Soilworks products are the industry’s top standard due to our insistence on creating high performance soil stabilization and dust control products that stand up to rigorous testing – both in the lab and in the field. Our commitment to quality and performance has led to our involvement and testing in hundreds of real-world situations. The following library of reports, presentations, specifications, approvals and other similar documents provide you, our customer, the transparency and dependable assurance that is expected from Soilworks.
PIMA COUNTY TRANSPORTATION SPECIAL PROVISIONS FOR 2015
PAG
STANDARD SPECIFICATIONS
PIMA COUNTY TRANSPORTATION SPECIAL PROVISIONS FOR 2015
PAG
STANDARD SPECIFICATIONS
* USE FOR THE PRESERVATION OF EXISTING VEGETATION TO REMAIN IN PLACE OR TO PROTECT ENVIRONMENTALLY SENSITIVE AREAS *
** USED IN CONJUNCTION WITH THE STORED SPEC FOR 201NOX_PLANT_REM AND THE PROJECT DEMOLITION PLANS **
(201PRESER_FENCING, 5/27/15)
ITEM 2010004 – PRESERVATION FENCING
The work under this item consists of furnishing, installing, maintaining and removal of Preservation Fencing with warning signs in order to protect environmentally sensitive areas and/or the preservation of existing plants to remain in place, as shown in the Demolition Plans.
Fencing will consist of high visibility orange, heavy duty High Density Polyethylene (HDPE) that is UV resistant. The fencing shall be four feet (4’) tall. Fence posts will be either wood or metal and shall be suitable for the work intended and a minimum of six feet (6’) long.
Warning signs shall be made of durable, weatherproof material. Lettering shall be 1” high, minimum and clearly legible. The text on the signs shall be as follows:
PRESERVATION AREA |
DO NOT ENTER |
All vegetation identified on the project plans as being preserved-in-place shall be protected from damage or destruction caused by the Contractor’s operations by protective fencing. The locations of vegetation so identified on the project plans are approximate. Actual locations will be determined during the project walk-through specified in Subsection 201-3.01.
The Contractor shall flag all plants designated to be preserved-in-place and/or to be transplanted- on-site during the inspection. Designated plants may lie within and as well as be adjacent to the project limits. These areas shall also be preserved with protective fencing, as described herein. Flagging may be used to designate preserve in place areas prior to the installation of the protective fencing.
The Contractor shall provide and install all required fencing materials. Fencing shall be installed at the drip line of each tree or group of trees, and shall remain in place for the duration of construction operations. Fencing that is damaged or destroyed shall be repaired or replaced by the Contractor within 2 working days.
Warning signs shall be attached securely to fence fabric in the upper half of the fence, and placed at 50-foot maximum intervals.
Preservation fencing shall be measured by the linear foot of fence in place.
Payment for preservation fencing, measured as provided above will be made at the contract unit price and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals required to furnish, install, maintain and remove the preservation fencing and warning signs.
* USE ONLYAT THE DIRECTION OF THE ENGINEER, WHEN PIMA COUNTY REAL PROPERTY HAS SENT WRITTEN NOTIFICATION TO ALL AFFECTED PROPERTY OWNERS, STATING THE TIME BY WHICH R/W ENCROACHMENTS MUST BE REMOVED, OR THE DEPARTMENT’S CONTRACTOR WOULD THEN BE REMOVING ALL REMAINING ENCROACHMENTS DURING CONSTRUCTION OF THE PROJECT. *
** FORCE ACCOUNT VERSION –DO NOT USE.SEE ALLOWANCE VERSION, ITEM 200012 RE-
MOVAL OF ENCHROACHMENTS ALLOWANCE **
(202REMOVE_ENCHROACHMENTS, 4/15/11) ITEM 2020004 – REMOVAL OF ENCROACHMENTS
Work under this section shall consist of removing and disposing of right-of-way encroachments located within the Pima County Right-of-Way. This includes, but is not limited to signs, monuments, flag poles, fencing, walls, lighting, and irrigation systems in the areas shown on the demolition plans. Prior to removal, the Contractor shall notify each respective private property owner a minimum of 72 hours in advance to provide for them a final opportunity to remove and salvage these features themselves.
The Contractor shall dispose of all removed material and features in accordance with Section
202. Relocation and/or re-establishment of any irrigation and lighting systems are the responsibility of the property owner and are not considered part of this contract.
Removal of Encroachments will be measured on a Force Account basis as specified in the provisions of Subsection 109-5.
Removal of Encroachments will be paid for on a Force Account basis in accordance with the provisions of Subsection 109-5.
* USE ONLYAT THE DIRECTION OF THE ENGINEER, WHEN PIMA COUNTY REAL PROPERTY HAS SENT WRITTEN NOTIFICATION TO ALL AFFECTED PROPERTY OWNERS, STATING THE TIME BY WHICH R/W ENCROACHMENTS MUST BE REMOVED, OR THE DEPARTMENT’S CONTRACTOR WOULD THEN BE REMOVING ALL REMAINING ENCROACHMENTS DURING CONSTRUCTION OF THE PROJECT. *
(202REM_ENCHROACH_ALLOWANCE, 9/13/12) ITEM 2020012 – REMOVAL OF ENCROACHMENTS ALLOWANCE
Work under this section shall consist of removing and disposing of right-of-way encroachments located within the Pima County Right-of-Way. This includes, but is not limited to signs, monuments, flag poles, fencing, walls, lighting, and irrigation systems in the areas shown on the demolition plans. Prior to removal, the Contractor shall notify each respective private property owner a minimum of 72 hours in advance in order to provide for them a final opportunity to remove and salvage these features themselves.
