer pipe and end sections shall conform to Mn/DOT 3236 and shall have rubber gasket joints, Mn/DOT 3726. The class of pipe is stated on Drawings. B. End sections shall be provided with a galvanized trash guard in accordance with Drawings, which shall be considered incidental to the cost of the end section. End sections shall be tied back a minimum of 3 pipe joints with accepted pipe ties. 2.03 CORRUGATED METAL PIPE (CMP) A. Corrugated metal pipe shall conform to AASHTO M-36 and gage indicated on Drawings. B. Corrugated metal pipe aprons shall conform to Mn/DOT Standard Plate 3129A. 2.04 MANHOLE A. Manhole materials. are as follows: Material Class or ,Tye S ecification Concrete ASTM C478 Reinforcing Grade 60 ASTM A615 ASTM C478 12" minimum width Aluminum or Manhole with minimum 6" alloy Steps projection, 16" o.c. Polypropylene coated .Precast Segmental Radial Solid ASTM C-139 Blocks Manhole Grade MA ASTM C-32 Brick Mortar One part Type I ASTM C-32 i ~~J J 0 i~ Storm Sewer Systems 2004 Prairie Run ' 02720 - 2 A-ALBEV 0409 i Portland Cement and 3 parts clean sharp sand 2.05 MATERIALS ' A. All materials shall be in accordance with the respective Mn/DOT Specification as follows: 1. Riprap Materials - Mn/DOT 3601 2. Geotextile Filter (Type III or N) - Mn/DOT 3733 ' 3. Provide Type III under the following: a. Class I and Class II Field Stone b. Class I Quarry Stone c. Gabions d. Revet Mattresses PART 3 EXECUTION 3.01 LOCATION OF WORK A. It may be necessary for the Engineer to shift .lines a reasonable amount to avoid an obstruction to the construction Work or to reduce right-of-way difficulties. The Contractor will not be allowed any ' additional compensation due to shift of lines. Additional compensation will be ' allowed only for lengthening of lines. 3.02 SHORING AND SHEETING constructed pipe or other structures, utilities or property, whether public or private. It shall be the Contractor's responsibility and duty to be familiar with local and state ordinances and regulations relating to this type of Work and he shall assume the responsibility for compliance therewith. 3.03 MANHOLES AND CATCH BASIN CONSTRUCTION A. Construct manholes and catch basins in accordance with Drawings. B. Provide trench excavation, foundations, and backfill in accordance with Section 02221. C. Set bottom precast section in a full mortar bed on the base. D. Locate steps within 1 inch of vertical alignment and within 1 inch of required vertical spacing. E. Fill the joints between sections and around pipes with mortar or an approved joint compound. 3.04 CASTING ADJUSTMENT A. Adjust castings within. the roadway surface prior to placement of final bituminous course. ' A. Shoring, sheeting, bracing, etc., shall be put in place and maintained by the Contractor at his own expense, as may be required to ' support the side of the excavation and to prevent any movement which may in any way endanger personnel or injure or delay ' the Work or endanger adjacent buildings or other structures. Where sheeting and bracing are used, the trench width shall be increased accordingly. Trench sheeting shall remain in place until pipe has been laid, tested for defects, repaired if necessary, and the earth around it compacted in a minimum of one pass with vibrator equipment to a depth of one foot over the top of the pipe. The B. Keep excavation for adjustments to a minimum. C. Replace excavated areas in kind. D. Provide adjusting rings and concrete collar in accordance with plan details to establish required casting elevation. E. Set casting on a full mortar bed. F. Set top of casting to 1/4 inch below and parallel to proposed roadway surface. ' sheeting and bracing shall be removed in such manner as not to endanger the 2004 Prairie Run Storm Sewer Systems A-ALBEV 0409 02720 - 3 1 3.05 PIPE LAYING F. Any defective or damaged pipe which has had its grade or joint disturbed after laying ' A. The type, kind and class of pipe to be used shall be replaced. shall be as shown on the Drawings or specified herein. All pipe shall be laid and G. As each length of bell and spigot pipe is maintained to the required line and grade. placed in laying position, the spigot end ' shall be centered in the bell and the pipe B. Proper implements, tools, equipment and forced home and brought to correct line and facilities satisfactory to the Engineer shall be grade. The pipe shall be secured in place provided and used by the Contractor for the with accepted backfill material, which shall safe and convenient prosecution of the be thoroughly compacted around the pipe. Work. The joint areas shall remain exposed and , precautions shall be taken to prevent the soil C. At the time of pipe placement, the bedding from entering the joint space, until the joint conditions shall be such as to provide seal is effected. ' uniform and continuous support for the pipe between bell holes. Bell holes shall be H. At all times when pipe laying is not in excavated as necessary to make the joint progress, including noon hour and overnight connections, but they shall be no larger than periods, all open ends of the pipe line shall would be adequate. No pipe material shall be closed by watertight plugs or other means be laid in water nor when the trench or accepted by the Engineer. If water is present bedding conditions are otherwise unsuitable in the trench, the seals shall remain in-place or improper. Unless otherwise permitted by until the trench is pumped completely dry. the Engineer, bell and spigot pipe shall be laid with the bell ends facing upgrade and L All stubs installed for future connection the laying shall start at the downgrade end shall have prefabricated watertight plugs and and proceed upgrade. shall be restrained as an incidental item. , D. Before being lowered into laying position, 3.06 CLEANING the Contractor shall make a thorough visual inspection of each pipe section and A. Remove all dirt and foreign material from appurtenant units to detect damage or the pipe and structure interiors. unsound conditions that may need corrective action or be cause for rejection. Inspection , procedure shall be as accepted by the END OF SECTION Engineer, with special methods being required as he deems necessary to check out ' suspected defects more definitely. The Contractor shall inform the Engineer of any defects discovered and the Engineer will prescribe the required corrective actions or order rejection. E. Immediately before placement, the joint surfaces of each pipe section and fitting shall be inspected for the presence of foreign matter, coating blisters, rough edges or ' projections, and any imperfections so detected shall be corrected by cleaning, trimming, or repair as needed. ' Storm Sewer Systems 2004 Prairie Run ' 02720 - 4 A-ALBEV 0409 SECTION 02730 SANITARY SEWER SYSTEMS ' PART 1 GENERAL c. Unit includes -base extension, fittings, drop pipe, collar and the 1.01 SUMMARY differential cost of special lateral pipe material. A. Section Includes: 5. Manhole Connections 1. Furnish and install: a. Measure connections to an existing a. Gravity Sanitary Sewer Pipe manhole as a unit. b. Sanitary Manholes and 6. Service Connections Appurtenances a. Measure fittings of each size and ' c. Sewer Service Connections type as a unit. d. Sewer Riser Pipe 7. Service Pipe e. Sewer Service Pipe f. Sanitary Sewer Force Mains a. Measure by distance in linear feet of each size. g. Valves b. Measure horizontally from the end h. Manhole seals of the service connection or riser fitting to the end of the pipe. B. Related Sections: 8. Riser Pipe 1. Section 02221 -Trench Excavation and a. Measure by distance in linear feet Backfill for each size. b. Measure along the pipe axis from C. Method of Measurement the end of the service connection 1. Sewer Pipe fitting to the end of the riser fitting. ' a. Measure by distance in linear feet. 9. Manhole Seals b. Measure from manhole centers with a. Measure each type installed as a no deduction for fittings. unit. c. Measure each pipe size and class separately. D. Basis of Payment 2. Manholes a. Measure each size and type 1. Payment for acceptable quantities of sanitary sewer items shall be at the individually as a unit. contract unit price as listed on the Bid b. Unit includes granular foundation, Form. All associated work items shall be ' base, precast barrel and cone considered incidental. sections, steps, rings, frame and cover to a depth of 10 feet. 1.02 REFERENCES c. Measure depth from lowest invert to top of frame. A. ASTM A48 -Specification for Gray Iron 3. Excess Manhole Depth Castings a. Measure by distance in linear feet. b. Measure total distance from lowest B. ASTM C76 -Specification for Reinforced invert to top of frame, less 10 feet. Concrete Pipe 4. Manhole Drop Section a. Measure by distance in linear feet. C. ASTM C361 -Specification for Reinforced b. Measure from upper to lower pipe Concrete Low Head Pressure Pipe ' invert. 2004 Prairie Run Sanitary Sewer Systems A-ALBEV 0409 02730 - 1 D. ASTM C478 - Specification for Precast Reinforced Concrete Manhole E. ASTM D2321 -Recommended Practice for Installation of Flexible Thermo-plastic Sewer Pipe F. ASTM D3034 - Specification for PVC Sewer Pipe and Fittings 1.06 STAKING A. The Engineer shall provide necessary staking for all Work under this Section. The Contractor shall give the Engineer 48 hours prior notice when survey stakes are needed. Construction stakes will be provided as follows: 1. Water main and sanitary sewer offset stakes (one set), 50-foot intervals -once. G. ANSI A21.4 -Standard for Cement -Mortar Lining for Ductile Iron Pipe and Fittings H. ANSI A21.11 - Standard for Rubber - Gasket Joints for Ductile Iron Pressure Pipe and Fittings PART 2 PRODUCTS 2.01 POLYVINYL CHLORIDE PIPE (PVC) - SANITARY I. ANSI A21.51 -Standard for Ductile Iron Pipe Centrifugally Cast J. ANSI A21.53 -Standard for Ductile Iron Compact Fittings, 3 inch through 16 inch 1.03 SUBMITTALS A. Submit complete Shop Drawings and details for all pipe, fittings, structures, valves, operators, and other special appurtenances. This shall include all manufacturers' product data, dimensions, sizes, types, maximum loadings, and thrust anchorages. 1.04 QUALITY ASSURANCE A. Work shall be done in accordance with applicable state and local codes, rules and ordinances. 1.05 DELIVERY OF MATERIALS A. Inspect all pipe and materials during unloading process. B. Notify Engineer of any cracked, flawed or otherwise defective material. C. Remove all materials found to be unsatisfactory by the Engineer from the site. A. Conform to ASTM D3034 (SDR35) or ASTM F789 and use to a depth .not to exceed 20 feet. Sewer pipes and wyes with a depth greater than 20 feet shall be SDR 26 PVC. B. Joints shall be elastomeric gasket joints accepted by the Engineer on the basis of data furnished by the manufacturer. C. An accepted water stop gasket shall be used on the sewer main where it enters and exits a manhole. The gasket shall be placed near the center of the manhole wall. D. No compensation to be given for bends, caps, plugs, reducers, and sleeves used on main sewer or service installation. 2.02 MANHOLE A. Manhole materials are as follows: Material Class or Tv e ~ S ecitication Concrete ASTM C478 ASTM A615 for Reinforcing Grade 60 Billet steel bars 12" min. width ASTM C478 Manhole with min. 6" Aluminum alloy Steps projection or polypropylene 16" o.c. coated Precast Segmental Radial solid ASTM C-139 Blocks Manhole Grade MA ASTM C-32 Sanitary Sewer Systems 2004 Prairie Run ' I 02730 - 2 A-ALBEV 0409 One part type 1 portland cement Mortar and three parts ASTM C-32 clean sharp sand B. An accepted water-tight gasket shall be used on all pipes entering and exiting manhole, unless specifically noted on the Drawings as not required. 2.03 DUCTILE IRON PIPE AND FITTINGS A. Where specified, the pipe furnished shall be of the ductile iron type, Class 52, and conform to the requirements of AWWA C151/ANSI A-21.51 (Ductile Iron Pipe Centrifugally Cast in Metal Molds or Sand- Lined Molds). B. Fittings shall conform to the requirements of ANSI A2 L 10, A21.11 and A21.4, or ductile iron compact fittings mechanical joint conforming to ANSI A21.53, A21.11 and A21.4. C. Furnish with cement mortar lining meeting requirements of AWWA C104/ANSI A21.4 for standard thickness lining. Exterior surfaces of the pipe and fittings shall have tar or bituminous seal coating at least 1 mil thick. Spotty or thin seal coating, or poor coating adhesion, shall be cause for rejection. those indicated on the Drawings; however, Contractor shall not install a service until its location is verified by the Engineer. It will be Contractor's responsibility to keep an accurate written record of the location and elevation of each service and submit this to the Engineer prior to backfilling. 2.05 INSULATION BOARD A. Meet the requirements of MN/DOT 3760. Thickness shall be specified on the Drawings. B. Formed by the expansion of polystyrene base resin in an extrusion process and shall be homogeneous, and essentially uni- cellular. The surface of the boards shall be extruded, with skins. The material shall conform to the following requirements: Compressive strength at 35 psi minimum field or 5°Io deflection Flammability Self extinguishing Water absorption after 24 hours immersion, by 0.25°Io maximum volume Thermal Conductivity, at 0.23 maximum mean temperature of 75 ° F 2.06 MANHOLE SEALS A. Casting seals shall be manufactured by InfiShield, Inc. or accepted equal. 2.04 SERVICE LINES A. The service lines, as placed between the PART 3 EXECUTION mains and property line, shall have a 3.01 PREPARATION minimum of 8 feet of cover; therefore, service lines must be placed (incidental to A. It may be necessary for the Engineer to shift the Project) beneath any obstruction which lines a reasonable amount to avoid an would prohibit the stated cover if the service obstruction to the construction Work or to line was placed on top of the said obstruction. If tunneling or jacking of reduce right-of-way difficulties. There will be no additional compensation due to shift building services is required, the method of lines. Additional compensation will be used shall be accepted by the Engineer. allowed only for lengthening of lines. B. All building service locations will be established in the field by the Engineer. Generally, these locations will agree with 2004 Prairie Run Sanitary Sewer Systems A-ALBEV 0409 02730 - 3 3.02 SHORING AND SHEETING C. Extend service pipe to a point 9 feet beyond the right-of-way line or to the easement line A. Shoring, sheeting, bracing etc. shall be put as designated on the plans. in place and maintained by Contractor at his own expense, as may be required to support D. Install pipe at minimum 1 percent to the side of the excavation and to prevent any maximum 2 percent grade. movement which may in any way endanger personnel or injure or delay the Work, or endanger adjacent buildings or other E. Place gasketed plug at end of pipe. ,~ structures. Where sheeting and bracing are F. Mark end of service according to details. used, the trench width shall be increased accordingly. Trench sheeting shall remain in 3.05 RISER PIPE place until pipe has been laid, tested for defects, repaired if necessary, and the earth A. Extend riser from the service connection at around it compacted in a minimum of one 45-degree angle above horizontal to a point pass with vibrator equipment to a depth of 15 feet below street grade. one foot over the top of the pipe. The sheeting and bracing shall be removed in B. Install riser pipe against undisturbed trench such manner as not to endanger the wall. ~ constructed pipe or other structures, utilities or property, whether public or private. It C. Place concrete collar around service shall be Contractor's responsibility and duty connection as shown on the plan detail. to be familiar with local and state ordinances and regulations relating to this type of Work and he shall assume the responsibility for 3.06 PIPE LAYING compliance therewith. A. All pipe shall be laid and maintained to the required line and grade. 3.03 MANHOLE INSTALLATION B. Proper implements, tools, equipment and A. Place precast manhole base on compacted facilities satisfactory to the Engineer shall be granular subgrade. provided and used by Contractor for safe ~~ and convenient prosecution of the Work. B. Install manhole in accordance with plan details. C. At the time of pipe placement, the bedding conditions shall be such as to provide C. Locate steps within 1 inch of vertical uniform and continuous support for the pipe alignment and within 1 inch of required between bell holes. Bell holes shall be vertical spacing. excavated as necessary to make the joint ' connections, but they shall be no larger than D. Provide monolithic base for drop manholes. would be adequate. No pipe material shall be laid in water, nor when the trench or E. Install internal chimney seals in accordance bedding conditions are otherwise unsuitable with manufacturer's instructions. or improper. Unless otherwise permitted by the Engineer, bell and spigot pipe shall be 3.04 SERVICE CONNECTIONS laid with the bell ends facing upgrade, and the laying shall start at the downgrade end A. Install at locations as directed. and proceed upgrade. B. Place fitting branches at a 15 degree to 45- D. Before being lowered into laying position, degree angle above horizontal. make a thorough visual inspection of each pipe section and appurtenant units to detect Sanitar y Sewer Systems 2004 Prairie Run 02730 - 4 A-ALBEV 0409 dama a or unsound conditions that ma g Y need corrective action or be cause for rejection. Inspection procedure shall be as accepted by the Engineer, with special methods being required as he deems necessary to check out suspected defects more definitely. Inform the Engineer of any defects discovered and the Engineer will prescribe the required corrective actions or order rejection. E. Immediately before placement, the joint surfaces of each pipe section and fitting shall be inspected for the presence of foreign matter, coating blisters, rough edges or projections; and any imperfections so detected shall be corrected by cleaning, trimming, or repair as needed. F. Any defective or damaged pipe which has had its grade or joint disturbed after laying, shall be replaced. G. As each length of bell and spigot pipe is placed in laying position, the spigot end shall be centered in the bell and the pipe forced home and brought to correct line and grade. The pipe shall be secured in place with accepted backfill material, thoroughly compacted around the pipe. The joint areas shall remain exposed and precautions shall be taken to prevent the soil from entering the joint space until the joint seal is effected. H. At all times when pipe laying is not in progress, including noon hour and overnight periods, all open ends of the pipe line shall be closed by watertight plugs or other means accepted by the Engineer. If water is present in the trench, the seals shall remain in-place until the trench is pumped completely dry. L All stubs installed for future connection shall have prefabricated watertight plugs and shall be restrained as an incidental item. 3.07 THRUST RESTRAINTS -ALL FLUID PRESSURE SYSTEMS A. Provide all crosses, tees, dead-ends, and bends with suitable means of overcoming thrust, including existing pipe where required. The pressure main shall be restrained using Megalug Retaining System or accepted equal. All retaining systems shall receive two coats of bitumastic paint. B. Where connections to existing pipe are required, the existing pipe shall be exposed and tied based upon the following table. C. Based upon a test pressure of 150 psi, the following table shows the minimum length of pipe to be restrained where tied joints are used. Pipc diameter in ,inchzs Dead end tee branch or 90° bend 4~° bend `?2- 1/2° bend 6 23 LF 7 LF 3 LF 8 25 LF 10 LF 5 LF 10 39 LF 12 LF 5 LF D. The cost of providing thrust restraints shall be considered as incidental to the cost of the pipe installation. 3.08 VALVES AND FITTINGS A. Unless otherwise specified or shown on the Drawings, install cast iron valve boxes on all gate valves and on all direct burial butterfly valves. Valve boxes shall be firmly supported to maintain centered and plumb alignment over the wrench nut with box cover flush with the surface of the finished pavement or at such other level as may be directed by the Engineer. 3.09 TESTING PRESSURE MAINS A. After the line has been backfilled in accordance with. these Specifications, test all newly laid pipe, or any valved section, by applying a hydrostatic pressure equivalent to that specified in ANSUAWWA C600, except that the minimum test pressure shall be 150 pounds per square inch. The duration of each such test shall be at least 2 hours. The test shall determine the leakage which shall not exceed the limits specified in Table 6 of ANSUAWWA C600 at the end of this 2004 Prairie Run Sanitary Sewer Systems A-ALBEV 0409 02730 - 5 Section. The apparatus for conducting the the tape to the Owner. Provide a log test shall consist of a pressure gage with showing the location of all service pump and appurtenances and shall be connections accurate to within one foot of furnished and attached to the mains by the actual location. Televising the sanitary Contractor. Slowly fill each valved section sewer shall be considered incidental. of pipe with water and apply. the specified test pressure, measured at the lowest point of C. Where it is necessary to pump sewage elevation, by means of a pump connected to overnight, provide an operator to stay with the pipe in a satisfactory manner. The pump, the pumping operation until construction pipe connection, gages and all necessary operations resume the next day. Sewer apparatus shall be furnished by Contractor. service lines to individual users may be 1. Gages and measuring devices must be disconnected for a period not to exceed 12 '~ accepted by the Engineer and the hours in any 1 day. Maintaining sanitary necessary pipe taps made as directed. sewer service shall be paid for as a lump Before applying the specified test sum. pressure, expel all air from the pipe. Any cracked or defective pipes, joints, 3.12 MANHOLE SEAL INSTALLATION fittings or valves discovered in !I consequence of this pressure test shall A. The anticipated procedure for installing ~ be removed and replaced by Contractor seals shall take into account that the with sound material and the test shall be manhole structures are adjusted 2 times. The repeated until satisfactory to the initial adjustment normally raises the casting Engineer. to just below ,the interim base course level prior to freeze-up. The final adjustment shall 3.10 REPEAT TESTING take place prior to paving of wear course. A. If initial disinfection fails to produce B. On manholes, the external .seal system, top satisfactory bacteriological samples, the and bottom, shall be installed at the time of disinfection shall be repeated until the initial adjustment; however, the top satisfactory bacteriological samples are section shall be installed without the use of obtained. Costs for additional disinfection mastic. At the time of final adjustment, the shall be borne by Contractor. Contractor shall remove the top section of neoprene rubber and add extensions if 3.11 MAINTAINING SEWER SERVICE necessary to meet height and overlap requirements. Finally, the upper section A. While construction is underway, the shall then be replaced in its' final position Contractor shall maintain the flow in using mastic in accordance with the sanitary sewers on a continuous basis until manufacturer's recommendation. service from the newly constructed mains can be restored. The means and methods C. The seal shall be multi-section with a used are subject to the acceptance of the neoprene rubber top section, and all lower Engineer. Sewers shall be plugged by means sections made of EPDM rubber with a of an inflatable plug, and all pumps, portable minimum thickness of 60 mil. Each unit generators, hoses, and related items shall,consist of a top and bottom section and appurtenant to the Work shall be provided shall have mastic on the bottom of the by the Contractor. Sanitary sewer shall be bottom section, and mastic on the top of the hooked up as the main is installed. top section. The mastic .shall be non- hardening butyl rubber sealant and shall seal B. In lieu of air testing, televise the entire to the cone/top slab of the CB/MH and over length of sanitary sewer main constructed the lip of the casting. One unit shall seal a under this Contract and provide 2 copies of casting and up to six 2-inch adjusting rings. Sanitary Sewer Systems 2004 Prairie Run 02730 - 6 A-ALBEV 0409 Depending on the number of adjusting rings C. If the infiltration, exfiltration or air tests fail needed, the bottom section will either be 6 to meet requirements specified herein, the or 12 inches in height. A 12-inch-high Engineer reserves the right to request bottom section will cover up to six 2-inch additional air testing or television work to be adjusting rings. If there are more adjustment done to locate leaks. The Contractor shall rings per installation, there will be a receive no additional compensation for this requirement for an 8-inch EPDM rubber testing or inspection work, nor for repairs or extension section. There will not be an extra corrective work required to be done to the pay item for this extension. sewers. The exfiltration test shall be used in areas where no groundwater is present. D. Each of these extension sections shall cover up to 2 more adjusting rings. Each extension D. Test Procedure-Hydrostatic (Exfiltration shall overlap the bottom section by 2 inches, Test) and shall be overlapped by the top section 1. The test section shall be bulkheaded and by 2 inches. the pipe subjected to a hydrostatic pressure produced by a head of water at 3.13 SANITARY SEWER TELEVISING a depth of 3 feet above the top of the -, sewer pipe at the upper manhole under A. Televise the entire length of sanitary sewer test. In areas where groundwater exists, main constructed under this Contract and this head of water shall be 3 feet above provide two copies of the tape to the Owner. the existing water table. The Contractor shall also provide a log 2. This head of water shall be maintained showing location of all service connections for a period of one hour during which it accurate to within 1 foot of actual location. is presumed that full absorption of the Televising shall be considered incidental. pipe body has taken place and thereafter for a further period of 1 hour for the B. Prior to televising the sanitary sewer actual test of leakage. During this 1 hour ~' constructed under this Contract, the test period, the measured maximum ~, Contractor shall clean the lines with a sewer allowable rate of exfiltration for any jet cleaning truck. All accumulated debris section of sewer shall be 100 gallons per shall be removed from the sanitary sewer by inch diameter per mile of pipe per 24 a vacuum truck or other means acceptable to hours. the Owner. Sewer cleaning shall commence one manhole downstream of the project E. Test Procedure-Air '~ connection point. Cleaning shall be 1. Perform these tests with equipment considered incidental. similar to Air-Loc equipment manufactured by Cherne Industrial, Inc., 3.14 TESTING GRAVITY SEWER MAINS Hopkins, Minnesota. 2. The air test shall be made when the pipe A. Upon completion of the sewer construction is clean. The line shall be plugged at and before house services are connected, each manhole with pneumatic balls. sewers shall be cleaned and Tamped. Runs of Low pressure air shall be introduced sewer between manholes shall be straight into the plugged line until the internal and true. air pressure reaches 4.0 psi greater than the average back pressure of any B. Gravity sewer pipe 27 inches and smaller groundwater pressure that may shall be air tested as described herein. submerge -the pipe. Groundwater Gravity sewer larger than 27 inches shall be pressure on the submerged pipe can be tested for infiltration as described herein. determined by multiplying the .amount of water above the pipe, in feet, by 0.433. This number is then added to the 2004 Prairie Run Sanitary Sewer Systems A-ALREV 0409 02730 - 7 initial 4.0 psi introduced into the plugged line. At least 2 minutes shall be allowed for the air temperature to stabilize before readings are taken and the timing started. 3. The portion of lines being air tested shall pass if it does not lose air at a rate to cause the pressure to drop from 3.5 to 3.0 p.s.i.g. (greater than the average back pressure of any groundwater that may submerge the pipe) in less time than listed as shown below. F. Infiltration Test L Infiltration tests shall be made to determine the amount of groundwater infiltration into the sewer. Measurements will be taken by means of a weir placed in the line or by methods as determined by the Engineer. The maximum allowable rate of leakage shall be 100 gallons per inch diameter per mile of pipe per 24 hours for any section of pipe. 3.15 DEFLECTION TEST A. Perform on flexible pipe after the backfill has been in place at least 30 days. No pipe shall exceed a deflection of 5 percent; if the deflection tests are to be run using a rigid ball or mandrel, it shall have a diameter equal to 95 percent of the inside diameter of the pipe. The tests shall be performed without use of a mechanical pulling device. Any pipe not meeting the deflection test shall be repaired at no cost to the Owner. ~~ M r Sanitary Sewer Systems 2004 Prairie Run 02730 - 8 A-ALBEV 0409 1 1 SPECIFICATION TIME REQUIIZED FORA 0.5 PSIG PRESSURE DROP FOR SIZE AND LENGTH OF PIPE INDICATED 1 Pipe Diameter (in. 2 Minimum Time (minaec) 3 Length for Minimum Time (ft.) 4 Time for Longer Length (sec.) pecified Minimum for Length (L) Shown (minsec) 100 ft 150 ft 200 ft 250 ft 300 ft 350 ft 400 ft 450 ft 4 1:53 597 .190 L 1:53 1:53 1:53 1:53 1:53 1:53 1:53 1:53 6 2:50 398 .427 L 2:50 2:50 2:50 2:50 2:50 2:50 2:51 3:12 8 3:47 298 .760 L 3:47 3:47 3:47 3:47 3:48 4:26 5:04 5:42 10 4:43 239 1.187 L 4:43 4:43 4:43 4:57 5:56 6:55 7:54 8:54. 12 5:40 199 1.709 L 5:40 5:40 5:42 7:08 8:33 9:58 11:24 12:50 15 7:05 159 2.671 L 7:05 7:05 8:54 11:08 13:21 15:35 17:48 20:02 18 8:30 133 3.846 L 8:30 9:37 12:49 16:01 19:14 22:26 25:38 28:51 21 9:55 114 5.235 L 9:55 13:05 17:27 21:49 26:11 30:32 34:54 39:16 24 11:20 99 6.837 L 11:24 17:57 22:48 28:30 34:11 39:53 45:35 51:17 27 12:45 88 8.fi53 L 14:25 21:38 28:51 36:04 43:16 50:30 57:42 64:54 30 14:10 80 10.683 L 17:48 26:43 3537 44:31 53:25 62:19 71:13 80:07 33 15:35 72 12.926 L 21:33 32:19 43:56 53:52 64:38 75:24 86:10 96:57 36 17:00 66 15.384 L 25:39 38:28 51:17 64:06 76:55 89:44 102:34 115:23 42 19:74 57 20.942 L 34:54 52:21 69:49 87:15 104:42 122:10 139:37 157:04 48 22:67 50 27.352 L 45:35 68:23 91:11 113:58 136:46 159:33 182:21 205:09 Service plugs shall be secured in place to prevent displacement during testing operations. END OF SECTION 2004 Prairie Run Sanitary Sewer Systems A-ALBEV 0409 02730 - 9 I~ SECTION 02732 WET PIT SEWAGE PUMPING STATION PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Furnish and install: a. Precast Concrete Vault b. Submersible Wastewater Pumping Units and Appurtenances c. Pump Access Equipment d. Internal Piping B. Related Sections 1. Section 02100 -Site Preparation 2. Section 02221 -Trench Excavation and Backfill 3. Section 02538 -Sewage Forcemain 4. Section 02575 -Valve Vault 5. Division 16000 -Electrical C. Method of Measurement 1. Me asure as a complete unit. 2. Unit includes: a. Precast concrete vault, cover, base and appurtenances b. Access frame and cover c. Electrical service cables and conduit d. Cable holder e. Guide bars and support brackets f. Float switches and cables g. Submersible wastewater pumping units h. Discharge connection and piping i. Control center j. Telemetry system k. Pipe connections 1. Foundation rock m. Guard posts n. All forcemain piping as shown on plans o. Valve vault and appurtenances p. Connection to electrical power q. Start-up and training r. O&M manuals D. Basis of Payment 1. Payment for the wet pit sewage pumping station shall be at the lump sum contract unit price as listed on the Bid Form. All associated work items will be considered incidental. 1.02 REFERENCES A. ASTM C-48 - Specification for Gray Iron Castings B. ASTM A-126 - Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings C. ASTM C-478 - Specification for Precast Reinforced Concrete Manhole Sections D. AFBMA 9 - Load Ratings and Fatigue Life for Ball Bearings E. ASTME-270 - Mortar Specification for F. Mn/DOT 3728 - Joint Sealer for Pipe 1.03 DESCRIPTION Bituminous Mastic A. Submersible pumping units installed directly in a wet pit. B. Units can be easily raised or lowered along vertical guide bars without operator entering the pit or manually disconnecting any piping. C. Units can be raised to ground level for inspection and repairs. D. Units automatically connect to discharge connection when lowered into place. 2004 Prairie Run Wet Pit Sewage Pumping Station A-ALBEV 0409 02732 - 1 E. Number of Pumping Units: 2 F. The pumping units and discharge connection shall be supplied by the same manufacturer. 1.05 QUALITY ASSURANCE A. Factory-approved service facility with certified mechanics shall be located within 80 miles of the installation. ,:.. 1.04 SUBMITTALS A. Shop drawings in accordance with Section 01300. 1. Certified dimensions of pumps, valves and appurtenances 2. Certified pump curve, including head, capacity, horsepower, wire to water efficiency 3. Motor information 4. Anchor bolt details 5. Coatings 6. Certified B-10 bearing life calculations 7. Motor performance chart showing curves for torque, current, power factor, input/output kw and efficiency. Include data on starting and no-load characteristics 8. Precast concrete vault details and dimensions 9. Precast valve vault details and dimensions 10. Access casting 11. Gate valves 12. Check valves B. Certification of Explosion Proof Pumping Units C. Manufacturer's Instructions for Installation D. Certified Installation Inspection and Start-up Report E. Operating and Maintenance data in accordance with Section 01784 F. Warranty for Pumping Units and Appurtenant Equipment G. Name and address of factory-approved service facility 1.06 WARRANTY A. Provide written guarantee of operation for pumping units and appurtenant equipment for a period of 5 years from the date of final acceptance. B. The written guarantee shall contain a list of parts and services under warranty for each part and service. 1.07 MAINTENANCE A. Extra Materials 1. Furnish the following spare parts in a suitable, waterproof, labeled container. a. 1 set wear rings b. 1 set mechanical seals c. 1 set bearings d. 1 complete set o-rings and gaskets PART2 PRODUCTS 2.01 MANUFACTURERS A. Pumping units and appurtenances shall be manufactured by one of the following, or accepted equal. Equals must be accepted by addendum prior to Bid. 1. Hydromatic HP GFX, 3 horsepower, 460 volts, 3 phase. 2. Flygt CP 3067, 2 horsepower, 460 volt, 3 phase. 2.02 MANUFACTURED UNITS A. Precast Concrete Vault 1. ASTM C-478 2. Provide cover for traffic loading 2.03 EQUIPMENT A. Pumping Units 1. Totally submersible 2. Discharge Size: 4 inch Wet Pit Sewage Pumping Station 2004 Prairie Run 02732 - 2 A-ALBEV 0409 3. Capable of handling raw unscreened 2) Include one stationary ceramic sewage with solids up to 3 inch diameter ring and one rotating carbide 4. Deliver 75 gallons per minute against a ring. total dynamic head of 28 feet. d. Upper Seal 5. Capable of operating within a total 1) Isolate motor and oil chamber. dynamic head range without 2) Include one stationary ceramic overloading the motor nameplate rating. ring and one rotating carbon (Excluding service factor}. ring. 6. Explosion Proof in accordance with e. Design of oil chamber shall prevent NEC requirements for Class 1, Division overfilling and provide soil 1 and 2. expansion capacity. 7. Exterior Shop Coating: 11. Be arings a. Epoxy. a. Permanently lubricated upper radial 8. Pump Design and Construction and lower thrust bearing. a. Major Components: b. AFBMA B-10 Bearing Life: 1) ASTM A-48 gray cast iron, Minimum 70,000 hour at the design Class 30 minimum point. b. Exposed Hardware: 1) 304 Stainless Steel c. Provide certified bearing life calculations based on the design c. Provide watertight seal between conditions. pump and discharge elbow 12. Motor and Power Cable d. Provide mechanical mating surfaces a. Motor with viton or nitrite o-rings 1) Sealed, submersible e. Mating surfaces shall provide for 2) 460 volt, 3 phase, 60 hertz ~ controlled compression of o-rings 3) Service Factor: 1.15 ' without specific torque requirements 4) Minimum Horsepower: 2 horse f. Furnish wear ring(s) to provide power efficient sealing between impeller 5) Stator Insulation: Class F, rated and volute o for 311 F g. Pump design shall provide for 6) Continuous duty handling of starting and operation without the motor being submerged. 104°F pumped media 9. Impeller and Shaft 7) Capable of 15 starts per hour a. Impeller: (minimum) 1) Non-clogging, fully vaned 8) Temperature rise at 104°F shall 2) Constructed of gray cast iron, Class 30 minimum not exceed 176°F b. Dynamically balance impeller to b. Cable minimum 0.01 in-oz./tb. impeller 1) Size in accordance with NEC weight. and ICEA standards. c. Furnish stainless steel shaft and 2) Provide sufficient length to sleeves. reach junction box without d. Pump shaft shall be an extension of splicing. the motor shaft. c. Cable, entry system and motor shall 10. Mechanical Seal and Oil Chamber maintain watertight integrity at a a. Furnish a tandem mechanical seal submergence of 40 feet. system consisting of two 13. Protection independent seal assemblies. a. Thermal Switches b. Both seals shall be oil lubricated. 1) Furnish each winding with a c. Lower seal: thermal switch. 1) Isolate pump and oil chamber. 2004 Prairi e Run Wet Pit Sewage Pumping Station A-ALBEV 0409 02732 - 3 1 ° 2. Manufacturer's Standard Configuration 2) Switches shall open at 125 C, stop motor and activate alarm. D. Lifting Devices b. Leakage Sensor 1. Provide stainless steel cable to facilitate 1) Furnish leakage sensor to detect the inspection and removal of each water leakage past the seals. pumping unit in a single lift. 2) Activate alarm if moisture is 2. Provide for connection to the submerged detected between the seals. pumping units by means of a galvanized 3) Shutdown pumps if moisture is or stainless steel clevis without entering detected in motor chamber. the wet well. SSORIES 3. Cable and clevis assembly shall be rated 2.04 AC CE for 150% of the pumping unit weight. A. Access Frame and Cover E. Interior Piping 1. Double leaf. 1. Pipe Material: 2. Frame: a. Class 53 Cement-Lined Ductile Iron a. 1/4 inch extruded aluminum. Pipe 3. Door Leaf: 2 Joints: a. 1/4 inch aluminum diamond plate . Flanged a with aluminum stiffeners as required 3. . Exterior Coating: to withstand 150 psf live load. 4. Torsion bar loaded for ease of operation. a. Epoxy 4. Hi-Build Epoxy 5. Door shall automatically lock at 90°. a. Type: 2-component, epoxy 6. Provide vinyl grip handle to release polyamide cover for closing. b. Minimum solids: 69 percent 7. Locking Device: c. Abrasion: Federal Test Method a. Exterior hasp. Standard No. 141, Method 6192, b. Slam lock. CS-17 wheel, 1,000 gm load; not 8. Apply bituminous coating to frame more than 195. mg loss after 1,000 exterior. cycles. 9. Hardware: d. Adhesion: Elcometer adhesion a. Zinc-plated and chromate-sealed. tester; not less than 900 psi pull, average of three trials. B. Pu mp Guide Bars and Brackets e. Hardness: ASTM 3363 (pencil); 1. Material: must pass 3H. a. Schedule 40 Stainless Steel f. Salt fog spray: ASTM B 117, no 2. Diameter: more than 1/16 inch rust creepage at a. As recommended by manufacturer. scribe and no more than 2 percent 3. Length: rusting of edges after 1,000 hours. a. As required to extend from the g. Manufacturer: Tnemec Series 69, or lower guide holder or the discharge equal." connection to the upper guide holder 5. Fittings: Shall be flanged ductile iron 4. mounted or the access frame. Provide two guide bars for each epoxy coated outside, cement lined, 250 psi working pressure and shall meet in pumping unit. all respects the provisions of the latest 5. Attach intermediate support brackets to American National Standard A21.10 discharge piping as recommended by (AWWA C110). manufacturer. F. Vent Pipe C. Cable Holder 1. The vent pipe shall be constructed of 4 1. PVC Coated inch PVC Schedule 40 shall consist of Wet Pit Sewage Pumping Station 2004 Prairie Run 02732 - 4 A-ALBEV 0409 1 w and section of one 180 degrees be o B. Precast Concrete Vault pipe, shall be screened at the open end 1. Construct vault, base and cover in ~~ and shall be grouted in the location and accordance with drawing details and height indicted on the Drawings. elevations. 2. Provide trench excavation, foundation G. Access panels shall have an internal grate and backfill in accordance with Section which prevents accidental falls while the 02600. main lid is open. The grate shall be Safe 3. Fill joints between barrel sections and Hatch as manufactured by ITT Flygt or around pipe connections with mortar or approved equal. approved joint compound. 4. All lift holes, joints, and adjusting rings 2.05 MATERIALS shall be sealed watertight, inside and outside, with mortar. All inverts and A. Rock Foundation sumps shall be constructed as indicated 1. Rock foundation for precast concrete on the Drawings or details. All concrete vaults shall be sized as indicated on the work shall be trowelled to a smooth Drawings. Granular materials shall surface in the opinion of the Engineer, conform to the following: or shall be removed and replaced to the satisfaction of the Engineer. Sieve Size Percent Passim 5. Pipe to manhole connections for both 1 Inch 100 the wet well and valve vaults shall be 314 Inch 85 - 100 Type B as indicated in the details at the 3/8 Inch 30 - 60 end of these Specifications. The annular No. 4 0 - 10 space shall not be filled with grout, but No. 10 0 left open to permit for future settlement. ~' All connections shall be watertight. B. Geotextile Wrap: Geotextile wrap material for around foundation rock shall conform to 3.02 FIELD QUALITY CONTROL Mn/DOT Spec. 3733, Type V fabric. A. Manufacturer's Field Service C. Epoxy Coating: Inside walls and bottom of 1. Supervise installation of pumping units, precast concrete vault shall be coated with discharge connection and piping, access Tnemec 169 series Hi Build epoxy per equipment and float switches. manufacturer's recommendation or accepted 2. Inspect and approve final installation. equal. 3. Perform start-up of equipment and all necessary adjustments and calibrations D. Concrete pad: Mn/DOT Spec. 2521 concrete in accordance with manufacturer's mix 3A32, membrane curing method. recommendations. 4. Provide written report certifying the E. Manhole Joints: Shall be wrapped with following: Wrapid-Seal. a. Installation was inspected and found acceptable. b. The required tests and inspections PART 3 EXECUTION were performed and were found to be within the manufacturer's 3.01 INSTALLATION recommended tolerances. A. Pumping Units and Accessories B. Testing 1. Install all components in accordance 1. Perform the following tests and with the manufacturer's instructions. inspections at start-up: a. Megger stator and power cables 2004 Prairie Run Wet Pit Sewage Pumping Station A-ALBEV 0409 02732 - 5 1 1 1 1 SECTION 02748 BITUMINOUS TACK COAT (MN/DOT 2357) PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Treating a prepared base with bituminous material preparatory to placing a bituminous course thereon. 1.04 SEQUENCING AND SCHEDULING A. Coordinate application to allow traffic movement in at least one direction without pick-up or tracking. B. Limit application to only the area on which the subsequent bituminous course will be placed on the same day. B. Related Sections: 1. Section 02510 -Roadways C. Method of Measurement: 1. Measure by volume in gallons at 60 degrees F of material acceptably placed. D. Basis of Payment: 1. Sand applied at pedestrian crossings will be considered incidental. 2. Payment for bituminous tack coat shall be at the contract unit price as listed on the Bid Form. All associated work items shall be considered incidental. 1.02 REFERENCES A. Mn/DOT 2357 -Bituminous Tack Coat PART 2 PRODUCTS 2.01 MATERIALS A. Bituminous Tack Coat - shall be in accordance with Mn/DOT 2357.2.A. PART 3 EXECUTION 3.01 PREPARATION A. Complete all required repairs and reconditioning. B. Remove all foreign matter from the road surface. B. Mn/DOT 3151 -Bituminous Material C. Mn/DOT 2321 -Road Mixed Bituminous Surface 1.03 SITE CONDITIONS A. Do not apply to wet surfaces. B. Do not apply during or immediately prior to precipitation. 2004 Prairie Run A-ALBEV 0409 C. Verify that surface is clean and dry. D. Protect adjacent curb and gutter, sidewalk and other exposed surfaces from overspray. 3.02 EQUIPMENT A. Apply materials with a distributor meeting the requirements of Mn/DOT 2321.3.C.1. 3.03 APPLICATION A. Apply uniform coating on the contact surface of all fixed structures and the edge Bituminous Tack Coat 02748 - 1 t SECTION 02765 PAVEMENT MARKING PART 1 GENERAL 2. All associated Work items shall be considered incidental, including the 1.01 SUMMARY following: a. Preparing the surface. A. Section includes application of temporary b. Controlling and protecting traffic. and permanent markings on pavement c. Maintaining the Work through the surfaces. duration of the Project. d. Removing conflicting pavement B. Method of Measurement: markings and messages. 1. Solid Lines: 3. Consider primer, labor and other a. Measure solid lines (single and materials required for the installation of double) by distance in linear feet of preformed plastic pavement markings as applied material. incidental to the applicable pavement b. Measure each color and line width marking item. separately. c. Measure transverse sections by the 1.02 REFERENCES linear foot of applied material (using 24-inch solid yellow transverse lines A. Minnesota Manual on Uniform Traffic surrounded by 4-inch solid double yellow lines). Control Devices (MMUTCD). 2. Broken Lines: B. Minnesota Traffic Engineering Manual. a. Measure by distance in linear feet of applied material. C. Mn/DOT Standard Specifications for b. Do not measure spacing between Construction (including all Supplemental line segments. Specifications). c. Measure each color and line width separately. D. Mn/DOT Specification for Epoxy Resin 3. Crosswalks: Pavement Markings (free of toxic heavy a. Measure zebra crosswalks by area in metals) (attached). square feet of applied material. b. Measure lined crosswalks by linear E. Mn/DOT Technical Specification No. 1 - foot of solid line as described above. c. Included with Traffic Signal Improved Patterned Polymer Pavement Marking Tape for Lines and Selected System. Symbols and Legends (attached). 4. Pavement Messages: Measure individually as a unit for each message F. Mn/DOT Technical Specification No. 3 - type (Left Turn Arrow, Right Turn High Durability Preformed Pavement Arrow). Markings (Designed for Stoplines and ' Crosswalks) (attached). C. Basis of Payment: 1. Payment for pavement markings and G. Mn/DOT 3354 - Preformed Plastic messages shall be at the Contract Unit Markings for Permanent Traffic Lane Price as listed on the Bid Form. Delineation and Legends. 2004 Prainie Run Pavement Markin A-ALBEV 0409 02765 - 1 t H. Application Specification for Traffic H. Apply epoxy pavement marking to Marking Paint (attached). bituminous surface not less than 24 hours after placement of bituminous surface. L Mn/DOT Specification for Three Minute Dry Alkyd Traffic Paints (attached). 1.04 QUALITY ASSURANCE J. Mn/DOT Specification for High Solids A. Certifications: Water Based Traffic Paint (attached). 1. Verify with Engineer of having been certified within the past year by the K. Mn/DOT Specification for Drop-on Glass manufacturer of the poly preformed Beads (attached). pavement making materials to install these materials properly prior to L. Mn/DOT "Sign Details for Striper Train" beginning any pavement marking (attached). installation. 1.03 SCHEDULE B. Conformance: 1. All preformed pavement markings A. Place epoxy pavement markings together specified herein shall conform with with appropriate glass spheres in accordance Mn/DOT 3354. with the attached MnJDOT specifications. B. Coordinate placement of lane tape, symbols PART 2 PRODUCTS and legends installed on new pavement with final bituminous overlay. 2.01 MATERIALS C. Apply and roll preformed plastic lane lines, A. Tape: symbols and legends with the final rolling of 1. Stamark Pavement Marking Tape: the bituminous surface. a. Series 420 for crosswalks and stop bars. D. Application of preformed plastic pavement b. Series 380 for all other pavement markings during hours of darkness shall be markings. allowed only by approval of Engineer. 2. Scotch-Lane Removable Tape: Series 5710 (for construction zones). E. On pavement open to traffic, installation of 3. Or Engineer approved equivalents. preformed plastic pavement markings may be suspended by direction of Engineer B. Primer: Stamark brand primer P-46, or during peak traffic hours or at any other time Engineer approved equivalent. traffic is being unduly hampered or delayed by the work in progress. C. Epoxy: Provide in accordance with attached Mn/DOT specification and in conformance F. Final acceptance of preformed plastic with the Minnesota Traffic Engineering pavement markings may be delayed to Manual. June 30 of the year following installation, in order to evaluate adhesive and D. Paint: retroreflective characteristics of the 1. Three Minute Dry Alkyd Traffic Paint pavement markings. in conformance with the attached Mn/DOT specification for temporary G. Apply paint to bituminous surface not less markings. than 7 days after placement of bituminous 2. High Solids Water Based Traffic Paint surface. in accordance with the attached Pavement Marking 2004 Prairie Run 02765 - 2 A-ALBEV 0409 n Mn/DOT specification for permanent 3. Prime the road: markings. a. For overlay on existing roadway surfaces, prime first with Stamark E. Glass Beads: Provide in accordance with brand primer P-46, or equivalent. attached Mn/DOT specification. b. Typical equipment includes: 1) Primer roller applicator (SLT- 2.02 EQUIPMENT 934) with roller sleeves (SLT- 935). A. Preformed Plastic Pavement Markings: 2) Any solvent-resistant long nap 1. Scotchliner brand manual highway tape roller. applicator (MHTA) or equivalent. 3) Or Greenlite brand GLG-12 or 2. Scotchliner brand RTC-2 roller tamper cart, or equivalent, with a minimum PS-14 primer spray applicator (P-14 coverage is approximately 200-pound load. 200 square feet/gallon). 3. Primer Applicator: a. Primer roller applicator (SLT-934) 4) Clean equipment with any common solvent. with roller sleeves (SLT-935). c. Procedure for applying .primer will b. Any solvent-resistant long nap include: roller. 1) Marking the road where tape c. Or Greenlite brand GLG-12 or PS- will be applied. 14 primer spray applicator. 2) Applying 1 THIN coat of P-46 to pavement, extending at least B. Epoxy: Provide in accordance with attached 1 inch beyond outlined areas. Mn/DOT specification and in conformance 3) Let dry until 15 minutes at with the Minnesota Traffic Engineering 70 degrees F.. IT IS VERY Manual. IMPORTANT THAT THE PRIMER DRY TO PREVENT C. Paint: Self-propelled, pressure type applicator subject to Engineer approval. THE PAVEMENT TAPE FROM SLIDING AFTER APPLICATION. 4. Apply tape by hand, with a Scotchliner ' PART 3 EXECUTION brand manual highway tape applicator (MHTA) or equivalent. 3.01 SURFACE PREPARATION 5. For hand application: a. Position the lead edge. A. Clean the road by sweeping immediately b. Properly position the tape while prior to application. unwinding. c. Cut off the desired length of tape. B. Do not apply pavement markings to wet d. Walk on tape for initial tamping. surfaces. 6. After application, firmly tamp the markings with a Scotchliner brand RTC- 3.02 APPLICATION 2 roller tamper cart, or equivalent, with a minimum 200-pound load. A. Polypreformed Pavement Marking Application 7. If conditions preclude the application of reformed avement int a ki p p m r ngs, pa 1. Install preformed plastic pavement shall be used until the preformed markings in accordance with the pavement markings can be properly manufacturer's specifications and as applied. follows. 2. Premark the road where tape will be B. Ep oxy Application: applied. 2004 Prainie Run Pavement Markin A-ALBEV 0409 02765 - 3 1. A 1 e ox avement markin s in PP Y P Y P g 9. Turn Lane Pavement Messa es: g accordance with attached Mn/DOT specification. a. Install as shown in Figure 7.11 of the Minnesota Traffic Engineering 2. Furnish and place epoxy pavement Manual. markings together with appropriate glass b. Install near the midpoint of the lane spheres for reflectorizing the resin. for which the pavement message is serving. C. Paint Application: Apply all paint to a c. Top-to-bottom length of arrows minimum thickness of 15 mils (wet) and in shall be 6'-11". accordance with the attached Paint d. Top-to-bottom length of words Application Specification. (ONLY) shall be 8'-0". 10. Railroad Crossing Pavement Messages: D. Spacing and Layout a. Install as shown in Figure 7.16 of 1. Apply all markings in accordance with the Minnesota Traffic Engineering Drawing layout and details. Manual. 2. Center 4-inch space between double b. Install near the midpoint of the lane lines on the roadway centerline, as for which the pavement message is shown in Drawings, or as directed by Engineer. serving. c. Top-to-bottom length of message 3. Provide 4-inch space between 4-inch (including 24-inch solid white lines) solid yellow and 4-inch broken yellow shall be 60 feet, as shown on the where used for center left turn lane detail (attached). delineation or for centerline striping. 11. Distance between arrows in 2-way 4.. Apply broken lines in a pattern of 10 center left turn lanes shall be 32 feet, feet of marking and 40 feet of space. measured from top of arrow to top of 5. Apply 24-inch wide stop lines from arrow. edge of gutter across all approach lanes 12. The Engineer shall place necessary to the intersection, as shown in "spotting" at appropriate points to Drawings. provide horizontal control for striping, 6. Locate 24-inch wide stop lines 4 feet and determine necessary starting and behind crosswalk pavement markings or cutoff points. as directed by Engineer. a. Skip-line intervals will not be 7. Apply zebra crosswalk design in marked. accordance with Figure 7.23 of the b. Longitudinal joints and pavement Minnesota Traffic Engineering Manual edges shall serve as horizontal and the following: control when directed by Engineer. a. Dimension. "W" shall be 3 feet 13. A tolerance of 1/8-inch under and 1/2- b. Dimension "S "shall be 3 feet. inch over the specified width will be c. Crosswalk width shall be 6 feet. allowed for striping provided the d. No transverse lines. variance is gradual and does not detract 8. Transverse areas shown on Drawings from the general appearance. shall consist of: a. Skip-line segments may vary up to a. Solid yellow lines: 24-inch. 114-foot from the specified lengths b. Solid double yellow line: Install provided the over and under along each end of the transverse variations .are reasonably markings in accordance with Figure compensatory. 7.13 of the Minnesota Traffic b. Alignment deviations from the Engineering Manual. control guide shall not exceed 2 c. Approximately 20 feet of space inches. shall be left between each transverse line c. Material shall not be applied over a longitudinal joint . . Pavement Marking 2004 Prairie Run - ---- 02765 - 4 A-ALBEV 0409 t d. Establishment of application tolerances shall not relieve the Contractor of the responsibility to comply as closely as practicable with the planned dimensions. 3.03 PROTECTION OF TRAFFIC AND MARKINGS A. Furnish and install all necessary warning and directional signs and devices in order to; maintain traffic whenever pavement markings are applied in the presence of traffic, and to protect uncured markings as needed until traffic can cross markings without damaging markings. B. When necessary, a pilot car and flaggers shall be used to provide adequate control and direction of traffic. C. Warning signs and barricades shall be placed only where marking operations are in progress, shall be relocated as often as necessary, and shall not be left in place overnight. D. Traffic shall be allowed to keep moving at all times and the striping equipment shall be operated in a manner that will not make it .necessary for traffic to cross uncured markings. E. Protective devices such as "cones" shall be an approved type that will not cause damage to the vehicle when accidentally struck. F. Protect traffic and markings in accordance with applicable details of the attached Mn/DOT "Sign Details for Striper Train". END OF SECTION 2004 Prainie Run Pavement Markin A-ALBEV 0409 02765 - 5 t i 1 1 1 1 1 1 1 1 1 1 1 July 1, 2000 TRAFFIC ENGINEERING MANUAL 50 mm + 25 mrt (2" + 1 ") MAX. 100 mm (4"~ I~(2mm 1") MAX:-+~ MAX. - 100 mm (4") SOLIO LINE YELLOW TYPICAL MESSAGE PLACEMENT FOR TURN LANES I ( ~0) ) OR LESS ) ARROW AT ( ( MIDPOINT ) 15 m (50') ) ) 1 ', 6 m (20') ) ARROWS 2.4 m (8"0") ) ( ) ) 10 m-25 m (30'-60') OVER 60 m (200') 15 m (SO') ~ TYPICAL RIGHT TURN LANE 3.6 m (12') 3.6 m (12') LANE LANE 100 mm (4") LINE - 100 mm (4") SOLID LINE WHITE ~~50 mm+25 mm (2" + 1") MAX~~ If- 100 mm -~$0 m + 25 mm (4") MAX. (2" + 1") MAX. 100 mm (4") SOLID LINE WHITE TYPICAL MARKINGS FOR ~I I~II I LEFT TURN ISLANDS 6 m (20') 45° 2 - 100 mm SOLID LINES Y mm (24") SOLID LINE YELLOW 150 m (500') SOLID LINE YELLOW AT SPEEDS OVER 40 MPH ** IF THE DISTANCE BETWEEN THE BEGINNING OF THE I THE CROSSHATCH SPACING SOLID LINE YELLOW FOR THE PAINTED LEFT TURN MAY BE INCREASED TO ** 10 m (30') BETWEEN LANE ISLAND AND AN EXISTING NO PASSING ZONE I CROSSHATCH LINES. (SOLID LINE YELLOW) FOR THE SAME LANE IS LESS THAN: AT SPEEDS LESS THAN 1. 150 m (500') WHEN THE SPEED LIMIT IS 35 MPH OR LESS, 40 MPH THE WIDTH OF THE 2. 200m (650') WHEN THE SPEED LIMIT IS 40-50 MPH, CROSSHATCH LINE MAY BE 3. 245 ~~~ (S00'} PtHEt: THc SPEED LIMIT IS 35 MPH OR REDUCED TO 300 mm (12"). GREATER THE NO PASSING ZONES SHALL BE CONNECTED. Text Ref.: 7-4.05.09 TURN LANE AND LEFT TURN ISLAND FIGURE July 1,1999 PAVEMENT MARKINGS 7.9 7-26 TYPICAL LEFT TURN LANE TURN LANE TURN LANE 100 mm (4") SOLID 100 mm (4") LINE LINE WHITE July 1, 2000 TRAFFIC ENGINEERING MANUAL 100mm (4") Broken Line Yellow **150 m (500') SOLID ** 150 m (500') LINE SOLID LINE YELLOW 3.6m 3.6m YELLOW (12') 100mm (4") Solid Line White {12') I White Delineation • • 100 mm (4") Double • Solid Line Yellow 0 • 600mm (24") Solid Line Yellow • • • 45° at 6m (20') spacing • (See Figure 7.11) • • • Yellow Delineation • ~ •~ • 4.2 m • I (14~ 30m - 60m (100'-200') I {t4) 30m - 60m (100'-200') • • 100 mm (4") Solid Line Yellow 100 mm (4") Solid I Line White 1:70 1:70 Taper Taper 6~ (200') I ~ I ~ 6_L. (200') ~~ 100 mm (4") Broken Line White ~~ ** IF THE DISTANCE BETWEEN THE BEGINNING OF THE NO PASSING ZONE TO THE BEGINNING OF THE TAPER FOR A MEDIAN ISLAND AND AN EXISTING NO PASSING ZONE (SOLID LINE YELLOW) FOR THE SAME LANE IS LESS THAN: 1. 150 m (500') WHEN THE SPEED LIMIT IS 35 MPH OR LESS, 2. 200 m (650') WHEN THE SPEED LIMIT IS 40-50 MPH, 3. 245 m (800') WHEN THE SPEED LIMIT IS 55 MPH Oft GREATER THE NO PASSING ZONES SHALL BE CONNECTED. Text Ref.: 7-4.05.12 _ ION FIGURE July 1,1998 DIVIDED ROADWAY TRANSIT PAVEMENT MARKINGS 7.11. i 7-28 July 1, 2000 TRAFFIC ENGINEERING MANUAL Use the same signing and marking for the opposite direction. T R R~ W 10-1 I I I I 600 mm ~( ~ -' 2 m 5 m (16') ~(6"-6"~ 400 mm (16") 6 m (20') 0.5 m ~ RR ~~6 ) I -;~' x (3,) 7 m (24') ~ y soo m 1 (Z') R R W10-1 N0 PASSING - LOME \ W 14-3 ~r 600 mm (2') 600 mm (2') I i t •X RR SPEED LIMIT X 30 mph 45m 150' 40 mph 85m 275' 50 mph 130m 425' 55 mph 150m 500' 1:15 Taper 15 m (50') Minimum J- ~-~ Optional W4-2 100 mm (4") Broken Line White ~~Without Gate Arm -- 5m (15') from nearest rail. With Gate Arm -- 2.4m (5') from gate arm - 100 mm (4") Solid Line White ~- TRUCK 1 STOPPING LANE R4-X4 1:15 Taper 100 mm (4") Solid Edge Line White y ._.--- :R R W10-1 Text Ref.: 7-4.05.14 RAILROAD CROSSINGS WITH TRUCK STOPPING LANE FIGURE July 1,1998 PAVEMENT MARKINGS 7. ~ 4 7-31 July 1, 2000 TRAFFIC ENGINEERING MANUAL (L) WIDTH OF INSIDE LANE (W) WIDTH OF PAINTED AREA (S) WIDTH OF SPACE 2.7m (9') 600mm (2.0') 750mm (2.5') 3.Om (10') 750mm (2.5') 750mm (2.5') 3.3m (11') 750mm (2.5') 900mm (3.0') 3.6m (12') 900mm (3.0') 900mm (3.0') 4.Om (13') 900mm (3.0') 1100mm (3.5') ~~ ~ ~ _ _ _ _ _ - __~S ~ ~~ ~ ~~ . ~~ ~ ~ ~ ~~ - ~ 1.8m (6') MIN. 450mm (1.5') MINIMUM UNSTRIPPED DISTANCE NOTES: 1. Painted areas to be centered on centerline and lane lines. 2. A minimum of 450 mm (1.5 feet) clear distance shall be left adjacent to the curb. If the lasf painted area falls into this distance, it must be omitted. 3. On two-lane, two-way streets, use the spacing shown for a 3.3 m (11 foot) inside lane. 4. For divided roadways, adjustments in spacing of the blocks should be made in the median so that the blocks are maintained in their proper location across the traveled portion of the roadway. 5. At skewed crosswalks, the blocks are to remain parallel to the lane lines as shown. Text Ref.: 7-4.08.01 PEDESTRIAN CROSSWALK MARKINGS - FIGURE January 1,1996 ZEBRA DESIGN 7.20 1 1 1 1 1 r i 7-37 r March 1, 1999 METRIC (ENGLISH) ATTACHMENT SPECIFICATIONS FOR EPOXY RESIN PAVEMENT MARKINGS ~` (FREE OF TOXIC HEAVY METALS) 1.0 DESCRIPTION The work shall consist of furnishing and installing reflectorized white and yellow two-component, 100. percent solids epoxy pavement markings. Applications are lines, legends, symbols, crosswalks and stop lines placed on properly prepared asphaltic and portland cement concrete pavement surfaces in accordance with the Special Provisions, Plans, this Attachment and as directed by the Engineer. Upon curing, the materials produce pavement markings of specified thickness, width and retroreflectivity that resist wear from high traffic volumes for several years. During darkness and weather permitting, yellow markings shall be readily distinguishable from white markings. Values stated in the International System of Units SI apply only to projects to be constructed in Metric units of measure. Values stated in inch-pound units (in parenthesis) apply only to projects to be constructed in English units of measure. 2.0 QUALIFICATIONS 2.1 Epoxy striping is a technical process requiring specialized equipment, quality controlled materials and well-trained operators to produce functional, long life pavement markings. To minimize application failures, Mn/DOT requires epoxy materials, beads, the pavement marking contractor, and striper to be approved prior to the bidding process. 2.1.1 A pavement marking contractor and/or equipment may be qualified as follows: L No previous epoxy striping on an construction contract-- contact Mn/DOT to arran e for Y g field demonstration. 2. Recent epoxy striping experience with other state transportation departments-- contact Mn/DOT and provide experience summary, including names of persons to be contacted. 3. If striper is new, contact Mn/DOT to arrange for field demonstration. 2.1.2 Before any epoxy product is acceptable for bid, it shall be field tested, evaluated, approved and assigned a product identification number by the Mn/DOT Materials Engineering Section. ,~ An_ approved product is placed on the APPROVED PRODUCTS LIST which is shown in Section 2.1.4. 2.1.3 No change in product identification, chemical composition as indicated by infrared spectrophotometry and/or chemical analysis, or changes in the application requirements will be allowed. Any such changes shall be submitted for further evaluation. Page 1 of 10 March 1, 1999 METRIC (ENGLISH) Mn/DOT EPOXY PAVEMENT MARKING MATERIAL APPROVED PRODUCTS LIST 2.1.4 Fast Dr~(Type I Manufacturer Product Appr DateDate Polycarb Inc. MARK 55.3 1998 Epoplex LS 50 1998 Slow DrX.~T~pe II) Manufacturer Product Apr Date Polycarb Inc. MARK 55 1991 Epoplex LS 60 1998 3.0 MATERIAL CLASSIFICATIONS 3.1 This specification provides for the classification of epoxy resin pavement marking systems by type. 3.1.1 Type I - A fast cure material suitable for line applications and, under ideal conditions ,may not require coning. 3.1.2 Type II - A slow cure material suitable for all applications of pavement markings under controlled traffic conditions, i.e., coning is required and flagging may be as directed by the Engineer. 3.1.2 Onlv Slow Dr~vpe II epoxy material shall be used for epoxypavement markings except when specified as otherwise in the Special Provisions. 4.0 EPOXY AND BEAD REQUIREMENTS 4.1 Epoxy Resin Material 4.1.1 The material shall be composed of epoxy resins and pigments only. No solvents are to be given off to the environment upon application to a pavement surface. 4.1.2 The composition shall be within the tolerance permitted for the product tested and approved by Mn/DOT. Type II material shall be completely free of TMPTA (Tri-Methyol Propane Tri-Acrylate) and other multi-functional monomers. 4.1.3 All materials shall be free of lead, cadmium, mercury. hexavalent chromium and other toxic heavy metals as defined by the United States Environmental Protection A eg_nc..y. 4.1.4 Color -- The color of the white epoxy shall be a pure flat white, free of tints. The color of the yellow epoxy shall closely match Color Number 33538 of Federal Standard 595 and shall conform to the following CIE Chromaticity limits using illuminant "C": x l 0.470 t 0.485 10.520 10.480 y 10.440 10.460 10.45010.420 Daylight Directional Reflectance (Y), white, minimum 83 Page 2 of 10 March 1, 1999 METRIC (ENGLISH) Daylight Directional Reflectance (Y), yellow, minimum 50 Testing will be according to Daylight Directional Reflectance ASTM D 2805 Color ASTM D 2805 4.1.5 Adhesion Capabilities -- When the adhesion of the material to portland cement concrete (the concrete shall have a minimum of 2,070 kPa (300 psi.) tensile strength) is tested according to American Concrete Institute Committee 403 testing procedure, the failure of the system must take place in the concrete. The concrete shall be 32°C when the material is applied, after which the material shall be allowed to cure for 72 hours at 23±2°C. 4.1.6 Abrasion Resistance -- When the abrasion resistance of the material is tested according to ASTM C 501 with a CS-17 wheel under a load of 1000 grams for 1000 cycles, the wear index shall be no greater than 82. (The wear index is the weight in milligrams that is abraded from the sample under the test conditions). 4.1.7 Hardness -- The Type D durometer hardness of the material shall be not less than 75 nor more than 90 when tested according to ASTM D2240 after the material has cured for 72 hours at 23±2°C. 4.1.8 Tensile Strength -- The tensile strength of the material, when tested according to ASTM D 638, shall not be less than 41,370 kPa (6,000 psi.) after 72 hours cure at 23±2°C. 4.1.9 Compressive Strength -- The compressive strength of the material, when tested according to ASTM D 695, shall not be less than 82,700 kPa (12,000 psi.) after 72 hours cure at 23±2°C. j 4.1.10 Shelf Life -- The individual components shall not require mixing prior to use when stored for a period of 12 months. 4.2 Glass Beads 4.2.1 Glass beads shall meet the requirements of AASHTO M247, Type I, and: a. Coatings -- the beads shall be treated according to the manufacturers recommendations and meet the requirements of Section 4.4.2 of M247, and b. Roundness-- the beads shall have a roundness of at least 80%. 4.2.2 For 380 µm (15 mil) applications, -glass beads shall be applied at a rate of at least 3.0 kg/L (25 lb./gal.). A greater bead application rate may be necessary for meeting the performance criteria (minimum levels of retroreflectivity). This will require contractors to consult with all the material manufacturers. 4.3 Time to No-Track -- Type I material shall be in "no-tracking" condition in 15 minutes or less and within 45 minutes for Type II material. The "no-tracking" condition shall be determined on an application of specified thickness to the pavement and covered with glass beads at the rate of at least 3.0 kg/L (25 lb./gal.). The lines for this test shall be applied with striping equipment operated so as to have the material at manufacturer's recommended application temperature. This maximum "no-tracking" time shall not be exceeded when the pavement temperature varies from 10 to 49° C (50 to 120° F) and under all humidity conditions, providing the pavement is dry. The no-tracking time shall be determined by passing over the line with a passenger car or pickup truck at a speed of 40 to 55 kmph (25 to 35 mph) in a simulated passing maneuver. Aline showing no visual deposition of the material to the pavement surface when viewed from a distance of 15 m (50 ft.) shall be considered as showing "no-tracking" and conforming to this requirement for time to "no-track." Page 3 of 10 March 1, 1999 METRIC (ENGLISH) 5.0 APPLICATION EQUIPMENT AND PROCEDURES 5.1 Equipment 5.1.1 Equipment furnished shall include an applicator truck of adequate size-and power, designed to apply an epoxy resin material and glass beads in a continuous or intermittent line pattern. The equipment shall be capable of placing stripes on the left and right sides. The.left carriage shall be capable of placing two lines simultaneously with either line in a solid or intermittent pattern in yellow or white. With change in color usage, an amount of material equal to fifteen 3 m (10 ft.) stripes shall be wasted to eliminate the change of the incorrect color being applied. 5.1.2 The applicator truck (striper) and other vehicles in the striping train shall have permanently mounted Type C flashing arrowboards. They shall be visible to oncoming or following traffic, depending on the type of line being placed. Arrowboard requirements are detailed in the "Field Manual" of the Minnesota Manual of Traffic Control Devices. Also, truck equipment shall be capable of accumulating the footage applied per gun, individually each day. Only material application shall activate the footage accumulators. The readout shall be digital and not adjustable. 5.1.3 The equipment shall be capable of applying glass beads in a pressurized system at a rate of at least 3.0 kg/L (251b./gal.). A greater bead application rate may be necessary for meeting the performance criteria (minimum levels of retroreflectivity). This will require contractors to consult with all the material manufacturers. 5.1.4 All guns on the spray carriages shall be in full view of the operator(s) during operation. 5.1.5 Each crew shall include at least one technical expert knowledgeable in equipment operation, application techniques, control of traffic, and safety regulations. 5.2 Procedures 5.2.1 Pavement markings shall be placed in accordance with-the details shown in the Plans and the control points established by the Engineer. 5.2.2 The road surface shall be cleaned at the direction of the Engineer just prior to an application. Pavement cleaning shall consist of at least brushing with a rotary broom (non-metallic), or as recommended by the material manufacturer and acceptable to the Engineer. New Portland cement concrete surfaces shall be sandblasted clean to remove any surface treatments and/or laitance. On low speed [Speed Limit 65 km/h (40 mph) or less] urban portland cement concrete roadways, sandblast cleaning shall be used for all epoxy pavement markings. 5.2.3 If the roadway surface is dry, the epoxy material application shall immediately follow the pavement cleaning and be preceded by an air blast. However, markings shall not be applied when the wind or other conditions cause a film of dust to be deposited on the pavement surface before the material can be applied. 5.2.4 The Engineer will place necessary spotting at appropriate points as overall horizontal control for striping and to indicate necessary starting and cutoff points. Broken line intervals will not be marked. Longitudinal joints, pavement edges, and existing markings shall serve as control points when so directed. 5.2.5 A 380 µm (15 mil) epoxy line requires a liter of mixed components for every 25.8 m (84.5 ft.) of 100 mm (4 in.) wide line. Field measurements are inserted into the following equation: Line Thickness in micrometers = Liters x 0.001 x 10.3 x m3 divided by the quantity Length in meters x width in meters (Thickness in inches = Gallons x 231 cubic inches divided by the quantity Length (inches) x Width (inches)). Use 3.785 liters per gallon if epoxy is metered in gallons. Page 4 of 10 0 ~~ 1 1 1. Manufacturer's Name 2. Manufacturer's Product Number 3. LotBatch Number 4. Date Manufactured 5.2.6 The minimum line width shall be its nominal width with 6 mm (~/a in.) greater than the nominal width allowed provided the variation is gradual and does not detract from the general appearance. Broken line segments, normally 2 m (6.56 ft.} every 10 m (32.81 ft.), may vary up to 75 mm (3 in.) from the specified lengths provided the over and under variations are reasonably compensatory. Alignment deviations from the control guide shall not exceed ,except when approved by the Engineer. Material shall not be applied over a longitudinal joint. Establishment of application tolerances shall not relieve the Contractor of his responsibility to comply as closely as practicable with the planned dimensions. 5.3 Spraying Operation 5.3.1 Placement of epoxy materials shall be permitted only on a clean, dry pavement surface and air and pavement temperatures at least 10° C (50° F) unless the manufacturer, in writing, approves a lower temperature. 5.3.2 Two parts of epoxy component A (pigment) and one part component B (hardener) shall be heated separately at 43 °±1 ° C (110 °±30 ° F) and thoroughly mixed. All material heated over 60° C (140° F) shall be discarded. The sprayed epoxy shall be applied at 43°±1 ° C (110 °±30 °F) or as recommended by the manufacturer. 5.3.3 Glass beads shall be applied immediately after the placement of the epoxy. If two bead gradations are required by the Special Provisions, two bead dispensers are required to deliver the specified drop rates. Otherwise the dispenser system must deliver at a minimum 3.0 kg (25 lb./gal.) of beads per liter of epoxy material. A greater bead application rate may be necessary for meeting the performance criteria (minimum levels of retroreflectivity}. This will require contractors to consult with all the material manufacturers. 5.3.4 The Contractor shall cooperate with inspection personnel in reviewing operation of the equipment, safety precautions, measurement of materials (components and beads), computations to determine specific and daily application rates, sampling materials, making other measurements, such as epoxy thickness, and notifications as to work schedule. 5.3.5 Only Type II epoxv material shall be used for epoxypavement markings except when specified as otherwise in the Special Provisions.. 5.3.6 Traffic control for the pavement marking operations shall be in substantial conformance with the "Field Manual," Minnesota Manual of Uniform Traffic Control Devices . A shadow vehicle with atruck-mounted attenuator shall be used on high speed [SPEED LIMIT (65 km/h) (40 mph) and greater], high volume (ADT 1500 and greater) highways. 6.0 SAMPLING RATE & PROCEDURES 6.1 One pint samples of each manufacturer's lot or batch furnished for the contract shall be submitted to Mn/DOT at the time of manufacturing. One pint samples of both Part A (yellow/white) & part B must be submitted to the Mn/DOT Materials Laboratory, 1400 Gervais Ave., Maplewood, Minnesota 55109. (612) 779-5550 or 5549, FAX: (612) 779-5616. Samples shall be identified as follows: 6.2 March 1, 1999 METRIC (ENGLISH) 5. Color 6. Intended state project numbers. Contractors will not be allowed to use material that has not meet the requirements of Sections 6.1 & 7.0. Contractors will be asked to remove material that does not conform to Sections 6.1 & 7.0 and replace with material that does. Page 5 of 10 March 1, 1999 METRIC (ENGLISH) 7.0 CERTIFICATIONS 7.1 The manufacturer shall certify that the components meet the requirements of these specifications and are on the Mn/DOT Approved Product List. 7.2 Certifications shall. be sent along with the samples in section 6.1. S.0 CONTAINER MARKINGS 8.1 Containers for epoxy components shall be marked with the manufacturer's name, product identification number, lot or batch number, date of manufacture, color, net weight of contents. 8.2 Containers for glass beads shall be marked with the name of manufacturer, the wording "Glass Beads," lot or batch number, coating type, date manufactured, and the net weight. 9.0 ACCEPTANCE OF PAVEMENT MARKINGS In order to be a long-life pavement marking, epoxy markings placed in Minnesota must retain a satisfactory level of retroreflectivity in addition to demonstrating good adhesion, resisting chipping, and exhibiting proper daytime and nighttime colors. These attributes have been observed and evaluated for several years and are the basis for acceptance/rejection procedures and values used herein. 9.1 Retroreflectivity 9.1.1 Acceptable Minimum Retroreflectivity Values MINIMUM AVERAGE RETROREFLECTIVITY VALUES FOR EPOXY MARKINGS (mcd/m2/lux) Period White Yellow Initial* 300 200 After-One-Winter* 175 140 * Described in Section 9.1.4 Miscellaneous Traffic Controls, Numbers 4 and 5. 9.1.2 Retroreflectometers-- Measurements shall be taken with either a portable or mobile retroreflectometercnnforming to 30-meter geometry which is defined as: the entrance angle (the angle between the illumination axis and the retroreflector axis) shall fall between 88.50° and 88.76° and the observation angle (the angle between the illumination axis and the observation axis) shall fall between 1.0° and 1.05°; and, the co-viewing angle (the complement of the entrance angle) shall fall between 2.29° and 2.50°. All retroreflectivity readings and data analysis will be provided by Mn/DOT at no cost to the Contractor. Mn/DOT reserves the right to: • make daytime andlor nighttime visual inspections with or without the presence of the Contractor's representative, mainly to locate obvious or suspect areas of deficiency, and • determine retroreflectivity of symbols, legends and lines wider than 200 mm (8 in.) using the portable retroreflectometer only. 9.1.3 Test Se,~-ments -- The following methodology will be used to evaluate retroreflectivity. performance of in-service longitudinal line pavement markings: Page 6 of 10 Il C n i II ~~ r 1 ~! March 1, 1999 METRIC (ENGLISH) LENGTH AND NUMBER OF TEST SEGMENTSa PER ROADWAYb PER LINE TYPE '~ Length of Roadway Number of Test Length of Test Se ments Segments Less than 1.5 km (1 mi.) 1 300 m (0.2 mi.) Greater than or equal to 1.5 1 per 1.5 km (1 mi.) 300 m (0.2 mi.) km (l.mi.) a TEST SEGMENTS-- Areas of a roadway chosen for measuring retroreflectivity of the line types. b ROADWAY--As used here, means that portion of a street or highway ordinarily used for vehicular traffic. In the event a street or highway includes two or more separate roadways, the term roadway shall refer to each roadway separately. LINE TYPE-- Longitudinal lines of the same color and function. For example, white and yellow edge lines are each a line type. 9.1.4 Measurements m Test Segments Portable Retroreflectometer 1. Take a minimum of 20 readings in each test segment per line type. 2. On broken lines (skip striping), measure every other stripe, taking no more than two readings per stripe with readings 0.5 m (20 in.) from the ends of the marking. S '! 3. For solid lines, divide test segment into ten areas of 30 m (100 ft.); space readings a . minimum of 10 m (33 ft.) and a maximum of 30 m (100 ft.) apart. 4. For 10 percent of each message type, take 5 readings on each message line; for 10 percent of each symbol type, take 5 readings on each symbol. 5. Upon completion of the evaluation, regardless of the results, additional test segments may be ordered by the Engineer. Mobile Retroreflectometer 1. Calibration of the instruments shall be in accordance with the manufacturer's instructions. 2. Retroreflectivity shall be measured at a minimum-rate of 20 percent of each roadway length byline type. 3. Should another mobile unit be available, the maximum acceptable deviation for measurements made by the two different instruments of the same manufacturer and for the same roadway length shall be ± 10%. 4. Repeatability for the given mobile unit shall be ± 6%. 5. Upon completion of the evaluation, regardless of the results, additional test segments may be ordered by the Engineer. Miscellaneous Controls 1. Take measurements on a clean, dry roadway. 2. Collect data in direction of traffic flow. 3. Measurement units are: mcd/m2/lux. 4. Wait at least two (2) weeks from date of placement of the markings before taking initial readings. Page 7 of 10 March 1, 1999 METRIC (ENGLISH) 5. Take after-one-winter readings in May or June to assure that spring rains have cleaned the beads. 6. Randomly select test segments unless night reviews or other knowledge supersedes a random selection process. 7. Measure each line type separately. 8. The Engineer may request additional readings or test segments. 9. In the event LASERLUX is not available, the Engineer may require the use of the portable retroreflectometer or establish an alternative evaluation plan. 9.1.5 Contents of Retroreflectivity Report The report. shall consist of: • State Project number • Trunk Highway number • Test date • Geographical location of the test site(s), including distance from the nearest permanent site identification, such as a reference point. • Identification of the pavement marking material tested: type, color, age, and transverse location on the road • Identification of the retroreflectometer • Remarks concerning the overall condition of the line, messages and symbols such as , carryover of asphalt, snow plow damage, uneven distribution of beads, etc. • Average of the readings for each test segment with one standard deviation calculated. • Average of the readings for each message and symbol type. 9.2 Correction of Defects/Penalties 1. All pavement markings not conforming to the requirements of the Contract shall be removed and replaced or otherwise repaired to the satisfaction of the Engineer. Removal of unacceptable work shall be accomplished with suitable blasting or grinding equipment unless other means are authorized by the Engineer. 2. Where yield computations show a deficiency in material usage of not more than 20 percent, Mn/DOT may require satisfactory repair or may accept the work at a reduced unit price which is in direct proportion to the percent of the deficiency. Where the deficiency in material usage exceeds 20%, Mn/DOT may require removal and replacement to the satisfaction of the Engineer unless other means are approved by the Engineer. 3. If the Engineer requires removal and replacement, the contractor shall remove (by an approved process) at least 90% of the deficient line, with no excessive scarring of the existing pavement. The removal width shall be one inch wider all around the nominal width of the avement markin t be re oved p g . o m Page 8 of 10 March 1, 1999 METRIC (ENGLISH) 4. Where initial retroreflectivity falls below the minimum acceptable levels but not more than 20%, the Engineer may require satisfactory repair or may accept the work at a reduced unit price which is in direct proportion to the percent of the deficiency. Where the deficiency in retroreflectivity exceeds 20°Io, i.e., less than 240 mcd/m2/lux for white and 160 mcd/m2/lux for yellow, the Engineer may require the removal and replacement to the satisfaction of the Engineer unless other means are approved by the Engineer. Where minimum levels after one winter fall below the specified levels ' {170 mcd/m2/lux - 135 mcd/m2/lux), Mn/DOT will notify the project contractor and manufacturer(s) of the failure. If the initial readings were above Mn/DOT's specified initial minimum levels (300 mcd/m2/lux - 200 mcd/m2/lux), the Engineer, contractor, ' and manufacturer(s) of the material(s) shall review the project together. Based on the review an of all known aspects, the Engineer will make a determination as to why the job failed and notify the Contractor, pavement marking contractor, and/or manufacturer(s) in writing. 5. If this process has to be repeated on several projects with either the same contractor and/or manufacturer(s), Mn/DOT will take corrective action. This corrective action will be a two step process: Step 1 Pavement marking contractor/manufacturer(s) will be considered not approved for Mn/DOT projects, except to bring workmanship/product back into compliance. '; Step 2 If the first step cannot be attained, pavement marking contractor/ manufacturer(s) will not be allowed to participate in Mn/DOT projects and/or be removed from Approved Product List. 10.0 DOCUMENTATION Contractors applying epoxy pavement markings for Mn/DOT under a contract are required to fill out the attached "Construction Striper Operations Daily Log" form. These forms shall be completed at the end of each project and faxed to the "Reflective Systems Unit" at (612) 797-3181 Attn: Jim Carlson. Failure to submit completed forms may result in 10% of the overall contract price for epoxy pavement markings held back. Also, if forms are not sent in to the reflective systems unit in a timely manner projects will not be inspected during optimum times for meeting their performance criteria. Any questions regarding this form can be answered by calling the Reflective Systems Unit at (612) 797-3183. f~ ' Page 9 of 10 March 1, 1999 METRIC (ENGLISH) Construction Striper Operations Daily Log . _ ~. ,~ Date= 5P Numher_ Contractor Record 0 of 0 Equipir,er~~t Numbers ~D,43t~;i.al ~uppl'ier ~ Lot No. In~pec +~ upv~`~Re~ Hr~ G_T Hrs Striper ~ ~~~_ ~~ ~~~~ ~~~ ~, Help Eocate ~~ :~~~~ ~~ ~) Memo I~ Traffic 1. ~--~ '~ 0~~~..,. Q~~ ~ ~ Traffir_ 2. ®~~ ~~~ ~y ~~ Default ' Aux Urnt ~~ ;® ~~ . ~._..~.___..~. ~ Save ,__.__.~_ _,~....~~ ~_~.__._.__ ~._..r~_ ~_.__..__~ ~_-_Mt3te~~fll Sv ~_ ~ • ~ ~ ~ff Undo ,I w {=~ '~~ i Down -=-~ -- 0` '~r `>~~`? ~F~ ~ ~ fi. Exit load ~.__..~_ Beads ~L~~ f~.,.zr Pounds _ 5er~ment of Q Counly: ~~ City. ~~ DiStflCt R S Hwy Begin Ref Pnt End Ref Pnt Int sect Int chg Material C Trav Time Equip Delay Wthr Delay Work Types A= White Edge 8. Yellow Edge C. White Skip D: Yellow Ckl E_ 8" White Gore F_ 8" Yellow Gore G. Measages H: Stop Ftars f_ Cross walk M. Other Work N: Only Intersectionsllnterchanges 1 ~~ 1 ~I~ L~ 1 [' i,~ Page 10 of 10 ' 1 SPECIFICATION FOR PREFORMED REMOVABLE RETROREFLECTIVE PAVEMENT MARKINGS USED IN CONSTRUCTION WORK ZONES January 1995 General Description This work shall consist of furnishing, installing, removing or obliterating pavement markings in construction work zones in accordance with this provision and in reasonably close conformity with the dimensions and lines shown on the plans or established by the Engineer. Materials -General The preformed markings shall consist of white or yellow retroreflective film on a conformable backing. The size, quality, and refractive index of the glass beads shall be such that the performance requirements for the markings shall be met. The pigments shall be selected and blended to provide pavement markings which are white or yellow, conforming to standard highway colors. The markings shall be precoated with a pressure sensitive adhesive and shall be capable of being adhered to asphalt concrete or portland cement concrete at temperatures as low as 50°F and in accordance with the manufacture's instructions without the use of heat, solvents or other adhesive means, and shall be immediately ready for traffic after application. Preformed words and symbols shall conform to the applicable shapes and sizes as outlined in the current "Manual on Uniform Traffic Control Devices for Streets and Highways". When stored in a cool dry area indoors, the materials shall be suitable for use for one year after the date of purchase. Classification The removable retroreflective striping tape must be designed and constructed in such a manner that it can be readily removed when the markings are no longer applicable. The tape shall be capable of performing for the duration of a normal construction season and shall then be capable of being removed intact or in large pieces either manually or with a recommended roll-up device. Requirements Composition: The removable, preformed, retroreflective pavement markings shall consists of glass beads embedded in a white or yellow film with a thin, flexible, conformable backing which is precoated with a pressure sensitive adhesive. A structured 1 1 interlaced medium shall be incorporated to facilitate removal. Reflectance: The white and yellow films shall have the following initial minimum reflectance values at 0.2° and 0.5° observation angles and 86.0° entrance angle as measured in accordance with the testing procedure of ASTM D-4061. The photometric quantity to be measured shall be specific luminance (SL), and shall be expressed as millicandelas per square foot per foot candle (mcdxft?)xfc-'). The metric equivalent shall be expressed as millicandelas per square meter per lux. The test distance shall be 50 ft. (15m) and the sample size shall be a 2.0 x 2.5 ft. rectangle (0.61 m x 0.76m). The angular aperture of both the photoreceptor and light projector shall be 6 minutes of arc. The reference center shall be the geometric center of the sample, and the reference axis shall be taken perpendicular to the test sample. WHITE YELLOW ° ° ° ° ° ° ° ° 86.5 88 8 86.0 86.5 88.8 . 86.0 86.0 Entrance Angle 86.0 Observation Angle 0.2° 0.5° 1.0° 1.05° 0.2° 0.5° 1.0° 1...05° Specific Luminance 1770 1270 750 500 1310 810 450 300 SL mcd*ft-2 *fc""' Adhesion: The manufacturer shall be required to demonstrate that the properly applied pavement marking adheres to the roadway under climatic and traffic conditions normally encountered in the construction work zone. Removability: The marking film shall be removable from asphalt concrete and portland cement concrete intact or in large pieces, either manually or with aroll-up device, at temperatures above 1 40°F without the use of heat, solvents, grinding or blasting. Skid Resistance: The surface of the markings provides an initial minimum skid resistance value of 50 BPN when tested according to ASTM E303-74. Installation t Pavement markings in construction work zones shall be placed in accordance with the following provisions: ' At the end of each day's work, pavement markings shall be in place on each paving lift that is open to normal traffic flow. Materials requiring removal shall be as specified above, and marking configurations shall be in accordance with the Manual on Uniform Traffic Control Devices. The pavement markings shall be maintained and replaced by the .Contractor without additional compensation until they have served their purpose, at which time the contractor z t 1 will be required to remove them. ' Pavement markings shall be applied to clean, dry surfaces in accordance with the manufacturer's installation instructions or a method approved by the Engineer. ' Method of Measurement Linear pavement markings will be measured in linear feet complete-in-place for the width specified. Work and symbol markings will be measured in units of each or in square feet complete- in-place. ^ Removal or obliteration of pavement markings in construction work zones will not be measured for payment, but shall be considered incidental to the work. Basis of Payment Retroreflective preformed pavement markings will be paid for at the contract unit price, which price shall be full compensation for cleaning and preparing the pavement surface, for furnishing and placing all materials, and for all materials, labor, tools, equipment and incidentals necessary to complete the work. . Payment will be made under: ^ -' -Pay Item Pay Unit Pavement Markings, linear (width) Linear Foot Pavement Markings, words/symbols Each or Square Foot ^ ~', ~i ~ 3 1 ii SPECIFICATION FOR DURABLE, RETROREFLECTIVE, PREFORMED, PATTERNED PAVEMENT MARKINGS WITH IMPROVED RETROREFLECTIVITY RETENTION December 1996 ' I. DESCRIPTION This work shall consist of furnishing and installing retroreflective preformed patterned pavement markings in accordance with this provision and in reasonably close conformance to the dimensions and lines shown on the plans or established by the engineer. 11. MATERIALS -GENERAL C L 0 '~ ii r ~_~ The preformed patterned markings shall consist of white or yellow films with clear and/or yellow-tinted microcrystalline ceramic beads incorporated to provide immediate and continuing retroreflection. These films shall be manufactured without the use of lead chromate pigments or other similar, lead-containing chemicals. Preformed words and symbols shall conform to the applicable shapes and sizes as outlined in the "Manual on Uniform Traffic Control Devices for Streets and Highways." The preformed markings shall be capable of being adhered to asphaltic cement concrete and Portland .cement concrete by apre-coated pressure sensitive adhesive. A surface preparation adhesive may be used to precondition the pavement surface. The preformed markings shall conform to pavement contours by the action of traffic. The pavement markings shall be capable of application on new, dense and open-graded asphalt concrete wearing courses during the paving operation in accordance with the manufacturer's instructions. After application, the markings shall be immediately ready for traffic. The bidder shall identify proper surface preparation adhesives (where necessary) to be applied at the time of application, all equipment necessary for proper application, and recommendations for application that will assure effective product performance. The preformed markings shall be suitable for use for one year after the date of receipt when stored in accordance with the manufacturer's recommendations. ~ ' 1 i~ IV. CLASSIFICATION 1 The markings shall be highly durable, retroreflective, pliant polymer materials designed for longitudinal and word/symbol markings subjected to high traffic volumes and severe wear conditions such as shear action from crossover or encroachment on typical longitudinal configurations such as edge lines and lane ' lines. REQUIREMENTS ' Composition: The retroreflective pliant polymer pavement markings shall consist of a mixture of high-quality polymeric materials, pigments and glass beads distributed throughout its base cross-sectional area, with a reflective layer of microcrystalline ceramic beads bonded to a durable polyurethane topcoat surface. The patterned surface shall have approximately 50% + or - 15% of the surface area raised and presenting a near vertical face ((3 angle of 0° to 60°) to traffic from any direction. (See diagram below.) The channels between the raised areas shall be substantially free of exposed beads or particles. C i Reflectance: The white and yellow markings shall have the following initial expected retroreflectance values as measured in accordance with the testing procedures of ASTM D4061. The photometric quantity to be measured shall be coefficient of retroreflected luminance (R~) and shall be expressed as millicandelas per square foot per foot-candle [(mcd ft-2) fc']. The metric equivalent shall be expressed as millicandelas per square meter per lux [(mcd • m 2) • Ix']. The test distance shall be 50 feet (15 m). EXPECTED INITIAL REFLECTANCE White Yellow Entrance Angle 86.0° 86.5°* 88.8° 86.0° 86.5°* 88 8° Observation Angle 0.2° 1.0° 1.05° 0.2° 1.0° 1.05° Retroreflected Luminance 1100 700 500 800 500 300 R [ mcd • ff2 • fc' *These retroreflectance values are based on dark room photometric readings per 2 ii C r ASTM D4061. The EcoluxTM Retroreflectometer measurement geometry uses an 86.5° entrance angle and a 1.0° observation angle. Beads: Index of Refraction: All microcrystalline ceramic beads bonded to the polyurethane-coated, patterned surface of the material shall have a minimum index of refraction of 1.70 when tested using the liquid oil immersion method. The glass beads mixed into the pliant polymer shall have a minimum index of refraction of 1.5 when tested by the liquid oil immersion method. ii 0 ~', C ~ 3 TESTING PROCEDURE FOR REFRACTIVE INDEX OF BEADS BY LIQUID IMMERSION 1. EQUIPMENT REQUIRED: A. Microsco e minimum 100X ma nification p ( g ) B. Light source -preferably sodium light or other monochromatic source, but not absolutely essential C. Refractive index liquids* D. Microscope slide and slide cover E. Mortar and pestle *Available from R.P. Cargille Laboratories, Inc., Cedar Grove, NJ. 11. PROCEDURE: A. Using the mortar and pestle, crush a few representative beads and place a few of these crushed particles on a microscope slide. B. Place a drop of a refractive index liquid, with an index as close to that of the glass as can be estimated, on the particles. C. Cover the slide with a microscope slide cover and view the crushed particles by transmitted light normal to the slide surface (illuminated from , the bottom). D. Adjust the microscope mirror to allow a minimum light intensity for viewing. This is particularly important if sodium light is not used. E Bring a relatively flat and transparent particle into focus. F. By slightly raising and lowering the objective (microscope tube), look for one or both of the following: 1. Becke Line -This light line will appear to move either into the particle or away from it. In general, if the objective is raised, the line will move toward the material of higher refractive index; if the objective is lowered, the line will move toward the material of lower index. e 4 1 L e 2. Variation in Particle Brightness -When raising the object from a sharp focus, the particle will appear to get brighter or darker than the surrounding field. If it becomes brighter, the glass has a higher refractive index than the liquid. If it becomes darker, the glass has a lower refractive index than the liquid. In both cases, the opposite will be true if the object is lowered. G. This test can be used to confirm that the beads are above or below a specified index. It can also be used to give an accurate determination of the index (+ or - 0.001). This is done by using several refractive index liquids until a match or near match of indices occurs. The index of the glass will equal that of the liquid when no Becke line and no variation in bead brightness can be observed. The size and quality of the beads shall be such that the performance requirements for the retroreflective pliant polymer shall be met. Acid Resistance: The beads shall show resistance to corrosion of their surface after exposure to a 1 % solution (by weight) of sulfuric acid. The 1 % acid solution shall be made by adding 5.7cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The test shall be performed as follows: Take a 1" x 2" sample, adhere it to the bottom of a glass tray and place just enough acid solution to completely immerse the sample. Cover the tray with a piece of glass to prevent evaporation and allow the sample to be exposed for 24 hours under these conditions. Then decant the acid solution (do not rinse, touch or otherwise disturb the bead surfaces) and dry the sample while adhered to the glass tray in a 150° F. (66° C.} oven for approximately 15 minutes. Microscopic examination (20X) shall show no more than 15% of the beads having a formation of a very distinct opaque white (corroded) layer on their entire surface. Color: The preformed markings shall consist of white and yellow films with pigments selected and blended to conform to standard highway colors. Skid Resistance: The patterned surface of the retroreflective pliant polymer shall provide an initial average skid resistance value of 45 BPN when tested according to ASTM E303 except values shall be taken in one direction and then at a 45° angle from that direction. These two values shall then be averaged to find the skid resistance of the patterned surface. Patchability: The pavement markin material shall be ca able of use for atchin g p p g worn areas of the same type in accordance with manufacturer's instructions. s fl Thickness: The patterned material without adhesive shall have a minimum caliper of 0.065" (1.651 mm) at the thickest portion of the patterned cross-section and a minimum caliper of 0.02" (.508mm) at the thinnest portion of the cross-section. -~ .065 in. .020 in. V. WARRANTY The manufacturer shall warrant that pavement marking material sold for this application in the United States and Canada will remain effective for its intended use under normal traffic conditions and meet the minimum retained coefficient of retroreflection value of 100 millicandelas per foot squared per foot-candle (measured at 1.0° observation and 86.5° entrance angles) subject to the following provisions: TABLE 1 APPLICATION* WARRANTY PERIOD Longitudinal Markings Words and S mbols 4 years 2 ears *Applications in mountainous, heavy snowfall areas above 5,000 ft.(1500m) are .not covered by this warranty. ~i If the markings are applied in accordance with all the manufacturer's application recommendations and fail during the warranty period to retain the minimum reflectance values, fail to adhere to the roadway, or fail due to complete wear-through during the warranty period shown above (from the date of installation), the manufacturer's sole responsibility and purchaser's and user's exclusive remedy shall be: The manufacturer will provide the replacement materials to restore the marking to its original effectiveness. Conditions Such failure must be solely the result of design or manufacturing defects in the pavement marking material and not of outside causes such as improper installation or substrate failure. Failure to follow recommended application procedures will void this warranty. 6 a ie Damage to pavement markings caused by snow removal equipment is not covered under this warranty. A visual night inspection must be made with a manufacturer's representative and a customer representative present to identify areas of the installation which appear to be below the minimum retained reflectance values of 100 millicandelas per foot squared per foot-candle. Areas which appear to be below the minimum retained reflectance value shall be identified as "zones of measurement." To qualify for material replacement, a "zone" must be at least 360 feet in road length and consist of either edge lines, center lines or lane lines, but not in combination, or a single word or symbol marking. Detailed reflectance measurement procedures are provided in the product bulletin provided by the manufacturer. VIII. INSTALLATION ,. The markings shall be applied in accordance with the manufacturer's installation '~; instructions. Marking configurations shall be in accordance with the "Manual on Uniform Traffic Control Devices." - ~' When markings are specified in the contract for newly paved asphalt concrete surfaces, they shall be applied before public traffic is allowed on the freshly paved surface. Preferably, the markings should be inlaid in the fresh surface during final rolling of the mat, but in any case they shall be applied before the close of the shift on the day which the surface is paved. These markings can also be overlaid on existing pavement surfaces. The manufacturer shall provide application equipment, manual or automatic, as necessary for the job requirements. These units shall be capable of applying an unlinered, pre-coated pressure sensitive adhesive pavement marking tape. The manual unit shall have a manually actuated tape advance system and a foot-operated cutting mechanism. The automatic unit shall have the capability of advancing, applying and cutting the pavement marking tape at specific pre-programmed lengths, at speeds up to 6.5 mph when towed by an appropriate vehicle. Additional supplemental equipment for manual application of required surface preparation adhesives or for manual tamping of the applied markings shall also be provided. ~, This equipment shall be provided to the agency or its contractor representative at ~` no cost for whatever period or number of occasions necessary to complete the work schedule. IX. CONTRACT UNITS AND BASIS FOR PAYMENT Linear pavement markings will be measured in linear feet complete-in-place for the width specified. Retroreflective preformed pavement markings will be paid for at the contract unit price, which shall be full compensation for cleaning and preparing the pavement surface, for furnishing and placing all materials, and for all materials, labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under: Pay Item Preformed Pavement Marking, Linear (width) Preformed Pavement Marking, Words/Symbols 8 Pay Unit Linear Foot Each 1 1 July 1997 I. DESCRIPTION This work shall consist of furnishing and installing retroreflective preformed pavement markings in accordance with this provision and in conformance to the dimensions and lines shown on the plans or established by the engineer. 11. MATERIALS -GENERAL The preformed markings shall consist of white or yellow films with pigments selected to conform to standard highway colors. These films shall be manufactured without the use of lead-chromate pigments or other, similar, lead-containing chemicals. ~ Glass beads shall be incorporated to provide immediate and continuing retroreflection. Ceramic skid particles shall be bonded to the top layer to provide a skid-resistant surface. Preformed word and symbol markings shall conform to the applicable shapes and sizes as outlined in the "Manual on Uniform Traffic Control Devices for Streets and Highways." The preformed markings shall be capable of being adhered to asphalt cement concrete (ACC) or Portland cement concrete (PCC) by apre-coated pressure sensitive adhesive. A surface preparation adhesive may be used to precondition the pavement surface. The preformed marking film shall mold itself to pavement contours by the action of traffic. The pavement marking films shall be capable of overlay application on new, dense and open-graded asphalt concrete wearing courses in accordance with the manufacturer's instructions. Following proper application and tamping, the markings shall be immediately ready for traffic. The bidder, when bidding, shall identify the proper solvents and/or surface preparation adhesives (where necessary) to be applied at the time of application and all equipment necessary for proper application, and shall make recommendations for application that will assure effective product performance. The preformed markings shall be suitable for use for one year after the date of receipt when stored in accordance with the manufacturer's instructions. 111. CLASSIFICATION High durability, retroreflective preformed pavement marking film shall be used as transverse, channelizing and symbol/legend markings subjected to high-traffic volumes and severe wear conditions such as repeated shear action from crossover or encroachment on channelization lines and stop, start or turn movements. IV. REQUIREMENTS Composition: The retroreflective pavement marking film shall consist of a mixture of high-quality polymeric materials, pigments and glass beads distributed throughout its base cross-sectional area. A reflective layer of glass beads and a layer of skid- resistant ceramic particles shall be bonded to the top urethane wear surface. The urethane wear surface shall have a nominal thickness of 0.005 inches (0.13mm). The film shall have apre-coated, shear-resistant, pressure sensitive adhesive. Color: The daytime color of the white film shall provide a minimum initial luminance factor, Y, of 80 and shall conform to the following chromaticity requirements: x = 0.290, y = 0.315; x = 0.310, y = 0.295; x = 0.330, y = 0.360; x = 0.350, y = 0.340. The daytime color of the yellow film shall provide a initial luminance factor, Y, in a range of 36 to 59 and .shall conform to the following chromaticity requirements: x = 0.474, y = 0.455; x = 0.491, y = 0.435; x = 0.512, y = 0.486; x = 0.536, y = 0.463. Measurements shall be made in accordance with ASTM E 1349, using illuminant "C" and 0/45 (45/0) geometry. Calculations shall be in accordance with ASTM E 308 for the 2° standard observer. Reflectance: The white and yellow films shall have the following initial minimum reflectance values as measured in accordance with the testing procedures of ASTM D 4061. The photometric quantity to be measured shall be coefficient of retroreflected luminance (R~) and shall be expressed as millicandelas per square foot per foot-candle (mcd • ft~2) • fc'). The metric equivalent shall be expressed as millicandelas per square meter per lux (mcd • m2) • Ix'). White Yellow Entrance Angle 86.0° 86.0° .86.5° 88.8° ~ 86.0° 86.0° 86.5° 88 8° Observation Angle 0.2° 0.5° 1.0° 1.05° ~ 0.2° 0.5° 1.0° 1.05° Retroreflected Luminance 700 500 400 250 I 410 250 1.57 120 R~ [(mcd • ft~Z) • fc"'J Skid Resistance: The surface of the retroreflective films shall provide an initial minimum skid resistance values of 55 BPN as measured by the British Portable Skid Tester in accordance with ASTM E303. 2 [l 'J 0 1 r '7 1 Retained Skid Resistance: The surface of the retroreflective film shall retain an average skid resistance value of 45 BPN, when tested in accordance with ASTM E303, for a period of one year when installed in non-snow removal areas. The 45 BPN minimum value shall be an average of several readings taken in both the wheel track and non-wheel track areas. Patchability: The pavement marking materials shall be capable of use for patching wom areas of the same type in accordance with the manufacturer's instructions. Tensile Strength and Elongation: The film shall have a minimum tensile strength of 150 pounds per square inch (28 kgs/cm2) of cross-section when measured in the direction of the length of the roll and tested according to ASTM D638-76, except that a sample 6" x 1" (2.54 cm x 15.24 cm) shall be tested at a temperature between 70°F and 80°F (21 °C and 26°C) using a jaw speed of 10 to 12 inches (25.4 cm to 30.5 cm) per minute. The sample shall have a maximum elongation of 50% at break when tested by this method. Reflectivity Retention: To have a good, effective performance life, the glass beads must be strongly bonded and not be easily removed by traffic wear. The following test shall be employed to measure reflectivity retention: Taber Abraser Simulation Test Using a Taber Abraser with an H-18 wheel and a 125 gram load, the ~~ sample shall be inspected at 200 cycles, under a microscope, to observe the extent and type of bead failure. No more than 15% of the beads shall be lost due to popout and the predominate mode of failure shall be "wear down" of the beads. Glass Beads: The size, quality and refractive index of the glass beads shall be such that the performance requirements for the markings shall be met. The bead adhesion shall be such that beads are not easily removed when the material surface is scratched. Glass Bead Retention: The films shall have glass bead retention qualities such that when a 2" x 6" sample is bent over a 1/2" diameter-mandrel, with the 2" dimension perpendicular to the mandrel axis, microscopic examination of the area on the mandrel shall show no more than 10% of the beads with entrapment by the binder of less than 40%. Thickness: The film, without adhesive, shall have a minimum thickness of 0.060 in. (1.52mm). ~~ ~ 3 C1 V. WARRANTY The manufacturer .shall .warrant that pavement marking material sold for applications in the United States and Canada will remain effective for its intended use under normal traffic conditions and meet the stated minimum value for skid resistance subject to the following provisions: TABLE 1 WARRANTY PERIOD Snow Removal Areas Non-Snow Removal Areas APPLICATION Road presence and non wear-through Road presence and non wear-through Legends, Symbols and Channelizin Markin s New As halt Inla 2 ears 2 ears As halt Overla 1 ear 2 ears New Concrete Overla 1 Year 2 Years Stop Bars, Crosswalks and Gore Markings with ADT/Lane of 6,000 or Less New As halt Inla 1 Year 2 ears As halt Overla --- 1 ear New Concrete Overla _ _-_ _ 1 ear If the pavement markings are applied in accordance with application procedures and guidelines (refer to 3M Road Surface and Climate Guides) provided by the manufacturer (which will be furnished to the applier upon request) and fail to retain the minimum skid resistance value, fail to adhere to the roadway or fail due to complete wear-through during the warranty period shown above (from the date of installation), the manufacturer's sole responsibility and purchaser's and user's exclusive remedy shall be: The manufacturer will provide replacement materials to restore the marking to its original effectiveness. 4 1 r ~J General Conditions Such failure must be solely the result of defects in the pavement marking material and not of outside .causes such as improper installation or road surface failure. Failure to follow recommended application procedures and guidelines (refer to 3M Road Surface and Climate Guides) will void this warranty. Damage to pavement markings caused by snow removal equipment is not covered under this warranty. Replacement markings will carry the unexpired warranty of the marking it replaces Claims made under this warranty will be honored only if the customer has maintained an accurate record of the dates of material installation, which v constitutes the start of the warranty period. Claims made under this warranty will be honored only if the manufacturer is notified of a failure within a reasonable time, reasonable information requested by the manufacturer is provided, and the manufacturer is permitted to verify the cause of the failure. Limitation Of Liability AM's liability under this warranty is limited to replacement as stated herein, and 3M assumes no liability for any incidental or consequential damages, such as lost profits, business or revenues in any way related to the product regardless of the legal theory on which the claim is based. This warranty is made in lieu of all other warranties, express or implied, including but not limited to the implied warranties of merchantability, fitness for a particular purpose, and any implied warranty arising out of a course of dealing or of performance, custom or usage of trade. VI. INSTALLATION The markings shall be applied in accordance with the manufacturer's installation instructions. Marking configurations shall be in accordance with the "Manual on ^ Uniform Traffic Control Devises." VII.. CONTRACT UNITS AND BASIS FOR PAYMENT i Longitudinal pavement markings will be measured in linear feet complete-in-place for the width specified. S mbol/le end markin s will be measured in units of a Y g g e ch or m square feet complete-in-place. ~~~ [~ f 1 t APPLICATION SPECIFICATION CONVENTIONAL PAVEMENT MARKING MATERIALS 3 MINUTE DRY ALKYD AND HIGH SOLIDS LATEX March 16, 1998 METRIC (ENGLISH) Values stated in the International System of Units SI apply only to projects to be constructed in Metric units of measure. Values stated in inch-pound units (in parenthesis) apply only to projects to be constructed in English units of measure. Mntprinlc The traffic marking paint shall be yellow or white in color and shall conform to the attached Mn/DOT Specification. ALL MATERIALS shall be free of lead, cadmium, mercury, hexavelent chromium and other toxic heave metals as defined by the United States Environmental Protection Agency. The material shall be marked as follows: 1. Manufacturer's Name 4. Color of Material 2. Place of Manufacture 5. Batch Number 3. Date of Manufacture Only material manufactured by a Mn/DOT approved manufacturer will be allowed for use on Mn/DOT projects. The following manufacturers are approved to supply material: Beads Quality Paint Potters, Inc. Vogel Paints, Inc. Linear Dynamics, Inc. Centerline Industries, Inc. Sherwin Williams, Inc. A sample from each batch shall be submitted to the Mn/DOT Laboratory for inspection and testing at least 15 days prior to use in the field. Equipment Application equipment for permanent markings shall consist of a machine of the spray type capable of applying the material under pressure at a controlled temperature through nozzles equipped with remotely controlled cutoff mechanisms and suitable line guides that will produce Page 1 of b TR1669.r1 March 16, 1998 METRIC (ENGLISH) clean cut lines and prevent excessive material drill. The marking material shall be applied with truck-mounted traveling units properly equipped to apply the paint stripes as required. Where two or more lines are to be applied closely spaced, the machine shall be equipped to apply those stripes simultaneously. For application of broken lines, the spray unit shall include an automatic feed control device capable of being set to produce the specified stripe to gap ratio. The truck equipment shall be capable of accumulating the length applied by each gun individually each day. Only material application shall activate the length accumulators. The read out shall be digital and not externally adjustable. '~ Vehicles in the striper train shall be deployed and equipped with traffic control devices as set forth in the "Field Manual" of the Minnesota Manua/ on Uniform Traffic Contoo/ Devices. Additionally, the shadow vehicle shall be equipped with atruck-mounted attenuator on high speed (SPEED LIMIT 65 kmph (40 mph) and greater), high volume (ADT 1500 and greater) highways. The equipment shall also be capable of applying glass beads by a pressurized system. All guns on the spray carriage shall be in full view of the operators during the spraying operation. Application The Engineer will place necessary "spotting" at appropriate points to provide horizontal control for longitudinal striping, determine starting and cutoff points and provide inspection of all work. Broken line intervals will not be marked. The Contractor shall cooperate with inspection personnel and take appropriate actions to assure quality pavement marking installations. Pavement markings shall only be applied when the air temperature is at least 10 C (50 F) unless the manufacturer, in writing, authorizes a lower temperature. Markings shall not be applied when the wind or other conditions cause a film of dust to be deposited on the pavement surface affer cleaning and before the marking material can be applied. No striping operations will be permitted between sundown and sunrise without written permission from the Engineer. At the time of applying the marking material, the application area shall be free of contamination. The contractor shall clean the roadway surface prior to the line application in a manner and to the extent required by the Engineer. Page 2 of b TR1669.r1 ~' March 16, 1998 METRIC (EN6USH) The filling of tanks, pouring of materials or cleaning of equipment shall not be performed on unprotected pavement surfaces unless adequate provisions are made to prevent spillage of the material. Waste material, spent solvents and cleaning materials shall be properly stored and disposed of in accordance with all federal, state and local laws, regulations and ordinances. Glass beads shall be applied immediately affer application of a paint line at a rate of 960 g/L (8 lbs./gal.). Beads shall be evenly distributed on pavement. All material shall be placed in a workmanlike manner, which shall result in a clearly defined line that has been adequately reflectorized with glass beads. All pavement striping shall be 100 mm (4 in.) wide, unless otherwise specified, and. broken line shall be in lengths of 2 m (6.56 ff.) separated by a gap of 8 m (26.25 ff.) fora 10 m (32.81 ff.) cycle length. All pavement striping shall be a minimum of 380 m thick (wet thickness) and the thickness shall be uniform across the width of the line. ^ A tolerance of 6 mm ('/4 in.) over or under the specified width will be allowed for striping provided the variation is gradual and does not detract from the general appearance. Broken line segments may vary up to 75 mm (3 in.) from the specified lengths provided the over and under variations are reasonably compensatory. Alignment deviations from the control guides shall not exceed 50 mm (2 in.). Material shall not be placed over a longitudinal joint. Establishment of application tolerances shall not relieve the contractor of his responsibility to comply as closely as possible -with the planned dimensions. Application for the marking material shall be such as to provide uniform film thickness throughout the coverage area. Stripe ends shall be clean cut and square, with a minimum of material beyond the cutoff. Acceptance/Refection of Pavement Markings Acceptance or rejection of pavement markings will be based on thickness and width of material placed as determined by field measurements and yield calculations. Visual observations will determine whether adhesion, chipping and color of the inplace pavement markings is acceptable. The minimum acceptable initial retroreflectivity, as determined in the attached METHOD OF MEASUREMENT FOR DETERMINING AVERAGE RETROREFLECTIVITYshafl equal or exceed 275 mcd/m2/lux for white and 180 mcd/m2/lux for yellow material, respectively. Page 3 of b TR 1669. rl March 16, 1998 METRIC (ENGLISH) All retroreflectivity readings and data analysis will be provided by Mn/DOT at no cost to the Contractor. Mn/DOT reserves the right to: make daytime and/or nighttime visual inspections with or without the presence of the Contractor's representative, mainly to locate obvious or suspect areas of deficiency, determine retroreflectivity of symbols, legends and lines wider than 200 mm (8 in.) using a portable unit only, and accept initial retroreflectivity based on random sampling by color of all markings if computed averages exceed the specified minimum values. ~ Page 4 of 6 TR1669.r1 ~~ J March 16, 1998 METRIC (ENGLISH) Reduction in Payment A reduction in pay shall be made for reduced thickness, retroreflectivi ty and width. Thickness and retroreflectivity shall be computed by random measuring. Thickness shall be computed by the following formula: Thickness (micrometers) = Liters x 0.001 meters3 x 103 Length (meters) x Width (meters) Use 3.7851iters x gallons if paint is metered in gallons. Example: A 380 micrometers thick paint line requires a liter of material for every 25.8 m of 100 mm wide line. The equation in English units is: Thickness (inches) = Gallons x 231 cubic inches Length (inches) x Width (inches) And, 1 mil = 0.001 of an inch. A 15 mil thick 4 inch wide line yields 320 feet per gallon. Correction of Defects All pavement markings not conforming to the requirements of the Contract shall be removed and replaced or otherwise repaired to the satisfaction of the Engineer. Removal of unacceptable work shall be accomplished with suitable blasting or grinding equipment unless other means are approved by the Engineer. Where yield computations show a deficiency in material usage of not more than 20 percent, the Engineer may require satisfactory repair or may accept the work at a reduced unit price which is in direct proportion to the percent of the deficiency. Where the deficiency in material usage exceeds 20 percent, the Engineer may require removal and replacement or otherwise corrected to the satisfaction of the Engineer. If the En ineer re wires removal and g q replacement of a deficient Ime, message or symbol, the contractor shall remove, by an approved process, at least 90% of the marking material without excessive scarring the existing pavement. The removal width shall be approximately 25 mm (1 in.) wider all around the deficient marking. Page 5 of 6 TR 1669.r1 March 16, 1998 METRIC (ENGLISH) Where initial reflectivity readings fall below the minimum acceptable levels by not more than 20%, the Engineer may require satisfactory repair or may accept the work at a reduced unit price which is in direct proportion to the percent of the deficiency. Where the deficiency in retroreflectivity exceeds 20 percent, i.e., less than 220 mcd/m2/lux for white and 145 mcd/m2/lux for yellow, the Engineer may require removal and replacement or otherwise corrected to his satisfaction. If this process has o be repeated on several projects with either the same Contractor, subcontractor and/or manufacturer(s), Mn/DOT will take corrective action. This .corrective action will be a two step process: Step 1 Pavement marking contractor/manufacturer(s) will be considered not approved for Mn/DOT projects, except to bring workmanship/product back into compliance. Step 2 If the first step cannot be attained, the pavement marking contractor/manufacturer(s) will not be allowed to bid on Mn/DOT projects and/or will be removed from product lists. 1 Page b of b TR1669.r1 ~I ATTACHMENT February 23, 1996 METRIC (ENGLISH) METHOD OF MEASUREMENT FOR DETERMINING AVERAGE RETROREFLECTIVITY '"~ Measurements shall be taken with either a portable or mobile retroreflectometerconlorming to 30-meter geometry which is defined as: the entrance angle (the angle between the illumination axis and the retroreflector axis) shall fall between 88.50- and 88.76 and the observation angle (the angle between the illumination axis and the observation axis) shall fall between 1.0 and 1.05 ;and, the co-viewing angle (the complement of the entrance angle) shall fall between 2.29 and 2.50 . The following methodology will be used to evaluate retroreflectivity performance of in-service longitudinal line pavement markings: LENGTH AND NUMBER OF TEST SEGMENTS° PER ROADWAYb PER LINE TYPE` Length of Number of Test Length of Test Roadway Segments Segments 1.5 km (1 mi.) 1 300 m (0.2 mi,) Greater than 1 per 1.5 km (1 300 m (0.2 mi.) or mi.) 1.5 km (1 mi.) TEST SEGMENTS-- Areas of a roadway chosen for measuring retroreflectivity of the line types. ROADWAY--As used here, means that portion of a street or highway ordinarily used for vehicular traffic. In the event a street or highway includes two or more separate roadways, the term roadway shall refer to each roadway separately. LINE TYPE-- Longitudinal lines of the same color and function. For example, white and yellow edge lines are each a line type. Measurements in Test Sec m~ ents ~; PORTABLE RETROREFLECTOMETER 1. Take a minimum of 10 readings in each test segment per line type. 2. On broken lines (skip striping), take no more than two readings per stripe, with readings 0.5 m (20 in.) from ends of marking. 3. For solid lines, divide test segment into ten areas of 30 m (100 ff.); space readings a minimum of 10 m (32.81 ff.) and a maximum of 30 m (100 ft.) apart. 4. For 10 percent of each message type, take 5 readings on each message line; for 10 percent of each symbol type, take 5 readings on each s mbol y . Page 7 of 6 TR 1669.r 1 ATTACHMENT February 23, 1996 METRIC (ENGLISH) MOBILE RETROREFLECTOMETER 1. Calibration of the instruments shall be in accordance with the manufacturer's instructions. 2. Retroreflectivity shall be measured at a minimum rate of 10 percent of each roadway length by line type.. 3. Should another mobile unit be available, the maximum acceptable deviation for measurements made by the two different instruments of the same manufacturer and for the same roadway length shall be ± 10%. 4. Repeatability for the given mobile unit shall be ± b%. 5. Upon completion of the evaluation, regardless of the results, additional test segments may be ordered by the Engineer. MISCELLANEOUS CONTROLS 1. Take measurements on a dry, clean roadway. 2. Collect data in direction of traffic flow. 3. Measurement units are mcd/m2/lux. 4. Wait at least two (2) weeks from date of placement of the markings before taking initial readings. 5. Randomly select test segments unless night reviews or other knowledge supersedes a random selection process. 6. The Engineer may request additional readings or test segments. 7. Measure each line type separately. 8. In the event LASERLUX is not available, the Engineer may require the use of the portable retroreflectometer or establish an alternative w evaluation plan. Contents of Retroreflectivity Report The Report shall consist of: State Project number. Trunk Highway number. Test date. Geographical location of the test sites}, including distance from the nearest permanent site identification, such as a reference point. Identification of the pavement marking material tested: type, color, age, and transverse location on the road. Identification of the retroreflectometer. Remarks concerning the overall condition of the lines, messages and symbols such as carryover of asphalt, uneven distribution of beads, etc. Average of the readings for each test segment with one standard deviation calculated. Average of the readings for each t e of messa e and s mbol yp g y . Page 9 of b TR1669.r1 January 16, 1998 MINNESOTA DEPARTMENT OF TRANSPORTATION ~, SPECIFICATION HIGH SOLIDS WATER BASED TRAFFIC PAINT I. SCOPE This specification covers fast-dry white and yellow acrylic latex traffic marking paints for use with drop-on glass beads for application on concrete and bituminous pavements at spray temperatures of up to 160°F. When applied with glass beads at pavement temperatures -above 50°F and at relative humidities of up to 75 percent, the paint shall dry to a no-track condition within 3 minutes. The paints shall be free of lead, mercury, cadmium, hexavalent chromium or any other toxic heavy metals. This paint is intended for use with dual coated drop-on glass beads, having both a silicone '/ moisture resistance coating and a silane adherence coating. Glass beads are to be applied ^ at a rate of eight pounds per gallon. I1. GENERAL REQUIREMENTS 1 1 A. Quality The paint shall be formulated from first-grade materials and shall be suitable in all respects for application at elevated spray temperatures with drop-on glass beads using conventional traffic striping equipment. The finished paint shall be smooth and homogeneous, free of coarse particles, skins or any other foreign materials that are detrimental to its application or appearance. B. Package Stability Within a period of twelve months from the time of delivery, the paint shall not cake, settle, liver, thicken, skin, curdle, gel or show any other objectionable properties which cannot readily be corrected with minimal stirring. Any paint with properties that make it unsuitable for use within the specified twelve months shall be returned to the supplier for credit. It shall be the manufacturer's responsibility to add sufficient anti-settling agents, stabilizers and other additives to insure proper storage stability. 1 Mn/DOT High Solids Water Based Traffic Paint January 16,1998 C. Manufacturing and Packaging Manufacturer shall be capable of producing paint in batches of 1,000 gallons or larger. The paint shall be screened with a 40 mesh or finer screen to remove any coarse particles, skins or foreign material The paint shall be packaged in lined, new 55 gallon or 5 gallon containers as specified. To prevent formation of "skins", the manufacturer shall use a "float" of ammonia water on the paint surface, or a "floating type" plastic liner on the top of the filled container, or some other means that will effectively prevent skinning. Drums shall be Full Removable-Head Universal meeting the requirements of DOT-17H; covers shall have one 2-inch and one 3/4 inch fitting. Each container shall be marked with the manufacturer's name, type-of paint, batch number, date of manufacture, gross weight and container weight. II1. SPECIFIC REQUIREMENTS Properties of the finished paint. The exact composition of the paints shall be left to the discretion of the manufacturer, provided the finished paint meets the requirements of this specification. The vehicle shall be composed of a 100% acrylic polymer such as Rohm and Haas E-2706, or an approved equal Wgt per gal, 77°F, Ibs, min Viscosity, Krebs Stormer, 77°F, K.U. Grind, Hegman, minimum Total Solids, % by weight, minimum Non-volatile vehicle, % by weight, minimum Pigment, % by weight Titanium Dioxide, white paint, Ibs/gal, minimum Dry Time,12 mil wet film, @ 65% RH, minutes, max Dry Through, @ 90 % RH, minutes, max Daylight Directional Reflectance, white, minimum Daylight Directional Reflectance, yellow, minimum Contrast Ratio, minimum Bleeding Ratio, minimum 12.0 80 - 100 73 43 45 - 62 1.0 12 130 83 50 0.98 0.97 1 ~7 i 1 L~ Mn/DOT High Solids Water Based Traffic Paint Flexibility and Adhesion Water Resistance Settling Skinning, 48 hrs Track Free Time, minutes, maximum pH, minimum Lab Retro-reflectivity, white, minimum, mcd/m2/lux Lab Retro-reflectivity, yellow, minimum, mcd/m2/lux Field Retro-reflectivity, white, minimum, mcd/m2/lux Field Retro-reflectivity, yellow, minimum, mcd/m2/lux January 16, 1998 No cracking or flaking No blistering or loss of adhesion Rating of 6 or better None 3 9.6 300 200 275 180 Organic Yellow Pigment. The prime pigment in the organic yellow paint shall be Colour Index Pigment Yellow Number 65 or Number 75. Color. The color of the dry white paint shall be a pure flat white, free of tint. The color of the yellow paint shall closely match Color Number 33538 of Federal Standard 595 and shall conform to the following CIE Chromaticity limits using illuminant "C" x 10.470 10.485 10.520 10.480 y 10.440 1 0.460 10.450 10.420 Heavy Metals. The white and organic yellow paints shall be free of lead, mercury, cadmium, hexavalent chromium and other toxic heavy metals as defined by the United States Environmental Protection Agency. IV. TESTING Weight Per Gallon Viscosity Fineness Of Grind Total Solids Total Pigment Titanium Dioxide Dry Time(12 mils wet) Daylight Directional Reflectance Confrast Ratio(15 mils wet) Bleeding Ratio Color pH Retro-reflectivity ASTM D 1475 ASTM D 562 ASTM D 1210 ASTM D 2369 ASTM D 2371 ASTM D 4563 ; D 1394 ASTM D 711 (modified) ASTM D 2805 ASTM D 2805 Federal Specification TT-P-85 ASTM D 2805 ASTM E 70 Mn/DOT Method 3 Mn/DOT High Solids Water Based Traffic Paint January 16,1998 ~~ ,~ o Flexibility and Adhesion. Appl~r 15 mil wet film thickness to 3 by 5 tin panel. Dry at 77 F for 24 hrs followed by 2 hrs at 122 F. When bent over a 1/2" mandrel the paint shall adhere firmly without evidence of cracking or flaking. Water Resistance. Apply 15 mil wet film thickness to 4" by 8" glass .plates; dry at 77°F for 72 hrs. Immerse in distilled water at 77°F for 24 hrs. Allow to air dry for 2 hrs on a flat surface. Paint shall show no blistering or loss of adhesion. Skinning. .After 72 hrs in a tightly sealed 3/4 filled container, the paint shall be free of lumps and skins when strained through a 100 mesh screen. Settling. A homogeneous sample of paint in a full one-pint friction-top can shall be inverted for one hour to insure a complete seal between the cover and body of the can. After one hour the can shall be placed upright in a 120°F oven. After 5 days the can shall be cooled to room temperature for 4 hours. When evaluated according ASTM D 869, the degree of settling shall have a rating of 6 or better. Track Free Time. When applied under the following conditions, the line shall show no visual tracking when viewed from 50 feet after driving a passenger vehicle over the line at a speed of 25-35 mph. Fifteen mils wet film thickness. Eight pounds of glass beads per gallon of paint. Paint temperature at nozzle between 110 - 160° F. Pavement temperature of 50 to 120° F. Dry Time. Tested according to ASTM D 711, except wet film thickness shall be 12+1 mils. The applied film shall be immediately placed in an humidity chamber controlled at 65±3 R.H. and 72.5±2.5°F and with minimal air flow. Dry Through. The film shall be applied to anon-absorbent substrate at a wet film thickness of 12+1 mils and placed in a humidity chamber controlled at 90±5 % R.H. and 72.5±2.5°F. The Retro-reflectivity. The lab will draw three - 4 inch wide lines, with wet film thickness of 15±1 mils. Glass beads will be dropped on at a rate of 8 pounds per gallon. A total of 3 readings will be conducted on each sample with a 30 meter geometry LTL 2000. The average of those 9 readings will be the retro-refectivity of the system (paint and beads). The Field studies will be conducted using a 30 meter geometry Laserlux®. These studies will be conducted at random throughout the year. ' dry through time shall be determined according to ASTM D 1640, except that the pressure exerted shall be the minimum needed to maintain contact with the thumb and film. V. MANUFACTURERS CERTIFICATION Cl Mn/DOT High Solids Water Based Traffic Paint January 16, 1998 Manufacturer shall submit certified test results with each batch of paint produced for use in Minnesota under this specification. Tests conducted on each batch shall include; weight per gallon, viscosity, and drying time. Testing for all other parameters in this specification shall be carried out annually at the start of production. Certified test results shall be promptly submitted to the Mn/DOT Materials Laboratory at 1400 E. Gervais, Maplewood, Minnesota, 55109. VI. SAMPLING All paint manufactured under contract for Mn/DOT shall be inspected at the factory by MnIDOT personnel or representatives at a frequency determined by Mn/DOT. When the place of manufacture is located outside the boundaries of the State of Minnesota, the manufacturer shall bear all costs of sampling and plant inspection. For paint ordered by private contractors for use on Minnesota aintin contracts, the p 9 manufacturer shall submit aone-pint sample of each batch along with a letter certifying the sample represents the full manufactured batch. The department reserves the right to base acceptance upon samples taken at the point of delivery or from a contractors supply. Sample size shall be one pint. [1 r] 0 1 1 1 L SCOPE January 16, 1998 MINNESOTA DEPARTMENT OF TRANSPORTATION SPECIFICATION DROP-ON GLASS BEADS This specification covers treated glass beads for reflectorizing traffic marking paint. ~ II. GENERAL REQUIREMENTS Beads for use with solvent-based paints will have a "dry flow" type surface treatment. Beads for use with water-based paints will have a dual surface treatment consisting of a moisture resistant silicone treatment, and a silane adherence surface treatment. Beads for use with epoxy paints will have a moisture resistant silicone surface treatment. The beads will be made from clean colorless transparent glass. They will be smooth, spherically shaped, and free from milkiness, pits, excessive air bubbles, chips and foreign material. The beads will be suitable for application using conventional striping equipment, and will produce a retro-reflectorized line when viewed at night with automobile headlights. III. SPECIFIC REQUIREMENTS The glass beads will meet the requirements of AASHTO M 247 Type 1 "standard gradation" except the beads will have a minimum of 80 percent true spheres. The dual treated beads will meet the moisture resistant requirements of AASHTO M 247 Section 4.4.2 and pass the adherence treatment Dansyl Chloride Test. The moisture resistant silicone treated beads will meet AASHTO M 247 Section ' 4.2.2. r~ Mn/DOT Glass Beads January 16, 1998 IV. SAMPLING AND TESTING A. SAMPLING The beads will be sampled at the rate of one sample per 4,000 kg (10,000 lbs) of beads. For beads shipped in 22 kg (50 lbs) bags a sample will consist of two bags selected at random and reduced to approximately one quart using a sample splitter. For bulk shipments, sampling will be by means of a perforated tube type "sampling~- thief." Three samples from each of three separate containers will be combined for one sample.. B. TESTING Testing will be according to the requirements of AASHTO M 247. Adherence coating will be tested by the Dansyl Chloride Method on file at the Mn/DOT Materials Laboratory. Retroreflectivity will be determined by the Mn/DOT Method. 1. 3 draw downs (100 mm wide, 15 mil wet thickness) will be conducted in the lab for each color of paint. 2. Glass beads will be dropped on at a rate of 3.6 kg (8 lbs) per gallon. i 3. 3 readin swill be taken er draw down. "" g P 4. The average of those 9 readings will be the retroreflectivity of the system (paint and beads). Roundness will be determined by the Mn/DOT Method detailed below. Mn/DOT Method for Determining Roundness of Glass Beads. 1. Reduce sample to 25 to 50 grams by means of a sample splitter. Weigh to the nearest 0.01 grams. ' 2. Split the reduced sample into two fractions using a 297 µm (No. 50) sieve. 3. To separate rounds from imperfects, a smooth, 30 mm by 45 mm (12 in by 18 in), inclined glass or aluminum plate is used. The plate is inclined at approximately 3 degrees for the +297 µm (+50) fraction and at approximately 10 degrees for the -297 µm (-50) fraction. 1 1 s Mn/DOT Glass Beads January 16, 1998 Slowly apply part of the beads to the top of the plate. Tap the plate with a wooden pencil or brush to cause round beads to roll down the incline into a collecting pan. Brush the remaining beads into a separate collecting pan. Continue with small applications until the entire sample is processed. Repeat the process with beads that rolled off plate at least three times for the +297 µm (+50) fraction and at least four times for the -297 µm (-50) fraction. 4. Weigh the separated fractions of round beads and calculate percent rounds. V. PACKAGING Unless otherwise specified the beads will be packaged in moisture-proof multi-wall shipping bags. Each container will be marked with name and address of the manufacturer, type of moisture treatment, batch number and date of manufacture. The containers and contents will be delivered in a good, dry condition. Any beads not- meeting the requirements of this specification or delivered in an unusable condition will be rejected. 3 ~ ~ ,~ ., u 1 ~` d `U 3 ~ + ~ Q o ~ y~. 3 t+1. U V a ~ N £ ~ Q L y ~~ ~' U I/1 .~-l c~,k~ac a p-~~ '~ c N t~ °' ~ `' t~~~am t x~ ~~ air N ~^ w~ oo ~ GL.. M ~ M ~ ~-s-fir 1 4 Z ~ --~-~ ~~N ~~ .. ~~ - P N ~~ W ~--+ J O m ~~~~ N ;~ N 1` ro C _ ~ l" Ql-{- ~' cn C¢3 _ m ~~_ J ~ t N Li ~; j 9 ~~ ~~~x-~ ~~P~~~ £I~CLOSUR£ STTC 1-12-94 P _ 1 OF 7 m Z ~ U Q N _ ~ m N ~ ~{ O d •- ~ ~ ~.. m a ~ o n ~ (Y ! v d , N ~! d n ~ ~~ m. c ~ ~ ci ~ N ~ ,-'/ U 1] ~ C ~ . C C !~ C ^ C - O j m ~ C 6 , ~ m ~ ~ ~ ~~ ~ ~ C m ~ W Y N ,,^^ vJ~ ~ ~ ~ m a ~ E `° m ~ i a Q v `o d L; _ ~ N ~ ~ z' , w (~ ~ ~ C ~ ~ to ~+ °~ c ~ `~, u ° __ ~ 3cv ~ L ON ~ o .- ~ x '~ ~3 Q~~ r r, ~~~~ ~ ~ ~~ d ~ ~ ~_~~ M N _ EtaCLO5URE STTC ' 1-12-94 p . 2 OF 7 GENERAL GUIDELINES Minimum Minirtum Number Lame Minimum 'type Minimum Size of Lamps Candlepower Legibility Distance A 24" x 48" 1 2 1 QOO yz Mile g 30" x 60°' 13 7000 ~/a Mile C 48" x 96" 1 5 8800 1 Mile BOARD COLOR -Non-reflective black MINIMUM MOUNTING HElGH7 - 7 fett to the bottom of the pane( except vehicle mounted boards may bt 6 feet. OPERATION MODES - (i) Left Arrow (2) Right Arrow (3} Left and Right Arrow (4) Caution (4 or more tamps which do not indicate any direction) DIMMING GAPABit.tTiES - Provizion to reduce lamp voltage to 50 percent (* 5%) for night and reduced light operation. FLASHING RATE -Not less than 25 nor more than 40 times per minute. WHEN THE FLASHING ARROW BOARD ISLOCATED IN THE TRAF- FIC LANE ON HIGH SPEED STREETS OR' HIGHWAYS, A SLACK ON ORANGE AR-ROW SIGN SHALL BE USED EXCEPT ON MOBILE OPER- ATIONS. GENERAL USAGE TYPe A recommended for low-speed (0-35 mph) urban streets. TYPe t3 and/or C required for all high-speed (40 mph or greater) roadways. Arrow Mode shall be used only to designate lane closure. .fudgment zhould be exercised in selecting the "TYPe" of arrow board for the particular location and actual work situation. On divided highways, arrow boards should be placed on the roadway shoulder at the start of the taper or upstream of the start of the taper rather than centered in the closed lanes in the middle of the taper. Where the shoulder is narrow. the board may encroach on tfie traveled lanes down- stream of the start of the taper only to the extent necessary. FIGURE 10 Flashing Arrow Boards 1 1 1 1 f 1 1 1 1 1 1 1 1 1 1 1 ,-~ , ENCLOSURE STTC ~:JTES: 2-24=94 L Alt vehicles shop disaloy 2-360 P . 3 OF 7 oepree floshinp Iighrs or _ Strobes. ' .. 2. The odvonce worninp orrow poneis shop be type B or tYDe C. i i 3. the spocinq and toterol position of the vehicles shop be determined by the ~ ~ field supervisor. DIRECTION OF TRAVEL i ~'~ G ~ ~ ~ ~ ~~ `' " i Z ~,rutL,~-~, _ ~ llltrt 13M j WfTH GRE ( ~•- ( _ . o ~ ~ 1 ( J `v r ~ :~ ~ ~. C ~. ~ .. lxne ~ ~ ~ ~ ~~,urrr - ~' r~ss 1 N wcrx U7tE 1 J i W ~ W o ~ i f,,~ Z 1- iKt~/119N1 •-+ VYET -AIM ~ , ~ ~ r~ss ------j ~ vv~ c~aE FRONT FACING SIGNS ~' ~ ~ REAR r= ACING SIGNS Fi ure 2 -CENTERLINE - EDGEL.INE STR~?(NG 9 TWO OR THREE VEHICLE STRIPER Ti~~(N TWO-LANE TWO-WAY STREET OR HIGHWAY --- -- II ~~ ENCLOSIIRE STTC , NOTES: 2-24-94 ' i. Att vehicles shop disDtoy 2-360 P . 4 OF ? I degree ffoshtnq tights or strobes. 2. The odvonce worninq orrow ponels shoo be type B or type C. 3. The spoctnq and toterol position of the vehicles shott be determined by the field supervisor. ~~ Z ~ ~~. ,~ 0 J_____ I o ~ ~ F-- ixna ~n~t ~ O ~- . . ~ . J FRONT .FACING SIGNS 1 DIRECTION OF TRAVEL ~ ~ ~ ~ i i I 1 - --f-- --f--- 1 I 1 ~I ~ ~ i ~ ------ ~ ~~ 1 ~7 I I 0?TIONAL c ~ ARROwaoARD ~ vrEr -~a~r ?OSiTION r t/') r~ss M4tST1{ GRE W J v > ~ t c: w£r ~~ ~~ < wmt ~ f- RcAR FACING SIGNS Figure 5 -CENTERLINE -LANE LINE STR[P1NG TWO OR THREE VEH[CLE STRIPER TRAIN FOUR LANE UNDIVIDED STREET - OR HIGHWAY _ -- ENCLOSURE STTC NOTES: 2-24-94 1, Alt vehicles shop disploy 2-560 P . S OF 7 degree floshinq lights or ~ ~ strobcs. ... ' 2. The odvance warnlnq arrow ponels shoal be type B or type C. 3. The spocinq and toterol posltlon of the vehicles shoal be determined by the field supervisor. DIRECTION OF TRAYEI ' I I ~ -------- ---I-- -~-- - ~ -------i 1 -~ ~, ( ( ~ ' -~ss ' ~ lxnr! t3M I I W wrrx GRf 1 l - --- i o -I - I o ( ~ ( t J i i I I _. I I I 1 • `~' sxrr~ s~ ~ c . C was ~~~urtr ~- I I ~' "`~ _ wnt, cum I I 1 J ----- ~ I z 1 ~ o i I ,,., itrtv113nn ( Z wEr ~rNrcr C" ( "~ SASS O Q m7f{ CARE rRONT FACING SIGNS ~ I ~' ~ I Q REAR FACING SIGNS _ _ G Flgure 7 LAt;~E LINE EDGE LINE STRIPIN TWO OR THREE VEHICLE STRIPER TRAIN FOUR LANE UNDIVIDED STREET OR HIGHWAY - -- ENCLOSURE STTC '~ t;QTES: 2-24-94 1. Ap vehicles sholi dispioy 2-360 P. 6 OF 7 degree floshinp pghts or Strobes. . 2. the odvonce worninq arrow ponets shop be type B or -type C. 3. The spocinq and lateral ' position of the vehicles shop be determined by the field supervisor. r PRIMARY. POSITION DIRECTION OF TRAVEL ~I~I 1 I ~ I ~;; , ~r•~: ( ` I i \ 1. I '~: / I ~ ~ ~J,.' ~'S ~~~ 4~4~4 PRIMARY ALTERNATc POSITION POSITION SIGNS SIGNS sia '~~ ~ Z weT rurtr r+~7 rurrr I O r~ss ~~~ ~~ c > ALTERNATE POSITION w y W Z _J wEr ruKr wEr rurrr rwss ~~ wrTx c~ REAR FACING SINS Figure 8 - tr4NE LINE STRIPING -THREE VEHICLE STRIPER TRAtN MULTI-LANE DtVtOED STREET OR HIGHWAY ' NOTES: i. Afl vehicles shoe dispioy 2.360 degree floshlnq Itghrs or strobes. 2. The odvonce worninq orrow ponets shott be type B or type C. 3. The spoctnq and loterot position of the vehicles hotl be determined by the field supervisor. S DIRECTION OF TRAVEL U ' ~ ~ ^~ { ` ~~ - _ ~ 'I PRIMARY POSITION ~ ~-"i I . U ~ U i i_ C u r- N w J V LtJ C.7 Z .~~ d C --- ENCLOSURE STTC 2-24-94 P. 7 OF 7 PRIMARY ALTERNATE POSITION POSITION SIGNS SIGNS r-------------~ ~ i Z wEr r,uxr wsr r,~rrr i ~ t/lS5 F- M1R}I GltE '~ O ALTERNATE POSITION wET rNrrr WE7 rAtM r~ss ,..,,,~..1~ REAR FACING SIGNS Figure 9 -LANE UNE -EDGE -LINE STRIPING THREE VEHICLE STRIPER TRAIN. DIVIDED STREET OR HIGHWAY ~.. iI 1 1 1 ~l i ~~ [l 1 L fl SECTION 02892 TRAFFIC SIGNS AND DEVICES (MN/DOT 2564) PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Providing sign panels, posts and other devices for traffic control and street identification. 2. Relocating inplace sign panels and posts. 3. Removing and salvaging inplace sign panels, posts and mounting hardware. B. Products Installed But Not Furnished Under This Section: 1. Owner will furnish street name sign panels for installation by Contractor. (Contractor will provide posts, brackets and mounting hardware.) C. Method of Measurement: 1. Measure sign panels for Furnish and Install Sign Panels - Type C by areas in square feet based on the nominal panel dimensions. 2. Consider posts and hardware required to mount each sign panel, and providing fabrication stickers, as incidental to Furnish and Install Sign Panels -Type C. 3. Measure installation of street name signs (Install Sign -Type Special) as a unit at each installation, including furnishing and installing of post, bracket, and mounting hardware, and installation of Owner furnished sign panels. 4. Measure Install Signs (Type C) as a unit at each installation, including reinstalling of inplace sign panels, and furnishing and installing new sign posts and mounting hardware. ~. ivleasure Salvage Signs (Type C) as a unit at each installation, including removing and salvaging of sign panels, posts and mounting hardware. 6. Measure Permanent Barricades as a unit at each installation. D. Basis of Payment: 1., Payment for acceptable quantities of traffic signs and devices shall be at the Contract Unit Price as listed on the Bid Form. All associated Work items shall be considered incidental. 1.02 REFERENCES A. Mn/DOT 2564 -Traffic Signs and Devices B. Mn/DOT 3352 -Signs and Markers C. Mn/DOT 3401 -Flanged Channel Sign Posts D. Mn/DOT Standard Signs Manual E. Minnesota Manual on Uniform Traffic Control Devices (MMUTCD) F. Minnesota Traffic Engineering Manual. G. Mn/DOT Standard Plate No. 8002G - PermanentBarricades PART 2 PRODUCTS 2.01 MATERIALS A. Sign Panels: L Provide in accordance with the latest Mn/DOT Standard Signs Manual, the Minnesota Traffic Engineering Manual, the MMUTCD, the Plans, Mn/DOT GJ04, and as follows. 2. Fabricate in accordance with the following: 2004 Prairie Run Traffic Signs and Devices A-ALBEV 0409 02892 - 1 1 L~ a. Sign base material: Sheet aluminum left edge of the first conforming to material requirements ,character to the extreme of Mn/DOT 3352.2A1a. right edge of the last ' b. Sign face and legend material: Wide character. The remaining Angle Prismatic Retroreflective information given for each Sheeting for Visual Impact line consists of letter sizes, Performance (VIP), as manufactured letter series, arrow sizes, by 3M Company. arrow position, overlay 3. Wll-1, W11-2, 51-1, S2-l, and 53-1 sizes, etc., and is given in sign panels: Fluorescent yellow green in order from left to right as color, fabricated using VIP sheeting. they appear in the line of 4. Fabrication of Type D Sign Panels: copy. The figures a. In addition to the above-mentioned immediately preceding the fabrication specifications, fabricate .word "ARROW" give the Type D signs as follows: arrow sizes, and the figures b. Sign panel layouts are dimensioned immediately following the as follows: word "ARROW" give the 1) Vertical Dimensioning: arrow position in degrees a) The vertical dimensions counterclockwise from a given are for the legend right horizontal reference components having the line. The numeral size largest vertical dimension in immediately following the , the particular line of copy. overlay designation is the Other legend components size of the numerals within are centered on the larger the overlay. Abbreviations , legend component unless used in the sign panel recap indicated otherwise. are: 2) Horizontal Dimensioning: a) The horizontal dimensions R = RADIUS given are to the tenth of an MOD = MODIFIED inch and are cumulative B = BORDER ' representing the distance NUM = NUMERAL from the left edge of panel OL = OVERLAY to the extreme left edge of the legend component. 5. Provide sign panels (legends, sizes, ' 3) Sign Panel Recap: quantities) as shown in the Plans. a) A sign panel recap is given 6. Package, deliver; store and install sign below each sign panel panels in accordance with the ' layout. The first line retroflective sheeting manufacturer's directly below the panel gives the horizontal panel recommendations. dimension, vertical panel B. Traffic Sign Posts: dimension, border radius, 1. Provide 3.0 pounds/foot galvanized and border width in that flanged channel sign posts conforming order. The remaining lines to Mn/DOT 3401. describe each line of legend 2. Provide quantity of sign posts at each in order beginning with the installation in accordance with the , top line. The first figure Plans. appearing after the line 3. Provide sign structural components for number is the total length of mounting sign panels (including posts, the copy from the extreme knee braces, etc.) in accordance with the , Traffic Signs and Devices 2004 Prairie Run 02892 - 2 A-ALBEV 0409 applicable provisions of the Plans, the 2) Bracket assembly shall be Lyle Minnesota Traffic Engineering Manual E-450 or Engineer approved and with the details enclosed in the equal. Plans. 3) Ornamental top nut. 4. Determine length of sign posts in 3. Sign Panels: Note to Spec Writer - accordance with the following sign Include This Only If Contractor to panel mounting height guidelines Furnish Sign Panels provided in these Special Provisions. a. Fabricate from sheet aluminum conforming to material requirements ' C. Fabrication Stickers: of Mn/DOT 3352.2A1a. 1. Screen a fabrication. sticker and affix to b. Sign face material shall be reflective backside of each new Type C sign panel in lower right-hand corner (when facing sheeting conforming to requirements of Mn/DOT the back of the sign). 3352.2A2b. 2. Provide full size mock-up (minimum 1- c. Panels shall be reflectorized (9-inch 1/2 inches by 3 inches) of sticker to or 6-inch wide) Standard Sign Engineer for written approval prior to Green Color, with screened (6-inch producing any stickers for the Project. or 4-1/2-inch) upper case Type "C" 3. Produce fabrication sticker in white letters. The words "AVE", accordance with the following: "ST", "BLVD", "DR", and "N" a. Colors shall be black legend on shall be smaller upper case white white reflectorized background. letters. b. Month and year of fabrication of the d. Legends shall refer to appropriate sign panel shall be punched out street name and shall be approved prior to installation of sticker on by Engineer before fabrication. ' sign panel. e. Sign assembly shall consist of c. Fabrication sticker shall be similar 4 single face sign plates, sign to example shown below, unless bracket assembly, sign post and any otherwise approved by Engineer. additional hardware necessary to provide a complete unit. Sign Company Name f. Wording of street name signs shall ' and Address Here be as follows: See Plans E. Delineators: Month 1 2 3 4 5 6 7 8 1. Reflective sheeting reflectors shall 9101112 conform to the requirements of ' Year 03 04 OS 06 07 Mn/DOT 3351.2A8b. 2. For Delineator Type IXB (X4-2), which D. Street Name Signs: is Standard Sign No. X4-2 contained in 1. Post: the Mn/DOT Standard Signs Manual, a. Provide round galvanized steel pipe Note 3 shall be deleted. ' as follows: 1) 2-3/8-inch outside diameter. 3. The yellow reflective sheeting reflectors shall conform to the requirements of 2) 0.080-inch minimum wall Mn/DOT 3352.2A8b. thickness. 2. Mounting Hardware: F. Permanent Barricades a. Provide galvanized steel assembly 1. Furnish and install in accordance with units as follows: Mn/DOT Standard Plate No. 8002G. ' 1) Post cap with alien set screws or lock sere :vs 2004 Prairie Run Traffic Signs and Devices ' A-ALBEV 0409 02892 - 3 depth. Any post bent or damaged during such post driving operations shall be PART 3 EXECUTION removed from the site and replaced at no ' expense to the Owner. 3.01 INSTALLATION 11. After installation of the sign post in the drilled hole, void areas shall be filled A. Traffic Signs: with backfill material which shall be 1. Mount all sign panels on flanged channel sign posts, or as otherwise selected earth or sand and free from rocks and excessive organic material. ' shown in the Plans. Upon placement, backfill material shall 2. Install posts vertically and plumb. be moistened and thoroughly 3. Install signs in the locations shown compacted. ' approximately on the Plans. 4. Exact locations will be determined in B. Street Name Signs: the field by the Engineer. 1. Top mount sign with post cap bracket 5. Install each Type C sign panel to meet assembly and grip. Mount additional the following mounting height sign(s) with separator and grips as requirements: required. a. The minimum mounting height specified in the MMUTCD. Top mount signs with a bracket b. Mounted at least 7 feet above the assembly (Lyle E-450 or approved adjacent sidewalk or ground line. equal). c. Top of Type C signs (excluding secondary signs) shall be 9 feet (minimum) above the adjacent 2. Install posts 30 inches below ground level in concrete footings. sidewalk or ground line (measured 3. Provide 8-foot clearance between perpendicular to the ground line or ground level and lowest sign panel. sidewalk). 4. Install posts vertically and plumb in the ' 6. The edge of the sign panel shall be locations shown approximately in the mounted a minimum of 2 feet from the Plans, or at locations as directed by the curb face or adjacent traveled roadway Engineer. ' (6 feet from shoulder break or curb face 5. Exact locations will be determined in on rural highways; 8 feet from shoulder the field by the Engineer. break or curb face on rural freeways and 6. Where Type C Sign panels are to be expressways). installed on street name sign posts, ' 7. Sign faces shall be vertical. provide minimum 12-inch clearance 8. To avoid specular glare, sign faces shall between top of Type C Sign panel and be mounted at approximately 93 degrees bottom of street name sign panel. ' from the traveled roadway. 9. Mounting holes in sign panels shall be punched in accordance with the details 3.02 SALVAGE AND INSTALL SIGN PANELS on Page Numbers 108-111 of the Mn/DOT Standard Signs Manual, and in A. Salvage inplace sign panels, posts and accordance with the Plans. However, the mounting hardware as directed by Engineer. number of posts shown on the signing charts in the Plans shall govern the B. Install salvaged sign panels, posts and punch code used for each sign panel. mounting hardware at the locations shown in ' 10. If difficulty is encountered in driving a the Plans. stub post to the embedment depth required, the post shall be removed and C. Provide new sign posts and mounting a hole drilled to the required embedment hardware for each relocated sign panel in ' Traffic Sig ns and Devices 2004 Prairie Run 02892 - 4 A-ALBEV 0409 , 0 accordance with Section 2.OlB of these En ineer (note - notif agency at least 3 g y Special Provisions= working days prior to delivering materials). ' D. Do not remove any inplace signs unless E. Do not remove inplace sign panels or either construction deems it necessary or as materials unless either construction deems it ' approved or directed by Engineer. necessary, or as approved or directed by Engineer. E. Should signs .need to be removed prior to them being ready to be installed at their new F. Should signs and posts need to be removed 1 locations, relocate and mount signs prior to their final removal from the site, temporarily to the satisfaction of the relocate (as directed by Engineer) and mount ' Engineer. the necessary signs temporarily. F. If a sign panel or post is damaged during G. Where it is necessary to remove "Stop" or salvaging and reinstallation, replace the prohibition signs on roads open to traffic damaged sign panel and/or post with a new prior to installation of new signs, provide sign panel and/or post (which shall be in either qualified flagpersons or relocate or accordance with the Mn/DOT Standard remount temporary signs as necessary, prior .Signs Manual for that particular sign, or as to leaving the area. 1 directed by the Engineer), at no expense to the Owner. H. Materials deemed non-salvageable by the Engineer shall be removed completely and G. Any damaged inplace sign panel and/or post disposed of outside of right-of-way in any shall be brought to the attention of the manner that the Contractor may elect subject Engineer prior to removal so that to the provisions of Mn/DOT 2104.3C3. replacement by the Contractor will not have to be made. I. A visual inspection shall be made at the job site prior to salvage and again at the storage H. Installation of salvaged sign panels and site by the Engineer or Engineer's posts shall be in accordance with Section representative and any damage to the 3.OlA of these Special Provisions. salvaged materials during the salvage and hauling operations shall be repaired or 3.03 SALVAGE SIGN PANELS replaced at no expense to the Owner. ' A. Salvage inplace sign panels, posts (including the stub post) and mounting hardware END OF SECTION (without further damage) as directed by Engineer. B. Inplace nuts, bolts and washers shall be removed in such a manner so as not to damage sign panels. If Contractor damages a sign panel, a deduction of the salvage value of the sign panel will be made. C. Any damaged inplace sign panel shall be brought to the attention of the Engineer prior ' to removal so that a deduction is not made. D. Deliver salvaged items to the proper agencies (list agencies here) as directed by 2004 Prairie Run Traffic Signs and Devices ' A-ALBEV 0409 02892 - 5 SECTION 02905 ' LANDSCAPE WORK ' d. Payment for seeding shall include PART 1 GENERAL seed, mulch, disc anchoring of mulch, and fertilizer. 1.01 SUMMARY 5. Water: Water for turf establishment will be considered incidental. A. Section includes: 1. Topsoil 1.02 REFERENCES 2. Sodding 3. Seeding 4. Nursery Stock A. Minnesota Department of Transportation Specifications 2000 Edition. These shall 5. Landscape Accessories apply as applicable and except as may be a. Mulching b. Commercial fertilizer otherwise specified herein. c. Weed barrier B. ANSI 260.1 "American Standard for d. Disc anchoring Nursery Stock. ' e. Stakes and guys 6. Modular block retaining wall 1.03 DELIVERY, STORAGE, AND HANDLING B. Related Sections: 1. Section 02100 -Site Preparation A. Storage and Protection: 2. Section 02370 -Erosion Control 1. Protection: Protect materials before, during and after installation. Protect ' C. Payment installed work and materials of other 1. Protection of existing trees and shrubs, trades. including all necessary materials and 2. Damages resulting from work: labor, shall be incidental. Immediately repair or replace as 2. Payment includes maintenance, repair, necessary to acceptance of Engineer at and replacement until acceptable. 3. Payment shall be at the contract unit no additional cost to Owner. price for acceptable quantities and B. Packaged Materials: Deliver packaged include labor, equipment, and materials. materials in containers showing weight, ' All associated work items not otherwise analysis, and name of manufacturer. Protect compensated shall be considered materials from deterioration during delivery, incidental. and while stored at site. 4. Payment for seed will be made per the ' following Schedule: C. Lawns and Grasses: a. When seed is placed, 60 percent of 1. Seed: Deliver in original packages the bid unit price will be paid. bearing a guaranteed analysis. b. When the 30 day maintenance period expires, 95 percent of the bid D. Nursery Stock: unit price will be paid for seed that 1. General: Provide freshly dug trees and meets project Specifications. shrubs. Do not prune prior to delivery c. When an acceptable stand of grass unless otherwise approved by Engineer. has been established, 100 percent of the seed will be paid. Do not bend or bind-tie trees or shrubs in such manner as to damage bark break , 2004 Prairie Run Landscape Work A-ALBEV 0409 02905 - 1 branches, or destroy natural shape. d. 15 percent Perennial Ryegrass Provide protective covering during e. 20 percent Kentucky Bluegrass delivery. Do not drop balled and f. This seed mixture shall be applied at burlapped stock during delivery. a rate of 100 pounds per acre. 2. Coordination: Deliver trees and shrubs after preparations for planting have been C. Nursery Stock ' completed and plant immediately. If 1. Quality: Provide nursery plant stock of planting is delayed more than 6 hours size, genus, species and variety shown after delivery, set trees and shrubs in and/or scheduled complying with ' shade, protect from weather and recommendations and requirements of mechanical damage, and keep roots moist by covering with mulch, burlap or ANSI 260.1 "American Standard for Nursery Stock. ' other acceptable means of retaining 2. Deciduous Trees and Shrubs: Provide moisture. height and caliper scheduled or shown 3. Container-grown stock: Do not remove and with branching configuration , container-grown stock from containers recommended by ANSI 260.1 for type until planting time. and species required. Provide single stem trees except where special forms 1.04 WARRANTY are shown or listed. Provide balled and burlapped stock. Container grown stock A. Warranty through specified maintenance will be acceptable in lieu of balled and period and until final acceptance. burlapped deciduous stock, subject to ' specified limitations of ANSI 260.1 for container stock. PART 2 PRODUCTS 3. Ground Cover: Provide plants , established and well rooted in 2.01 MATERIALS removable containers or integral peat pots and with not less than minimum A. Topsoil: Topsoil will be stockpiled for re- number and length of runners required use in landscape work. If quantity of by ANSI 260.1 for the pot size shown or stockpiled topsoil is insufficient, provide listed. ' additional topsoil as required to complete landscape work. Additional topsoil, if D. La ndscape Accessories required, shall meet Mn/DOT 3877. 1. Mulch: ' a. Meet requirements of Mn/DOT B. Seed (Mn/DOT 3876): Seed shall be tagged Spec. 3882, Type 1. to comply with the requirements of the seed b. Apply to all seeded areas. mixture required herein. c. Anti-erosion Mulch: Clean, seed- ' 1. The seed mixture used on boulevard free salt hay or threshed straw of areas shall be Mn/DOT Mixture No. 270 wheat, rye, oats, or barley. RT spread at the rate of 120 pounds per 2. Commercial Fertilizer: Meet ' acre. requirements of Mn/DOT Spec. 3881. 2. The seed for detention basins shall be 3. Stakes and Guys: Provide stakes and Mn/DOT Mixture No. 340 spread at the deadmen of sound new hardwood, , rate of 90 pounds per acre. treated softwood, or redwood, free of 3. The seed mixture used on boulevard knot holes and other defects. Provide areas shall be special seed mixture "A" wire ties and guys of 2-strand, twisted, ' (Grass Mix) as follows: pliable galvanized iron wire, not lighter a. 35 percent Kentucky 31 Tall Fescue than 12 gage with zinc-coated b. 15 percent SR 3000 Hard Fescue turnbuckles. Provide not less than 'h ' c. 15 percent Annual Ryegrass inch diameter rubber or plastic hose, cut Landscape Work 2004 Prairie Run 02905 - 2 A-ALBEV 0409 , r to re uired len the and of uniform color q g S. Remove all rocks and stones lar er than g material, and size to protect tree trunks from damage by wires. 3 inches in diameter. 4. Wound Dressing: B. Fine Grading: a. Shellac 1. Immediately prior to spreading seed, b. Asphalt base tree paint rake the surface of the topsoil to loosen 5. Tree Wrapping: Two-ply asphalt cement the soil and smooth out any crepe paper furnished in strips. irregularities 2. Remove rocks 1 inch in diameter and larger and dispose off site. PART 3 EXECUTION 3. Add or remove topsoil as necessary to provide a smooth uniform appearance. 3.01 EXAMINATION 4. Fine grading shall be incidental to seeding, unless a bid item has been A. Examine the subgrade, verify the elevations, included allowing for separate payment. ' observe the conditions under which Work is to be performed. Do not proceed with the C. Seeding: (Mn/DOT 2575) Work until unsatisfactory conditions have been corrected. 1. All seeding operations shall be accomplished with agricultural type 1. When conditions detrimental to plant seed drilUhydroseeder, operating growth are encountered, such as rubble whenever possible at right angles to the e fill, adverse drainage conditions, or direction of surface drainage, or sown obstructions, notify Engineer in field and covered by hand. before planting. 2. Season of planting shall be April 1 to June 1, and July 20 to September 20, B. Notify Engineer 24 to 48 hours prior to unless changes in these dates are delivery of plant material to arrange for accepted by the Engineer. ' inspection. D. Nu rsery Stock: 3.02 INSTALLATION 1. Trees and Shrubs to be Transplanted: a. Excavation of Trees: ' A. Topsoil Placement: 1) Excavate tree with a hydraulic 1. Remove all undesirable weeds as tree spade. directed, 2) Burlap and wire the root ball ' 2. Construct 5 inches of topsoil cover. Use immediately upon excavation. existing topsoil in the lower portion of b. Storage of Trees and Shrubs: the 5-inch list and top-dress with topsoil 1) Stand the tree or shrub upright. borrow. 2) Cover the entire root ball with 3. Fill holes, depressions, and rivulets to a wood chips. smooth finish grade. The finish grade 3) Entirely soak the root ball. ' shall allow. for a smooth match with 4) Keep the root ball wet. existing sod. The top of the area to be 2. Excavation: seeded shall be flush with the top of a. General: Excavate pits, beds, and adjacent curbs, driveways and walks. trenches with vertical sides and with 4. The rough grade of the topsoil shall be bottom of excavation slightly raised within a tolerance of 0.1 foot of finished at center to provide proper drainage. grade prior to commencing with fine Loosen hard subsoil in .bottom of grading operations. Topsoil placement excavation. shall be accepted by the Engineer before b. Balled and Burlapped: For balled spreading seed. and burlapped (B&B trees and shrubs), make excavations at least 2004 Prairie Run Landscape Work A-ALBEV 0409 02905 - 3 i~ F half again as wide as the ball e. Apply lime only where soil pH is diameter and equal to the ball depth, less than 6.5 based on moist soil test plus 3 inch thick setting layer of taken every 1000 square feet. planting soil mixture for setting of 2. Weed Barrier: Lay film continuously ball on a layer of compacted over compacted subgrade prior to backfill. placing gravel. Overlap edges 4 inches ' c. Container: For container grown at joints between sheets. stock, excavate as specified for 3. Disc Anchoring: balled and burlapped stock, adjusted a. Anchor mulch with a disc which ' to size of container width and depth. punches the mulch 2 to 3 inches into d. Subsoil Disposal: Dispose of subsoil the soil. removed from planting excavations. b. Anchor mulch immediately after ' Do not mix with planting soil or use placement. as backfill. e. Pre-planting Watering: Fill 3.03 MAINTENANCE ' excavations for trees and shrubs with water and allow water to A. Begin maintenance immediately after percolate out prior to planting. planting. 3. Planting Ground Cover: a. Space ground cover plants as B. Maintenance of turf areas shall consist of indicated or scheduled, or if not watering, weeding, cutting and trimming, shown or scheduled, not more than and other operations such as rolling, 24 inches on center. regrading and replanting as required to b. Dig holes large enough to allow for establish a good stand of turf, free of weeds spreading of roots and backfill with and other obnoxious grasses and without ' planting soil. Work soil around roots eroded or bare areas. to eliminate air pockets and leave a slight saucer indentation around 1. Apply water to saturate soil to 1 foot depth. Re-water if soaking rain does not ' plants to hold water. Water occur after 3 days. thoroughly after planting, taking 2. Maintain adequate soil moisture in the care not to cover crowns of plants upper 1 foot for 3 weeks after seeding. , with wet soils. Allow soil moisture to drop after 3 c. Mulch areas between ground cover weeks. plants; place not less than 2 inches ' thick. C. Maintain for minimum of 30 growing days after placement. E. Miscellaneous Landscape Work: 1. A "growing" day shall be defined as any 1. Fertilizer: (MnDOT 3881) calendar day exclusive of those days ' a. Determine fertilizer analysis by from June 10 to August 10 and those sampling the salvaged topsoil and days from November 1 to April 15, topsoil borrow and having the subject to adjustments as made by the ' samples tested by an accepted Engineer. The adjustment to the above laboratory. dates will be made by the Engineer after b. Apply at a rate of 400 pounds per no more than 15 days, so as to shorten , acre prior to final soil preparations, the excluded periods when favorable to unless a reduced rate is active growth or lengthen the excluded recommended by the Engineer. periods when conditions are ' c. Apply fertilizer no more than 48 unfavorable. hours prior to seeding. 2. Replace material which has died, is d. Apply fertilizer with drop spreader. damaged, displaced, or weakened to the ' point where its replacement is Landscape Work 2004 Prairie Run 02905 m 4 A-ALBEV 0409 necessar or has become heavil Y Y infected with weeds. Maintain at least 30 growing days. 3. Should the Contractor fail to water, maintain and establish all turf described above, the Owner may choose to hire another firm to maintain the turf. Any costs associated with hiring another firm D. Restore or replace in kind all turf or other facilities damaged by Contractor's operations. END OF SECTION will be deducted from the Contract. 4. Contractor will be held responsible for all plants lost due to acts of vandalism, '~ theft, and rodent damage. D. Seeded areas failing to show a good stand of grass within four weeks shall be re-seeded at Contractor's expense, and shall be maintained until a satisfactory stand of grass .._ has become established. `~ E. Maintain trees, shrubs, and other plants until final acceptance, but in no case, less than 60 days after substantial completion of planting. 1. Maintain trees, shrubs, and other plants by pruning, cultivating, and weeding as required for healthy growth. Tighten and repair stake and guy supports and reset trees and shrubs to proper grades or vertical position as required. Restore or replace damaged wrappings. Spray as required to keep trees and shrubs free of insects and disease. 2. Water on a weekly basis to achieve an equivalent of 1 inch of rain per week minimum. 3.04 CLEANUP AND PROTECTION A. During landscape work, store materials and equipment where directed by Owner or Engineer. Keep pavements clean and Work area in an orderly condition. B. Sweep up spilled fertilizer. Do not apply water. C. Collect and dispose of all excess materials, packaging, and containers. 2004 Prairie Run Landscape Work A-ALBEV 0409 02905 - 5 I ii PART1 GENERAL i.ni SUMMARY SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS A. This Section includes the following: 1. Raceways. 2. Building wire and connectors. 3. Supporting devices for electrical components. 4. Electrical identification. 5. Electricity-metering components. 6. Electrical demolition. 1.02 SUBMITTALS A. Product Data: For electricity-metering equipment. B. Shop Drawings: Dimensioned plans and sections or elevation layouts of electricity- metering equipment. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Devices for Utility Company Electricity Metering: Comply with utility company published standards. C. Comply with NFPA 70. 1.04 COORDINATION A. Coordinate chases, slots, inserts, sleeves, and openings for electrical supports, raceways and cable with general construction work B. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. C. Coordinate electrical service connections to components furnished by utility companies. 1. Coordinate installation and connection of exterior underground and overhead utilities and services, including provision for electricity-metering components. PART 2 PRODUCTS 2.01 RACEWAYS A. RMC: Galvanized Rigid Steel; ANSI C80.1. B. RNC: NEMA TC 2, Schedule 40 PVC, with NEMA TC3 fittings. C. Raceway Fittings: Specifically designed for the raceway type with which used. 2.02 WIRES, CABLES, AND CONNECTIONS A. Conductor Material: Copper stranded complying with NEMA WC 5 or 7. B. Conductor Insulation Types: Thermoplastic, rated 600 V, 75 deg C minimum, Type THW, THHN-THWN, XHHW], OF and USE complying with NEMA WC 5 or 7. C. Minimum conductor size shall be, No. 12 AWG for power and No. 14 for control unless specifically identified otherwise on the plans for low voltage applications. D. Cable: Type suitable for application, with ground wire. Basic Electrical Materials and Methods ALBEV0409.00 16050 - 1 i~ E. Wire Connectors and Splices: Factory- fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. 2.03 SUPPORTING DEVICES A. Material: Cold-formed steel, with corrosion-resistant coating. B. Metal Items for Use Outdoors or in Damp Locations: Hot-dip galvanized steel. C. Materials: Same as channels and angles, except metal items may be stainless steel. D. Pipe Sleeves: ASTM A 53, Type E, Grade A, Schedule 40, galvanized steel, plain ends. 2.04 ELECTRICAL IDENTIFICATION F. Engraved-Plastic Labels, Signs., and Instruction Plates: Engraving stock, melamine plastic laminate punched or drilled for mechanical fasteners 1/1b-inch (1.6-mm) minimum thickness for signs up to 20 sq. in. (129 sq. cm) and 1/8-inch (3.2- mm) minimum thickness for larger sizes. Engraved legend in black letters on white background. G. Warning and Caution Signs: Preprinted; comply with 29 CFR 1910.145, Chapter XVII. Colors, legend, and size appropriate to each application. 1. Exterior Units: Weather-resistant, non- fading, preprinted, cellulose-acetate butyrate with 0.0396-inch (1-mm), galvanized-steel backing. 1/4-inch (6- mm) grommets in corners for mounting. A. Identification Device Colors: Use those prescribed by ANSI A13.1, NEC (NFPA 70), and these Specifications. H. Fasteners for Nameplates and Signs: Self- tapping, stainless-steel screws or No. 10/32 stainless-steel machine screws with nuts and flat and lock washers. B. Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self- 2.05 EQUIPMENT FOR UTILITY adhesive vinyl tape, not less than 1 inch COMPANY'S ELECTRICITY wide by 3 mils thick (25 mm wide by 0.08 METERING mm thick) C. Tape Markers for Conductors: Vinyl or vinyl-cloth, self-adhesive, wraparound type with preprinted numbers and letters. A. Comply with requirements of electrical power utility company for transformer pad and meter socket. D. Color-Coding Cable Ties: Type 6/6 nylon, self-locking type. Colors to suit coding scheme. E. Underground Warning Tape: Permanent, bright-colored, continuous-printed, vinyl tape compounded for permanent direct- burial service, and with the following features: 1. Not less than 6 inches wide by 4 mils thick (150 mm wide by 0.102 mm thick). 2. Embedded continuous metallic strip or core. 3. Printed legend that indicates type of underground line. Basic Electrical Materials and Methods 16050 - 2 PART 3 EXECUTION 3.01 ELECTRICAL EQUIPMENT INSTALLATION A. Equipment: Install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. B. Right of Way: Give to raceways and piping systems installed at a required slope. ALBEV0409.00 n `~ 3.02 RACEWAY APPLICATION D. Underground Feeders and Branch Circuits: Type OF multiconductor cable. A. Outdoor Installations: 1. Exposed: RMC. 2. Concealed: RMC, RNC. 3. Underground: RNC 4. Boxes and Enclosures: NEMA 250, Type 3R or Type 4, unless otherwise indicated. 3.03 RACEWAY AND CABLE INSTALLATION A. Keep legs of raceway bends in the same plane and keep straight legs of offsets parallel. B. Use temporary raceway caps to prevent foreign matter from entering. C. Use RMC elbows where RNC turns out of slab. D. Install pull-wires in empty raceways. Use No. 14 AWG zinc-coated steel or woven polypropylene or monofilament plastic line with not less than 200-1b (90-kg) tensile strength. Leave atleast 12 inches (300 mm) of slack at each end of pull wires. E. Install telephone and signal system raceways, 2-inch trade size (DN 53) and smaller, in maximum lengths of 150 feet (45 m) and with a maximum of two 90-deg ree bends or equivalent. Add pull boxes where necessary to accomplish this. 3.04 WIRING METHODS FOR POWER, LIGHTING, AND CONTROL CIRCUITS A. Service Entrance: Type THHN-THWN, single conductors in raceway or XHHW, single conductors in raceway. B. Feeders: Type THHN-THWN, single insulated conductors in raceway. C. Branch Circuits: Type THHN/THWN single insulated conductors in raceway. E. Remote-Control Signaling and Power- Limited Circuits: Type THHN/THWN single insulated conductors in raceway for Classes 1, 2, and 3, unless otherwise indicated. 3.05 WIRING INSTALLATION A. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. B. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway. C. Tighten electrical connectors and terminals according to manufacturer°s published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. D. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors. 3.06 ELECTRICAL SUPPORTING DEVICE APPLICATION A. Damp. Locations and Outdoors: Hot-dip galvanized materials or nonmetallic, U- channel system components. B. Dry Locations: Steel materials. C. Strength of Supports: Adequate to carry present and future loads, times a safety factor of at least four; minimum of 200-1b (90-kg) design load. Basic Electrical Materials and Methods ALBEV0409.00 16050 - 3 u 3.07 SUPPORT INSTALLATION A. Securely fasten electrical items and their supports to the building structure, unless otherwise indicated: L Masonry: Toggle bolts on hollow masonry units and expansion bolts on solid masonry units. 2. New Concrete: Concrete inserts with machine screws and bolts. 3. Existing Concrete: Expansion bolts. 4. Steel: Welded threaded studs or spring- tension clamps on steel. a. Field Welding: Comply with AWS D1.1. 5. Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or other items. 6. Fasteners: Select so the load applied to each fastener does not exceed 25 percent of its proof-test load. above power and communication lines. Locate 6 to 8 inches (150 to 200 mm) below finished grade. If width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches (400 mm), overall, use a single line marker. F. Install warning, caution, and instruction signs where required to comply with 29 CFR, Chapter XVII, Part 1910.145, and where needed to ensure safe operation and maintenance of electrical systems and of items to which they connect. Install engraved plastic-laminated instruction signs with approved legend where instructions are needed for system or equipment operation. Install metal-backed butyrate signs for outdoor items. 3.09 UTILITY COMPANY ELECTRICITY- METERING EQUIPMENT 3.08 IDENTIFICATION MATERIALS AND DEVICES A. Install at locations for most convenient viewing without interference with operation and maintenance of equipment. B. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated in the Contract Documents or required by codes and standards. Use consistent designations throughout Project. C. Self-Adhesive Identification Products: Clean surfaces before applying. D. Tag and label circuits designated to be extended in the future. Identify source and circuit numbers in each cabinet, pull and junction box, and outlet box. Color-coding may be used for voltage and phase identification. E. Install continuous underground plastic markers during trench backfilling, for exterior underground power, control, signal, and communication lines located directly Basic Electrical Materials and Methods 16050 - 4 A. Install equipment according to utility company's written requirements. Provide grounding and empty conduits as required by utility company. END OF SECTION 1 1 C~ ALBEV0409.00 1 [] 1 SECTION 16912 PANEL ENCLOSURES PART1 GENERAL 1.01 SUMMARY E. Cut, punch, or drill cutouts for face-of-panel mounted instruments and devices. Finish cutouts with smooth, rounded edges. A. This section describes the general requirements for electrical equipment enclosures. 1.02 SUBMITTALS A. Include the following information in the submittal for this section: 1. Cut sheets and catalog information for prefabricated enclosures. Indicate options to be supplied. 2. Fabrication drawings illustrating modifications and details as specified and shown. 3. Schematic diagrams. PART 2 PRODUCTS 2.01 FABRICATION A. See drawings, including site plans, for details and notes describing the scope of the Work.. B. Use enclosures which conform to the requirements of the NEMA type specified elsewhere. C. Provide structural reinforcements within enclosures when necessary to insure a plane surface, to limit vibration, and to provide rigidity during shipment, installation, and operation without distortion or damage to the panel or to any instrument. D. Place knockouts for the wiring of freestanding panels either at top or bottom of the panel. The NEMA type rating must be maintained at all times. Cover holes for future devices with a plastic plate. F. Provide stiffeners on the back of the panel face and doors where required to stabilize instruments and devices G. Provide internal condensation and freezing protection with thermostat control on outdoor enclosures. H. Provide a print pocket within each enclosure. 2.02 ENCLOSURES A. Control panels shall constructed in accordance with UL Standard 508 - Industrial Control Equipment and according to applicable portions of UL Standard 913 - Intrinsically Safe Apparatus and Associated Apparatus for use in Class I, II, II, Division 1, Hazardous Locations. The panels shall be shop inspected by UL, or constructed in a UL-recognized facility. Each completed panel shall bear a serialized UL label indicating acceptance under Standards 508 and 913. B. Enclosures for Outdoor Use-Stainless Steel. 1. Unless otherwise shown on the drawings, enclosures shall be NEMA 3R tamper resistant stainless steel units. All panels shall be of not less than 14 gauge type 304 stainless steel with continuously welded seams. The enclosure shall contain an interior sub- panel for mounting all control components. The sub-panel shall be painted white. Provide panel and door stiffeners where required to prevent deflection due to instruments and equipment. The front door shall have a Panel Enclosures ALBEV0409.00 16912 - 1 n rolled lip and the door flanged and the Use 0.25 inch high by 1 inch wide by 0.5 corners ground smooth. All enclosure inch deep minimum stiffeners and tack welding seams shall be ground smooth. welded to the panel. 2. The door shall include a gasket to offer a degree of protection against severe E. Freestanding Enclosures. ' weather such as blowing snow. 1. Fabricate enclosures from sheet steel or ~ 3. The door shall be fastened to the stainless. enclosure with a continuous type a. Provide single-door NEMA type 4, stainless steel piano hinge. Provide 4X, 12, and 13 enclosures with 12 three-point latches with stainless steel gage sides, top, and back. Provide hardware. Enclosure shall be lockable double door enclosure with a 10 by pad lock. gage back with 12 gage top and 4. Enclosure shall have full-height dead- sides. Provide multidoor enclosures front inner hinged doors of stainless with 10 gage sides, top, and back. steel that house all front-panel b. NEMA Type 1, 2, 3, and 3R with 14 components including switches, gage sides, top and back. indicating lights, circuit breaker 2. Grind and sand exterior welds to a operating handles, running time meters, smooth finish, free of burrs. Make overload reset pushbuttons and other surfaces free of ridges, nuts, boltheads, controls that require operator access. and similar protrusions. 5. Provide enclosure floor stand kits 3. Internally, supply the enclosures with a minimum 12-inch height and custom structural framework or bracing for plates with louvers as shown on the equipment support and enclosure plans. bracing. Permit lifting without racking 6. The enclosure shall have or distortion. Provide removable lifting thermostatically controlled heater(s) to rings designed to facilitate rigging and maintain temperature above 32°F in an lifting of the enclosure during ambient temperature of -30°F. installation. Provide plugs which fill the lifting ring holes after installation is 2.03 CUSTOM ENCLOSURES complete. Where two or more enclosures are shown mounted A. It is the intent of these specifications that immediately adjacent to one another, standard, prefabricated enclosures will be bolt them securely together with their utilized wherever possible, modified to suit front faces parallel. the application. If custom fabricated 4. Provide each enclosure with full height, enclosures are needed, the following fully gasketed access doors where additional requirements apply. shown. NEMA type 1 enclosures do not require gasketed doors. Provide doors ~' B. Steel enclosures. Bonderize. Prime and with three-point stainless steel latches. finish with 2 coats of factory finished ANSI Provide key locking latching ,, baked enamel. Paint the panel interior mechanism. ~ , white. The exterior color shall be selected 5. Arrange rear access doors and size such by the Owner. that they extend no further than 24 inches beyond the enclosure when C. Stainless steel enclosures. Paint the sub- opened to the 90-degree position. panel white. Provide access doors with full length, continuous, piano type, steel or stainless D. Provide stiffeners on the back of the panel steel hinges with stainless steel pins. face as may be required to prevent Key locks alike. deflection due to instruments, operation of 6. Provide enclosures with louvers, forced equipment, or opening/closing of doors. ventilation, or air conditioners as Panel Enclosures 16912 - 2 ALBEV0409.00 `~ minutes) to delay the lag pump start. 1.05 MAINTENANCE Initially set the delay for 45 seconds. A ' separate time delay unit will prevent A. Provide the following: ~ simultaneous start of the pumps during 1. One spare relay for each type of relay emergency backup control by delaying start used. of pump number two. 2. One dozen fuses of each type used. F. Provide emergency control circuitry to B. Provide the following special tools: backup the primary controls. If the wet well 1. Mounting ring wrench(s) for level increases and reaches the high level pushbuttons, switches, and lights. float in the wet well, override the primary 2. Fuse puller. controls and start both pumps (number two pump delayed as described above). Start and run both pumps until the level in the wet PART 2 PRODUCTS well decreases to the lowest float in the wet ~ well (`low water cut off' float). If solid state 2.01 PANEL MOUNTED DEVICES + devices or a micro-sized PLC are proposed to be furnished for backup control, run both A. General. pumps as described or sequence both pumps 1. Use face-of-panel mounted devices on for a predetermined amount of time. which are semi-flush mounting and Repeat starting the pumps (backup control which present a uniform appearance. latched) each time the wet well level 2. For NEMA type 3R and type 4 panels, increases and reaches the `high level' float. mount face-of-panel mounted devices such as circuit breakers, running time G. In automatic control, protect the pumps from meters, controllers, hand switches, running dry by using the lowest level float pushbuttons, pilot lights, and the like on (`low water cut off float) to stop the pumps. hinged inner door(s). 3. Arrange back-of-panel devices in a neat j~ H. Pump temperature sensors, seal chamber and orderly fashion. Allow for addition moisture sensors, and a power phase of future equipment when specified or monitor will protect the pumps. Moisture shown on the plans. sensed will initiate an alarm. High motor winding temperatures or a power phase B. Nameplates, Labels, and Tags. failure will shut down and prevent starting 1. Furnish face-of-panel mounted of the pumps (manual or automatic nameplates to identify systems and operation). equipment. Use plastic laminate nameplates having black letters on white I. Provide panel mounted hand switches, pilot background. Include device lights (status), and alarms as shown on the identification number as well as a plans. If an operator interface is proposed to descriptive name. Center lettering on be furnished, it will be used to make each line. Use minimum 1/8 inch high program adjustments only (such as software characters. timer settings and start/stop set points 2. Use plastic tags with black letters on a described herein). An operator interface white background in the panel interior to ,~ will not be used to replace front panel identify each device. Place the tags components shown on the plans. adjacent to, but not on, the device. Do not obstruct visibility by wire bundles or other equipment. Include device identification number as well as a descriptive name to match identification shown on plans. Lift Station Controls and Devices t 16913 - 2 ALBEV0409.00 i 4. Provide flush head type pushbuttons C. Pushbuttons, Indicating Lights, and LEDs. with momentary operation. 1. Colors shall be as shown on the plans. 5. Provide 2, 3, and 4-position maintained 2. Unless otherwise noted, provide red stop contact selector switches. Use spring and emergency stop pushbuttons. Use return selector switches when specified black pushbuttons otherwise. or indicated on the plans. 6. Provide indicating light units that allow D. Motor Starters. bulb removal and replacement through 1. Provide NEMA starters rated for the the front of the unit. motor horsepower. Starters shall contain 7. Provide Allen-Bradley Series 800T, a contact for each phase and with poles Square D Class 9001, General Electric required. All starters shall have 120 Vac Series CR104P, or Cutler-Hammer Type control circuits and holding coils. T. 2. Install ambient compensated quick-trip thermal overload heaters sized per actual F. Circuit Breakers. pump motor nameplate data and suitable 1. Circuit breakers shall be UL labeled and for submersible pumps shall be shall be of the size shown. Provide installed. 3. The Contractor shall assume breakers with an interrupting rating of not less than 22,000 Amperes, sys. responsibility for proper application of 2. Circuit breakers that are down stream of motors running protection for all motors a control panel step-down transformer in accordance with manufacturer's may have 10,000 Amperes interrupting recommendations and the nameplate rating. rating of the actual motors installed. All motors will be phased to have overload G. Alarm Lights (Beacons). protection. 1. Provide weatherproof, vandal-proof 4. Provide Allen-Bradley, Cutler-Hammer, units with polycarbonate globe and 120 Furnas, or Square D. Vac lamp. Color as shown on the plans. 2. Provide UL labeled alarm beacons E. Selector Switches, Pushbuttons, and suitable for top mounting on panel. Indicating Lights. 1. Use NEMA type 4/13 oil-tight selector H. Al arm Horns. switches, pushbuttons, and indicating 1. Provide alarm horn suitable for lights. Provide units that will mounting on the outside of the control ~ accommodate panel thickness from 1/16 panel enclosure. Mount the related ; inch to 3116 inch. Provide units that silence push button on the inner door. occupy approximately 1 to 1-1/2 inches square face-of-panel space. I. Relays and Timers. 2. Include operator mechanisms and 1. Light duty, electronic duty, and solid contact blocks on selector switches and state relays; Provide clear polycarbonate pushbuttons. Label contact block covers for protection against dust and terminals for identification purposes and mechanical damage. provide at least 1 single pole, double 2. Provide contacts that are normally open, throw contact. Use heavy-duty type break-before-make, and rated for contact blocks rated 10 A at 115 Vac continuous duty unless otherwise breaking current. specified. 3. For analog and low voltage circuits (4 to 20 mAdc and 24Vdc or less), provide 3. For analog and low voltage circuits (4 to 20 mAdc and 24Vdc or less), use contact blocks rated 0.5 A at 115 Vac electronic duty relays or equivalent. and with contact material of gold or gold ~~ flashing over silver. Lift Station Controls and Devices ALBEV0409.00 16913 - 3 r 4. Unless otherwise shown or specified, 5. Provide sufficient terminals to use relays with 115 VAC +/-15 percent accommodate active UO points and at 60 Hz coils. spares. 5. Provide general-purpose screw terminal 6. Provide individual terminals for each type sockets for light duty, electronic signal shield. duty, or solid state relays. Incorporate 7. Program the PLC in ladder logic with spring action pin retainers into the each rung and contact documented in sockets to hold relay pins. Provide plain English. All subroutines will be sockets with relay hold-down spring identified as to function. Systems clips. Utilize captive screw terminals Integrator shall Prior to shipment submit and washers that accept 1 or 2 #14 a hard copy of the ladder program prior AWG wires. for review. Provide 2 copies each, hard 6. Install relay sockets adjacent to one copy and software copy of final ladder another on mounting tracks using steel logic program. mounting clips. Provide mounting 8. Provide Allen-Bradley MicroLogix tracks. 1500 PLC with Model 1764-LRP processor or equal. J. Un interruptible Power Supplies (UPS). 9. Solid-state type pump controllers such 1. Provide continuous, in-phase UL listed as those manufactured by US Filter, :~' UPS with batteries. Diversified Electronics, or equal may be 2. Size the UPS as follows: a. Power Rating: Actual load plus 30 furnished so long as the controls proposed meet all functional percent spare capacity. requirements specified and shown on the b. Power Overload Capacity: 125 plans. percent for 10 minutes and 150 ,~ percent surge on power-up. L. Radios. 3. Size batteries for operation at rated 1. Size the enclosure to include an area 18 output. Maintain UPS power upon main inches by 18 inches on the back panel power failure for approximately 10 to be reserved for radio/telemetry minutes. equipment. 4. Provide Best Power FERRUPS, or 2. Installation of radio/telemetry equal. equipment and related work will be accomplished in the future under K. Programmable Logic Controllers (PLC). separate contract. 1. Provide all hardware required to make 3. One controller communications port to the PLC system complete and be reserved for future telemetry 2. functional. PLC input/output modules (UO) shall be equipment. of the same manufacturer and M. Intrinsically-safe Barriers. compatible with the PLC. Provide UO 1. Provide UL labeled barriers suitable for expansion modules of the quantity and use with non-rated devices in NEC type to meet the pump stations Class I, Division 1 explosive areas. functional requirements. 3. Terminate field wiring on terminal strips N. Running Time Meters. that permit removing UO modules 1. Meters: Nominal 3-inch diameter front, without disconnecting field wires. non-resettable, and six-digits (hours and 4. Provide miniature type terminals with tenths). captive clamps to facilitate wire size 14 2. Provide ENM Series T50 or equal. AWG and smaller, rated at least 300 volts. O. Receptacles. ~~, Lift Station Controls and Devices 16913 - 4 ALBEV0409 00 . 1 1. Provide UL-listed ground fault interrupter type, 20 A specification 2.03 FLOAT LEVEL SWITCHES grade receptacles. A. Provide level float switches integrally sealed P. Terminals and Wiring. suitable for Class 1, Division 1, Group D 1. All field wiring shall be terminated on environments. terminal strips. The terminal strips shall be of the barrier type. B. Provide switch assemblies: Q. Surge and Lightning Arrestors 1. Constructed of molded polyethylene, Teflon coated stainless, or equal. 1. Provide surge protection on all incoming 2. One normally open switch to close as phases. wet well level rises and reverse as level 2. Protect the radio, if applicable, from falls. SPST contact rated minimum 4 lightning. Amps at 120Vac. 3. Cable insulation suitable for continuous R. Enclosure Heaters. submergence in water or hydrocarbons. 1. Provide the quantity and size to meet Wire minimum 14 AWG stranded temperature requirements specified. copper. Cable length to suit the Heaters shall have a metal housing, installation; See plans. integral thermostat, and 0-100°F adjustable range. C. Installation: 2. Provide Hoffman Engineering "Design- 1. Mount float switches as shown on the Aire" type or equal. drawings. 2. Wire the switch to the control panel 2.02 SUBMERSIBLE LEVEL TRANSMITTERS using the manufacturer supplied flexible cable. There shall be no splices or junctions between the switches and the A. Provide a submersible level transmitter control panel. consisting of sensing transducer, signal cable, and transmitter as an integral system. D. Install in a manner that permits easy removal of the switches for maintenance or B. Provide integral sealed units suitable for cleaning and without the need to empty the Class 1, Division 1, Group D environment. tank, wet well, or sump. C. Provide transmitter assembly: E. Provide US Filter, Flygt, Anchor Scientific, 1. Constructed of stainless steel and PVC or equal. or equal. ~! 2. 2-1/2-inch minimum diameter sensing surface with flexible membrane. PART 3 EXECUTION 3. 4-20maDC output (24VDC). 4. Cable insulation suitable for continuous submergence in water or hydrocarbons. 3.01 TESTING, START-UP, AND TRAINING Conductors shall be minimum 14 AWG A. Complete panel fabrication and wiring at the stranded copper. control panel supplier's facility to the extent 5. Cable length suitable for the installation. that only field wiring will be needed on-site Provide sufficient length so there will be after the panel has been installed. no splices between the transmitter body ~ and the control panel. See plans. B. Test the panel before shipping. Simulate ' inputs as needed to test both the automatic D. Provide Sigma Controls, Consolidated controls and the backup control circuitry. Electric (US Filter), or equal. Be prepared to demonstrate controls Lift Station Controls and Devices ALBEV0409.00 16913 - 5 operation on site during start-up of the lift station. C. A factory-trained service person shall be present when the station is put into service. Certify to the Engineer that all equipment has been installed correctly and is operating properly. D. During start-up make adjustments necessary, including minor wiring or PLC program changes if needed, to obtain proper operation of the lift station controls. E. Instruct the Owner's personnel in the proper operation and maintenance of the lift station controls. F. Record changes to the controls. Revise wiring diagrams and schematic diagrams to show final installation. G. Insert revised diagrams, final program printouts, and final operator interface screen printouts into each operation and maintenance (O & M) manual in place of original diagrams. END OF SECTION Lift Station Controls and Devices 16913 - 6 ALBEV0409.00 1 1 P~PR-28-2®®4(WED) 11°45 P. 003/027 ~, AET Project No. 03-01238,Cx -Page 3 of 17 PROJECT INrORll~IATION Tlie subject property is comprised of nearly 40 acres located north of Jason Avenue NE (County Road No. 18) and slightly west of County. Road No. 19 {I~eBeaux Avenue NE) in Albertville. The proposed residential development will likely include courthomes and manor hozraes_ The proposed buildings will be of wood frame construction and one to two stories high. The buildings will include a mixture of half-basement and slab-on-grade units. Relatively light structural loads ~I are normally associated with the types of Construction. proposed. F~ZA-HUD financing arrangements are planned. I j Our mass grading recommendations arad building i°ouudation design assuznptiozx includes a minimuffi factor of safety of 3 with respect to shear or base failure of foundations. In addition, we assume total and allowable differential settlements of 1" and 1/2", respectively. The presented project informatiata represents our understanding of the proposed construction. 'his information is an integral part of our etxgiueering review. It is important that you contact us if there are cha~ages from that described so that we can evaluate whether modifications to vur recommendations arc ( appropriate. t SX'Y'E CONI)YTT®NS ~) 1 Suxf~ce Concliti®n~ The site is Coznpz~sed of nearly 40 acres of land located north of Jason Avenue NB and slightly west of County Road No. 19 in Albertville. The property is Currently used l'or 1°arming and pasture. carious wetland areas are present and aditch/creep extends (in the east-west direction) through tree site, The terrain at the site is characterized as gently rolling with surface elevations at. `; F the baring locations ranging from 947.0 at Boring no, 8 to 955.6 at Boring no. 6. i ~• ~' 04/28/04 WED 11:46 [TX/RX NO 8105] F~,PR-28-2®®4 (RUED) 11:45 B P. 004,x`02 r P AI:T Project No. 03-01238.G -Page 4 of 17 .--.__-- Subsurface Sods/G~eolo~y Logs of the test borings that ,A.E'T recently drilled at the site are included in Appendix A. The logs contain information concerning soil layering, soil classifieatian, geologic description, and moisture, Relative density or consistency is also noted, which is based on the standard penctraiion resistance {N-value). The boring logs only indicate the subsurface conditions at the sampled loCxlions and variations often occur between and beyond borings. The borings indacate a typical prof-ile Cortsistia~g of a surftcial topsoil layer underlain by alluvial and/or ti11 soils. Topsoil Topsoil encountered in the borings includes dark brown to black leas. Clay and black organic Cla}~ These soils are considered at least moderately organic to organic. Alluvial Soils and Tell The topsoil is underlain by alluvial soils and/or till. The alluvial soils are comprised of flue alluvium and mixed alluvium. t l The fine alluvium is soft lean clay. Lenses and laminations of sand and silty sand were observed in Some of the iine alluvium samples. The mixed alluvium is very soft to fiirm sandy lean clay. Silty sand lenses were observed in some of the mixed alluvium samples. 04/28/04 WED 11:46 [TX/RX NO 8105] ,APR-28-2®®4(bUED) 11:45 P.8®51027 ~, a ~! AET Prcjeat No. 03-01~38.G ~-Page 5 0£ 17 The till zs comprised of weathered till and till. The weathered till and till are collectively referred to ds till. These sods are very soft to hard sandy lean clay and clayey sand and contain varying amounts of gravel.. Lenses and laminations of silty sand and sand were observed in some of the till sartaples. Water Level 1Vleasurements The borelZOles were probed for the presence of groundwater, and water level measurements were taken. The measurements are recorded on the boring logs. A discussion of the water level measurement methods is presented in the SUBSURT~ACE LORATYON section of this report. 1 Groundwater was observed during and/or at completion of drilling operations In ono of the bore ~ holes. T}ae soils encountered in the borings are slow draining clayey sons and it normally takes an extended observation period to reliably establish ground water levels zn clayey soils, Iu addition, zxlany of the clayey lolls are interbedded with laminations and lenses of faster draining lolls, ~ which may result in "perched" water conditions, Groundwater levels usually fluctuate, Fluctuations occur due to varying seasonal and yearly rainfall and snow melt, as well as other factors. Table 1 summarizes our interpxetatiot~ of the current groundwater depths and elevations recorded in the boreholes. Our interpretation is based on th.e depths at which groundwater was measured and/or the waterbearing characteristics of the recavered soil samples. ~. ~' 04/28/04 6VED 11:46 / [TX RX NO 8105] r',PR-28-28®4 (CUED) 11 ~ 45 P. 8®6/02 r AE'I' project No. 03-01238,G ~-Page 6 of 17 Table Xp kstion2tted Crroundwater beptJLS and Elevations at ._.. _._...._. _e.. Baring JGoCatxons 13oring No, Surface Elevation (ft) groundwater nep~ (ft) Groundwater Elevationx (ft) 1 Not 3Jetermined NE at 16 Not Available 2 949.2 2.5* 946 ~ ~= 3 949,3 NE at 16 <933 1/ 4 953.5 NE at 16 <937 i/z 5 949.0 NE at 16 < 933 6 955.6 ~ N~ at 21 < 934 ,/~ 7 9S2.S NE at 16 < 936 '/z 8 847.0 NE at 16 &/z <930 i/a Nom: Groundw2ter not eneaunterad ~: Grotandwater depth/elevation based on waterbearing characteristics of the rec®vered soil samples. ~~®~T®R~ ~~S~~~r f i i A, physical laboratory testing program was performed on selected soil samples to aid in judging engineering properties. 7Che testing performed was limited to water content, density, pocket penetrometer, and uncorrpzned compression. The results of the tests appear on the logs., opposite the samples upon which the tests were performed or on sheets included iza the Appendix, GE®T~C~CAx, CONS~ERATIONS The following geoteChzxiG3l considerations are the basis for. t1~e recommendations presented later in this report, 1 1 1 r r i i 04/28/04 WED 11:46 [TX/RX NO 8105] ,APR-28-2®04(bUED) 1146 ~~ P. ®®t182 AET Pzoject loo. 03-01231y.G -Page 7 of 17 ~2e~i~ew o~_Soil Proper#ieS......-----------~--..._------------------_._.._.. _ _--_ Strength ThE site soils are ,fudged to have varying strength capabilities. The topsoil is judged to provide law strength. Some of Che alluvial soils and till are soft and therefore judged to provide law strength, It is our judgment that tlxe zemaining on-site inorganic soils are favorable for ~e type of developzrient proposed at the site, i.e. relatively lightly loaded footings. j ~ompt'CSSibility The topsoil is judged to be compressible, In addition, the soft alluvial soils and till are judged to I be compressible in the event significant filling is performed andlor footings arE constructed i directly on these soft soils, "1'hc remaining on-site soils are noe judged to be significantly ~ compressible under the anCicipated foundation loadings, ~`rost Susceptibility It is our judgment that soils identified as lean clay, sandy lean clay, and clayey sand are moderately frost susceptible Drainstge e Soil deposits underlying the site are predominantly slow draining clayey soils. I,atninatians, lenses and layers of faster draining sandy soils were observed in some of the slow draining clayey soil samples. S~wclling/Shrinkage Potential The soSl deposits underlying the site are predominantly lean clay soils. Tlae potential for swelling/shrinkage oi' the lean clays is judged to be low. S 1 04/28/04 WED 11:46 [TX/RX N0 .8105] P,PP-28-2004(WED) 11:46 P.808/~27 AET Project No. 03-01238.G--Page 8 of 17 .._ ._..._.__...------_....._..___.... _._...GROUI~II)VYt~TER C®IeTSY~]E~'~'~®NS_..__.........d...._._-__.._...___ Groundwater was encountered at variable elevations and locations at the site. This suggests that groundwater observed in the boreholes as "perched", t1s a minimum, below grade constnzction should include a perimeter file system. DISCUSSI®1~1' In areas where thicker very soft to soft (NS4 bpf} inorganic alluvial or till soils are present, there is potential for settlement if these soils are left in-place, 7Che most straight forward approach to deal with the low strength and compressible sails is to remove them from below structures anti replaoe them with compacted fill. Therefore, eve will base the remainder of our report exec] our recommendations for building support an this option. REC®~:1V~ATI®l~'S B~uildin~ ~xa~cling P~oeedures ~' 7:CaV~tI~i1 II Ta pxeparc the building areas for structural support, we recommend removing topsoil and tLle ~ softer fuze alluvium and weathered till from beneath. the proposed building areas. ~'he following table presents estimated minimum requixed depths and elevations at the individual boring locations. Also shown are the surface elevati.o;as at the individual boring locations. ,r 1 , s t 04/28/04 WED 11:46 fTX/RX NO 8105] PPP-28-2004(WED) 1146 '~ ~ _ P. ®09~E`02 t AET Project No. 03~01238.G -Page 9 of 17 - __ -__.____-. _ Table 2=E~cca'vatiat~ Aepths and Elevations at . goring T.ocations .------------------- $oring Noe Surface Elevation Subcut Depth (ft) Sut~cut Elevation l Not Determined 1 'fi Not Available 2 949.2 7 942 '/~ 3 949.3 4 945 ~/ 4 953.5 1 ~h to 6* 952 to 946 ~/a~= 5 949.4 S 944 6 955.6 2 953 g/z 7 952.5 2 to 6'k 950 'h to 9946 '/~ 8 947.0 6 '/a 940 '/z *Competency of the weathered till to be judged by additional exploration and/or construction observations at three of grading. Actual subcut depths will vary throughout the site due to variations between soil borings; therefore, it is highly recommended that a geoteehzlieal engineer/technician observe the excavation operations. Due to the potential variations in required excavation. depths, we suggest the project plans aad specifications contain contingency items for excavation depths. Foundations associated with existing and former buildings, septic systems, water lines, field drain tile, etc. should be removed from below proposed buildings. In the areas where new fill is required below foundations, we recommend the excavation bottom include a J.:1 oversizing, That is, for each vertical foot of ftll required below the foundation, the excavation should be oversized laterally beyond the footing l' , 2'ifte~~b After completion of the required excavation, fill required to attain building gxade should be 1 uniformly compacted in thin lifts. ~e recommend the fi31 be compacted to a minimum of 9S ~ of 04/28/04 WED 11:46 [TX/RX NO 8105] r~~PP-28-2004 (WED} 11: 46 P. 81©i`02 r ~'T Protect No. 03-01238.01-Page 10 of 17 i t the Standard Proctor density (ASTM: 1698). Where the thickness of fill below foundations exceeds 5`, the fill should be compacted to a minimum ot° 98 %. optimum water contents, and therefore, the wetter soils wail require mechanical scarification and aeration to reduce the water Content prior eo compaction. 5ueh aeration can 1?e time consuming and requires favorable weather conditions. The fill should consist of suitable anorganzc soil. ®xganic sail, i.e., topsoil, is not suitable for ~ reuse in the compacted fill syseem. Chayey fill sobs must be placed at a proper water eontEnt iu order to attain carnpaction. Water content tests performed on same of the recovered soil samples indicate relatively high water contents. We judge some of these water contents to be above We recommend that fill be placed ira lift thicknesses appropriate for the type of equipment used and the conditions at the time of the actual eartlaworko and that the entire lift thickness attain the minimum specified compaction level. In areas where new fill will be placed on sloping ground, we recommend benching the surface ~ prior to placing the fill. Benching is zecommendcd where slopes are steeper than Q~ horizontal to 1 vertical (4~:1 siape). We recommend that all bill placed below the groundwater level, or on soft, sensitive excavation bases, consist of a free-draiming sand containing less than 10 % material passing tl~e #200 sicvo. All fill placed within standing water should contain. Less than 5 % material passing the #2Q0 sieve and also less than 40% passing the #40 sieve (mostly medium to coarse grained SP sand}. Such soils would likely need to be imported to the site as they were not encountered in our recent borings. Note, however, that we do not recommend placing fail within standing water because ties method involves significantly more zisks {i.e., trapping unsuitable soils below fill, not adequately compacting fill, etc.) than placing fill in a "dry excavation. " 04/28/04 WED 11:46 [TX/RX NO 8105) r~PR-28-2®®4(WED) 1146 ~_ P. 011 ~~`02 r AE'I` Project No. 03~01238.G -Page 11 of 1? F®undat7ons Based on the soil conditions encountered at the borings and on the recorr~mended minimum fill compaction levels, it is our opinion the foundations should be desigtaed based oz~ a maximum allowable soil bearing pressure of 1500 psf. It is our judgment this design will include a factor of safety of greater than 3 against shear or base failure, It is our judgment that total building settlement should be less than 1" and differential settlement should be less than y/~". JPavement Area Cradjn~ Procedures 'T'he primacy near surface soils encountered in the soil borings consist of clayey soils. Ivlost of those soils are relatively weak and unstable and they are moderately to highly frost susceptible. Such soils generally have a moderately low R-value when used as a subgrade material, even when placed at a proper water content and compaction level. ~' um we r ve eta ' As a mvaitra ecommend g ttan and topsoil be removed. Also, any unstable sods (such as high water content soils and softer inorganic .soils) present within the upper 3` of subgrade should. be removed or reworked, °T'his excavation should also include '1z:1 (HeV} lateral aversizing outside the curb line for lateral support of the fill and pavements. If the excavation tenninaees at elevations within the tap 3' of the subgrade, stability of the exposed soil should be explored using the test railing procedure. If unstable soils are exposed, they should be subcut and replaced with drier fill, or they should be aerated, dried, and re-compacted into place if weather ~ ~ conditions permit. All frll placed 1t? the pavement areas should be compacted according the Minnesota Department of Transportation (Mn/DO'i~ Specification 2105.3P1 (Specified Density 1vlethod) . 'T'his specification requires the fill placed in the top 3' of the pavement subgrade be compacted to a minimum of 1001 of the Standard Proctor Maximum dry density. Any fill placed below the top 3' of the 04/28/04 WED 11:46 [TX/RX NO 8105) r~~PP,-28-2004 (VIED) 11: 46 P. e12,~~e2 ~ AET Project No. 03-01238.G -1?age 12 of 17 ~' subgrade should be compacted to minimum of 95 %, The soils should be compacted within the water content requirements of this Mn/Y~OT specification. After final grades are established, and prior to the placement of the aggregate base layer, the ~ stxbgrade should be east rolled to delineate any areas of unstable soils. ~f unstable soils are found, they should be subcut and replaced with drier fill or they should be aerated, dried and re~ compacted back into place if weather couditians permit. Because the near surface site soils are poor draining and moderately frost susceptible, roadway performaacc can be improved by placing a sand subbase layer (meeting the requirements of Mn/DOT Specification 3149.282 fo>- Select Granular Borraw). The use of the sand subbase may LILCreaSe ulltlal COnStructlon C05t$~ however, these higher costs can be offset duo to the improved long teen performance, reduced maintenance costs, improved constructability, and the use of thinner pavement sectiozls. FIease contact us if you are considering this option, as we are ~ available to review and discuss it fuxther< ®1~~7r1 i~U ~ 11®l~l 1,®1~1~L~iil~ 1 A®Z~I~ ~'otentiai Coa~structAOn Difficulties We anticipate that both surface water and subsurface water will enter some excavations, especially in depressed areas. To allow observations of the excavation bottoms, reduce the potential for soil `[ disturbance, and to facilitate f Ming operations, we recommend water be removed from within the 1 excavations during construction. Some temporary de-watering systems may be required in portions of the site. P Some of the site soils are susceptible to disturbance when subjected to construction traffic, especially during wet periods of the year. Tf soils become disturbed, they should be subcut to the j 04/28/04 WED 11:46 [TX/RX NO 8105] PPP-28-2®®4(WED) 11:47 P. ®13:827 AE°r project No. d3-0123 S.G--Page l3 of 1 ~ underlying, undisturbed soils, aVe recommend excavation in such areas be performed using equipment (such as backhoe type equipment) that is Less likely to cause disturbance to the underlying soils. Also, surface water can be expected to pond in pavement and building areas during tinges of wet weather, To minimize weakening of the soils in these areas. we recozntnend water be removed on a continuous basis. Soils with water content.S above the optimum water content will be difficult to compact. Moisture conditiozu~ag may be necessary to effectively compact such soils. ~xcawa~on Sideslop~ag We recommend that utu'etained trench excavation sideslopes meet requirements established in the QSH~ Regulations (Standards - 29 CFR), Part 1926, Subpar P, ")Excavations" (see www.osha.gov). The contractor should be responsible for trench safety. ~. ~ - ConsfrucfiYOn ®bser~a>~on and Tes>L~n~ 't'he recommendations in this report are based on the subsurface conditions found at our test boring locations. Since the soil conditions can be expected to vary away from the soaJ boring locations, we recommend on-site observation by a geotechnical engineer or technician during construction to evaluate these potential changes, Soil density testing should also be performed ors z~ew fill placed in order to document that project specifications for compaction and anoist~re have been satisfied. 1, 1~ ~' ~' 04/28/04 WED 11:46 [TX/RX N0 8105] F,PP-28-2004(WED} 11~4~ P. 81 d,~`®2 r AET° Project No. 03-O1238,G - I'agc 2A~ of 17 _. _ .. ...___ . _...._........... .._SLTBSURF`ACE EXPLO`JC"~ON.._ .. ... General Our subsurface exploration program included drilling eight standard penetration test borings, number l through 8, at the site on May 7 and 8, 2002. The locations of the borings are shown on figure 1 included in the Appendixo Loucks Associates located and elevated borings numbered 2 through 8 after we completed drilling operations, 1`Ieither the surface elevatioxa nor the exact location of Boring no. 1 were determined; the approximate location of that boring is shown on Figure 1. Dr~li~~~Ie~®c~s The standard penetration. test borings were drilled using .hollow-stem augers. Sanalalin~ Mellh®tls III Split-Spoon Samples (SS) Standard penetration (split-spoon) samples were collected in gev~eral accordance dvith ASTA~I: I 31586. This method consists of driving a 2" O.D. splie-barrel sampler into the in-situ soil with a II 1~0-pound hammer dropped from a height of 30". The sampler is driven a total of 18" into the ~ 'I soil. After an initial set of 6", the number of laammer. blows to drive the sampler tl~e final 12" is 'r known as the standard penetration resistance or N--value. P 1 Thin-Walled '1'ulae Samples (Z~ 1 'S'hin-walled tube samples were collected in general accordance with ASTM: D15S7. In this method, 3" diameter thirt~tvaIled tubes were pushed approximately 24" into the soil and then retracted. Relatively undisturbed soil samples are recovered from inside the tubes. 04/28/04 WED 11:46 [TX/RX NO 8105] ,APP-28-28®4 (N1ED) 11 ~ 47 1~ P. 815;'®27 1~T project No_ 03-0123&.G ~-Page 15 of T 7 Sampling Limitations Unless actually observed in a sample, contacts between soil layezs are estimated based on the spacing of samples and the action of drilling tools. Cobbles, boulders, and ocher large objects generally cannot be recovered from test borings, and they may be present in the ground even if they are not noted on the boring logs. C~assi£ication lYlethods Soil classifications shown on the boring Logs are based on the Unl~ed Soil Classification (USC) system. The USC system is described in ~.ST1v1°< D2487 and 1248$. Where laboratory elassi~icatiart tests (sieve analysis or Atterberg Limits) have been performed, classifications per ASTIvI: D2487 arc possible. Otherwise, soil classifications shown on the boring Logs are visual- manual judgments. We have attached charts (Appendix. A) illustrating the USC system, the descriptive terminology, and the cymbals used on the boring logs. The baring logs include judgments of the geologic depositional origin. This judgment is primarily based on observation of the soil samples, which can be limited. Obsezvations of the surrounding topography, vegetation, and develaprnent can sometunes aid this judgmett. ~VVa~er Level Measur~men~s The groundwater level measurements arc shown at the bottom of the boring logs. The following r i information appears under "Water Level Mrvasurements" on the Logs: ~ Date and Time of measurement j Sampled Depth: lowest depth of soil sampling at the time ai' measurement • Casing Depth: depth to bauom of casing or hollow~stem auger at time of measurement ? Cave-iti Depth: depth at which rr~casuring [ape stops iu the borehole Water Level: depth in the borehole where free water is encaun[ered • Drilling Auld Level: same as Water Level, except that the liquid in the borehole is drilling IIuid , L 04/28/04 WED 11:46 TX/RX [ NO 8105] r~PR-28-200 (bUED) 11 a 47 P.016.~`027 AET Project No. 03-0123S.C -page 16 of I7 °The true location of the water table at the boring locations znay be different than the water levels measuzed in the borehoies. °This is possible because there arc several factors that can affect the water level measurements in the borehole. Some of these factors include: permeability ai° each soil layer ita pro~ilc, presence of perched water, amount of time between water level readings, presence of drilling fluid, weather conditions, and use of borehole casing. Sample S#~orage We will retain representative samples of tk~.e soils recovered from the borings for a period of 30 days. The samples will then be discarded unless you notify us. otherwise. LTMTTATI~NS The data derived through the 6xploraaon program have been used to develop our opinions about the subsurface conditions at the site. However, because no exploration program can reveal totally what is in the subsurface, conditions between borings and between samples and at other times, may differ from conditions described in this repon. The exploration we conducted idetttif~ed subsurface conditions only at those paints where we took Samples or observed groundwater conditions. Depending on the sampling methods and sampling fxequeacy°, every soil layer may not be observed, and some materials ar layers which art: present in the ground may not be noted on the boring logs. If conditions encountered during construction differ from those indicated by our borings, it may be necessary to ~ alter our conclusions and recomniendarions, or to modify construction procedures, and the cost of constntctioh may be affected. The extent and detail of information about the subsurface condition is directly related to the scope of the exploration. It should be understood, therefore, that information can be obt<zined by means of additional exploration. t P r c e 1 1 04/28/04 WED 11:46 1TX/RX NO 8105) ~, ~' ~~ ~~ ~i ~i ~i 1~ 1'~ ~I ~I ~I ~1 1,' 1~ 1' i 1 ~,PP-28-2~0~ (bUED) 11 : A7 P. ®17;`027 A.ETPrajectN®. 03-01238.E-Page 17 of 17 Our services for your project have been conducted to those standards considered noxmal for services of this type ae this tune and location. Other [hart tlais9 no warranty, either e~cpress or implied, is intended. SXCxN'ATURES Rep®rt Prepared by: ~,~~~.' G"'V ,lam'" f,~~ C.../G l 1-~~. Charles V4'. Bisek Project Manager lEtepart Reviewed by: .~ ~°~--~ ~effery I{.Vayen, P.L. Vice President, Geatechnical Division MN Red, No. 1.5928 04/28/04 WED 11:46 [TX/RX NO 8105] i ~~ i 1' 1 ~~ 1~ 1. 1' ,APR-28-2®04(UdED) 11 ~4~ P. 019;'82 r °#+ i '` 6 i ~ e ~ ~ a I ~~ i _~_....~----- I -~ I ~ ~ a i ~ ~ ~ ; I ` ~ 6 ~~ ~ i+9 ~ ~ ~ ~ ~~ ~ l 1b ;' t ~ /~ 9 ` ~ ' UUU i. B _ _i e ,r r a l ~~ e ~ ~ ~ ~ ~~ 1 9 4°r - ~ I`~ ~ ~ 0 (( . ~ A ._ ~ a e A ~~a® ,~ ^~ g ® ~ .~' e fr i i ' ~ ~1 ~ ~ B ~o' ~ d ~ r~a _ a d ` r ~ y~ _....1 1r eJ ~ ~ o 9 ~ J d'P ~ b ~^ a ~ .~ P --~ ~l °~ e °~, --~ Pi o ~ ~ ~° Z e i ~ r 1 ~ ,P ~~ ~ M1, ~ f ~ r I Gy 1 j ! 1~f ~ p r~ ~ ~~ r ~~ /j ~~ ~! r!'8 ' ~9 J 1 ~ r ~ ~ i i , ' ~ i ~ '~ ~ C? P `~ ,~ ~~z ~~ Per°, U u C7 P ~ ~-~ ~ ~ 7~. ~~ k .~ a~?~f L_~_ ,~~ 04/28/04 WED 11:46 [TX/RX NO 81051 ~~PP-28-2®04(b'tlED) 11 ~48 AMERICAN ~ ENGINEERING ~ TESTING, INC. SUBSURFACE BORING LOC P. 82®~`~27 AEl' JOB NO: Q3-Q'I 2~~ LOG OF BORING NO. 'I (¢]a Z Of '~) PFOJECT: I"I+'(!T(t'kC; Pat'Cel; Alb£1't1/III@, iVl!\I I DEPNTH SUF3FAGE-ELEVATION: NQt potermIned ®E®LO®Y - ~ C •SAMPLE- REC. 1=1ELb 8 IA~pRATO RY TESTS F~E'I' MATERIAL pESCRIPTtON M TYPE 1N, WG p!"N LL PL °!° 209 Lean clay, roots, dark gown, soft (CL) TOPSOIL a M SS 12 1 2 Sandy lean clay, brawn mottled, stifF(CL) WEATHERS t3 M SS 12 3 TILL 4 5 _ 33 M SS, 6 6 7 29 M SS $ S- 9- Sarcdy lean Clay, €t ]]rtle gravel, brown and light TILL '® gray mottled to brown mottled, hsrd to very stiff 23 M SS 12 (~~) 11 42 17 M SS 15 13 I 14 15 17 M SS 20 16 JET OF )30R1NG Pi DEPTFt° DRt[,LING ME'1'HOQ WATER LlwVEL MEASUREMENTS • NOTES REFER TO 0-'14°/a' 3.25" I-iSA PATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH pRILLING FLUIp LEVEL WATER LEVEL THE ATTACNEn 5!7!02 1:04 16.0 1a.5 16.0 -- Nono SHEETS FOR AN EXPLANATIbN OF COMPLETED: 517/02 71=P.MiNOLOGY ON CG: GL CA. WP Rig: 3 THIS LOG r t 2199 04/28/04 WED 11:46 [TX/RX NO 8105] 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 i 1 APP-28-2004(WED) 1148 ~. - AMERIG~N ~ ENt~INEERING ~~ TESTING, iNC. t 1 ~' 1 SIlRSl1R~ACE BOfZII~IG LOG P, 821 i`02 r AET ~o~ No: 03°0123 LOG ®F BORING NO. 2 (p. 1 of 11) rsr~oJECT: Heurinc[ Parcel; Albertville, MN .DEPTH IN - SURFAGE•ELEVATION: 949.2' GEQLOGY SAMPLE REC FIELD & LABOftATQRY TESTS FEET MATERIAL DESCRIPTION N MC TYPE . IN. WC DEN LL PL °ro 20 Organic clay, black, so$ (OI.1) ... TaPSOIL ~ _ 3 M SS 15 z Loan clay, tract roots, gray, soft, lamination of FINE waterbearing sand (CL) AI-I-WIUIvY 3 ~ SS 15 25 3 4 W TW 15 31 5 6 Sand lean cla a little y y, gravel, gray and brown MIX1:D WH W SS 12 31 mottled, sofa to very soft: to firm lcnses of silty ALLWIUM 7 , sand (C):.) OR W irATH~IiE 8 TILL S W SS I2 31 9 10 ? W/M SS 12 17 11 12 Sandy [can clay, a little gravel, gray, firm T1~-L° 13 (CL/SC) 7 M SS 15 1a 15 - 8 M SS 15 16 17 Lcan clay, vcry stifF, lenses of silty sand {CL) FINE 11 M S5 I: $ ALLUVIUM t9 i Clayey sand, a little gravel, stiff, a lens orsand at TILL 20 about 20' (SC/CL) I2 M ss 2a ~ z1 ENb 0~'B41tING DEPTH: DRILLING METHOp WATER LEVEL MEASUREMENTS NOTE: R1=FER TO 0-19'/s' 3.25" H$A DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRlLL1NG FLUID LEVEL WATER LEVEL THE ATTACHED 518102 12:20 4.0 2.0 3.0 -- 2,fi SHEETS FaR AN 518/02 1:10 21.0 19.5 21.0 - None EXPLANATION or= COMPLETED: 518/02 TERMINOLOGY ON CC: GL CA: WP Rig: 3 THIS LOG , 2/.~9 04/28/04 WED 11:46 [TX/RX NO 8105] ,APR-28-20®4(WED} 11:48 P. 022/®2r AMERICAN ENGINE)=FLING SUBSURFACE BORING LOG ^~~ TESTING, INC. AET .lOB N0: 03~®1238 _ LOG OF t30RiNG N®- 3 (~. °~ O>7.1 PROJECT: HeUI'In~ Parcei~_~41b+;r[ville, MN -b~N H, - -61JRFACE: ELEVATION: 949_3' GEOLOGY ~ C SAMPLE REC, FIELD & LABORATC1iZY TESTS FEET MATERIAL F7E5CRIPTICIN M TYRE IN. WG DEN LL PL % 200 ®rganic clay with a little lean clay and silty sand, P black and a little b own {O~ TOPSOIL 3 M SS 8 1 - r tia~ 2 M7J~1? Sandy lean clay, light grayish brown, vory soft AI-LLF~IUM 3 (~~} Old ' WH M SS I5 25 CHE TILi~ ~ A ~ Sandy lean clay, a little gravel, grayish brown, WEATI-ARE 7 M 5S 15 22 firm (a/I,) 'tLLL 6 7 Sandy lean clay, a little gravel, brownish gray, 14 M SS 20 s _ stiff (CI.) 9 10 15 M SS 20 11 TILL tz Clayey sand, n little gravel, apparent cobble at shout 10%', gray, stiff to very stiff, lenses of lg sand and si.lcy sand (SC) 15 M SS 20 in 15 16 M SS 15 16 EN;{3 ®F B®R1NG E p~PTH: DRILLING METFIOD WATER LEVEL. MEASUREMENTS N07E: REFER TO 0-°I4,/a'3.°~'S/A HSA DATE 71ME SAMPLED pE=PTH CASING DEPTH CAVE-IN DEPTW DRILLING FLUIp I.-EVEL WA'F'ER LEVEL -1-NE ATTACHED ' 5/8102 11,32 16.0 14.5 1fi.0 -- None SFtE~TS L=ORAN EXPLANATION OF ' GOMPLE'i-ED: 518102 TERMINOLOGY ON - CC: GL CA: WP Rlq: 3 ~ THIS LOG 2/99 04/28/04 WED 11:46 [TX/RX NO 8105] ~~PR-28-2®®4(WED) 11:48 e AMERICAN ~ ENGINEERING ~"i=STING 1NC ~~ , o ~_~ ~~ ~' ~' ~'. 1 ~LJBSUR~ACE BORING L®C3 P. X23!®27 AET Jo® No: fl3-®°1238 LOG Or BORING No. _ 4~ (p. 1 of 1) PROJECT: __i°i~urinq Parcel, Albertville, Mi~9 DEPTM SU}~PACE EkEVATION: 953.5° ..... GEOLOGY N SAMPLE REG. F I D & LA90RAT0 TE ''~ F ~T MATERIAL DESCRIPTION MC TYPE IN. U V C D E PL a 20 ~ Lean clay, roots, black, salt (CL/OH) TOPSOIL 4 M SS 8 z FII`lB ALLUVIUM Lean clay with sand, grayish brown and brown OIt mnttlcd, firm (CL) WEATHERS S M SS 6 24 TILL A Sandy lean clay, brawn and light gray mottled WEA°f;:IFk F $ , soft (CL) TILL 3 M SS 6 26 G 7 zi la M ss is 4 1 ~ -- 17 M SS 20 Sandy lean clay, a little gravel, brown mnttlcd TILL 1' , stiffto very stiff (CL) 12 13 19 M 5S 24 14 IS 23 M SS 24 t6 - ~~ OJFB®RTNG DEPTH: DRILLING METHOD WATER L EVEL MEA SUREMENT S NOTE: REFER TO 4.14Ya' 3.25'° l-ISA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID Ll:VEL WATER LEVEL THE ATTACldED 5!8102 10:2fi 16,0 1A.5 1fi,0 -- gone SHEETS FOR AN EXPLANATION OF COMPLETED: S!$!02 TERMINOLOGY ON CC: CyL CA: WP Rig: 3 THIS LOG Llyy 04/28/04 WED 11:46 [TX/RX NO 8105] APR-28-28®4 (WED) 11: A9 P, 024'02 r AMERICAN J~ ENGINEERING SUBSURFACE BORIIUG ~.OG ® TESTING, INC. AET Joa N®: 03-0123>3 L®G eF >3oRiNG N®o ~ (~. 1 of 7) PRO~ecT: Hetsr~ng F'arcei; Aiberirvllle, MN DEN7H SURPAGE ELEVATION: 949.0' GEOLOGY SAMPLE REG. FIELD 8 LABOR470RY TESTS FEET MATERIAL DESCRIPTION N MC TYPE INa WC DEN LL PL G~ t Lean clay, rants, black, soft {CL/OH) TOPSOIL, 3 M S5 12 ,_ Lean clay, light grayish brown and brown FINNS i~13 M SS 8 34 ' 3 - mottled, soft to very soft, laminations ofsand ALLLJVItJNt I ~ (CL) i M TW 15 29 94 750 4 i 5 Sandy lean clay, brawn mottled, fu~tn (CL} ~ THETtE D 5 M SS 15 23 6 ~ ~ I 9 M SS' 20 ~ S 9 Sandy lean clay, a little gravel, brown mottled to grayish brown, stiff, a lens of sand at about l0'/~' (Clr) IA 15 M SS ZO I I - TILL ~ i ~ 12 ~ II M ss 1s 13 Sandy lean clay, a little gravel, gray, stiff Is 1 ]. M SS 2~1 Is END ®I^ B®ILTTIC~ ~[ 1 ~ i i AEPTH: []KILLING METHOD iNATER L EVEL MEA SUREMENT S NOTE: REFE}~ TO s 0~14'/z 3.25`° HSA PATE TIME SAMPLED DEFTE~6 CA51NG DEPTH CAVE-1N DEPTH ARILLING FLUID LEVEL WATER LEVEL THE A1-g-ACHED ' ~ 518!02 9;25 16.0 14.5 16.0 - None SHEETS FOR AN EXPLANATION OF ~ TERMWOLOGY ON GOIv'IPLETED: 6/8/02 CC: GL. GA: WP Rig: 3 THIS LOG 2199 04/28/04 YVED 11:46 [TX/RX NO 8105] P~PR-28-2004(WED) 1149 P~fVIERICAN ~ ENGIN~ERkN~ " INt~, INC- ,w. TEST [l a P 1 1 Stl~~lll~t°AC~ ~®RING !.®G P. 025/`027 AST soli N®: 03-01238 Loc OF 80RwG N®. ~ _(p. 1 of '1 ). PROJECT: Meurinq Parcel; Atber#vtlte, MN DEPNTH SURFAC@ ELEVATfON: 956.6° GEOLOGY SAMPLE FtEC, FIELD & LAB®RATORY7ESTS FEET MATERIAL DESCRIPTION N MC 77PE Ii`1• WC DEN LL PL % 200 t Lean clay, roars, dark brawn, firm (CL~ TOPSOIL 6 M SS 12 2 Sandy lean clay, gray and }fight gray mottlcd, wEATxEI~ 3 - f1rI1] (CL) TII.1. 7 M SS 6 4- 5 9 M SS 15 6 7- $ 14 M S5 20 9 It} Sandy lean clay, a little grave}, apparent eobblc 14 M SS 24 at about 16'/z ,brown and light gray niouled to ~ 1 - brown mottled, stiff to very stiff (Cl,~ TILL 1 ~ - 13 - 16 M SS 24 14 - i5 20 M S5 24 `' 16 37 I 8 1 19 Sandy lcan clay, a little gravel, brownish gray, ', vcry stiff (CL/SC) 20 ~ 19 lit S S 15 ii 2t EI~ID ®F BORING pEPTH: DRILLING ME71.10D WATER LEVEL IVIEASUREMENTS NOTE: REFER TO ~' 0-'! 9'/s' 3.25" FISA RATE TIME SAMPLED LIEPTH CASING DEPTH CAVE-IN DEP7N DRILLING FLUI~1 LEVEL WATER LEVEL THE ATTACHED 517/02 1.00 21.0 19.a 21.0 -- None SHEEi"S 1=0RAN E=XPLANATION OF COMPLETEsD: 5Rl02 TERMINOLOGY ON CC: GL CA: WP Rig: 3 THIS LOG i 2/99 04/28/04 PVED 11:46 [TX/RX NO 8105) APR-2~-2®®4(lNED~ 11 ~49 P. ®26,'®2? AMERICAN ENGINEERIN G SUBSURFACE BORINGS LOG r^ TES°I°lNG, INC, AST Job No: ~3-01238 LOG OF Bt7R1NG NO. ~ (l3. 1 Of 1i) PRO.IECT; Fieurinq_P~rGei; Afbe_rtvitle, MN DEPTI-i SURFACE ELEVReTION: a5z'S, GEOLOGY SAMi~LE REC ~~ELD $ LAHORATD RY TESTS FEET MATERIAL DESCRIATION N Mc TYPE . iN. WC DEN LL PL q~ 1 lean clay, roots, black, so$ (Cl} TOPSOIL 4 M SS 8 ~_ 3 _ 7 M S5 $ 25 Sandy lean clay, a little gravel, brown and a little WEATHE1tE 4 gray mot[lcd; firm to soil (CL) TILL S 4 M SS 15 28 6 ~' M ~l'~V I4 24 ~ 11 M SS 20 20 1 Sandy lean clay, a little gravel, brown Ytlattled, ~ stiff to vcry stiff (CL) t0 17 M SS 24 lI - TILL 12 14 M SS ]5 13 - 14 Sandy lean clay, a Little gravel, gray, stiff to very stiff (C1JSC) I 15 16 M SS 20 t6 END OP BO!.IN~ ' DEPTH: DRILLtNG METHOD WATER LEV>^L MEASUREMENTS NOTE' REFER TO p-14'h' 3,25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-iN DEPTH DF2ILLING FLUID LEVEL WATER LEVEL 7HE A1TACk-iED 5f7102 11x20 16.0 14.5 16.0 - Novo SHEETS FOftAN 5/?/02 1, :2d 16,0 id,5 8,4 _ Nana EXPLANATION OF COMPLETED; SR102 TERMINOLOGY ON CC: CyL CA: WP RJg: 3 THlS LOG 2198 04/28/04 WED 11:46 [TX/RX NO 8105] ~,PR-28-2004 (1~E0) 11 .49 ~,.. AIUIERICAN 1 ENGINEERING ~~ TESTING, INGo 0 t Lam' i 1 SM,I~SIlR~ACE BOl~[NG LOG P. 82 x;'027 AET JOB NO. ®~-O'I 2~$ I-C1G OP 130RING NO, ~ ([3. 'I Of' Prza~cT: Heclring parcel; Albertville, IVIN DEPTH SURFACE ELEVATION: 847.0" GEOLOGY SAMPt.I: R>C. FIELD & LABORATORY TESTS FEET MATfiR1AL DESCRIPTION N MC 7YP1= IN° WC DEN LL f'L q9 1 Organic clay, roots, soft (©I-I) TOPSOIL. 3 M S5 8 2 3 Lean clay, brownish gray, very soft (CL) F~ V1UM 1 M SS 12 30 4 5 Sandy lean clay, a little gravel, brownish gray W>;ATHE1tE and a little brown mottled, sate (CL) T11.L 3 M SS 15 3G 6- 7- e ~ - 7 M ss zo za 4 10 - 7 M SS 12 11 Sandy leant clay, a little gravel, apparent cobble at about 14'/~ ,gray, firm to stiff, a latntnatlon of TTGL ~ 12 silty sand at about 15%' (CL15G) 13 a M Ss ao 1a 15 12 M SS 20 16 - 1J1~ ®~' 160):Il~if'a DEPTH: DRILLING ME'I°MOD WATER LEVEL MEASUREMENTS NOTE: E2EFER TO t 0-14/~ 3.25 NSA DATE TIME SAMPLED DEPTH , CASING DEPTH CAVl:-!N DEPTH DRILLING FLUID LEVg1 WATER LEVEL THE ATTACHED 51?/02 1:50 96.5 15.0 16.5 -- None SHEETS FOR AN EXPLANATION OF CpMA!_t=TED: 5n~02 TERMINDLOGY ON CC: GL CA: WP Rig: 3 TH1S LOG 1Jy~J 04/28/04 WED 11:46 [TX/RX NO 8105) t DUCTILE-IRON & COMPACT FITTINGS Weight in Pounds per ANSUAWWA C1531/A21.53-94 ' The following table contains the weights of compact ductile iron fittings as listed in the AWWA C153 specification. The weights of fitting sizes not listed in the AWWA tables were obtained from the Tyler/LTnion Utilities Catalog, dated 05/01/97. 1 1 1 1 1 1 1 1 1 1 BENDS(MJ:-MJ)- SLEEVES CAP PLUG SIZE 90 45 22-1/2 11-1/4" SHORT LONG 4" 27 23 18 16 17 20 10 10 6" 39 32 32 30 28 36 17 18 S" 57 46 46 42 38 46 25 26 10" 89 70 64 58 49 62 35 36 12" 108 86 84 74 56 76 44 46 14" 210 164 148 130 111 140 85 79 16" 264 202 178 158 130 172 93 100 18" 335 250 255 205 160 225 122 130 REDUCERS (LARGE-END MJ x SMALL-END PE) SIZE x4 x6 x8 x10 x12 x14 x16 x18 x20 8" 34 32 - - - - - - 10" 43 46 50 - - - - - - 12" 60 60 62 64 - - - - - 14" - 104 98 92 92 - - - - 16" - 136 128 123 119 132 - - - 18" - - 195 185 175 190 190 - - a REDUCERS (SMALL-END MJ x LARGE-END PE) SIZE x4 x6 x8 x10 x12 x14 x16 x18 x20 ~_ 6' 26 -- =_ _- _ --~ 8" 33 35 - - - - - - - 10" 44 46 49 - - - - - - 12" 60 58 61 61 - - - - - 14" - 100 99 96 90 - - - - 16" - 125 124 124 122 133 - - - 18" - - 170 165 150 175 170 - - MECHANICAL -JOINT TEES SIZE x4 x6 x8 x10 xl2 x14 x16 xl8 x20 4" 32 - - - - - - - 6" 46 56 - - - - - - 8" 60 72 86 - - - - - - 10" 78 90 105 120 - - - - - 12" 94 110 125 140 160 - _ - - 14" 172 182 206 228 234 280 - - - 16" - 228 248 264 280 316 322 - - 18 _ - 275 295 315 335 380 405 435 REDUCERS (MJ - MJ) SIZE x4 x6 x8 x10 xl2 x14 x16 6" 24 - - - - - - 8" 32 36 - - - - - 10" 46 47 50 - - - - 12" 58 60 60 64 - - - 14" - 100 100 100 100 - - 16" - 124 124 124 124 140 - 18" - = 190 195 180 190 195 LJ it ~, i, ~~ ~1 1 a 1 1 r. 1 u J t C REDUCERS (PE x PE) SIZE x4 x6 x8 x10 x12 x14 x16 6" 22 - - - - - - 8" 32 33 - - - - - 10" 46 46 49 - - - - 12" 58 57 59 59 - - - 14" - >102 94 90 88 - - 16" - 124 119 119 113 129 - 18" - - 170 160 150 160 145 CRO SSES (MJ x MJ) SIZE x4 x6 x8 x10 x12 x14 x16 x18 6" 62 80 - - - -- - 8" 84 108 120 - - - - - 10" 98 118 138 155 - - - - 12" 123 140 162 187 212 - - - 14" - 210 231 255 269 299 - - 16" - 250 264 286 310 - ~ I ~ ~ - -- - Fittings Fittings shall be me asured o n a pound basis of compact ductile iron fittings as published in AWWA C153 excluding the weight of glands, gaskets, bolts or other accessories. [' C (2360) PLANT MIXED ASPHALT PAVEMENT Combined 2360/2350 (Gyratory/Marshall Design) Specification For 2004 Construction Season This Specification requires the Contractor to provide a mix that complies with all of the design, production, and placement requirements of the specification. The Department does not make any guaranty or warranty, either express or implied, that compliance with one part of this specification guarantees that the Contractor will meet the other aspects of the specification. All Sections titled 2360 also apply to 2350. 2360.1 DESCRIPTION ' This work consists of the construction of one or more pavement courses of hot plant mixed asphalt-aggregate mixture on the approved prepared foundation, base course or existing surface in ' accordance with the specifications and in conformity with the lines, grades, thicknesses and typical cross sections shown on the plans or established by the Engineer. Mixture design will be either 2360 or 2350 (gyratory or Marshall) as described in the Special Provisions through the mixture designation. A Mixture Designations Mixture designations for asphalt mixtures contain the following information: (1) The first two letters indicate the mixture design type: SP =Gyratory Mixture Design ' LV =Marshall Mixture Design -Low Volume, 50 blow MV =Marshall Mixture Design -Medium Volume, SO blow SM =Gyratory Mixture Design for Stone Matrix Asphalt (SMA) (2) The third and fourth letters indicate the course: WE =Wearing and Shoulder Wearing Course NW =Non-Wearing Course (3) The fifth letter or number indicates the maximum aggregate size*: A or 4 = 12.Smm [1/2 inch], SP 9.S mm [3/8 inch]** B or 3 = 19.Omm [3/4 inch], SP 12.5 mm [1/2 inch]** C or 2 = 2S.Omm [1 inch], SP 19.0 mm [3/4 inch]** 5 = 9.Smm [3/8 inch], 4.75 mm [#4] nominal size (Marshall design only) ' E =See provision for SMA design * Letter is used in gyratory designation; number is used in Marshall designation ** Nominal maximum aggregate size (4) For Gyratory Design: The sixth digit indicates the Traffic Level (ESAL's x 106) The requirements for gyratory nuxtures in this specification are based on the 20-year design traffic level of the Project expressed in Equivalent Single Axle Loads (ESAL's}. The five traffic levels are shown below in Table 2360.1-A. C 2360/2350 Combined Specification December 9, 2003 , Table 2360.1-A Traffic Levels (5) Traffic Level 20 Year Desi ESAL's (1 x 10 ESAL's) 2' < 1 32 1 to < 3 4 3to<10 5 10 to < 30 6 SMA 1 -- (AADT <_ 2300) 2 -- (2300< AADT <6000) For Marshall Design: The sixth and seventh digit indicate the Marshall design blows: 50 blow design for both LV and MV mixtures The last two digits indicate the air void requirement: 40 = 4.0% for SP and SM Wear mixtures 35 = 3.5% for MV Wear and Non-Wear 30 = 3.0% for LV Wear and Non-Wear and SP Non-Wear and Shoulder (6) The letter at the end of the mixture designation identifies the asphalt binder grade: A = PG 52-34 B = PG 58-28 C = PG 58-34 D = PG 58-40 E = PG 64-28 F = PG 64-34 G = PG 64-40 H = PG 70-28 I = PG 70-34 L = PG 64-22 Ex: Gyratory Mixture Designation -- SPWEB540E (Design Type, Lift, Agg Size, Traffic Level, Voids, Binder) Ex: Marshall Mixture Designation - LVWE35030B (Mix Type, Lift, Agg Size, Marshall blows, Voids, Binder) Ex: SMA Mixture Designation -- SMWEE640H (Design Type, Lift, Agg Size, Traffic Level, Voids, Binder) B Minimum Lift thickness Minimum paving lift thickness will be based on maximum aggregate size: Aggregate Size A, 4*; B, 3*: Minimum Lift thickness = 40 mm [1 1/a inch] Aggregate Size 5*: Minimum Lift thickness = 20 mm [314 inch] Aggregate Size C, 2* (for non-wear only): Minimum Lift thickness = 65 mm [21/a inch] * Marshall designation 2360.2 MATERIALS Page 2 of 56 0 1 Ii 0 11 2360/2350 Combined Specification ' December 9, 2003 A Aggregate Al General The aggregate shall consist of sound, durable particles of gravel and sand, crushed stone and sand, or combinations thereof. It shall be free of objectionable matter such as metal, glass, wood, plastic, brick, rubber, and any other material having similar characteristics. Coarse aggregate shall be free from coatings of clay and silt to the satisfaction of the Engineer. The Contractor shall not compensate for the lack of fines by adding soil materials such as clay, loam, or silt. Overburden shall not be blended into the asphalt aggregate. Each different material (source, class, kind, or size) shall be fed at a uniform rate from its storage unit. An individual source, class, type, or size of material shall not be stockpile blended with another source, class, type or size of material. A2 Classification The aggregate shall conform to one of the following classifications. The class of aggregate to be used shall be the Contractor's option unless otherwise specified in the Contract. ' Ala Class A Class A aggregate shall consist of crushed igneous bedrock (specifically; basalt, gabbro, granite, rhyolite, diorite and andosite) and rock from the Sioux Quartzite Formation. Other igneous or metamorphic rock may be used with specific approval of the Engineer. Class A materials may contain no more than 4.0% non-Class A aggregate. This recognizes the fact that some quarries may contain small pockets of non-Class A material within that source. Intentional blending or addition of non-Class A material is strictly prohibited! Alb Class B Class B aggregate shall consist of crushed rock from all other bedrock sources such as carbonate and metamorphic rocks. (gneiss or schist) A2c Class C Class C aggregate shall consist of natural or partly crushed natural gravel obtained from a ' natural gravel deposit. A2d Class D Class D aggregate shall consist of 100 percent crushed natural gravel. The crushed gravel shall be produced from material retained on a square mesh sieve having an opening at least twice as large as the Specification permits for the maximum size of the aggregate in the composite asphalt mixture. The amount of carryover (material finer than} the selected screen shall not exceed ten percent. Ate Class E Class E aggregate shall consist of a mixture of any two or more of the above classes of approved aggregate (A, B, and D). The use of Class E aggregate, as well as the relative proportions of the Page 3 of 56 L_~ 2360/2350 Combined Specification December 9, 2003 different constituent aggregates, shall be subject to the approval of the Engineer. The relative proportions of the constituent aggregates shall be accurately controlled either by the use of a blending belt approved ' by the Engineer prior to production or by separately weighing each aggregate during batching operations. Alf Steel Slag ' Steel slag may not exceed 25 percent of the mass of the total aggregate. Stockpiles will be accepted for use if the total expansion, determined by ASTM D4792, is less than 0.50%. A2g Taconite Tailings (TT) Taconite tailings shall be obtained from ore that is mined westerly of a north-south line located east of Biwabik, Mn (R15W-R16W); except that taconite tailings from ore mined in southwestern Wisconsin will also be permitted for use. Approved taconite tailing sources are on file with the Department Bituminous Engineer. 1 A2h Scrap Asphalt Shingles Scrap asphalt shingles may be included in both wear and non-wear courses to a maximum of 5 percent of the total weight of mixture. Only scrap asphalt shingles from manufacturing waste are suitable. The percentage of scrap shingles used will be considered part of the maximum allowable RAP ' percentage. Refer to Section 2360.2 G1 to select a virgin asphalt binder grade (use requirements for > 20% RAP, regardless of total RAP/shingle percentage). Scrap Shingle Specifications are on file in the Bituminous Office. , Ali Crushed Concrete and Salvaged Aggregate Crushed concrete is allowed as an aggregate source for up to 50 percent of the aggregate ' in non-wear mixtures.. Crushed concrete is not allowed in wearing courses. Salvaged aggregate is allowed as an aggregate source for up to 100 percent of the ' aggregate in wear and non-wear mixtures. All salvaged aggregate shall be stockpiled uniformly to limit variation in mixture properties. Salvaged aggregates shall meet quality and crushing requirements as specified herein. , A2j Waste Incinerator Ash (WIA) , Waste incinerator ash is allowed as an aggregate source in both wear and non-wear courses to a maximum of 5 percent of the total weight of mixture. Only WIA that meets the Tier II hazard evaluation criteria as approved by Mn/DOT's Office of Environmental Services, Environmental Analysis Section, will be allowed for use in the mixture. Approved waste incinerator ash sources are on file with the Department Bituminous ' Engineer. A3 Recycled Asphaltic Pavement Materials (RAP) The combined RAP and virgin aggregate shall meet the composite fine aggregate angularity or calculated crushed requirements (both coarse and fine aggregate) for the mixture being produced (calculated crushed allowed for Marshall design only). RAP containing any objectionable ' Page 4 of 56 2360/2350 Combined Specification ' December 9, 2003 material, i.e., road tar, metal, glass, wood, plastic, brick, fabric, or any other objectionable material having similar characteristics will not be permitted for use in the asphalt pavement mixture. Asphalt binder content in the RAP shall be determined according to Mn/DOT Lab Manual Method 1851 or 1852. B Manufactured Crushed Fines (-4 material) ' All Class A, B, D, and E material that passes the 4.75 mm [#4] screen will be considered as crushed fines. Manufactured Crushed Fines (-4 material) from Class C Aggregate. Produce manufactured crushed fines (-4 material) from a gravel source by passing the gravel over a selected screen, 9.5 mm [3/8 inch] or larger, prior to mechanical crushing. The material which passes the 9.5 mm [3!8 inch] screen shall not. be incorporated into the manufactured crushed fines. but may be used as it ' qualifies for natural sand. The amount of carryover (material finer than} the selected screen shall not exceed ten percent. The material retained on the 9.5 mm [3/8 inch] screen shall be crushed. The material that passes the 4.75 mm [#4] screen, after crushing, will be considered as 100% crushed fines. Material retained on the 4.75 mm [#4] screen after crushing will not be counted as +4 crushing until tested. C Quality Requirements '!~ i,~ J i~ 0 Cl Los Angeles Rattler Test ............................................................................AASHTO T96 The Los Angeles Rattler loss on the coarse aggregate fraction (material retained on the 4.75 mm [#4] sieve shall not exceed 40 percent for any individual source used within the mix. An aggregate proportion which passes the 4.75 mm [#4] sieve and exceeds 40 percent LAR loss on the coarse aggregate fraction is prohibited from use in the mixture. C2 Soundness (Magnesium Sulfate) .............................................................. AASHTO T104 The magnesium sulfate soundness loss at 5 cycles on the coarse aggregate fraction (material retained on the 4.75 mm [#4]} shall not exceed the following for any individual source used within the mix: ~ a) No more than 14 % loss on the 19 mm [3/4 inch] to 12.5 mm [112 inch] and larger fractions. b) No more than 18% loss on the 12.5 mm [1/2 inch] to 9.5 mm [3/8 inch] fraction. c) No more than 23% loss on the 9.5 mm [3/8 inch] to 4.75 mm [#4] fraction. d) No more than 18% for the composite loss. (Applies only if all three size fractions are tested). * 1) If the composite requirement is met but one or more individual components do not, the source may be accepted if no individual component is more than 110% of the requirement for that component. 2) If each individual component requirement is met but the composite does not, the source may be accepted if the composite is no greater than 110% of the requirement. Page 5 of 56 a 2360/2350 Combined Specification December 9, 2003 An aggregate proportion which passes the 4.75 mm [#4] sieve and exceeds the requirements listed above on the coarse aggregate fraction is prohibited from use in the mixture. C3 Spall Materials and Lumps .............................................Mn/DOT Laboratory Manual Spall is defined as shale, iron oxide, unsound cherts, pyrite, highly weathered and/or soft phyllite and argillite (may be scratched with a brass pencil), and other materials having similar characteristics. Lumps are defined as loosely bonded aggregations and clayey masses. If the percent of lumps measured in the stockpile or cold feed exceed the values listed below, asphalt production shall cease and compliance shall be determined by dry hatching. This procedure may be repeated at any time at the discretion of the Engineer. Maximum limits for Spall and lumps, expressed as percentages by mass, are listed in Table 2360.3-B2a. C4 Insoluble Residue Test ......................................................Mn/DOT Laboratory Manual If Class B carbonate material is used in the mix, the minus 0.075 mm [#200] sieve size portion of the insoluble residue shall not exceed 10 percent. D Aggregate Restrictions Class B carbonate aggregate restrictions are specified in Table 2360.3-B2a. E Gradation Requirement The coarse and fine aggregate shall be combined in such proportions to produce an asphalt mixture meeting all of the requirements defined in this specification and shall conform to the gradation as defined in Table 2360.2-E. Gradation testing shall be conducted in accordance with AASHTO T-11 (-0.075 mm [-#200] wash) and T-27. Table 2360.2-E Aggregate Gradation Broad Bands (~1., nascinu ~f total washed gradation) Sieve Size (mm [inch]) A or 4* B or 3* C or 2* 5* E (SMA) 25.0 [1 inch] 100 See SMA Provisions 19.0 [3/4 inch] 100 85-100 12.5 [U2 inch] 100 85-100 45-90 9.5 [3/8 inch] 85-100 35-90 - 100 4.75 [#4] 25-90 20-80 20-75 65-95 2.36 [#8] 20-70 15-65 15-60 45-80 0.075 [#200] 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 *Marshall Designation F Additives Page 6 of 56 ii L! i i ~~ ~I~ 'u ~1 2360/2350 Combined Specification December 9, 2003 r An additive is any material added to an asphalt mixture or material, such as mineral filler, hydrated lime, asphalt additives, anti-strip, and similar products that do not have a specific pay item. When a Contract requires additives, compensation is included with the pay items for the appropriate mixture. )f the Engineer directs the Contractor to incorporate additives, the compensation will be as Extra Work, at the unit price specified in the proposal. The Department will not compensate the Contractor for ' additives incorporated at the Contractor's option. Additives will not be incorporated into the mixture without approval of the Department Bituminous Engineer. Anti-foaming agents shall be added to asphalt cement at the manufacturer's recommended dosage rate. Mineral filler and hydrated lime may be added in a quantity not to exceed 5 percent and 2 percent, respectively, of the total mass of the aggregate. The combination of mineral filler and hydrated lime shall not exceed 5 percent of the total mass of aggregate. The Engineer will approve or ' disapprove methods for addition of additives. Fl Mineral Filler .....................................................................................................:...:.... 3145 F2 Hydrated Lime ............................................................................................................ 3145 Hydrated lime used in asphalt mixtures shall meet the requirements of ASTM C977 and have a maximum of eight percent unhydrated oxides (as received basis). The method of introducing and mixing the hydrated lime and aggregate shall be subject to approval by the Engineer prior to beginning mixture production. F3 Liquid Anti-Stripping Additive When a liquid anti-strip additive is added to the asphalt binder, blending shall be completed before the asphalt binder is mixed with the aggregate. Liquid anti-strip additives that alter the asphalt binder, such that it fails to meet the Performance Grade (PG) requirements, shall not be used. Liquid anti-strip may be added by the supplier at the refinery or by the Contractor at the plant site. The company/supplier adding the additive shall be responsible for testing the binder/additive blend to ensure compliance with the AASHTO M 320, Standard Specification for Performance Graded Asphalt Binder. No paving will be allowed until the asphalt binder/additive blend has been tested and results show that binder/additive blend properties meet the criteria in Section 2360.2G. The testing shall be done in accordance with a Mn/DOT approved Asphalt Binder QC Plan. Requirements for the Asphalt Binder QC Plan are on file in the Bituminous Office. The following requirements for HMA mixture and asphalt binder must also be met when liquid anti-strip is added at the HMA plant site. Mixture Requirements at Design. 1) The Contractor must design the mixture with the same asphalt binder that will be supplied to the plant site. (Both Laboratory Mixture Design (Option 1) and Modified Mixture Design (Option 2). 2) The Contractor must provide documentation with either design option that includes Tensile Strength Ratio results with the liquid anti-strip dosed at the optimal rate. Documentation must include verification the binder/additive blend meets AASHTO M 320 at the optimal dose rate. Contractor Production Testing Requirements for Asphalt Binder/Liguid Anti-Strip Blend: Page 7 of 56 1 2360/2350 Combined Specification December 9, 2003 ' 1) The Contractor shall, on a daily basis, sample and test the asphalt binder/anti-strip blend. Testing of the blend can be by viscosity, penetration, or dynamic shear rheometer (DSR). When a polymer modified asphalt binder is specified, the Contractor shall use the DSR as the daily QC test. 2) The Contractor shall, on a weekly basis, send the Engineer and Mn/DOT Chemical Laboratory Director a weekly QC report summarizing the results of the daily testing as ' required in number L 3) The Contractor shall, on a bi-weekly basis, test the binder/anti-strip blend to ensure compliance with the AASHTO M 320, Standard Specification for Performance Graded Asphalt Binder (minimum 1/project). Test results shall be sent to the Engineer and Mn/DOT Chemical Laboratory Director. 4) In addition to the sampling requirements listed above, the Contractor shall obtain asphalt ' binder/anti-strip blend field verification samples according to 2360.4 E12. Liq uid Anti-Strip Additive Metering System: ' 1) The metering system shall include a liquid anti-strip flow meter in addition to an anti- strip pump. The flow meter shall be connected to the liquid anti-strip supply to measure and display only the anti-strip being fed to the asphalt binder. 2) The meter readout shall be positioned for convenient observation. 3) There shall be a means provided for comparing the flow meter readout with the calculated output of the anti-strip pump. See number 7. 4) The system shall display in units of liters [gallons] to the nearest liter [gallon] or in units of metric tons [tons] to the nearest 0.001 metric tons [0.001 tons], the accumulated anti- strip quantity being delivered to the mixer unit. , 5) The system shall be calibrated and adjusted to maintain an accuracy of ± one percent error. 6) Calibration shall be required for each plant set-up prior to production of mixture. 7) The Engineer may require, on a daily basis, the Contractor "stick" the anti-strip tank at ' the end of the days production to verify anti-strip usage quantities. 8) The system shall provide for a convenient method for sampling the binder/anti-strip after blending has occurred. 9) Alternative blending and metering systems must be pre-approved by the Engineer F4 Coating. and Anti-Stripping Additive ....................................................................... 3161 G Asphalt Binder Material ........................................................................AASHTO M 320 Asphalt binder material shall meet the requirements of PG asphalt binder testing tolerances, sampling rates, testing procedures, and acceptance criteria based on the most current Mn/DOT Technical Memorandum, titled "Inspection, Sampling, and Acceptance of Bituminous Materials." The PG asphalt binder cannot be modified with air blowing procedures unless the Department Bituminous Engineer approves it. The Contractor shall not use petroleum distillates such as fuel oil, diesel fuel or other fuels in the asphalt tanks. A statement shall be provided by the supplier for recommended laboratory mixing and compaction temperatures and field maximum mixing and compaction temperatures. 0 Page 8 of 56 , 1 G1 u 2360/2350 Combined Specification December 9, 2003 Asphalt Binder Selection Criteria for All Mixtures with RAP Specified PG Asphalt Vir in As halt Binder Grade to be used with RAP Overlay Binder Grade < 2p% RAP > 20% RAP 64-22 64-22 64-28 Other PG Grades No ade adjustment No grade adjustment New Construction Specified PG Asphalt Vir in As halt Binder Grade to be used with RAP tip Binder Grade <_ 20% RAP > 20% RAP 52-34 52-34 Not allowed 58-28 58-28 58-28 58-34 58-34 Not allowed 64-28 64-28 64-28 64-34 64-34 Not allowed Other PG Grades No rade adjustment Not allowed * * When approved by the Engineer, the virgin asphalt binder grade can be selected by using the blending chart procedure on file in the Bituminous Office. Mn/DOT may take production samples for information/verification of compliance with a specified asphalt binder grade. (1) Includes cold inplace recycle, reclaiming, -and reconstruction. 2360.3 MIXTURE DESIGN A Mixture Design General The asphalt mix may be designed using one of the following two Contractor trial mix design options. Review of mixture designs will be performed in the District Materials Laboratory lab where the Project is located. The addition of aggregates and materials not included in the original mixture submittal is prohibited. It is the Contractor's responsibility to design a Marshall mixture in accordance with the most current AASHTO T-245, the Asphalt Institute's Mix Design Methods for Asphalt Concrete MS-2, and the Mn/DOT Laboratory Manual such that it meets the requirements of this specification. For Marshall design, the design air void content of the mixture is dependent on the mixture type, regardless of the location in the pavement structure. Design air void content for LV and MV mixtures is 3.0% and 3.5%, respectively. It is the Contractor's responsibility to design a gyratory mixture in accordance with the most current AASHTO T-312, the Asphalt Institute's Superpave Mix Design Manual SP-2 (2-hour short term aging period is used for volumetric), and the Mn/DOT Laboratory Manual such that it meets the requirements of this specification. For gyratory design, the design air void content of the mixture at design shall be 4.0% at the design number of gyrations (Naes;g„) for mixtures placed in the upper 100 mm [4 inches] of the finished surface. The design air void content of the mixture at design shall be 3.0% at the design number of gyrations (Ndes;go) for mixtures placed at depths more than 100 mm [4 inches] from the surface and on all (wear and nonwear) shoulders that do not carry traffic. If less than 25% of a layer is within 100 mm [4 inches] of the surface, the layer may be considered to be below 100 mm [4 inches] for mix design purposes (non-wear). Page 9 of 56 2360/2350 Combined Specification December 9, 2003 Design Air Void Requirement for Gyratory Mixtures SP Wear SP Non-wear SP Shoulder** Location from > 100 mm [4 All Wear and surface ~ 100 mm [4 inch]* inch]* Non-Wear Air Voids 4.0% 3.0% 3.0% * If less than 25% of a layer is within 100 mm [4 inches] of the surface, the layer may be considered to be below 100 mm [4 inches] for mix design purposes. ** Shoulders that do not carry traffic. B Laboratory Mixture Design (Option 1) Test results and documentation as described in Section 2360.3C shall be submitted with the materials described below for consideration by the Department Bituminous Engineer or District Materials Engineer to verify compliance with these specifications and to issue a Mixture Design Report. B1 Aggregate sample At least 15 working days prior to the start of asphalt production, the Contractor shall submit to the Department Bituminous Engineer or the District Materials Engineer a 35 kg [80 pound] sample of representative aggregate retained on the 4.75 mm sieve [#4] and a 15 kg [35 pound] sample of material passing the 4.75 mm sieve [#4] for quality testing. The Contractor shall provide 24 hour notice of intent to sample aggregates. These samples will be tested for quality of each source, class, type, and size of virgin and non-asphaltic salvage aggregate source used in the mix design. The Contractor shall retain a companion sample of equal size until a Mixture Design Report is issued. Quality requirements are defined in Section 2360.X. Aggregates that require the magnesium sulfate soundness test shall be submitted to the Department Bituminous Engineer or District Materials Engineer at least 30 calendar days prior to the start of asphalt production. Dispute resolution procedures for aggregate qualities are on file in the Bituminous Office. B2 Mixture sample At least 7 working days prior to the start of asphalt production, the Contractor shall submit in writing a proposed Job Mix Formula (JMF) for each combination of aggregates to the Department Bituminous Engineer or District Materials Engineer for review. A Level II Quality Management mix designer must sign the proposed JMF. For each JMF submitted, the Contractor shall include test data to demonstrate conformance to mixture properties as specified in Table's 2360.3-B2b and 2360.3-B2c. The proposed JMF shall be submitted on forms approved by the Department. In addition, the Contractor shall submit an uncompacted mixture sample plus briquettes compacted at the optimum asphalt content and required compactive effort conforming to the JMF for laboratory examination and evaluation. Mixture sample size and number of compacted briquettes are as follows: Table 2360.3-B2 Mixture Sam le Re uirements Item G rator Desi n Marshall Desi n Un-com acted Mixture Sam le Size 30 Kg [75 pounds] 18 K [40 pounds] Number of com acted bri uettes 2 3 B2a Mixture Aggregate Requirements Page 10 of 56 Li ~~ n 1 t e 1 e i a i 2360/2350 Combined Specification December 9, 2003 The aggregate fractions shall be sized, graded, and combined in such proportions that the resulting mixture. will meet the requirements listed in Section 2360.2-E and Table 2360.3-B2a shown below. Table 2360.3-B2a Mixture Aggregate Rquirements Traffic Traffic Traffic Traffic SMA Aggregate Blend Property Level 2& LV Level 3 & Leve14 Leve15 T. Level MV 6 _ See SMA 20 year Design ESAL's <1 million 1 - 3 million n Provision million millio s Coarse Aggregate Angularity (ASTM DS821) (one face /two face), %- Wear 30/- SS / - 85 / 80 95 / 90 (one face /two face), %- NonWear 30/- SS / - 60/ - 80 / 75 Fine Aggregate Angularity (FAA) (AASHTO T304, Method A) %- 40~2~ 42~'~ 44 45 - Wear 40~2~ 40~'~ 40 40 %-Non-Wear Flat and Elongated Particles, max~2~ 10 10 10 % by weight, (ASTM D 4791) _ (3:1 ratio) (3:1 (3:1 - ratio) ratio) Clay Content~2~ (AASHTO T 176) - - 45 45 - Total Spall in fraction retained on the 4.75mm [#4] sieve 5.0 2.5 1.0 1.0 Maximum Spall Content in Total Sam le 5.0 5.0 1.0 1.0 - Maximum Percent Lumps in fraction retained on the 4.75mm 0.5 O.S 0.5 0.5 - [#4] sieve Class B Carbonate Restrictions Maximum% -4.75mm [-#4] Final Lift/All other Lifts 100/100 100/100 80/80 50/80 - Maximum% +4.75mm [+#4] Final Lift/All other Lifts 100/100 100/100 50/100 0/100 - G ry atorX Max. allowable RAP percentage 30/40 30/30 30/30 30/30 Wear /Non Wear Marshall Max. allowable RAP percentage 30/40 30/30 Wear /Non Wear (1) ror Marshall design, the Contractor may determine -~ crushing by either FAA of uncompacted voids or calculation of crush from the composite blend. The choice must be made prior to start of production. Manufactured crushed fines requirement is 25%. RAP sand will be considered 50% crushed if the angularity index equals or exceeds 40, and 100% crushed if the angularity index equals or exceeds 45. (2) Not applicable under Marshall design. Page 11 of 56 2360/2350 Combined Specification December 9, 2003 B2b Mixture Requirements Mixture evaluation will be based on the trial mix tests and the corresponding requirements listed in Table 2360.3-B2b and Table 2360.3-B2c. Table 2360.3-B2b Mixture Reauirements Traffic Traffic Traffic Traffic SMA Leve12 Leve13 Leve14 Level 5 T. Level 6 3 - 10 10 - 30 See SMA 20 year Design ESAL's < 1 million 1 - 3 million million million Provisions Gyratory Mixture Requirements Gyrations for N;~;~;a, 6 7 8 8 - G rations for Ndes; „ 40 60 90 100 - G rations for N,~~;m„m 60 90 140 160 - Air Voids, % -- Wear 4.0 4.0 4.0 4.0 Air Voids, % -- Non-Wear & 3.0 3.0 3.0 3.0 _ All Shoulder % G,,,,,, at N;~;~;a~-Wear - <_ 91.5 <_ 90.5 <_ 90.0 % G,,,n, at N;~;~;al-Non-Wear - < 92.5 _< 91.5 <_ 91.0 & All Shoulder % G,,,,I, at N,,,a~m„m-Wear <_ 98.0 <_ 98.0 <_ 98.0 <_ 98.0 - % G,,,a, at N,t,aX;m„m NonWear < 99.0 <_ 99.0 <_ 99.0 <_ 99.0 - & All Shoulder Tensile Strength Ratio ~'~, ~2~ ~2~ ~3~ ~3~ n11n% 75 75 80 80 - Fines/Effective As halt 0.6 - 1.2 0.6 - 1.2 0.6 - 1.2 0.6 - 1.2 - VFA, % -- Wear 65 - 78 65 - 78 65 - 76 65 - 76 NonWear 70 - 83 70 - 83 70 - 82 70 - 82 Marshall Mixture Re uirements LV MV Marshall Blows 50 50 - - - Air Voids, % 3.0 3.5 - - - Tensile Strength Ratio {'~, min% 70 ~ 70~4~ Stability, minimum N [lb f] 5000 [1125] 6000 [1350] Fines/Effective Asphalt Wear 0.6 - 1.30 0.6 - 1.30 Non- 0.6-1.40 0.6-1.40 _ _ _ Wear (1) See Section 2360.4 E9. Use 150mm [6 inch] specimens for gyratory and 100mm [4 inch] specimens for Marshall design. (2) Mn/DOT Min = 65, t3> Mn/DOT Min = 70, c4~ Mn/DOT Min = 60 B2c VMA Criteria The voids in mineral aggregate (VMA) of the mixture at design and during production shall meet the minimum criteria as shown in Table 2360.3-B2c at the specified compaction level. VMA shall be calculated according to the procedures outlined in Asphalt Institutes SP-2 or MS-2 manual. VMA is a design and acceptance/process control requirement. Page 12 of 56 1 1 f 1 1 1 1 1 1 1 1 1 1 r 2360/2350 Combined Specification December 9, 2003 Table 2360.3-B2c Voids in Mineral Aggregate (VMA) Mixture Requirements Gradation Fine Mixture % Pass 2.36 mm [#8] VMA Minimum Coarse Mixture % Pass 2.36 mm [#8] VMA Minimum A or 4* > 47 15.0** < 47 14.5* B or 3* > 39 14.0 _< 39 13.5 C or 2* > 35 13.0 <_ 35 12.5 5 * ----- 15.0* * ----- ----- E See SMA Provisions *Marshall designation. **For LV 4 and LV S mixes lower VMA requirements by 0.5% B3 Tensile Strength Ratio sample Mixture or briquettes that represent the mixture at optimum asphalt content, shall be submitted at least 7 days prior to actual production for verification of moisture sensitivity retained tensile strength ratio (TSR). Material submitted for TSR verification may be tested for maximum specific gravity Gnn, compliance in addition to TSR results. Failure to meet the Gn,a, tolerance will result in rejection of the submitted mix design. Anew mix design submittal will be required and will be subject to provisions described in Section 2360.3C. One of the following options may be used to verify that the tensile strength ratio (TSR) meets the requirements in Table 2360.3-B2b. Option A) The Contractor will batch material at the design proportions including optimum asphalt. Immediately (before curing) split the sample and allow samples to cool to room temperature. Submit 35 kg [77 pounds] of mixture to the District Materials Laboratory for curing and test verification. Both'groups will use a two (2) hour cure time (± 15 minutes) at 144°C [290°F] and follow procedures in ASTM D 4867-92, Mn/DOT modified as defined in the Mn/DOT Laboratory Manual. Option B) The Contractor batches, cures (as indicated in option A), compacts, and submits briquettes and uncompacted mixture as specified below. ~1 Table 2360.3-B3 Option B Mixture Requirements Item G rator Desi n Marshall Desi n Un-com acted Mixture Sam le Size 8,200 g 8,200 g Number of com acted bri uettes~'~ 6 9 Com acted bri uette air void content 6.5 - 7.5% 6.0 - 8.0% ~'~ 150mm [6 inch] specimens for gyratory design 100mm [4 inch] specimens for Marshall design B4 Aggregate Specific Gravity .......................AASHTO T84 and T85, Mn/DOT Modified The Contractor shall determine the specific gravity of all aggregate used in the mixture. C Documentation Page 13 of 56 2360/2350 Combined Specification December 9, 2003 Each proposed JMF submitted for review under Section 2360.3B and 2360.3D shall include the following documentation and test results. (1) The name(s) of the individual(s) responsible for the Quality Control of the mixture during production. (2) The low projects number on which the mixture will be used. (3) The percentage in units of 1 percent (except the 0.075 mm sieve [#200] in units of 0.1 percent) of aggregate passing each of the specified sieves for each aggregate to be incorporated into the mixture. The gradation of aggregate from salvaged asphaltic material shall be derived from the material after the residual asphalt has been extracted. (4) The source and description of the materials to be used. The aggregate pit or quarry source number. The proportion of each material (in percent of total aggregate). (5) The composite gradation based on (3) and (4) above. Note: Include virgin composite gradation based on (4) and (5) above for mixtures containing RAP. (6) The bulk (dry) and apparent specific gravities and water absorption (by % weight of dry aggregate) of both coarse and fine aggregate, for each product used in the mixture {including RAP). Use AASHTO T-84 and T-85 Mn/DOT modified as defined in the Mn/DOT Laboratory Manual. The tolerance allowed between the Contractor's and the Department's specific gravities are GSb (individual) = 0.040 [+4 AND -4] and Gsh (combined) = 0.020. (7) The composite gradation plotted on a FHWA 0.45 power chart. (Federal form PR-1115) (8) For mixtures containing RAP include extracted asphalt binder content of the RAP with no retention factor included. (9) The percentage (in units of 0.1 percent) and PG grade of asphalt binder material to be added, based upon the total mass of the mixture. (10) When using laboratory mixture design Option 1 (2360.3B) or Option 2 (2360.3D), include the following: (a) A minimum of three different asphalt binder contents (minimum 0.4 percent between each point), with at least one point at, one above and one below the optimum asphalt binder percentage. (b) The maximum specific gravity at each asphalt binder content. The theoretical maximum specific gravity used for percent air voids determination shall be calculated based on the average of the effective specific gravities measured by a minimum of two maximum specific gravity tests at the asphalt contents above and below the expected optimum asphalt binder content. (c) The test results for the individual and average bulk specific gravity, density, and heights, of at least two specimens at each asphalt binder content. For Marshall design include the test results for the individual and average bulk specific gravity, density, height, stability, and flow of at least three specimens at each asphalt binder content. {d) The percent air voids in the mixture at each asphalt binder content. (e) The percent Voids in Mineral Aggregate (VMA} at each asphalt. binder content. (f) The fines to Effective Asphalt (F/A) ratio calculated to the nearest 0.1 percent. (g) TSR results at the optimum asphalt binder content. (h) Graphs showing air voids, voids in the mineral aggregate, Gmb, Gmm and unit weight vs. percent asphalt binder content for each of the three asphalt binder contents submitted with trial mix. (11) Optional Add-Rock/Add-Sand Provisions Page 14 of 56 ~7 i t r r 2360/2350 Combined Specification December 9, 2003 If the Contractor chooses to use the add-material option to augment the submitted JMF, the Contractor shall provide samples of the aggregate for quality analysis in accordance with Section 2360.3B 1. The Contractor shall provide mix design data for two additional design points per add-material. One point shall show a proportional adjustment to the submitted JMF that includes 5 percent, by mass, add-material at the JMF optimum asphalt percent. The second point shall show a proportional adjustment to the submitted JMF that includes 10 percent, by mass, add-material at the JMF optimum asphalt percent. The following information will be reported for each of these two points: (a) The maximum specific gravity (average of two tests). (b) The test results for the individual and average bulk specific gravity, density, and height of at least two specimens at the optimum asphalt binder content. For Marshall design include the test results for the individual and average bulk specific gravity, density, height, stability, and flow of at least three specimens at the optimum asphalt binder content. (c) The percent air voids in the mixture for each point. (d) The Fines to Effective Asphalt ratio calculated to the nearest 0.1 of a percent. (e) Coarse and Fine Aggregate crushing counts Up to two add-materials will be allowed per mix design submittal. Aggregate quality and mix characteristics are required for each proposed add-material and shall be submitted at the time of the original trial mix submittal. No mixture sample or briquettes are required for these two additional points. Additional Documentation For: Gyratory Design (Gl) The test results from the composite aggregate blend at the proposed JMF proportions indicating compliance with Coarse Aggregate Angularity and Fine Aggregate Angularity as shown in Table 2360.3-B2a. (G2) The design traffic level and the initial, design, and maximum number of gyrations Niniaal ~ Ndesign, and Nmaximnm• (G3) The temperature ranges the mixture is intended to be discharged from the plant and compacted at the roadway shall be provided by the asphalt binder supplier. Temperatures to be included are, laboratory mixing and compaction temperature ranges and maximum field mixing and compaction temperatures. (G4} Evidence that the completed mixture will conform to all specified physical requirements as follows: Design air Voids (Va ), VMA, VFA, TSR, F/Ae (Fines to effective asphalt ratio), Densification %Gn,,,, at N;,,it;ah Ndesigm and NMaximum• (GS) Labeled gyratory densification tables and curves, generated from the gyratory compactor, for all points used in the mixture submittal. Marshall Design (M1) The test results from the composite aggregate blend at the proposed JMF proportions indicating compliance with fine aggregate angularity uncompacted voids as shown in Table 2360.3-B2a. Or calculated -4.75 mm [-#4] crushing from the composite blend of the proposed JMF. Selection of either FAA or -4.75 mm [-#4] crushing shall be made at the time of mix design submittal. This selection will dictate the choice of method used for determination of compliance Page 15 of 56 2360/2350 Combined Specification December 9, 2003 and acceptance for the duration of time the Mixture Design Report is in force. RAP sand will be considered 50% crushed if the angularity index equals or exceeds 40, and 100% crushed if the angularity index equals or exceeds 45. D Modified Mixture Design (Option 2) Test results and documentation as described in Section 2360.3C shall be submitted to the Department Bituminous Engineer or the District Materials Engineer to verify compliance with mix design requirements and issue a Mix Design Report. Mixture submittal is not required. The Contractor may use this option if all of the following conditions are met: a} The aggregates in the proposed Mix Design Report have been used, in part, in other Mix Design Reports. Additionally, the aggregates must have been previously tested for and meet all applicable quality requirements in the current construction season. b) The Level II mix designer submitting the mixture design must have a minimum of 2 years experience in mixture design. c) The Contractor and his representatives cannot have violated the requirements of 1512 Unacceptable and Unauthorized Work relating to mixture design or mixture production within the last 12 month period. Dl JMF Submittal At least 2 working days prior to the start of asphalt production, the Contractor shall submit in writing a proposed Job Mix Formula (JMF) for each combination of aggregates to the Department Bituminous Engineer or District Materials Engineer for review. A Level II Quality Management mix designer must sign this proposed JMF. For each JMF submitted, the Contractor shall include documentation as outlined in Section 2360.3C to demonstrate conformance to mixture properties as specified in Table 2360.3-B2b and 2360.3-B2c. The proposed JMF shall be submitted on forms approved by the Department. D2 Initial Production Test Verification At the start of production, the testing frequency for the first 1,800 metric tons [2,000 tons] of each mix type shall be as specified in Table 2360.4-D. All mixture placed on Mn/DOT projects shall meet the specified quality indicators and required field density. Failure to do so will result in reduced payment or removal and replacement with acceptable material. The Department shall take a mix verification sample within the first four samples at the start of production of each mix type. D3 Tensile Strength Ratio sample See Section 2360.4E9 D4 Marshall Stability (Marshall Design Only) Page 16 of 56 ~J 236012350 Combined Specification December 9, 2003 On the first day of production, for each different mix design, at the same time the verification sample is obtained, an additional sample shall be obtained for Department evaluation of Marshall stability. This sample may be tested at the discretion of the District Materials Engineer. The Contractor is not required to test stability on production mixture. If the Marshall stability fails to meet the minimum requirements as listed in Table 2360.3-B2c the Contractor shall stop production immediately. The Contractor will be required to submit a revised mix design, with bituminous mixture at optimum asphalt content, to the District Materials Laboratory. If the mixture meets the minimum stability requirement production may be resumed. If the stability fails the second time, the Mix Design Report will be revoked. The Contractor will then be required to submit a new mix design according to Laboratory Mixture Design 2360.3B, Option 1. Anew Mix Design Report will be issued upon successful verification of the new mixture design submittal. E Mixture Design Report A Mixture Design Report consists of the JMF (Job Mix Formula). The JMF includes composite gradation, aggregate component proportions, asphalt binder content of the mixture, design air voids, Voids in Mineral Aggregate, and aggregate bulk specific gravity values. JMF limits will be shown for gradation control sieves, percent asphalt binder content, air voids, and VMA. Issuance of a Mixture Design Report confirms the mixture has been reviewed for and meets volumetric properties only. No guaranty or warranty, either express or implied, is made regarding placement and compaction of the mixture f r A Department reviewed Mixture Design Report is required for all paving except for small quantities of material provided under Section 2360.SH. All submitted materials must meet aggregate and mixture design requirements before a Mixture Design Report is issued. The Department will review two trial mix designs per mix type designated in the plan, per Contract at no cost to the Contractor. Additional mix designs will be verified at a cost of $2000 per design, payable to the Commissioner of Transportation. For city, county, and other agency projects, the Contractor shall provide to the District Materials Laboratory a complete Project proposal including addenda, supplemental agreements, change orders, and any Plan sheets (including typical sections) that affect the mix design. The Department will not start the verification process without this information. 2360.4 MIXTURE QUALITY MANAGEMENT (Quality ControUQuality Assurance) A Quality Control (QC) The Contractor shall provide and maintain a quality control program for HMA production. A quality control program is defined as all activities, including mix design, process control inspection, sampling and testing, and necessary adjustments in the process that are related to the production of a hot mix asphalt (HMA) pavement which meets the requirements of the specifications. Al Contractor Certified Plant HMA Ala Certification Procedure The Contractor shall: Page 17 of 56 _ _.__ . _ _ 2360/2350 Combined Specification December 9, 2003 (1) Complete application form and request for plant inspection. (2) Provide a site map of stockpile locations. (3) Pass plant and testing facility inspection by having the Plant Inspector and Bituminous Plant Authorized Agent complete and sign the Asphalt Plant Inspection Report (TP 02142-02, TP 02143-02). By signing the Asphalt Plant Inspection Report, the HMA plant authorized agent agrees to calibrate and maintain all plant and laboratory equipment within allowable tolerances set forth in these specifications, Standard Specifications for Construction, and the Mn/DOT Bituminous Manual. (4) Obtain a Mixture Design Report prior to production. Alb Maintaining Certification To maintain certification, the plant must produce, test, and document all certified plant. ' asphalt mixtures in accordance with the above requirements on a continuous basis. Continuous basis means all asphalt mixtures supplied from a certified plant to any Department project with 2360 asphalt mixtures must be sampled and tested in accordance with 2360 requirements and the Schedule of Materials Control. The Contractor shall assure the plant certification procedure is performed annually after winter suspension and before producing material for a Project. In addition, afirst-day sampling and testing frequency rate as stated in Table 2360.4-D shall be followed. The Contractor shall recertify a plant when it is moved to a new location or a previously occupied location. Alc Revocation of Plant Certification The Department Construction Engineer may revoke certification of an asphalt plant when requirements are not being met or records are falsified. The Department may revoke the Technician Certification for the individual involved. The Department Bituminous Engineer and Department Contract Administrator will maintain a list of companies who have had their asphalt plant certification revoked. B Quality Assurance (QA) The Department will perform QA testing as part of the acceptance process. The Engineer is responsible for QA testing, records, and acceptance. The Engineer will accomplish the QA process by: (1) Conducting Quality assurance and verification sampling and testing. (2) Observing sampling and tests performed by the QC personnel. (3} Taking additional samples at any time and any location during production. (4) Monitoring the required QC summary sheets and control charts. (5) Verifying calibration of laboratory testing equipment. (6) Communicating Mn/DOT test results to the Contractor's QC personnel in a timely manner. (7) Ensuring Independent Assurance Sampling and testing requirements are met. Page 18 of 56 2360/2350 Combined Specification December 9, 2003 C Contractor's Quality Control Cl Personnel Requirements Along with the proposed mix design data, the Contractor shall submit to the Engineer an organizational chart listing the names and phone numbers of individuals and alternates responsible for mix design, process control administration, and inspection. The Contractor shall also post a current organizational chart and if required by the Engineer, post a daily roster of individuals performing QC testing in the Contractor's test facility. The Contractor's quality control organization or private testing firm shall have Certified Technicians who have met the requirements on file with the Department's Technical Certification program. Individuals performing process control testing must be certified as a Level I Bituminous Quality Management (QM) Tester. Individuals performing mix design calculations or mix design adjustments must be certified as Level II Bituminous QM Mix Designer. The Contractor shall have a Certified Level II Bituminous QM Mix Designer available to make any necessary process adjustments. The Contractor shall have a minimum of one person per paving operation certified as a Level II Bituminous Street Inspector. C2 Laboratory Requirements: The Contractor shall furnish and maintain a laboratory at the plant site or other site as approved by the Engineer. The laboratory shall be furnished with the necessary equipment and supplies for performing Contractor quality control testing. The laboratory equipment shall meet the requirements listed in Section 400 of the Mn/DOT Bituminous Manual and these specifications, including having extraction capabilities. The laboratory shall be calibrated, and operational prior to the beginning of production. In addition to the requirements listed above, the laboratory shall be equipped with a telephone for use by the Contractor or the Engineer. A fax machine and copy machine shall be available for use by the Contractor or the Engineer at the laboratory site. The laboratory shall also include a computer and printer. The computer shall have the following minimum requirements: 1) Intel based with either Celeron or Pentium IV processor with a minimum processor speed of 1.8 MHZ. 2) CD writer with CD/RW capability and a minimum write speed of 16x. 3) Windows 2000 or Windows XP with Microsoft Excel version 97 or newer. The printer must be able to print control charts. ~, The Engineer shall be allowed to inspect measuring and testing devices to confirm both calibration and condition. The Contractor shall calibrate and correlate all testing equipment in accordance with the latest version of the Mn/DOT Bituminous Manual. D Sampling and Testing The Contractor shall ensure that all QC samples are taken at random locations. Random number generation and determination of random sample location shall be consistent with the Mn/DOT Bituminous Manual Section 5-693.7 Table A or Section 5 of ASTM D3665. The Engineer may approve alternate methods of random number generation. The tests for mixture properties shall be conducted on representative portions of the mix, quartered from a larger sample of mixture taken from behind the paver, or when approved by the Engineer, an alternate sampling location. The procedure for truck box sampling, an alternate sampling location, is on file in the Bituminous Office. When an alternate sampling location is approved and used by the Contractor, the daily verification sample must still be taken from behind the paver. Page 19 of 56 236012350 Combined Specification December 9, 2003 The Contractor shall obtain a sample of at least 25 kg [55 pounds). This sample may be either split in the field or transported to the test facility by a method to retain heat to facilitate sample quartering procedures. The Contractor shall store and retain mixture bulk samples and companion samples for the Department for a period of 7 working days. The Contractor shall maintain these split samples in containers labeled with companion numbers. The Contractor shall perform QC sampling and testing according to the following schedule. Determine the planned tonnage for each mixture to be produced during the production day. Divide the planned production by 1000. Round the number to the next higher whole number. This number will be the number of production tests required for that mixture. Required production tests are listed in Table 2360.4-E. Split the planned production into even increments and select sample locations as described above. If actual tonnage exceeds planned tonnage additional tests may be required. During production, mixture volumetric property tests will not be required when mix production is less than 270 metric tons [300 tons]. However, production tests will be required when the accumulative tonnage on successive days exceeds 270 metric tons [300 tons). At the start of production, the testing frequency for the first 1800 metric tons [2,000 tons] of each mix type shall be as follows: Table 2360.4-D Prnrlnrtinn Ctart_TTn Tnctinu Ratec Production Test Testin Rates Test Reference Section Bulk Specific Gravity 1 test per 450 metric tons [500 tons] AASHTO T312,T166 Mn/DOT modified 2360.4E2 Maximum S ecific Gravity 1 test er 450 metric tons [500 tons] AASHTO T209 Mn/DOT modified 2360.4E3 Air Voids (calculated) i test er 450 metric tons [500 tons] AASHTO T269, T312 2360.4E4 As halt Content 1 test er 450 metric tons [500 tons] Bit & Lab Manual 2360.4E1 VMA (Calculated) 1 test er 450 metric tons [500 tons] AI MS 2 & SP 2 2360.4E5 Gradation 1 test er 900 metric tons (1000 tons] AASHTO Ti 1, T27, T30Mn(DOT modified 2360.4E6 Coarse A re ate An larit 1 test er 900 metric tons [1000 tons] ASTM D5821 2360.4E7 Fine Aggregate Angularity (FAA) 1 test per 900 metric tons [1000 tons] AASHTO T304, Method A 2360.4E8 (1) Marshall design allows -4.75mm ~-#4J manufactured crushed Imes caicutatlon per lvtrvl.wi Bituminous Manual E Production Tests When more than one Mn/DOT approved test procedure is available, the Contractor shall select, with the approval of the Engineer, one method at the beginning of the Project and use that method for the entire Project. The Contractor and Engineer may agree to change test procedures during the construction of the Project. Page 20 of 56 1 1 G' u i 1 1 1 1 1 2360/2350 Combined Specification December 9, 2003 Table 2360.4-E Production Sampling and Testing Rates Production Test Sam lin estin Rates Test Reference Section Bulk Specific Gravity Divide the planned production by 1000. Round the AASHTO T312, T245 T166 2360.4E2 number to the next hi her whole number. Mn/DOT mod Maximum Specific AASHTO T209 Mn/DOT 2360.4E3 Gravity modified Air Voids (calculated} AASHTO T269, T312 2360.4E4 As halt Content Bit & Lab Manual 2360.4E1 VMA (Calculated) AIMS 2 & SP 2 2360.4E5 Gradation 1 gradation per 1,800 metric tons [2,000 tons], or AASHTO Tl 1, T27, 2360 4E6 ortion thereof (minimum of one er day) T30Mn/DOT modified . Coarse Aggregate 2 tests/day for a minimum of 2 days, then 1 per day if ASTM D5821 Angularity CAA is met. If CAA >8% of requirement, 1 sample/day 2360.4E7 but test 1/week. Fine Aggregate 2 tests/day for a minimum of 2 days, then 1 per day if AASHTO T304, Method A Angularity (FAA)~'~ FAA is met. If FAA >5% of requirement, 1 sample/day 2360.4E8 but test 1/week. TSR IS` sample at 5,000 tons or by second day of production, ASTM D4867 Mn/DOT 4E9 2360 then sam le at every 18,000 metric tons [20,000 tons] modified . Aggregate Specific 1 per 9,000 metric tons [10,000 tons] AASHTO T84 & T85, 2360.4E10 Gravit Mn/DOT modified Mixture Moisture Daily unless exempted by Engineer Mn/DOT 5-693.950 2360 4E11 Content . Asphalt Binder Sample 1S` load (each grade) then 1 per 1,000,0001iter Mn/DOT 5-693.920 2360.4E12 [250,000 allon-sam le size 1 uart.] (1) Marshall design allows -4.75mm [-#4] manufactured crushed fines calculation per Mn/DOT Bituminous Manual E1 Asphalt Binder Content (a) Spot Check (Virgin only) .....................................................Mn/DOT Bituminous Manual (b) Incinerator Oven t'? .......................................... Mn/DOT Laboratory Manual Method 1853 (c) Chemical Extraction .......................... Mn/DOT Laboratory Manual Method 1851 or 1852 (d) Meter Method (Virgin only) ..................................................Mn/DOT Bituminous Manual (1) Incinerator Oven may not be used when the percentage of Class B material exceeds 50% within the composite blend, unless a correction factor is determined by the Contractor and approved by the District Materials Engineer. E2 Marshall Bulk Specific Gravity, Gmb (3 specimens)AASHTO T166, Mn/DOT Modified, or Eta Gyratory Bulk Specific Gravity, Gmb (2 specimens) .................. AASHTO T312, T166, Mn/DOT Modified E3 Maximum Specific Gravity, Gmm ..........................AASHTO T209, Mil/DOT Modified E4 Air Voids -Individual and Isolated (calculation) ....................... AASHTO T269, T312 Isolated air voids are calculated using the maximum mixture specific gravity and the corresponding bulk specific gravity from a single test. Individual air voids are calculated from the maximum specific gravity moving average and the bulk specific gravity from that single test. Page 21 of 56 2360/2350 Combined Specification December 9, 2003 For gyratory design, compaction shall be conducted to N,,,a~;m„m and calculations for %G,,,,,, at N;~;~;a~ and Naes;g„ shall be determined by applying the calculated correction factor as described in the Asphalt Institute SP 2 manual. Production control for % G,T,,,, at N;~;t;a~ and N„,~~;m„m shall not exceed the limit shown in Table 2360.3-B2b by more than 1.0 %. Mixture produced beyond these limits, as measured by the moving average of four tests, may result in a cancellation of the Mix Design Report. Anew mix design and submittal that satisfies these specification criteria may be required. E5 Voids Mineral Aggregate (VMA) (calculation) ................Asphalt Institute MS-2, SP-2 E6 Gradation -Blended AggregateAASHTO T-11, T-27, and T-30 (all Mn/DOT modified) Testing to determine the blended aggregate gradation shall be determined every 1800 metric tons [2,000 tons], or portion thereof (minimum of one per day), on samples taken at the same time as the required mixture sample for a given increment. All gradations require a - 0.075 mm [-#200] wash. (a) Virgin Aggregate Mixtures -Drum or Screenless Plants Belt Samples or extracted production samples. (b) All Other Mixtures: 1. Hot Bins - Drybatch (Optional) 2. Incinerator Oven Mn/DOT Laboratory Manual Method 1853 (Optional) except samples that contain over 50% class B. ~l~ 3. Extraction Mn/DOT Laboratory Manual Method 1851 or 1852 (Optional) (1) Incinerator Oven may not be used when the percentage of Class B material exceeds 50% within the composite blend, unless a correction factor is determined by the Contractor and approved by the District Materials Engineer. E7 Coarse Aggregate Angularity .....................................................................ASTM D5821 CAA test results shall meet the minimum percent fractured faces as shown in Table 2360.3-B2a. ASTM D-5821 shall be used to determine coarse aggregate angularity on the composite blend from aggregates used in production of hot mix asphalt. Mixtures that contain virgin aggregates may be tested from composite belt samples. Mixtures that contain RAP must be tested from extracted aggregates taken from standard production samples. The percentage of fractured faces of the composite aggregate blend less than 100% shall be tested at the following rates: j (1) Perform two tests per day for each mixture blend for a minimum of two days and then one per day if the test samples meet CAA requirements. (2) If CAA crushing test results exceed 8 percent of the requirement, take one sample per day and perform one test per week. CAA results must be reported on the test summary sheet. Mixture placed and represented by results below the minimum requirement, as shown in Table 2360.3-B2a, will be subject to reduced payment as outlined in Table 2360.4-L3. Tonnage subjected to reduced payment shall be calculated as Page 22 of 56 _. 2360/2350 Combined Specification December 9, 2003 the tons placed from the sample point of the failing test until the sampling point when the test result is back within specifications. E8 Fine Aggregate Angularity .......................................................ASTM C1252 Method A FAA test results shall meet the minimum criteria shown in Table 2360.3-B2a. ASTM C1252 Method A shall be used to determine fine aggregate angularity on the composite blend from aggregates used in production of HMA. Mixtures that contain virgin aggregates may be tested from composite belt samples. Mixtures that contain RAP must be tested from extracted aggregates taken from standard production samples. The percentage of uncompacted voids from the composite aggregate blend shall be tested at the following rates. ~, (1) Perform two tests per day for each mixture blend for a minimum of two days and then one per day if the test samples meet FAA requirements. (2) If FAA test results exceed 5 percent of the requirement, take one sample per day and perform one test per week. FAA results must be reported on the test summary sheet. Mixture placed and represented by results below the minimums, as shown in Table 2360.3-B2a, will be subject to reduced payment as outlined in Table 2360.4-L3. Tonnage is subjected to reduced payment shall be calculated as the tons placed from the sample point of the failing test until the sampling point when the test result is back within specifications. E8a - 4.75 mm [-#4] Manufactured Crushed Fines ........................... (calculation) Mn/DOT Bituminous Manual Under Marshall design, when the -4.75 mm [-#4] crushing is calculated, adjustments in target values from the composite blend must be made at the end of each days paving. If the target quantity (percent of -4.75 mm [-#4] to be crushed) changes due to mixture proportion or composite gradation change, a new target shall be established for the next days paving. E9 Field Tensile Strength Ratio (TSR) ...........................ASTM D4867 Mn/DOT Modified A TSR sample shall be obtained within the first 4,500 metric tons [5,000 tonsl of HMA produced or by the second day of production, whichever comes first, to verify tensile strength ratio (TSR). These samples may be tested at the discretion of the District Materials Engineer. If the Materials Engineer requires the samples to be tested, both the Contractor and the Department will be required to test these samples within 72 hours after it is sampled. Sample size shall be 50 kg [110 pound) minimum and split in half to provide a sample for the Department and the Contractor. The Department companion of this split shall be labeled with the date, time, Project number and approximate cumulative tonnage to date. The Department companion shall be given to the Department Street Inspector or Plant Monitor immediately or delivered to the District Materials Engineer within 24 hours of sampling, as specified by the Engineer. Mixture samples shall be taken from behind the paver unless the Engineer approves an alternate sampling location. Specimen size shall be 100 mm [4 inch] for Marshall mix design and 150 mm [6 inch] for gyratory design The Contractor may test the sample at a permanent lab site or a field lab site. Additional HMA mixture samples for TSR evaluation shall be sampled at a rate of 1 per 18,000 metric tons [20,000 tons) increments for all mixtures produced on the Project. These samples may be tested at the discretion of the District Materials Engineer. If the Materials Engineer requires the samples to be tested, both the Contractor and the Department will be required to test these samples. Page 23 of 56 __ _ __ 2360/2350 Combined Specification December 9, 2003 Minimum acceptable TSR values for production are shown in Table 2360.4-E9. The Contractor shall stop production immediately if minimum TSR requirements are not met. The Contractor will not be allowed to resume production until anti-strip has been added to the asphalt binder. Determination of who is responsible for the cost of the anti-strip is based on Mn/DOT and Contractor TSR values as outlined in Tables 2360.4E9A, 2360.4E9B, and 2360.4E9C. When Mn/DOT is responsible for the cost of the anti-strip, payment will be made only for the cost of the anti-strip for mixtures placed on that project. Mn/DOT will not reimburse the Contractor for any delay costs associated with making changes related to this testing. Table 2360.4-F,9 Mixture T e- -Minimum TSR LV and MV Gyratory Traffic Leve12-3 Traffic Leve14-5 Contractor Mn/DOT Contractor Mn/DOT Contractor Mn/DOT 70% 60% 75% 65% 80% 70% Table 2360.4-E9A LV and MV Contractor TSR Mixtures >70 <70 Mn/DOT >60 NA Mn/DOT TSR <60 Contractor Contractor Table 2360.4-E9B Gyratory Level Contractor TSR 2-3 >75 <75 Mn/DO >65 NA Mn/DOT T TSR <65 Contractor Contractor Table 2360.4-E9C Contractor TSR Gyratory Leve14-5 >80 <80 Mn/DOT >70 NA Mn/DOT TSR <70 Contractor Contractor Another sample shall be taken and tested within the first 450 metric tons [500 tons] after production resumes. If the re-test fails to meet the minimum specified value the Contractor shall stop production immediately. Production cannot resume until the Contractor has discussed, with the Engineer, a proposal for resolving the problem. The Contractor shall not operate below the specified minimum TSR on a continuing basis. A continuing basis shall be defined as 2 or more successive tests failing the TSR requirements. The following conditions will automatically require a sample to be taken and tested: 1. A proportion change of more than 10 percent (from the currently produced mixture} for a single stockpile aggregate. 2. The discretion of the Engineer. Dispute resolution procedures for TSR are on file in the Bituminous Office. Page 24 of 56 1 1 0 ~~ 1 2360/2350 Combined Specification December 9, 2003 E10 Aggregate Specific Gravity (Gsb) ............ AASHTO T84 and T85, Mn/DOT modified Samples of all aggregate stockpiles shall be collected on each aggregate used in the production mixture, at a rate of one sample per 9,000 metric tons [10,000 tons] mixture produced. These samples shall be taken at random as directed by the Engineer. These representative stockpile samples shall be 40 kg [90 pounds] of each aggregate component. Each sample shall be split in half to provide a sample for the Department and the Contractor. The Department companion shall be labeled with date, time, Project number and approximate cumulative tonnage to date. The Department companion shall be given to the Department Street Inspector or Plant Monitor immediately or delivered to the District Materials Engineer within 48 hours of sampling, as specified by the Engineer. These samples may be tested. Tested samples will be compared to the Contractor's values on the Mix Design Report. If the results deviate beyond the tolerance specified in Table 2360.4-M, the dispute resolution procedure on file in the Bituminous Office will be utilized. Any mixture placed following notification of new specific gravity values will be based upon Department results unless proven incorrect. The Contractor shall be notified when new specific gravity values become available and what impact this will have on the calculated VMA. Ell Moisture Content .............................................. ...... Mn/DOT 5-693.950 Provide a mixture with a moisture content not greater than 0.3 percent. The moisture content in the mixture shall be measured behind the paver or alternate approved sampling method on file in the Bituminous Office. Sampling and testing shall be conducted by the Contractor on a daily basis unless exempted by the Engineer. Sampling and testing is suggested when rain on stockpiles exceed more than 5 mm [0.2 inch] in a 24 hour period. The sample shall be stored in an airtight container. ~, Microwave testing is prohibited. HMA that exceeds 0.3% moisture content is unacceptable. The Contractor shall take appropriate action to remove excess water from the mixture. This action may include reducing the production rate, mixing stockpile aggregates prior to placement into the feed bins, and use of covered stockpiles. E12 Asphalt Binder Samples The Contractor shall sample the first shipment of each type of asphalt binder, then sample at a rate of one per 1,000,000 liters [250,000 gallons]; sample size shall be l.OL [1 quart]. All samples shall be taken in accordance with the Mn/DOT Bituminous Manual 5-693.920. Sampling shall be conducted by Contractor and monitored by the Inspector. Promptly submit the sample to the Department Materials Laboratory in Maplewood. The Contractor shall record sample information on Asphalt Sample Identification Card. F Documentation (Records) The Contractor shall maintain documentation, including test summary sheets and control charts, on an ongoing basis. The Contractor shall also maintain a file of gyratory specimen heights for all gyratory compacted samples and test worksheets. Reports, records, and diaries developed during the progress of construction activities for the Project, shall be filed as directed by the Engineer and will become the property of the Department. The Contractor shall: (1) Number test results in accordance with standard Department procedures and record on forms approved/supplied by the Department. Page 25 of 56 2360/2350 Combined Specification December 9, 2003 (2) Facsimile all production test results on test summary sheets to the District Materials Laboratory and to other sites as requested by the Engineer, by 11 AM of the day following production. (2a) Include the following production test results and mixture information on the Department approved test summary sheet. 1. Percent passing on sieves listed in Table 2360.2-E 2. Coarse and fine aggregate crushing. 3. Maximum specific gravity (G,,,n,.). 4. Bulk specific gravity (Gmb ). 5. Percent asphalt binder content (Pb). 6. Calculated production air voids (Va ). Gyratory design shall also include %Gn,n, at N;n;tial, °IoGn,,,, at Ndesign ,and % G~,,,,, at Nmaximum 7. Calculated voids in mineral aggregate (VMA). 8. Composite aggregate specific gravity (Gsb) reflecting current proportions. 9. Aggregate proportions in use at the time of sampling. 10. Tons where sampled. 11 Cumulative tons. l la. 12. Tons Represented by Test. Fines to effective asphalt ratio (F/Ae). 13. Signature Line for Mn/DOT and Contractor Representative. 14. Mixture Moisture Content. 15. Mn/DOT verification sample test result. (2b) Submit copies of all failing test results to the Engineer on a daily basis. (3) Provide the Engineer with asphalt manifests of BOL's on a daily basis. (4) Provide a daily plant diary to include a description of QC actions taken (adjustment of cold feed percentages, changes in JMFs, etc.) include alI changes or adjustments on the test summary sheets. (5) Provide weekly truck scale spot checks. (6) Provide a Department approved accounting system for all mixes and provide a daily and final Project summary of material quantities and types. (6a) Provide a final hardcopy summary of all quality control test summary sheets and control charts at completion of bituminous operations on the Project to the Engineer. Because Certified Plant test data often represents test data for multiple projects, it may be necessary to make duplicate copies of the data for each project. The Contractor shall also submit a diskette of the quality control summary sheets, control charts and density worksheets to the Bituminous Engineer. (7) Furnish an automated weigh scale and computer generated weigh ticket. The ticket shall indicate project number, mix designation (including binder grade), Mixture Design Report#, truck identification and tare, net mass, date and time of loading. Any deviations from the minimum information to be provided on the computer generated weigh ticket must be approved by the Engineer in writing. Page 26 of 56 2360/2350 Combined Specification December 9, 2003 (8) Charts and records for a mixture produced at one plant site shall be continued from contract to contract. G Documentation (Control Charts) The following data shall be recorded on the standardized control charts, all control charts and summary sheets shall be computer generated using software approved by the Engineer. Software is available from the Mn/DOT Bituminous Office at www.mrr.dot. state. mn.us/pavement/bituminous/bituminou s.asp. (1) Blended aggregate gradation, include sieves shown in Table 2360.2-E for specified mixture. (2) Percent asphalt binder content (Pb) (3) (4) Maximum specific gravity (GR,n,.} Production air voids (Va ) (5) VMA Individual test results shall be plotted for each test point. A solid line shall connect individual points. The moving average for each test variable shall be plotted starting with the fourth test. A dashed line shall connect the moving average points. The Department's quality assurance and 'verification. test results shall be plotted with asterisks. Specification JMF limits shall be indicated on the control charts using a dotted line. The Engineer may waive the plotting of control charts. H JMF Limits The production air voids and VMA are based upon the minimum specified requirements as shown in Tables 2360.3-B2b and 2360.3B2c. Gradations and asphalt binder content limits are based upon the current Department reviewed Mixture Design Report. Gradation control sieves include each sieve shown in Table 2360.2-E. The mixture production targets are listed on the Mixture Design Report. JMF limits are the target plus or minus the limits shown in Table 2360.4-H. JMF limits are used as the criteria for acceptance of materials based on the moving average. A moving average is the average of the last four test results. Table 2360.4-H JMF Limits (N=4) 1 [1 Item JMF Limits VMA, % - 0.3 Production Air Voids, % ± 1.0 As halt Binder Content, % - 0.4 Sieve - % Passin 25, 19, 12.5, 9.5, 4.75 mm [l inch, 3/4 inch, 1/2 inch, 3/8 inch, #4] 7 ± 2.36 mm [#81 ± 6 0.075 mm [#2001 ± 2.0 *JMF limits are not allowed outside the broadband requirements in Table 2360.2-E. JMF Bands Page 27 of 56 L~ 2360/2350 Combined Specification December 9, 2003 JMF Bands are defined as the area between the target, as identified on the Mixture Design Report, and the JMF limits. J JMF Ad'ustment J The Contractor shall begin mixture production with the materials (gradation, asphalt content, and aggregate proportions) closely conforming to the reviewed Mixture Design Report. Closely conforming shall be defined as aggregate proportions within 5 percent of the design proportions tt~ and other mixture parameters within the JMF limits in Table 2360.4-H. This requirement may be waived if the Contractor provides the District Materials Laboratory with prior documented production data showing how production affects the mixture properties or if the Contractor provides the District Materials Laboratory with a written justification or explanation of material changes since the original mixture submittal. ~~~ The Contractor shall begin mixture production using all aggregate proportions included on the Mixture Design Repor[ unless the aggregate proportion is shown as 0 percent. If, during production, the Contractor determines from results of QC tests that adjustments to the mix design are necessary to achieve the specified properties, the following provisions shall apply. No adjustments are allowed using aggregates or materials not part of the original mix design. The Contractor shall make a request for a JMF adjustment to the Department Bituminous Engineer or District Materials Engineer. The requested change will be reviewed for the Department by a Certified Level II Bituminous QM Mix Designer. If the request meets the design requirements in Tables 2360.3-B2a and 2360.3-B2b, a revised Mixture Design Report shall be issued. Each trial mixture design submittal as described in Section 2360.3A may have three JMF adjustments per mixture per project without charge. Additional JMF adjustments requested must be accompanied with a $500 fee per each additional JMF adjustment, payable to the Commissioner of Transportation. If a JMF change is requested for the 0.075 mm [#2001 sieve, the Fines to Effective Asphalt Ratio shall be determined on the moving average from the previous four gradation tests conducted during actual production. The adjusted JMF shall be within the mixture specification gradation design broadbands shown in Section 2360.2E. Should a redesign of the mixture become necessary, a new JMF shall be submitted. The JMF asphalt content may only be reduced if the production VMA meets or exceeds the minimum VMA requirement for the mixture being produced. Adjustments will be made as a result of an interactive process between the Contractor, Engineer, and District Materials Engineer. Consecutive requests for JMF adjustments; without production data, are not allowed. The calculation of the moving average shall continue after the JMF has been approved. 1 Page 28 of 56 f JI JMF Adjustment for Proportion Change > 10% 2360/2350 Combined Specification December 9, 2003 If a JMF adjustment is requested for a proportion change exceeding 10% (from the currently produced mixture) for a single stockpile aggregate, supporting production test data from a minimum of four tests run at an accelerated testing rate of 1 test per 450 metric tons [500 tonsl must be included with the request for adjustment. In addition to the requirements listed above, acceptable verification and approval of the requested JMF will be based on individual and moving average test results. Individual test results must be within twice the requested JMF limits for percent asphalt binder, production air voids, and VMA. Individual gradation must be within twice the requested JMF bands. The moving average values must be within the control limits of Table 2360.4-H . The calculation of the moving average shall continue after the change in proportions. If the mixture meets the specified quality indicators, the request for JMF adjustment will be signed by the District Materials Laboratory and considered effective from the point the proportion change was made. Failure to meet the quality indicators will result in reduced payment or removal and replacement with acceptable material. Consecutive requests for JMF adjustments without production data is not allowed. K Corrective Action -- Percent Asphalt Binder Content, VMA, and Gradation and Production Air Voids When the moving average values trend toward the JMF limits, the Contractor shall take corrective action. The corrective action taken shall be documented on summary sheets and, if applicable, a request for JMF adjustment shall be submitted to the District Materials Engineer for review and approval. All tests shall be part of the project files and shall be included in the moving average calculations. The Contractor shall notify the Engineer whenever the moving average values exceed the JMF limits. L Failing Materials The determination of price adjustments for failing materials will be based on the criteria outlined in this Section. Material acceptance is based on individual and moving average test results. Isolated test results are used for acceptance of air voids at the start of mixture production. Generally, individual test results which are more than twice the JMF bands are considered failing. Moving average test results are considered failing when they exceed the JMF limits. If the moving average values exceed the JMF limits, the Contractor shall stop production and make adjustments. The Contractor shall restart production only after notifying the Engineer of the adjustments that have been made. Testing shall resume at the accelerated rates and for the tests listed in Table 2360.4-D for the next 1800 metric tons [2,000 tonsl of mixture produced. The calculation of the moving average shall continue after the stop in production. Mixture produced where the moving average of four exceeds the JMF limits shall be considered unsatisfactory and subject to requirements of Section 2360.4L4, L5, L6, and L7. Individual test failures are discussed in Section 2360.4L1, L2, and L3. When the total production of a mixture type for the entire project requires less than four tests, a moving average will be established based on the tests taken. Acceptance of material will be consistent with the criteria outlined in Section 2360.4E and will be based on the following modifications to the JMF limits: For two tests, establish the new JMF limits by multiplying the JMF limits listed in Table 2360.4-H by 1.41; for three tests, establish the new JMF limits by multiplying the JMF limits listed Page 29 of 56 i 2360/2350 Combined Specification December 9, 2003 in Table 2360.4-H by 1.15. For moving average gradation, the modified JMF limit cannot exceed the broadband requirements in Table 2360.2-E. When the Contractor's testing data fails to meet specified tolerances as listed in Table 2360.4-M, quality assurance/verification data shall be used in place of the Contractor's data to determine the appropriate payment factor. Ll Isolated Failures at Mixture Start-Up -Production Air Voids At the start-up of mixture production, before a moving average of four can be established the first three (3) isolated test results for production air voids will be used for acceptance. Isolated production air voids are calculated by using the maximum mixture specific gravity and the corresponding bulk specific gravity from that single test. After four (4} samples have been tested and a moving average. of four can be established, acceptance will be based on individual and moving average production air voids. ^ If, at the start of production, any of the first three (3) isolated test results for production air voids exceeds twice the JMF bands from the target listed on the Mixture Design Report, the material is considered unsatisfactory or unacceptable. Reduced payment as outlined in Table 2360.4-L3 shall apply to all tonnage placed from the sample point of the failing test until the sample point when the isolated test result is back within twice the JMF bands. When the failure occurs at the first test, after the start of production, the tonnage subjected to reduce payment shall be calculated as described above and shall include the tonnage from the start of production. When isolated air voids are less than 1.0% or greater than 7.0% the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. To better define the area to be removed and replaced the Engineer may require the Contractor to test inplace mixture. This may include testing mixture placed prior to the failing test result. Reduced payment will be 50 percent of the Contract bid price. L2 Individual Failure at Mixture Start-Up -VMA At the start-up of mixture production, before a moving average of four can be established, the first three (3) individual test results for VMA will be used for acceptance. After 4 samples have been tested and a moving average of four can be established, acceptance will be based on individual and moving average VMA. r If, at the start of production, any of the first three (3) individual VMA test results exceeds twice the JMF bands from the target listed on the Mixture Design Report, the material is considered unsatisfactory or unacceptable. Reduced payment as outlined in Table 2360.4-L3 shall apply to all tonnage placed from the sample point of the failing test until the sample point when the test results are back within twice the JMF limits. When the failure occurs at the first test, after the start of production, the tonnage subjected to reduce payment shall be calculated as described above and shall include the tonnage from the start of production. L3 Individual Failure -Gradation, Percent Asphalt Binder, Production Air Voids, and VMA Table 2360.4-L3 Reduced Payment Schedule for Individual Test Results Page 30 of 56 0 =1 2360/2350 Combined Specification December 9, 2003 Item Pa Factor c~> Gradation 95 % Coarse and Fine Aggregate Crushin 90 % VMA 85 % As halt Binder Content 85 % Production Air Voids (individual ~ and isolated ~ ~) 70 % (1) Lowest Pay Factor applies when there are multiple reductions on a single test. (2) Individual air voids are calculated using the moving average maximum specific gravity and the bulk specific gravity from that single test. (3) Isolated air voids are calculated from the maximum specific gravity and the bulk specific gravity from that single test. Isolated void test results are used for acceptance only for the first 3 tests after mixture production start-up. If the individual gradation test exceeds twice the JMF bands from the target listed on the Mixture Design Report the material is considered unsatisfactory or unacceptable. Reduced payment as outlined in Table 2360.4-L3 shall apply to all tonnage represented by the individual test. 1 L' n If the individual tests for percent asphalt binder content, production air voids, or VMA exceeds twice the JMF bands from the target listed on the Mix Design Report the material is considered unsatisfactory or unacceptable. Reduced payment as outlined in Table 2360.4-L3 shall apply to all tonnage placed from the sample point of the failing test until the sample point when the test result is back within twice the JMF limits. When the failure occurs at the first test after the start of daily production, tonnage subjected to reduced payment shall be calculated as described above and shall include the tonnage from the start of production that day. When individual air voids are less than 1.0% or greater than 7.0% the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. To better define the area to be removed and replaced the Engineer may require the Contractor to test inplace mixture. This may include testing mixture placed prior to the failing test result. Reduced payment will be 50 percent of the Contract bid price. L4 Moving Average Failure at Mixture Start-Up -Production Air Voids When a moving average failure occurs within any of the first 3 moving average results after mixture start-up (tests 4, 5, 6), the mixture will be considered acceptable if the individual air void, corresponding to the moving average failure is within the JMF limits. If the individual air void is not within the JMF limit, the mixture will be considered unacceptable and the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. The Engineer may waive the penalty if the isolated air void corresponding to the individual air void is within the JMF limit. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. Reduced payment will be 50 percent of the Contract bid price. Tonnage subjected to replacement or reduced payment shall be calculated as the tons placed from the sample point of the failing moving average result and corresponding individual air void beyond the JMF limit to the sampling point when the individual test result is back within the JMF limit. L5 Moving Average Failure at Mixture Start-Up -VMA When a moving average failure occurs within any of the first 3 moving average results after mixture start-up (tests 4, 5, 6), the mixture will be considered acceptable if the individual VMA, Page 31 of 56 1 2360/2350 Combined Specification December 9, 2003 corresponding to the moving average failure is within the JMF limits. If the individual VMA is not within the JMF limit, the mixture will be considered unacceptable and the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. Reduced payment will be 75 percent of the Contract bid price. Tonnage subjected to replacement or reduced payment shall be calculated as the tons placed from the sample point of the failing moving average result and corresponding individual VMA beyond the JMF limit to the sampling point when the individual test result is back within the JMF limit. L6 Moving Average Failure -Production Air Voids A moving average production air void failure occurs when the individual production air void moving average of four exceeds the JMF limit.-This mixture is considered unacceptable and the Engineer will decide whether the. mixture is subject to removal and replacement or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. Reduced payment will be 50 percent of the Contract bid price. Tonnage subjected to replacement or reduced payment shall be calculated as the tons placed from the sample point of all individual test results beyond the JMF limits which contributed to the moving average value that exceeded the JMF limit to the sampling point when the individual test result is back within the JMF limits. When the failure occurs at the first test after the start of daily production, tonnage subjected to reduced payment shall include the tonnage from the start of production that day. Table 2360.4-L6 Reduced Pa ent Schedule for Movin Avera e Test Results Item Pa Factor cl~ Gradation 75 %~3~ Coarse and Fine A re ate Crushin NA (individual failures onl ) VMA 2~ 75 % As halt Binder Content 75 % Production Air Voids~2~ SO % (1) Lowest Pay Factor applies when there are multiple reductions on a single test. (2} See criteria for mixture production start-up (3) Excluding the 0.075 mm [#200) sieve, use 95% pay factor if failure is within aggregate gradation broadband, Table 2360.2-E. L7 Moving Average Failure -Percent Asphalt Binder Content, VMA, and Gradation For mixture properties including asphalt binder content, VMA, and gradation, where the moving average of four exceeds the JMF limits, the mixture is considered unacceptable and the Engineer will decide whether the mixture is subject to removal and replacement or reduced payment. If the mixture is to be removed and replaced, the Contractor at his expense will perform the work. Reduced payment will be 75 percent of the Contract bid price. Tonnage subjected to replacement or reduced payment shall be calculated as the tons placed from the sample point of all individual test results beyond the JMF limits which contributed to the moving average value that exceeded the JMF limit, to the sampling point when the individual test result is back within the JMF limits. When the failure occurs at the first test after the start of daily production, tonnage subjected to reduced payment shall include the tonnage from the start of production that day. LS Coarse and Fine Aggregate Crushing Failure Page 32 of 56 1 ~l [l 1 1 2360/2350 Combined Specification December 9, 2003 If any test result for Coarse Aggregate Angularity, Fine Aggregate Angularity or -4.75mm [- #4] calculated crushing fail to meet minimum requirements in Table 2360.3-B2a, all material placed is subject to reduced payment as outlined in Table 2360.4-L3. Tonnage subjected to reduced payment shall be calculated as the tons placed from the sample point of the failing test until the sampling point when the test result is back within specifications. When the failure occurs at the first test after the start of daily production, tonnage subjected to reduced payment shall include the tonnage from the start of production that day. M Quality Assurance The Engineer will periodically witness the sampling and testing being performed by the Contractor. If the Engineer observes that the sampling and quality control tests are not being performed in accordance with the applicable test procedures, the Engineer may stop production until corrective action is taken. The Engineer will notify the Contractor of observed deficiencies promptly, both verbally and in writing. The Engineer may obtain additional samples, at any time, to determine quality levels. These additional samples or verification samples are described in Section 2360.4N. For mixture, the Contractor shall test their portion immediately. All testing and data analysis shall be performed by the Certified Level I Bituminous Quality Management (QM) Technician. Certification shall be in accordance with the Mn/DOT Technical Certification Program. The Department shall post a chart giving the names and telephone numbers for the personnel responsible for the Quality assurance program. The Engineer shall calibrate and correlate all laboratory testing equipment in accordance with the latest version of the Mn/DOT Bituminous Manual. [~ ~: Page 33 of 56 2360/2350 Combined Specification December 9, 2003 Table 2360.4-M AllnwahlP iliffPrenrec (Tnleranrecl Between C'~ntrartnr and Mn/nnT Test Results* Item Allowable Difference Mixture Bulk S ecific Gravity (Gmb) 0.030 Mixture Maximum S ecific Gravit (Gmm) 0.019 VMA (Calculated) 1.2 Fine Ag egate An larity, uncom acted voids (L1) % 1 Coarse A re ate An larit , % fractured faces (%P) 15 Aggregate Individual Bulk Specific Gravity (+4.75mm [+ #4]) 0.040 Aggregate Individual Bulk Specific Gravity (-4.75mm [- ] 0.040 gregate combined blend S ecific Gravity (Gs6) A 0.020 "Tensile Stren th Ratio (TSB) % See Table 2360.3-B2b As halt Binder Content Meter Method, % 0.2 S of Check Method, % 0.2 Chemical Extraction Methods, % 0.4 Incinerator Oven, % 0.3 Chemical vs. Meter, S of Check, or Incinerator methods 0.4 Incinerator Oven vs. S of Check 0.4 Gradation Sieve % assin 25.0, 19.0, 12.5, 9.5 mm [1 inch, 314 inch, U2 inch, 3/8 inch] 6 4.75 mm [#4] 5 2.36 mm [#81 4 0.075 mm [#2001 2.0 *Test tolerances listed are for single test comparisons. N Verification Testing A verification sample is a sample, which is sampled and tested by Mn/DOT to assure compliance of the Contractor's Quality Control program. A verification companion is a companion sample, to Mn/DOT's verification sample, provided to the Contractor. The Contractor is required to test and use this verification companion sample as part of the QC program. The verification companion sample will replace the next scheduled QC sample. It is recommended enough material be sampled to accommodate retesting should the samples fail to meet requirements as described below. Verification testing shall be performed on at least one set of production tests Section 2360.4E, excluding sections E9, E10, Ell, and E12, on a daily basis per mix type. The verification companion sample will be used to verify the requirements of Tables 2360.2-E, 2360.3-B2a, 2360.3-B2b, and 2360.3-B2c and will be compared to the Verification sample for compliance with allowable tolerances as specified in Table 2360.4-M. These include the mixture properties of Gmm (mixture max gravity), Gmb (mixture bulk gravity), asphalt binder content, VMA (calculated), Coarse and Fine Aggregate crushing, and gradation. For Coarse and Fine Aggregate crushing that meets the requirements of Section 2360.4E7 and 2360.4E8 the one test per week shall be performed on a verification companion. These do not include the aggregate bulk specific gravity Gsb, fines to effective asphalt, or the tensile strength ratio (TSB). Asphalt binder content and gradation must be determined by either extraction method 2360.4E1b or 2360.4E1c. Asphalt content from the verification test result must be used to determine VMA. Page 34 of 56 ~J i~ 1 1 ~~ ~~ 1 1 C -_, _ _ _ . 2360/2350 Combined Specification December 9, 2003 The Department's verification test results will be available to the Contractor within 2 working days from the time the sample is delivered to the District Laboratory for Gmm mixture max gravity, Gmb mixture bulk gravity, air voids (calculated), asphalt binder content, VMA (calculated). Gradation and crushing results will be provided to the Contractor within 3 Mn/DOT working days. Once the verification test results are available, they will be included on the test summary sheet. These results and those from the Contractor's verification companion will be compared for allowable tolerances as specified in Table 2360.4-M. If the tolerances are met, the verification process is complete. j if the tolerances between Department and Contractor are not met, retests of the material shall be conducted by the Department. If the retests fail to meet tolerances, the Department's verification test results will be substituted for the Contractor's results in the QC program and used for acceptance. Only those parameters out of tolerance will be substituted and, if applicable, volumetric properties will be recalculated ~'~. When tolerances from the verification sample retests are not met, an investigation will begin immediately to determine the cause of the difference. Testing equipment, procedures, worksheets, gyratory specimen height sheets, and personnel will be reviewed to determine the source of the problem. ' The District Materials Engineer may also require ahot-cold comparison of mixture properties be performed. The procedure for hot-cold comparisons is as follows: The hot-cold comparison sample will be split into three representative portions. The Engineer will observe the Contractor testing the sample. One part shall be compacted immediately while still hot (additional heating maybe required to raise the temperature of the sample to compaction temperature). The second and third part will be allowed to cool to air temperature. The Contractor will retain the second part and the third part will be transported to the District Materials Laboratory. On the same day and at approximately the same time the Contractor and the District. Materials Laboratory will heat their samples to compaction temperature and compact them. From this information a calibration factor will be developed to compare the specific gravity of the hot compacted samples to reheated compacted samples. Each test will involve a minimum of three Marshall ' specimens or two gyratory specimens. This test may be repeated at the discretion of the Contractor or the District Materials Engineer. Note: Care must be taken when reheating samples for mixture properties analysis tests. Mix samples should be reheated to 70°C [160°F] to allow splitting of the sample into representative fractions for the various tests. Overheating of the mixture portions to be tested for maximum specific gravity (Rice Test) may result in additional asphalt being absorbed in the aggregate. The Department will test the previously collected QA samples until they meet the tolerances or the remaining samples are all tested. Once these samples are tested, the department will test QA samples subsequent to the verification sample until tolerances are met. Acceptance will be based on QC data with substitution of Department test results for those parameters out of tolerance ~I~. If reestablishment of test result tolerances is not achieved within 48 hours, the Contractor shall cease mixture production and placement until the problem is resolved. (1) If, through analysis of data, it is determined there is a bias in the test results, the Engineer will determine which results are appropriate and shall govern. Methods to analyze data for determination of bias are on file in the Bituminous Office. Page 35 of 56 1 2360/2350 Combined Specification December 9, 2003 2360.5 CONSTRUCTION REQUIREMENTS A General The following construction requirements provide for the construction of all courses. When construction is under traffic, the requirements of Mn/DOT 2221.3D will apply. B Restrictions In general, no work within the roadway will be permitted in the spring until seasonal load restrictions on roads in the vicinity have been removed. However, work within the roadbed may be permitted before that time if, in the opinion of the Engineer, it can be done without damage to the subgrade. HMA shall not be placed when, in the opinion of the Engineer, the weather or roadbed conditions are unfavorable. No asphalt pavement wearing course (final wearing course if multiple wearing courses) shall be placed after October 15th in that part of the state north of an east-west line between Browns Valley and Holyoke, nor after November 1st south of that line. The Engineer may waive these restrictions when: , (1) The asphalt mixture is not being placed on the traveled portion of the roadway, or (2) The roadway involved will not be open to traffic during the following winter, or (3) The Engineer directs in writing the mixture be placed. The Contractor shall not use petroleum distillates such as kerosene and fuel oil to prevent adhesion of asphalt mixtures in pavement hoppers, truck beds, or on the contact surfaces of the compaction equipment. Anti-adhesive agent must meet the criteria for "Effect on Asphalt" as described ' in the most recent Asphalt Release Agent Report on file in Mn/DOT's Office of Environmental Services and the Bituminous Office. ' C Equipment Cl Asphalt Mixing Plants C1a Requirement for All Plants The Contractor shall test and calibrate all scales according to Mn/DOT 1901, except as otherwise designated by the Contract. Cla(1) Equipment for the Preparation of the Aggregate Add mineral filler to the mixture using a storage silo equipped with a device to ensure a constant and uniform feed. Cla(2) Equipment for the Preparation of Asphalt Material Tanks for storage of asphalt material at the plant shall be equipped to heat the material ~ and maintain the material at the required temperatures. The discharge end of the circulating line shall be Page 36 of 56 ' 2360/2350 Combined Specification December 9, 2003 below the surface of the asphalt material. Provide agitation for modified asphalt, when used, if recommended by the supplier. ' An outage table or chart and measuring stick shall be provided for each storage or working tank. Tanks shall be equipped with provisions for taking of asphalt binder material samples. After delivery of asphalt binder material to the Project, the Contractor shall not heat the material above 175°C [350°F]. For modified asphalt, the maximum storage temperature shall not exceed the recommendation of the asphalt supplier. j Cla(3) Asphalt Binder Control When asphalt binder material is proportioned by volume, the plant shall be equipped with either a working tank or a metering system for determining asphalt binder content of the mixture. 1 u i ~_~ ~~ 1 The working tank shall have a capacity between 3,800 L [1,000 gallons] and 7,600 L [2,000 gallons]. The working tank shall be calibrated and supplied with a calibrated measuring .stick. The tank may be connected to a mixing unit and used only during spot check operations, but it shall be available at all times. Any feedback shall be returned to the working tank during spot check operations. The metering system shall consist of at least one approved asphalt binder flow meter in addition to the asphalt binder pump. The flow meter shall be connected to the asphalt binder supply to measure and display only the asphalt binder being fed to the mixer unit. The meter readout shall be positioned for convenient observation. Means shall be provided for comparing the flow meter readout with the calculated output of the asphalt binder pump. In addition, the system shall display in liters [gallons] or to the nearest 0.001 metric tons [0.001 tons], the accumulated asphalt binder quantity being delivered to the mixer unit. The system shall be calibrated and adjusted to maintain an accuracy of + one percent error. This calibration shall be required for each plant set-up prior to production of mixture Cla(4) Dryer: The aggregate shall be free of unburned fuel. Cla(5) Thermometric Equipment: The plant shall be equipped with a sufficient number of thermometric instruments to ensure temperature control of the aggregate and the asphalt binder material. Cla(6) Pollution Controls Cla(6)(a) Pollution .......................................................................................................................1717 Cla(7) Surge and Storage Bins The plant may include facilities to store hot asphalt mixture for coordinating the rate of production with the paving operations. Storage of the hot mixture will be permitted for a period not to exceed 18 hours, provided the following requirements are met: (a) Hot mix storage facilities shall be designed and operated to prevent segregation of the mix, drainage of the asphalt from the mix, and to prevent excessive cooling or overheating of the mixture. Page 37 of 56 n '~J 2360/2350 Combined Specification December 9, 2003 , (b) The temperature of the mixture at time of discharge from the storage facility shall be within a tolerance of 5°C [9°F] of the temperature when discharged from the silo or , mixer. C2 Placement and Hauling Equipment , All equipment shall be serviced away from the paving site to prevent contamination of the mixture. Units that drip fuel, oil, or grease shall be removed from the paved surface until such leakage is corrected. C2a Asphalt Pavers Asphalt pavers shall be self-contained, power-propelled units, with an operational vibratory screed, capable of spreading and finishing courses of asphalt plant mix material in widths applicable to the specified typical sections and thicknesses, indicated in the Contract. The screed or strike-off assembly shall produce a finished surface of the required evenness and texture without tearing, shoving, or gouging. For mainline paving, screed extensions and auger extensions are required if the paving width on either side of the paver is greater than the basic screed unless otherwise directed by the Engineer. Strike-off only extension assemblies are not allowed for mainline wearing course paving, unless directed by the Engineer. Automatic screed control by means of an erected string line shall only be required when stated in the Contract. ' All pavers shall be equipped with an approved automatic screed control. The automatic controls shall include a system of sensor-operated devices, which follow reference lines, or surfaces on one or both sides of the paver as required. The speed of the paver shall be adjusted to produce the best results. All mixtures shall be spread without segregation to the cross sections shown in the plans. ' In general, leveling layers shall be spread by the method producing the best results as approved by the Engineer. The objective is to secure a smooth base of uniform grade and cross section so that subsequent courses will be uniform in thickness. The leveling layer may be spread with a properly equipped paver or, when approved by the Engineer, a motor grader equipped with a leveling device, or with other means for controlling the surface elevation of the leveling layer. All mixtures shall be spread, to the fullest extent practicable, by an asphalt paver. When approved by the Engineer, mixtures may be spread by a motor grader in areas that are inaccessible to a paver such as on driveway entrances, irregular areas, short isolated areas or when the quantity of mixture makes it impractical to place with a paver. On shoulder surfacing and uniform width widening, when the placement width is too narrow for a paver, the mixture in each course shall be spread with an approved mechanical device. ' The placement of each course shall be completed over the full width of the section under construction on each day's run unless otherwise directed by the Engineer. C2b Trucks Page 38 of 56 ~~ Imo' L.~ 1 III ~~ 0 'J 2360/2350 Combined Specification December 9, 2003 Trucks for hauling asphalt mixtures shall have tight, clean, and smooth beds. Mixture shall not be allowed to adhere to the truck beds. Adherence may be prevented by spraying the truck bed with ananti-adhesive agent in accordance with Section 2360.SB. Each truck shall be equipped with a cover of canvas or other suitable material to protect the mixture from weather. The cover shall extend at least 300 mm [1 foot] over the sides and be attached to tie-downs unless the truck is furnished with a mechanical or automated covering system, which prevents airflow underneath by stretching the cover tightly on the top of or inside the sideboards. The cover shall be used when directed by the Engineer. C2c Motor Graders Motor graders shall be self-propelled and have pneumatic-tires with a tread depth of 13 mm [1/2 inch} or less. They shall be equipped with a blade not less than 3 m [10 feet] in length and shall have a wheelbase of not less than 4.5 m [15 feet]. D Treatment of the Surface Dl Tack Coat An asphalt tack coat shall be applied to existing asphalt and concrete surfaces, and to the surface of each course or lift constructed, except for the final course or lift, according to Mn/DOT 2357. Emulsified asphalt tack coats shall be allowed to break, as indicated by a color change from brown to black, before a subsequent lift is placed. The contact surfaces of all fixed structures and the edge of the in-place mixture in all courses at transverse joints and longitudinal joints shall be given a uniform but not excessive coating of liquid asphalt or emulsified asphalt before placing the adjoining mixture. E Compaction Operations After being spread, each course shall be compacted to the required density. The rollers shall, as practicable, be operated continuously so all areas are thoroughly compacted to the required density. When not operating, the rollers shall not stand on the uncompacted mixture or newly rolled pavement having a surface temperature exceeding 60°C [140°F]. Rolling with steel-wheeled rollers shall be discontinued if it produces excessive crushing or pulverizing of the aggregate or displacement of the mixture. To prevent adhesion of the mixture to the steel roller wheels, the contact surfaces of the wheels shall be kept properly moistened using water or a water solution containing small quantities of a detergent or other approved material. To secure a true surface, variations such as depressions or high areas, which may develop during rolling operations, and lean, fat or segregated areas shall be corrected by removing and replacing the material in the defective area. All such corrections shall be accomplished as directed by the Engineer at no expense to the Department. When mixtures are spread by a motor grader, pneumatic-tired rollers shall compact the mixture simultaneously with the spreading operation. F Construction Joints Page 39 of 56 2360!2350 Combined Specification December 9, 2003 , joints shall be thoroughly compacted to produce a neat, tightly bonded joint that meets surface tolerances. Both transverse and longitudinal joints are subject to density requirements as outlined in Section 2360.6 Pavement Density. Fl Transverse Joints A transverse joint (full paver width at right angles to the centerline) shall be constructed when mixture placement operations are suspended. The forward end of the freshly laid strip shall be thoroughly compacted by rolling before the mixture has cooled. When work is resumed, the end shall be cut vertically for the full depth of the layer unless a formed edge is constructed as approved by the Engineer. F2 Longitudinal Joints Longitudinal joints between strips shall be parallel to the centerline. In multiple lift , construction, the longitudinal joints between strips in each lift shall be constructed not less than 150 mm [6 inches] measured transversely from the longitudinal joints in the previously placed lift. When the wearing course is constructed in an even number of strips, .one longitudinal joint shall be on the centerline of the road. When it is constructed in an odd number of strips, the centerline of one strip shall be on the centerline of the road, provided that no joint is located in the wheel path area of a traffic lane. Longitudinal joints in multiple lift construction over Portland cement concrete pavements may be aligned directly over the concrete pavement longitudinal joints at the discretion of the Engineer. At longitudinal joints formed by placing multiple strips, the adjoining surface being laid shall, after final compacting, be slightly higher (but not to exceed 3 mm [1/S inch]) than the previously placed strip. When constructing a strip adjoining a previously placed strip or a concrete pavement, any fresh mixture that overlaps a previously placed strip or pavement shall be removed (to the longitudinal joint line) before any rolling is done. G Asphalt Mixture Production (FOB Department Trucks) For asphalt mixture production, the Contractor shall, in addition to the asphalt mixture , required on the Project, produce and deliver asphalt mixture to the Department. The mixture shall be the mixture being produced and shall be loaded on Department furnished trucks at the mixing plant at a time agreed on by the Engineer and Contractor. The Engineer will notify the Contractor of the total quantity of mixture desired not less than 2 weeks prior to completion of the wearing course construction. The .Engineer will not accept the asphalt mixture if it is inappropriate for the Department's intended use. H Small Quantity HMA Paving Unless otherwise indicated in the Special Provisions, the following provision for a small quantity of asphalt mixture shall apply. A Mixture Design Report is not required for planned project quantities less than 191,200 m2 mm [9,000 square yard inches [4,500 square yards per 2 inch thickness, etc]) or 450 metric tons [500 tons]. However, the Contractor shall verify in writing the asphalt mixture delivered to the project meets the requirements of Table 2360.3-B2a and Table 2360.3B2b. The Department will obtain samples, as determined by the Engineer, to verify percent design air voids and gradation. These results will be used for material acceptance. Air voids will be subject to the requirements of Section 2360.4L1b for isolated air voids and a gradation falling outside the requirements of Table 2360.2-E will be subject to payment as indicated in Table 2360.4-L2b. Page 40 of 56 ' 1 1 2360.6 PAVEMENT DENSITY A General 2360/2350 Combined Specification December 9, 2003 All pavements will be compacted in accordance with the Maximum Density Method unless otherwise specified in the Contract special provisions or as noted in Section 2360.6C. B Maximum Density Method All courses or layers of plant mixed asphalt mixtures for which the Maximum Density Method is used shall be compacted to a density not less than the percentage shown in the Table of Required Density, Table 2360.6-B2, for the applicable mixture and course. ' B1 Maximum Density Determination The Density requirements listed in Table 2360.6B2 are percent of maximum specific ' gravity (G~ based on the individual lot. The Maximum specific gravity value used to calculate the percentage density for the lot shall be the average value obtained from the maximum gravity results from production tests taken during that days paving. If only one or two maximum specific gravity values were obtained that day, then the moving average value (at that test point) shall be used. If three or more maximum specific gravity values are obtained that day, then the average of those tests alone shall be used as indicated above. Bla Pavement Density Determination ' The density of each lot shall be expressed as a percentage of the maximum specific gravity (% G~ obtained by dividing the average bulk specific gravity for the lot by the maximum specific gravity multiplied by 100, (maximum specific gravity basis is the average Gam,,,, of QC tests done on the day that the individual lot was paved as described above). Determination of the bulk specific gravity of the cores shall be in accordance with AASHTO T-166, Mn/DOT modified. For coarse graded mixtures the Engineer may require determination of bulk specific gravity of the cores be in accordance with ASTM D1188, Mn/DOT modified. ASTM D6752 Mn/DOT modified (Corelok) is also allowed for determination of bulk specific gravity of coarse graded mixtures. Selection of the test method to determine coarse graded mixture bulk specific gravity shall be agreed upon at the time of mix design submittal. Both the Contractor and Mn/DOT shall use the same test method to determine bulk specific ' gravity. The determination of coarse and fine graded mixtures will be based on the percentage of material passing the 2.365 mm sieve [#8] as defined in Table 2360.3-B2c. Compaction operations shall be completed within 8 hours of mixture placement and before core samples are obtained for density determination. Only pneumatic tired or static steel rollers are permitted for any compactive effort performed between 6 and 8 hours after mixture placement. Compacted mixtures represented by samples or tests having deficient densities shall not be re-rolled. The Contractor shall not operate below the specified minimum density on a continuing basis. A continual basis shall be defined as all lots in a day's production failing to meet minimum density ' or more than 50% of lots on multiple days which fail to meet minimum density requirements. Production shall be stopped until the source of the problem is determined and corrective action is taken to bring the work into compliance with specified minimum required density. Page 41 of 56 2360/2350 Combined Specification December 9, 2003 B2 Required Density Minimum density requirements for both gyratory (SP) and Marshall designed mixtures are listed in Table 2360.6-B2. Unless otherwise indicated in the Plans or Special Provisions, shoulders wider than 1.8 meters [6 feet] paved shall be compacted by the Maximum Density Method. When shoulders are required to be compacted by the Maximum Density Method and are paved in a separate operation or have a different required minimum density than the driving lane, the lot tonnage placed on the shoulder shall be delineated in separate lots from the driving lanes for the day paving was conducted. Unless otherwise indicated in the Plans or Special Provisions a narrow shoulder, 1.8 meter [6 feet] or less wide, that is paved in the same pass as a driving lane or that is paved separately will be compacted by the Ordinary Compaction Method. Mixture compacted under Ordinary Compaction is excluded from lot density requirements and that tonnage is also excluded from incentive/disincentive payment. If the Plans or Special Provisions indicate a narrow shoulder is to be compacted by the Maximum Density Method, the minimum required density is listed in Table 2360.6-B2. ]f-the minimum required density of the shoulder is different than the driving lane, the tonnage placed on the shoulder shall be delineated in separate lots from the driving lane. Echelon paving (two pavers running next to each other in adjacent lanes) shall be considered separate operations. Table 2360.6-B2 Rennirerl Minimum Density SP Wear and All MV and LV SP Nonwear ~1x2~ SP Shoulders ~i>~a> Mixtures c'~c2> Location from > 100 mm [4 Designed at Designed at surface* <_ 100 mm [4 inch]** inch]** 3% voids 4% voids % Gmm 92.0 93.0 93.0 92.0 1) 2) B2a * SP Mixtures only ** If less than 25% of a layer is within 100 mm [4 inches] of the surface, the layer may be considered to be below 100 mm [4 inches] for mix design purposes. Minimum reduced by one percent on the first lift constructed over PCC pavements. Minimum reduced by one percent for the first lift constructed on aggregate base (mainline and shoulder), reclaimed or cold inplace recycled base courses and first lift of an overlay on a roadway with a 6.35 metric ton [7 ton] or less spring load restriction (roadway includes shoulders). Lots & Core Locations Table 2360.6-B2a Lot Determination Dail Production Metric (ton) [English (Ton)] Lots 270* - 545 [300* - 600] 1 546 - 910 [601-1,000] 2 Page 42 of 56 1 1 1 1 1 1 1 1 1 1 ii 2360/2350 Combined Specification December 9, 2003 911 - 1,455 [1,001-1,600] 3 1,456 - 3,275 [1,601- 3,600] 4 3,276 - 4,545 [3,601- 5,000] 5 4,546 + [5,001 +] 6 *When mix production is less than 270 metric tons [300 tons], establish ls` lot when accumulative tonnage exceeds 270 metric tons [300 tons]. Divide the days production into equal lots as shown in Table 2360.6-B2a. The Engineer ' may require additional density lots be established to isolate areas affected by equipment malfunction breakdown, heavy rain, or other factors that may affect the normal compaction operations. Obtain three cores in each lot. Two cores will be taken from random locations selected by the Engineer. The third core, a companion core, shall be taken within 0.3 meters [1 foot] longitudinally from either of the first two cores. The companion cores shall be given to the Department Street Inspector immediately upon completion of coring and sawing. The random locations will be determined by the Engineer using statistically derived stratified random number tables or other approved methods of random number generation. These will also be used for partial lots. Both transverse and longitudinal joints are subject to maximum density requirements. If the random core location falls on an unsupported joint, at the time of compaction, (the edge of the mat being placed does not butt up against another mat, pavement surface, etc.) cut the core with the outer edge of the core barre10.3 meters [1 foot] away (laterally) from the edge of the top of the mat (joint). If the random core location falls on a confined joint (edge of the mat being placed butts up against another mat, pavement surface, curb and gutter, or fixed face), cut with the outer edge of the core barrel 150 mm ± 12.5 mm [6 inches ± 0.5 inch] from the edge of the top of the mat (ex. center of 100 mm [4 inch] core barre1200 mm ± 12.5 mm [8 ± 0.5 inches] from the edge of the top of the mat). Cores will not be taken within 300 mm [1 foot] of any unsupported edge The Contractor shall be ' responsible for maintenance of traffic, coring, patching the core holes, and sawing the cores if necessary to the proper thickness prior to density testing. B3 Core Testing Cores will be taken and tested by the Contractor. Core locations will be determined and marked by the Engineer. The Contractor shall schedule the approximate time of testing during normal project work hours so that the Engineer may observe and record the saturated surface dry and immersed weight of the cores. u u u C 0 Density determination will be made by the end of the next working day after placement and compaction. If multiple layers are placed in a single day, cores shall be sawn and separated for each layer, tested and reported by the end of the next working day. The Contractor will cut pavement samples from the completed work with power equipment, and restore the surface by the end of the next working day with new, well compacted mixture without additional compensation. Failure to restore the surface within 24 hours of coring shall subject the Contractor to a fine of $100 per working day, per lot, until the core holes are restored. Cores shall be cut using a 100 mm [4 inch] minimum outer diameter coring device. All samples shall be marked with the lot number and core number or letter. The cores shall be transported to the laboratory as soon as possible to prevent damage due to improper handling or exposure to heat. These companion cores may be tested by the Inspector on Department scales or transported to the Department's Field Laboratory or District Materials Laboratory. Page 43 of 56 2360/2350 Combined Specification December 9, 2003 Measure each core three times for thickness prior to saw cutting, report the average lift thickness on the core sheet. These average thickness will contribute to thickness compliance as described in Section 2360.7A ' If the Department companion core test result for bulk specific gravity (Gmb) deviates beyond the allowable tolerance of 0.030, substitute Department companion result for Contractor's core result and then average the Department result with the non-companion result for the lot density acceptance. If, through analysis of data, it is determined there is a bias in the test results, the Engineer will determine which results are appropriate and shall govern. If the Gmb tolerance fails in more than 2 lots in a day of either consistently high or low differences between the companion cores then an investigation to determine the source of errors shall be conducted. Companion cores samples shall be increased to two per lot and tested until investigation is complete and tolerances are met. The Engineer may allow recoring of a sample only when the core has been damaged ' through no fault of the Contractor, either during the coring process or in transit to the laboratory. B4 Maximum Density Acceptance and Payment Schedule The density of compacted mixture shall be accepted by pavement cores on a lot basis. The Contractor's cores will be used for acceptance if the determined bulk specific gravity Gmb from AASHTO T-166, Mn/DOT modified or ASTM Dl 188 is within ± 0.030 of the state companion Gmb value. Payment for lot densities of compacted mixture shall be determined from Table 2360.6-B4 or ' 2360.6-B4A. Incentive and disincentive payments are for both wearing and non-wearing courses. When the density requirement has been reduced by one percent, per Table 2360.6-B2, , footnote 1 & 2, payment adjustments for lot densities will be made as specified in Table 2360.6-B4A. Incentive payments are excluded when the minimum density has been reduced. However, at the Contractors request and with approval of the Engineer, the reduced density requirement may be waived and density evaluated under Table 2360.6-B4, including incentives, for first lift constructed on aggregate base, reclaimed or cold inplace recycled base courses and first lift of an overlay on a roadway with a 6.35 metric ton [7 tonj or less spring load restriction (reduced density shall not be waived for the first lift ' constructed on PCC pavements). The request and approval shall be made after the first days paving and before the third days paving begins. Once the request has been approved, evaluation of density will be in accordance with Table 2360.6-B2 (excluding footnote 2) and Table 2360.6-B4, and will remain in effect for the duration of mixture placement on that lift. The Contractor will also be responsible for compliance , with any construction requirements on subsequent lifts. L' ~~ Page 44 of 56 ' u 0 ,i ~I 0 [] I,' ~~ u II 2360/2350 Combined Specification December 9, 2003 Table 2360.6-B4 Payment Schedule for Maximum Density Percent of Max Specific Gravity ~2~ SP Wear (<_100 mm [4 inches] from Surface) All MV & LV , SP Shld (4% Void) Percent of Max Specific Gravity cz> SP Non-Wear (>100 mm [4 inches] from Surface) SP Shoulders (3% Void) percent paymen t 93.6 and above 94.6 and above 104 t ~ 93.1 - 93.5 94.1 - 94.5 102 ~ 92.0 - 93.0 93.0 - 94.0 100 91.0 - 91.9 92.0- 92.9 98 90.5-90.9 91.5-91.9 95 90.0-90.4 91.0-91.4 91 89.5 - 89.9 90.5 - 90.9 85 89.0 - 89.4 90.0 - 90.4 70 Less than 89.0 ~ ~ Less than 90.0 ~ ~ Table 2360.6-B4A ~'~ 1 % Reduced Table Percent of Max Specific Gravity c2~ Percent of Max Specific Gravity c2) SP Wear (<_100 mm [4 inches] from SP Non-Wear (>100 mm [4 inches] from percent Surface) Surface) paymen All MV & LV , SP Shld (4% Void) SP Shoulders (3% Void) t 91.0 and above 92.0 and above 100 90.0 - 90.9 91.0- 91.9 98 89.7 - 89.9 90.5 - 90.9 95 89.4 - 89.6 90.0 - 90.4 91 89.2 - 89.3 89.5 -89.9 85 89.0 - 89.1 89.0 - 89.4 70 Less than 89.0 c4> Less than 89.0 ~ (1) Minimum reduced by one percent for the first lift constructed on aggregate base (mainline and shoulder), reclaimed or cold inplace recycled base courses and first lift of an overlay on a roadway with a 6.35 metric ton [7 ton] or less spring load restriction (roadway includes shoulders). Minimum reduced by one percent on the first lift constructed on PCC pavements (reduced density cannot be waived). (2) In calculating the percent of maximum specific gravity, report to the nearest tenth. (3) The payment in this portion of the specification shall apply only if the day's weighted average individual production air voids are within - 0.5 percent of the target air void value. The weighted average air voids shall be based on all the mixture production tests (2360.4e) for the corresponding day and shall be weighted by the tons the corresponding test represents. (4} The HMA material represented by the lot shall be paid at a 70% pay factor, unless a single core density is less than 87.0% of the maximum specific gravity (Gmm). If a single core density is less than 87.0% of Gmm, the material shall be removed and replaced by the Contractor at their expense with mixture that meets the density requirements; or the Engineer may permit the unacceptable material to remain inplace with a 50% pay factor. The limits of the area to be removed will be determined by additional core samples. These additional core samples shall be taken at the same offset Page 45 of 56 - _ _ .. _ _, 236012350 Combined Specification December 9, 2003 from centerline as the original core; unless the original low density core was taken within 0.45 m [1.5 feet] of an edge of the paver pass. In that case, the additional cores shall be ' taken 0.45 m [1.5 feet] from the edge of the paver pass. The densities shall be determined at 15 m [50 foot] intervals, both ahead and back of the point of unacceptable core density (less than 87.0% of Gmm), until a point of acceptable core density (87.0% of Gmm or greater) is found. If the incremental core density testing extends into a previously accepted lot, removal of the unacceptable material will be required; however, the results of these tests shall not be used to recalculate the previously accepted lot density. All costs incurred from additional coring and testing, resulting from unacceptable core density, will be paid by the Contractor. The unacceptable pavement area is to be computed as the product of the longitudinal limits so determined by the 15 m [50 foot] cores and the full width of the paver pass, laying in the traffic lane or lanes. ' Shoulders shall be exempt from this calculation unless density failure occurred in the . shoulder area. After the unacceptable material (core density less than 87.0% of Gmm) has been removed and replaced, the density of the replacement material will be determined by the average of two cores. Payment for the replacement material will be in accordance with Tables 2360.6-B4 or 2360.6-B4A, whichever applies. There will be no payment for the material ' removed. The remainder of the original lot shall have a 70% pay factor. C Ordinary Compaction Method Ordinary compaction shall be used for layers identified in the typical sections with a minimum planned thickness of less than 40 mm [1 1/2 inches], thin lift leveling, wedging layers, patching layers, driveways, areas which cannot be compacted with standard highway construction equipment. Unless otherwise indicated in the Plans or Special Provisions recreational trails shall also be compacted by ordinary compaction. The ordinary compaction method shall not be used on mainline, ramp, or loop paving, unless otherwise designated in the plans or special provisions. When density is evaluated by the ordinary compaction method a control strip shall be used to establish a rolling pattern. This shall be used by the Contractor for the compaction of the asphalt mixture for the layer on which the control strip is constructed, or until a new control strip is constructed. The control strip requirement may be waived by the Engineer in small localized areas or other areas not conducive to its establishment. A control strip shall be constructed at the beginning of the work on each lift of each course. Each control strip shall have an area of at least 330 m2 [395 square yards] and shall be of the same thickness as the lift it represents. The subgrade or pavement course upon which a control strip is to be constructed shall have the prior approval of the Engineer. The control strips shall remain in place and become part of the completed work. The materials used in the construction of the control strips shall conform to the specified ' requirements for the course. The materials used in the control strip shall be from the same source and of the same type as the materials used in the remainder of the course that the control strip represents. The equipment used in the construction of the control strips shall be approved by the Engineer and shall be the same type and mass used on the remainder of the pavement course represented by the control strip. A minimum of two rollers shall be required. A rolling pattern shall be established for each roller. A pneumatic-tired roller shall be available for compaction operations within 24 hours after request by the Engineer. The final rolling shall be performed with a tandem steel-wheeled roller. Areas that are inaccessible to the conventional type rolling equipment shall be compacted to the required density by using trench rollers or mechanical tampers. Page 46 of 56 ' 2360/2350 Combined Specification December 9, 2003 Construction of the control strips will be as directed by the Engineer. Compaction shall commence as soon as possible after the mixture has been spread to the desired thickness and shall continue until no appreciable increase in density can be obtained by additional roller's coverages. Densities will be determined by means of a portable nuclear testing device or suitable approved alternate and a growth curve shall be developed to determine the optimum rolling pattern. The Contractor shall furnish documentation of the growth curve to the Engineer. To determine when no appreciable increase in density can be obtained, two test points shall be established in the control strip on a random basis and the density at each point shall be measured by a portable nuclear device or suitable approved alternate after each roller pass. Rolling shall be ' suspended when testing shows either a decline of more than 2°Io of the maximum specific gravity or when additional roller passes fail to increase the density. ' After said testing is accomplished, rolling on the remainder of that course shall be done in accordance with the pattern developed in the test strip for that roller. A separate rolling pattern and time interval shall be established for each roller. Anew control strip shall be ordered by the Engineer when: (a) A change in the JMF is made, or (b) A change in the source of material is made or a change in the material from the same source is observed. Anew control strip may be ordered by the Engineer or requested by the Contractor when: (a) Ten days of production have been accepted without construction of a new control strip, or (b) There are other reasons to believe that a control strip density is not representative of the HMA mixture being placed. The nuclear testing device shall be furnished and operated by the Contractor. The furnishing of the testing device and the operator will be considered incidental to the furnishing and placement of the HMA mixture and shall not be compensated for separately. The device shall be calibrated according to procedures described in the Mn/DOT Bituminous Manual. Each course shall be uniformly compacted until there is no further evidence of consolidation and all roller marks are eliminated. When this method is employed, and the quantity of mixture placed by the paver exceeds 100 metric tons [110 tons] per hour, at least two rollers are required for compacting the mixture placed by each paver. Cl Rollers The following requirements for rollers apply only when compaction is obtained by the ordinary compaction method. C2 Steel-Wheeled Rollers Steel-wheeled rollers shall be self-propelled. and has a minimum total mass of 7.3 metric tons [8 tons], or as otherwise specified in the Contract. When vibratory rollers are used, they shall produce 45 kN per meter [3,0851bf per foot] of width. The frequency should be at least 2400 ypm and Page 47 of 56 2360/2350 Combined Specification December 9, 2003 amplitude setting low. The roller shall be capable of reversing without backlash and shall be equipped with spray attachments for moistening all rollers on both sets of wheels. ' C3 Pneumatic-Tired Rollers The pneumatic-tired roller shall have a compacting width of 1.5 m [5 feet] or more. It shall be so constructed that the gross wheel load force shall be a minimum of 13 kN [3,000 pounds] per wheel for LV and MV mixtures and SP Level 2-3 mixtures and 22 kN [5,000 pounds] per wheel for SP Level 4-6 mixtures and can be varied as directed by the Engineer. The tire arrangement shall be such that full compaction will be obtained over the full width with each pass of the roller. The roller may be self propelled or provided with suitable tractive equipment, unless , otherwise specified in the Contract. If more than one roller is propelled by a single tractive unit, then that combination will be counted as a single roller unit. C4 Trench Rollers Trench rollers shall be self propelled and have a mass of not less than 4,400 kg per meter [2,960 pounds per foot] of width. CS Mixture Temperature Controls If compaction is obtained by the ordinary compaction method, the minimum laydown temperature in all courses (as measured behind the paver or spreading machine) of the asphalt mixture shall be in accordance with the temperature requirements of Table 2360.6-C5. Unless directed by the Engineer in writing, no paving is allowed under the Ordinary Compaction Method when the air temperature is below 0°C [32°F]. Table 2360.6-CS Mixture Temnerature Contrnl Air Tem erature Compacted Mat Thickness, mm (A~ °C [°F] 25 mm [1 40 mm [1-1/2 50 mm [2 inch] >75 mm [3 inch] inch] inch] +0-5 [32-40] -- 129 tB~ [265] 124 [255] 121 [250] + 6-10 [41- 50] 130 ~B> [270] 127 [260] 121 [250] 118 [245] + 11-15 [51- 127 ~B~ [260] 124 [255] 118 [245] 115 [240] 60] + 16-21 [61- ~o] 121~B~ [250] 118 [245] 115 [240] 113 [235] + 22-27 [71 80] 118 [245] 115 [240] 113 (235] 113 [235] + 28-32 [81- 90] 113 [235] 11.0 [230] 110 [230] 110 [230] + 33 [91+] 110 [230] 110 [230) 110 [230] 107 [225] (A) Based on approved or specified compacted lift thickness. (B) A minimum of one pneumatic-tire roller shall be used for intermediate rolling unless otherwise directed by the Engineer. The Engineer may specify or modify in writing (with concurrence from the Department Bituminous Engineer) a minimum laydown temperature. Page 48 of 56 1 i~ ~' I1 ii L [] u i~ 1 2360/2350 Combined Specification December 9, 2003 2360.7 THICKNESS AND SURFACE SMOOTHNESS REQUIREMENTS t A Thickness After compaction the thickness of each lift shall be within a tolerance of 6 mm [l/4 inch] of the thickness shown in the Plans, except that, if automatic grade controls are used, this thickness requirement will not apply to the first lift placed. This thickness requirement will not apply to a leveling lift whether or not automatic grade controls are required. The Engineer may require removal and replacement, at the Contractor's expense, of any part of any lift that is constructed to less than the minimum required thickness. On that portion of any lift constructed to more than the maximum permissible thickness, the materials used in the excess mixture above that required to construct that portion of the lift to the Plan thickness plus 6 mm [1/4 inch] will be excluded from the pay quantities and at the discretion of the Engineer and at the Contractor's expense may be required to be removed and replaced. Cores taken for density determination shall be measured for thickness also. Each core ' shall be measured 3 times for thickness prior to sawing. Report the average of these three measurements. Each lot's average core thickness shall be documented and submitted to the Engineer. If the average of the two Contractor cores exceed the specified tolerance, an additional two cores may be taken in the lot in question. The average of all core thickness measurements per lift will be used to determine compliance with thickness specifications. B Surface Requirements After compaction, the finished surface of each lift shall be reasonably free of segregated, open and torn sections, and shall be smooth and true to the grade and cross section shown on the Plans with the following tolerances: (1) Where a leveling lift is specified, it shall be constructed to within a tolerance of 15 mm ' [1J2 inch] of the elevations and grades established by the Engineer. This requirement shall also apply to the first lift placed other than leveling when automatic controls are used. u [] ~II i~ (2) The surface of the final two lifts placed shall show no variation greater than 6 mm [1/4 inch] from the edge of a 3 m [10 foot] straightedge laid parallel to or at right angles to the centerline. Shoulder surfacing and surfacing on temporary connections and bypasses shall show no variations greater than 6 mm [1/4 inch] from the edge of a 3 m [10 foot] straightedge laid parallel to the centerline. (3) After final compaction, all final lift asphalt wearing surfaces adjacent to concrete pavements shall be slightly higher (but not to exceed 6 mm [1/4 inch] than the concrete surface. After final compaction, all asphalt surfaces adjacent to gutters, manholes, pavement headers, or other fixed structures shall be slightly higher (but not to exceed 6 mm [1/4 inch] than the surface of the structure. (4) Transverse joints (construction joints), at the beginning and end of a project, at paving Page 49 of 56 jl ~_~ 2360/2350 Combined Specification December 9, 2003 exceptions, or caused by suspension of daily paving operations, shall show no variation greater than 6 mm [l/4 inch] from the edge of a 3 m [10 foot] straightedge centered longitudinally across the transverse joint. The Engineer may require correction by , diamond grinding when material is placed outside the above described limitations. (5) The transverse slope of the surface of each lift, exclusive of the shoulder wearing lift, shall not vary from the slope shown in the Plans by more than 0.4 percent. (6) The distance between the edge of each lift and the established centerline shall be no less , than the Plan distance nor more than 75 mm [3 inches] greater than the Plan distance. In addition, the edge alignment of the wearing lift on tangent sections and on curve sections of 3 degrees or less shall not deviate from the established alignment by more than 25 mm ' [1 inch] in any 7.5 m [25 foot] section. (7) The finished surface of each lift shall be reasonably free of segregated and open and torn ' sections. Any material placed outside the above described limitations shall be removed and , replaced after being cut or sawed at no expense to the Department or with. the approval of the Engineer, allowed to remain inplace at a reduced cost calculated at $12 per square meter [$10 per square yard]. C Pavement Smoothness C1 General Pavement smoothness will be evaluated on the final mainline pavement surface using a California type profilograph or Inertial Profiler (IP) with a 5 mm [0.2 inch] blanking band. Unless otherwise authorized by the Engineer, all smoothness testing shall be performed in the presence of the , Engineer. The Engineer and the Contractor shall mutually agree upon scheduling of smoothness testing so that testing can be observed. Any testing performed without the Engineer's presence, unless otherwise authorized, may be ordered retested at the Contractors expense. The following table shows pavement surfaces, which are excluded from profilograph testing, but subject to Section 2360.7B surface requirements. n fl Page 50 of 56 , r i i I!~ i J Table 2360.7-C1 Profilonranh Testing Exclusions 2360/2350 Combined Specification December 9, 2003 Pavement Surfaces Excluded From Profilogra h Testing Ram s, Loo s, Climbin Lanes Side Streets, Side Connections Turn Lanes, Storage Lanes, Crossovers, By ass Lanes Shoulders Acceleration, Deceleration Lanes Intersections constructed under traffic -Begin and end the exclusion 30.5 m [100 feet] from the intersection radius Sections less than 15.24 m [50 feet] in length Pro~ects less than 300 m [1000 feet] in len th Mainline paving where the normally posted regulatory speed is less than or equal to 70 km/hr [45 miles er hour] -- Be in the exclusion at the si Sin le lift overlays over bituminous with a PSR < 2.8 Sin le lift overlays over concrete. Horizontal Curves with a radius less than 289.6 m [950 feet]. Horizontal Curves with a degree of curvature greater than or equal to 6°. Vertical Curves -Absolute value of grade change is 2 % or more and curve length is 91.4 m [300 feet] or less. Vertical Curves -Absolute value of grade change is 3 % or more and curve length is 121.9 m [400 feet] or less. Vertical Curves -Absolute value of grade change is 4 % or more and curve length is 182.8 m [600 feet] or less. Vertical Curves -Absolute value of grade change is 8 % or more and curve length is 213.4 m [700 feet] or less. Note: Begin and end the exclusion at the PC (PVC) and PT (PVT), res ectively Cl A Smoothness Requirements Pavement smoothness requirements will be evaluated by Table 2360.7-C6A, 2360.7-C6B, or 2360.7-C6C. The pavement smoothness table will be identified in the Special Provisions of the proposal. C2 Measurement Smoothness will be measured with a 7.62 m [25 foot] California type profilograph or an Inertial Profiler (IP), which produces a profilogram (profile trace of the surface tested). Either type of device must be certified according to the procedure on file in the Bituminous Office. One pass will be made in each lane, 2.74 m [9 feet] from centerline. The profilograph or IP shall be iii the direction the traffic will be moving. Each lane will be tested and evaluated separately. The Engineer will determine the length in kilometers [miles] for each mainline traffic lane. The profilograph will be operated at a speed no greater than a normal walk, no greater than 6 km/hr [4 miles per hour]. Motive power may be provided manually or by the use of a propulsion unit approved by the Engineer. The IP will be operated at the optimum speed as defined by the manufacturer. C3 Profilograph testing The Contractor will furnish a properly calibrated, documented, and certified 7.62 m [25 foot] California type profilograph or IP. The profilograph or IP shall be equipped with automatic data Page 51 of 56 _ __ ... 2360/2350 Combined Specification December 9, 2003 reduction capabilities unless otherwise authorized by the Engineer. Certification documentation shall be provided to the Engineer on the first day the profilograph or IP is used on the project. User selected ' profilograph or 1P settings are on file in the Bituminous Office. The Contractor will furnish a competent operator, trained in the operation and evaluation of the 7.62 m [25 foot] California profilograph or IP. All objects and foreign material on the pavement surface will be removed by the 1 Contractor prior to testing. The pavement surface will be divided into sections which represent continuous placement. A section will terminate or begin 15.24 m [50 feet] before or after a bridge approach panel, bridge surface, manhole or similar interruption. These 15.24 m [50 foot] sections, including the transverse joint, will be evaluated under Section 2360.7B, Surface Requirements. A day's work joint will be included in the trace with no special consideration. A section will be separated into ment will be in only one traffic lane. A se 1 mile] 1 km [0 f 0 t g . . . segmen s o A profilogram will be made for each segment of 15.24 m [50 feet] or more. The profilogram will include the 7.62 m [25 foot] at the ends of the section only when the Contractor is responsible for the adjoining surface. End of run areas not included in the profilograph trace and any sections of pavement less than 15.24 m [50 feet] in length shall be checked longitudinally with a 3.028 m [10 foot] straight edge and the surface shall not deviate from a straight line by more than 6 mm in 3.028 m [1/4 inch in 10 feet]. Transverse joints shall be evaluated by centering the straightedge longitudinally across the transverse ' joint. The profile trace and index for each segment of pavement must be furnished to the Engineer within 48 hours after each days run. Identification of all bumps and dips, with signature of the ' Operator shall be included with the submitted trace. The Contractor will submit a final evaluation generated from approved software, to the Engineer within five days after all mainline pavement placement. Software is available from the Mn/DOT Bituminous Office at www.mrr.dot.state.mn.uslpavement/bituminous/bituminous.asp. The evaluation submitted shall be in tabular form, with each 0.1 km [0.1 mile] segment occupying a row. Each row shall include the beginning and ending. station for the segment, the length of the segment, the profile index for the segment, the profile index incentive/disincentive in dollars for the segment, and the deductions for bumps in dollars for the segment. Each continuous run will occupy a separate table and each table will have a header that includes the following: the project number, the roadway number or designation, the. specified ride table, a lane designation, the mix type of the final lift, the PG border of the final lift, the date of the profilograph run, and the beginning and ending station of the continuous run. Each table will have a summary at the bottom that includes the following: a subtotal for the profile index incentive/dismcenrive, a subtotal for the bump deductions, and a total for incentive/disincentive for both profile index and bumps. ' The Contractor will be responsible for all traffic control associated with the smoothness testing. Any portion of the project may be retested if the Engineer determines that the Contractor's test results are in question. If results are found to be inaccurate, the Contractor will be charged at a rate of $155.34 per lane km [$250 per lane mile] that is retested, with a minimum charge of $500.00. If the results are found to be accurate, the Department will be paying the Contractor at a rate of $155.34 per lane km [$250 per lane mile] that is retested, with a minimum charge of $500.00. C4 Profile Index Page 52 of 56 i 2360/2350 Combined Specification December 9, 2003 The profilograph or IP shall be equipped with automatic data reduction capabilities for determining the profile index (Pl) unless otherwise authorized by the Engineer. The profilograph trace will be evaluated for the profile index (P1) and bumps in accordance with California Method 526 on file with the Department Bituminous Engineer. The original trace shall be provided to the Engineer A rofile index shall be calculated for each segment. If an IP is used the corresponding P International Roughness Index (IRI) for each segment shall be submitted. to the Bituminous Office. The index will be determined by summing the vertical deviations outside either a 5 mm [0.2 inch] blanking band or outside a zero blanking band depending on the number of lifts in the construction. The units of this index are mm per km [inch per mile]. When there is a segment of 76.2 m [250 feet] or less in length, 1 the profilograph or iP measurements for that segment shall be added to and included in the evaluation of the adjacent section to that segment. Bumps and dips equal to or exceeding 10.2 mm in `a 7.62 m [0.4 inch in a 25 foot] span shall be identified separately. When the profile trace shows a successive, uninterrupted bump, dip; or dip, bump combination (up to a maximum of 3 alternating trace deviations that relate to one bump or dip on the roadway), identify and evaluate these occurrences as one event. C5 Surface Correction All areas represented by deviations of 28 mm [l.l inch] or more, as measured by the 7.62 m [25 foot] profilograph or IP, will be corrected by the Contractor. The Contractor may elect to correct pavement segments having no more than two events or two individual bumps or dips with a vertical deviation of 10.2 to 25 mm [0.4 to 1.0 inch] in a 7.62 m [25 foot] span. Correction of segments with more than two events or two individual bumps or dips, as defined above, will be allowed only when approved by the Engineer. The Contractor will be assessed a penalty for dips or bumps of 10.2 to 25 mm [0.4 to 1.0 inch] that are not corrected. Bumps and dips not corrected will also be included in the evaluation for the segment smoothness. Corrected dips or bumps will be considered satisfactory when the profilogram shows the dips or bumps are less than 10.2 mm in a 7.62 m [0.4 inch in a 25 foot] span. Bump, dip, and smoothness correction work shall be for the entire traffic lane width. Pavement cross slope shall be maintained. through corrective areas. Corrective work shall be made by diamond grinding unless other methods are approved by the Engineer. Other methods may include; overlaying the area, or replacing the area by milling and inlaying. Any corrective actions by milling and inlay or overlay shall meet the specifications for ride quality over the entire length of the correction, including the first and last 15 m [50 feet]. Bumps or dips in excess of 10.2 mm [0.4 inches] at transverse joints at areas of corrective actions utilizing overlay or milling and inlay, shall be removed by diamond grinding. The Contractor shall notify the Engineer prior to commencement of the corrective action. If the surface is corrected by grinding, all ground areas shall be treated with an emulsified asphalt fog seal conforming to Mn/DOT 2355. If the surface is corrected by overlay, inlay or replacement, the surface correction shall begin and end with a transverse saw cut. If the smoothness evaluation indicates that corrective work is necessary for more than. 50% of a segment, surface correction will be limited to mill and inlay (40 mm [11/2 inch] min). Page 53 of 56 2360/2350 Combined Specification December 9, 2003 All corrective work shall be subject to the approval of the Engineer. After all required correction work is completed, a final profile index shall be determined. Corrective work and re- evaluation will be at the Contractor's expense. C6 Payment The cost of certified smoothness testing and associated traffic control will be incidental to the cost of the Wear Course Mixture. The Contractor may receive an incentive payment or be assessed a penalty based on the number of segments and the initial profile index. The total ride incentive shall not exceed 10% of the total mix price for pavement smoothness evaluated under Table 2360.7-C6A, 5% of the total mix price for pavement smoothness evaluated under Table 2360.7-C6B, or 5% of the total mix price for pavement smoothness evaluated under Table 2360.7-C6C. The maximum allowable net incentive (total incentive minus disincentive) payment shall be calculated by multiplying the total tons paved by the mixture price by the appropriate incentive cap. Pay adjustments for incentives will only be based on the initial Profile Index before any corrective work has been performed. Pavement. that contains corrective action for profile or bumps is not eligible for incentive pay. These payments or assessments will be based on the following schedules. The Contractor will not receive a net incentive payment for ride if more than 25% of all density lots for the project fail to meet minimum density requirements. For each traffic lane, a penalty will be assessed for each bump or dip of 10.2 to 25 mm [0.4 to 1.0 inch] that is not corrected. Penalties, based on the table the profile index is evaluated under, are as follows: ° Table 2360.7-C6A: $900 Table 2360.7-C6B: $675 Table 2360.7-C6C: $450 Bumps or dips resulting from a construction joint will be assessed a $900 penalty, regardless of the table used for evaluation of pavement smoothness. The Engineer may, at his discretion, assess a penalty in lieu of requiring the Contractor to take corrective action when the profile index for a segment indicates corrective action is necessary. Penalties, based on the table the profile index is evaluated under, are as follows: Table 2360.7-C6A: $560 per 0.1 km [$900 per 0.1 mile] Table 2360.7-C6B: $420 per 0.1 km [$675 per 0.1 mile] Table 2360.7-C6C: $280 per 0.1 km [$450 per 0.1 mile] Table 2360.7-C6A Tnitial Prnfile Tnrlex fnr Smm (0.2 inchl blanking hand mm per km [Inches per mile] Dollars per Segment Dollars per per 0.1 km segment [per 0.1 mile (Metric) Segment se ment] [En lish] 0- 13.4 [0.0 - 0.8] 210 [335] 13.5 - 25.3 [0.9 -1.6] 145 [225] Page 54 of 56 0 0 ri ~~ -~ 0 u 2360/2350 Combined Specification December 9, 2003 25.4 - 38.7 [1.7 - 2.4] 80 [115] 38.8 - 78.9 [2.5 - 5.0] 0 [0] 79.0 - 92.3 [5.1 - 5.8] (80) [(115)] 92.4 - 105.7 X5.9 - 6.7] (145) [(225)] 105.8 - 118.3 [6.8 - 7.5] (210) [(335)] Over 118.3 [Over 7.5] Corrective Action Corrective Action * Typically, 3-lift minimum construction Table 2360.7-C6B Tnitial Profile index for 5mm f0.2 inchl blanking hand mm per km per 0.1 km se ment [Inches per mile] [per 0.1 mile se ment] Dollars per Segment (Metric) Dollars per Segment [En lish] 0 - 15.8 [0.0 - 1.0] 145 [225] 15.9 - 31.6 [l.l - 2.0] 100 [150) 31.7 - 47.3 [2.1- 3.0] 55 [75] 47.4 - 110.5 [3.1 - 7.0] 0 [0] 110.6 - 126.3 [7.1- 8.0] (55) [(75) ] 126.4 - 142.0 [8.1 - 9.0] (100) [(150) ] 142.1 - 157.8 [9.1- 10.0] (145) [(225) ] Over 157.8 [Over 10.0] Corrective Action Corrective Action * Typically, 2-lift construction Table 2360.7-C6C * Initial Profile Index for Smm 10.2 inchl blanking band mm per km [Inches per mile] per 0.1 km segment [per 4.1 mile se ment] Dollars per Segment (Metric) Dollars per Segment [En lish] 0 - 31.6 [0.0 - 2.0] 95 [150] 31.7 - 47.4 [2.1- 3.0] 65 [100] 47.5 - 79.0 [3.1- 5.0] 35 (50] 79.1 - 158.0 [5.1 -10.0] 0 [0] 158.1 - 189.6 [10.1- 12.0] (35) [ (50) ] 189.7 - 221.2 [12.1-14.0] (65) [ (100) ] 221.3 - 252.8 [14.1-16.0] (95) [ (150)] Over (252.8) [Over 16.0] Corrective Action Corrective Action * Typically, single lift construction 2360.8 METHOD OF MEASUREMENT A Asphalt Mixture Asphalt mixture of each type will be measured separately by mass, based on the total quantity of material hauled from the mixing plant, with no deductions being made for the asphalt materials. B Blank Page 55 of 56 LJ~ u ii 0 1 ~l Mn/DOT SD -15 February 2004 Page 11 SCHEDULE OF MATERIALS CONTROL Please contact the Mn/DOT District Independent Assurance Inspector when project starts to provide servicing of your project. III. BITUMINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (Cont'd) (All bituminous mixtures are from Certified Plants) B. BITUMINOUS PRODUCTION for Specification 2360 SAMPLE SIZE: 15 kg (35 lb.) for Aggregate for Gradation (QC/QA) I1 kg (25 1b.) for Marshall Mixture Properties (QCIQA) 1 full 6" by 12" cylinder mold for QA 25 kg (55 lb.) for Gyratory Mixture Properties (QCIQA) 2 fu116" by 12" cylinder molds for QA 50 kg (110 Ib.) for TSR (QCIQA) 40 kg {90 lb.) for Aggregate SpeciSc Gravity (QC/QA) 1 L (1 qt) for Asphalt Binder (QA) 2 L ('/~ gal) for Asphalt Emulsion (QA) 1. Plant Mix Aggregate Gradation Testing (QC/QA, Verification*) QC Testing 1 per 900 metric tons (1000 tons) at start of production 1 per 1,800 metric tons (2,000 tons) or portion thereof per mix blend as required by 2350.SC3a(6)(a)(b) or 2360.4E6a 1 per 900 metric tons (1000 tons) when operating under corrective action. Companion samples taken for agency. REMARKS: See Note #2 & Note #3 QA Testing Companions to QC samples set aside for 7 working days and tested as needed. 2. Aggregate Percent Crushing (QCIQA, Verification*) ' QC Tesfing Testing rates as required by 2360.4E7 CAA, 2360.4E8 FAA. Two tests per day (CAA, FAA) for first two days, If CAA results exceed the specification minimum by 8% of the requirement; sample daily, test minimum one per week. If FAA results exceed the specification minimum by 5% of the requirement; sample daily, test minimum one per week. REMARKS: See Note #3 ' QA Testing Companions to QC samples set aside for 7 working days and tested as needed. u ii e 3. Asphalt Binder Content, % (QC/QA) QC Testing 1 per 450 metric tons (500 tons) per mix 61end for first 1,800 metric tons (2,000 tons) of mixture produced Divide planned production by 1,000; round up to determine testing rate, (a) Meter Method (Virgin only) .......................................................................................~ Mn/DOT Bituminous Manual (b) Incinerator Oven ....................................................................................................... Mn/DOT Lab Manual Method 1853 (c) Extraction ......................................................................................................._...... Mn/DOT Lab Manual Method 1851 or 1852 (d) Spot Check (Virgin only) ........_ ................................................................................... Mn/DOT Bituminous Manual 5-693.848 REMARKS: The verification companion sample must use Method (b) or (c) only. When more than one Mn/DOT approved test procedure is available, the Contractor shall select one method at the beginning of the project (when material is submitted for Trial Mix Review) and use that method for the entire project. The Contractor and Engineer may agree to change test procedures during the construction of the Project. REMARKS: See Note #3 If a member of a monitoring team observes the Contractor test, note and sign under remarks. The Project Engineer is responsible for: 1.) Reviewing control charts for accuracy and completeness. 2.) Checking, sampling and testing procedures. 3.) Discussing QC problem with Contractor. 4.) Obtaining verification samples. QA Testing Companions to QC samples set aside for 7 working days and tested as needed. 1 Mn/DOT SD -15 February 2004 Page 12 SCHEDULE OF MATERIALS CONTROL Please contact the Mn/DOT District Independent Assurance Inspector when project starts to provide servicing of your project. III. BITUMINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (Part B, Conttd) (All bituminous mixtures are from Certified Plants) 4. Mixture Properties (QC/QA, Verification*) (Maximum Gravity, Marshall Bulk Gravity - 3 Specimen Average, Gyratory Bulk Gravity - 2 Specimen Average) QC Testing 1 per 450 metric tons (500 tons) per mix blend for first 1,800 metric tons (2,000 tons) of mixture produced. Divide planned production by 1,000; round up to determine testing rate. Verification Companion testing from Agency split sample is required to be performed and shall be used as a QC sample once per day. REMARKS: See Note #2 & Note #3 Calibration factors shall be established regarding reheated samples. QA Testing Companion samples to QC samples set aside for 7 working days and tested as needed. The agency representative shall observe QC testing as needed. *Verification Testing Verification Companion testing from Agency split sample is required to be performed and shall be used as a QC sample once per day. Verification testing to include the following Mixture Properties; Maximum Gravity, Marshall Bulk Gravity - 3 Specimen Average or Gyratory Bulk Gravity - 2 Specimen Average, air voids, VMA, °/ crushing, asphalt binder content, and gradation. The verification companion shall also be tested for CAA and FAA at a rate of 1 test per week if the CAA and FAA exceed the requirements by 8% and 5% respectively otherwise test daily. An Agency representative will take 1 verification sample per mixture blend per day for Mn/DOT laboratory testing. A verification companion sample will be given to contractor for QC testing. 5. Core Density and Thickness QC Testing Production/Iot testing rate requirements. Daily Production etric Ton English (ton) Lots 70* - 545 300* - 600 1 46 - 910 601 - l 000 2 11 - 1455 ] 001 - ] 600 3 1456 - 3275 1601 - 3600 4 276 - 4545 3601 - 5000 5 546 + (5001 +) 6 *When mix production is less that 270 metric tons (300 tons), establish 1" lot when accumulative tonnage exceeds 270 metric tons (300 tons). Core locations determined and marked by Agency. The Contractor shall schedule the approximate time of testing during normal project work hours so that the Agency may observe and record the saturated surface dry and immersed weight of the cores. REMARKS: Sawing of cores into separate lifts is required. Contractor is required to have a saw capable of separating the core lifts without damaging the material. QA Testing 1 companion core per lot. Core locations determined and marked by Agency. Agency representative observes all Contractor coring, sawing and testing, and takes possession of Mn/DOT cores after sawing. Agency cores shall be transported and tested at the Laboratory (Agency field or DistrictlDivision) as soon as possible to prevent damage due to improper handling or exposure to heat. A completed coring log shall be submitted to the Laboratory (Agency field or Districi/Division). **************t****************************************************:r***************:**:******************************************* 6. Aggregate Specific Gravity (QC/QA) QC Sampling 1 per 9,000 metric tons (10,000 tons}. Tested by Contractor, if requested by Project Engineer. 1 J QA Testing , Companion sample to QC sample shall be submitted to the District/Division Materials Lab and tested as needed. n ~I Mn/DOT SD -15 February 2004 Page 13 SCHEDULE OF MATERIALS CONTROL Please contact the Mn/DOT District Independent Assurance Inspector when project starts to provide servicing ofyour project. III. BITUMINOUS CONSTRUCTION ITEMS FOR SPECIFICATION 2360 (Note #1) (Part B, Cont`d} (All bituminous mixtures are from Certified Plants) 7. Tensile Strength Ratio (1'.S.R.) (QC/QA) ' QC Sampling 1 in the first 5,000 tons or by the second day of production, whichever comes first, then I per 20,000 metric tons (22,000 tons). If the Material s Engineer requires the samples to be tested, both the Contractor and the Department will be required to test these samples within 72 hours after they are sampled. I u ii I I W 0 QA Testing Comganion sample to QC sample shall be submitted to the District/Division Materia]s Lab and tested as needed. 8. Bituminous Materials including Asphalt Emulsion: ONLY BITUMINOUS MATERIALS FROM CERTIFIED SOURCES ARE ALLOWED. THE MOST CURRENT LIST OF CERTIFIED SOURCES CAN BE FOUND IN THE TECHNICAL MEMORANDUM ENTITLED INSPECTION SAMPLING AND ACCEPTANCE OFBITUMINOUSMATERIALS AT http:l/www.dotstate.mn.us/tecsup/tmemofindex.html QC Testing ONLY BITUMINOUS MATERIAL FROM CERTIFIED SOURCES ARE ALLOWED FOR USE. QC testing is the responsibility of the bituminous material supplier. Random sampling is arranged by the Chemical Laboratory. QA Testing: ONLY BITUMINOUS MATERIALS FROM CERTIFIED SOURCES ARE ALLOWED. THE MOST CURRENT LIST OF CERTIFIED SOURCES CAN BE FOUND IN THE TECHNICAL MEMORANDUM ENTITLED INSPECTION SAMPLINGAND ACCEPTANCE OF BITUMINOUS MATERIALS AT http://www.dotstate.mn.us/tecsup/tmemo/index.html Asphalt Binder: Sample first shipment of each grade of material at the start of a planNs production each year or after set-up of a portable plant. Thereafter, submit one sample per ],000 m' (250,000 gal) (approx. 1,000 ton) Asphalt Emulsion: Tack material only sample when material appears suspect. Other applications: Sample first shipment, then submit one sample per 200 m' ((50,000 gal.) (approx. 200 ton) REMARKS: State inspector observes contractor personnel taking sample. Sample asphalt emulsion in plastic container with wide screw tog and immediately send to Mn/DOT Chemical Lab. Pressure fit cans for cutback asphalt. Cutback Asphalt should only be used in cold temperature applications with the Engineer's approval. Contact Bituminous Office for cold temperature application guidelines. 9. Moisture Content in Mixture (QC only) QC Testing Sampling and testing shall be conducted by the Contractor on a daily basis unless exempted by the Engineer and tested according to the procedures in the Bituroinous Manual (5-693.950). Moisture content above 0.3% are not allowed. Note #I. Projects with bituminous tonnage less than or equal to 272 metric tons (300 tons) per day may be accepted on a small quantity basis at the discretion of the Engineer. Retain Form 2415 or Form 2403 in Project File. Note #2. A11 QA test samples shall be from split samples. If a member of the monitoring team observes the Contractor Test, note and sign under remarks. The Project Engineer is responsible for: 1.) Reviewing control charts for accuracy and completeness. 2.) Checking sampling and testing procedures. 3.) Discussing QC problems with the Contractor. 4.) Obtaining Verification Samples. 5.) When additional testing is necessary, collect QA samples which have been acquired and retained by the Contractor and/or additional verification samples. Note #3. For process control testing, acceptance will be based on Contractor's test results as verified by Mn/DOT test results. G Mn/DOT SD -15 February 2004 Page 14 , SCHEDULE OF MATERIALS CONTROL , Please contact the Mn/DOT District Independent Assurance Inspector when project starts to provide servicing of your project. IV. BITUMINOUS CONSTRUCTION ITEMS FOR PROJECTS CONSTRUCTED UNDER SPECIFICATION 2331 (See Note #1) , A. PRE-PRODUCTION SAMPLING AND TESTING for Specification 2331 Contractor Trial Mix Design 35 kg (7516.) for each aggregate type retained on 4.75mm (#4) sieve; for quality testing, and percent crushing. and Verificafion 2 kg (416.) for each aggregate type passing the 4.75 mm (#4) sieve; for quality testing. ' Spec. Rate of Form Sampling Rate for Sample Material Mia Field Testing No. Laboratory Testing *+t***~:t***:t**etx*t*,t«t*x~****x~x***~xtx***ter,t****~+*~*:trx**:t***:t*a*****xt**xt~x.~**+~*~***~~~x~~***xtxx+~~~~**.~~* Size *****xr:~xrx**t 1. Trial Mix for Bituminous 2331 None None The Contractor 135kg (300 lb.) of , Content Recommendations 3139 will submit a representative sample total blend with from each source a minimum 45kg (10016.) of each component , or- Contractor's Mix Design 15 kg (3516.) ' of mix Defined for Aggregate Preproduction (listed above) REMARKS: Contractor's mix design sample at optimum asphalt content plus 3 Marshall specimens with Trial Mix data for approval B. BITUMINOUS PRODUCTION for Specification 2331 1. Aggregate (Gradation) 2331 1 per 900 metric tonsTP 24449 1 per 9,000 metric tons (10,000 tons) ]0 kg A. Plant Mix Aggregate Type 31 (1,000 tonsl per mix blend If Field samples are tested (25 lb.) Type 41 No field tests required for in District Laboratory, separate Type 47 quantity less than 272 metric tons laboratory testing at 1 per , Type 61 (300 tons) per mix type when from 9,000 metric tons (10,000 tons) is not required. 3139 previously accepted source. Use form 2415 or 2403. REMARKS: No routine laboratory samples required for quantities less than 900 metric tons (1,000 tons) mix. , Quantities shown for laboratory samples refer to total tons of bituminous mixtures on project. All laboratory samples shall have field companions. If test results do not comply with Job Mix Formula gradation values, two samples shall be taken and tested on the succeeding day. , B. Mineral Filler 3145 None None 1 per shipment of 45 metric tons 1 kg (50 tons) or less (2 lb.) unless previously inspected. C. Seal Coat 3127 1 per 400 m' (500 CuYd) TP 2429 1 per 1,500 m' (2,000 CuYd) 10 kg , (2516.) REMARKS: First sample within first 800 m' (1,000 CuYd} production. No routine laboratory samples required for quantity less than 800 m' (1000 CuYd) **~a**~xtxx*xx*r*~**xa**t + ~ * t *:r*****~t*~#***~**:rx.*+*~xt*x***:tt*tt~x**x~*~:r****xttt~~*~~~***~~x***~~**~*x*~*t**rx*t~*,t+******xx,t*a+ ' 2. Aggregate (% Crushing) 2331 1 per 1,350 metric tons TP 7119-02 Type 41 (1,500 tonl per mix blend Type 42 with a minimum of 1 uer day Type d7 Type 48 ' 3139 REMARKS: None required when tonnage/course is less than 1,350 metric tons (1,500 tons). If test results do not comply with Specifications; 2 samples shall be taken and tested on the succeeding day. For Type 42, tests will be run on non-asphaltic aggregate only. ~' j ' MnlDOT SD -15 February 2004 Page i5 SCHEDULE OF MATERIALS CONTROL Please contact the Mn/DOT District Inde endent Assurance Ins ector when ro"ect starts to rovide P P P J P servicing of your project. ' IV. BITUMINOUS CONSTRUCTION ITEMS FOR PROJECTS C ONSTRUCTED UNDER SPECIFICATION 2331 (See Note #1) (Part B, Cont'd) Spec. Rate of Form Sampling Rate for Sample Material Mix Field Testing No. Laboratory Testing Size 3. Aggregate (Quality Tests) 2331 When span content is near upper TP 2429 1 sample of each non-asphaltic 35 kg (Note A.) 3139 limits, take additional field aggregate type or class per source (751b.) tests. per year. When aggregate qualities approach specification limits or when material variation is observed take 2 kg (Note B.) additional field tests. (4 Ib.) Note A: Sample of aggregate retained on 4.75mm (#4) sieve Note B. - Sample of aggregate passing the 4.75mm (#4) sieve ' 4. Bituminous Materials 2331 None None (Including Asphalt 2356 CERTIFIED SOURCE: Asphalt Cement 1 L Onl y (1 quart) Emulsion 2357 Samp]e first shipment of each type 2358 of material, then submit one sample 3151 per 1,000 m' (250,000 gal) (approx. 1,000 ton) ' CERTIFIED SOURCE: Asphalt Emulsion 2 L Only ('/: gal) TACK MATERIALS: Sample only when material appears suspect. Other applications: Sample first shipment, then submit one sample per 200 m' (50,000 gal) (Approx. 200 ton) REMARKS: ONLY BITUMINOUS MATERIALS FROM CERTIFIED SOURCES ARE ALLOWED THE MOST CURRENT LIST OF CERTIFIED SOURCES CAN BE FOUND IN THE TECHNICAL MEMORANDUM ENTITLED INSPECTION SAMPLING AND ACCEPTANCE OF BITUMINOUS MATERL9LS AT htta://www.dot.state.mn.us/tecsun/tmemofindex html State inspector observes contractor personnel taking sample. Sample asphalt emulsion in plastic container with wide screw top and immediately send to Mn/DOT Chemical Lab. Pressure Tit cans for cutback asphalt. Cutback Asphalt should only be used in cold temperature applications with the Engineers approval. Contact Bituminous Office for cold temperature application guidelines. ~~****t**~*x**•tt**~:t**~x**x*******~*~~,t***a****x**:t**t*x~:*r~**+***xx~*~**~:t*:r~*~x«x**t*~~~.z~xx~~*~x***,t*~+,r:tx*******~~tx~*a*t S. Bituminous mixtures (Plant Mixed) A. Asphalt Binder Content 2331 As often as required to control TP 24448-01 None by Spot Check method 1 per day minimum B. Density 2331 Marshall Density: Daily, Minimum TP 24447-02 None (Specified Density) 1 per 900 metric tons (1,000 tons) per course. Core Density: Daily, Minimum 1 per 900 metric tons (1,000 tons) per course REMARKS: Samples shall be taken from each day's production at the direction of the Engineer, prior to placement of the next course thereon and not later than the next working day following the date of placement. C. Density 2331 (1) Each Control Strip: TP 24342 None (Control Strip) 10 Random Tests. (2) Each Lot for Quality Control TP 2444b-01 5 Random Tests. D. Extraction and Type 32 None 2 ger mixture blend on first Gradation Type 42 day of production. Recycled Type 48 Mixtures Only and Under Spec 2337 all mixes 1 per mixture blend per day measured thereafter. by square yard inch REMARKS: Sample shat] be taken from mixture property tests}. If test results do not comply with Job Mix Formula gradation values, a minimum of Z samples each succeeding day until test results comply with Job Mix Formula gradation values.