The Contractor shall dispose of all removed material and features in accordance with Section
202. Relocation and/or re-establishment of any irrigation and lighting systems are the responsibility of the property owner and are not considered part of this contract.
Removal of Encroachments will be measured on an extra work basis, in conformance with the provisions of Subsection 109-5.
Payment for removal of encroachments will be made in accordance with the provisions of Subsection 109-5.
(202RELOC_MAILBOX, 11/20/14)
ITEM 2020061 – RELOCATE MAILBOX
The work under this item shall consist of removing, temporarily relocating and reinstalling new mail boxes in accordance with Standard Detail No. 102, the project plans and these Special Provisions.
Materials for new mailboxes, posts and foundations shall be as specified in Standard Detail No. 102.
During construction, mail boxes may need to be temporarily placed in five gallon buckets filled with aggregate base material (as required due to contractor’s schedule) in a location that mail carriers will have access to. Buckets shall only be used where the outside lane is barricaded from traffic use. Buckets shall have addresses identified on the side with paint for easy identification. For the permanent installation, the contractor shall video tape the location of the existing mail box prior to the start of construction to re-establish the layout sequence of the grouping.
New mailboxes shall be installed at the completion of work as indicated in Standard Detail No.
102. If the Engineer determines that the existing mailbox is serviceable, it may be remounted with new hardware on a new post and foundation; otherwise the Contractor shall provide and install a new, similarly sized mailbox on a new post and foundation. The Contractor shall coordinate the permanent location of the mail boxes with the local post office.
Relocate Mailbox will be measured and paid for as a unit each, complete in place. This item shall include videoing the existing location of the mail boxes, removal of the existing mailbox, the temporary relocation(s) of the existing mailbox including bucket and aggregate base material, new mailbox, mounting hardware, post, foundation, and all labor materials and incidentals required to complete the work.
Relocate Mailbox, measured as provided above, will be paid for at the contract unit price each.
(202RELOC_MAILBOX_CBU, 9/3/13)
ITEM 2020062 – RELOCATE MAILBOX, CBU DESCRIPTION
The work under this item shall consist of removing, temporarily relocating and reinstalling new collection box unit (CBU) mail boxes on new posts and foundations in accordance with Standard Detail No. 102, the project plans and these Special Provisions.
MATERIALS
Materials for new CBU mailboxes, posts and foundations shall be as specified in U.S Postal Service Standard Details.
CONSTRUCTION REQUIREMENTS
During construction, CBU mail boxes may need to be temporarily relocated to a location that mail carriers will have access to. The temporary location will require that a concrete slab be built for the CBU to be bolted to.
The contractor shall contact the Station Manager of the U.S. post office serving the project area to determine if the existing CBU can be relocated. If the Station Manager determines that the existing CBU is serviceable, it shall be remounted with new hardware on a new post and foundation; otherwise the Station Manager will provide a new CBU that the contractor shall install on a new post and foundation.
METHOD OF MEASUREMENT
Relocate Mailbox, CBU will be measured as a unit for each CBU that is relocated.
BASIS OF PAYMENT
Relocate Mailbox, CBU, measured as provided above, will be paid for at the contract unit price each. This price shall include videoing the existing location of the CBU’s; removal of the existing CBU; temporary relocation(s) of the existing CBU, including mounting hardware, post and foundation; final relocation(s) of the CBU including mounting hardware, post and foundation; and all labor, materials and incidentals required to complete the work.
(202REMOVE_MB, INST_CBU, 11/20/14) ITEM 2020063 – REMOVE MAILBOXES, INSTALL NEW CBU
1. DESCRIPTION
The work under this item shall consist of removing existing mail boxes, temporarily relocating existing mail boxes, and installing new collection box unit (CBU) mail boxes on new posts and foundations in accordance with Standard Detail No. 102, the project plans and these Special Provisions.
MATERIALS
Materials for new CBU mailboxes, posts and foundations shall be as specified in U.S Postal Service Standard Details.
During construction, existing mail boxes may need to be temporarily placed in five gallon buckets filled with aggregate base material (as required due to contractor’s schedule) in a location that mail carriers will have access to. Buckets shall only be used where the outside lane is barricaded from traffic use. Buckets shall have addresses identified on the side with paint for easy identification.
New collection box unit (CBU) mail boxes shall be installed at the completion of work as indicated in Standard Detail No. 102. The contractor shall contact the Station Manager of the U.S. post office serving the project area, and the Station Manager will provide a new CBU that the contractor shall install on a new post and foundation, as shown on the project plans. The contractor shall coordinate the permanent location of the mail boxes with the local post office.
Remove Mailboxes, Install New CBU will be measured and paid for as a unit, complete in place. This item shall include videoing the existing location of the mail boxes, removal of the existing mailboxes, the temporary relocation(s) of the existing mailboxes including bucket and aggregate base material, and installing a new collection box unit (CBU) mailbox, mounting hardware, post, foundation, and all labor materials and incidentals required to complete the work.
Remove Mailboxes, Install New CBU, measured as provided above, will be paid for at the contract unit price each. This price shall include videoing the existing location of the existing mailboxes; removal of the existing mailboxes; temporary relocation(s) of the existing mailboxes, including mounting hardware, post and foundation; final location(s) of the new CBU including mounting hardware, post and foundation; and all labor, materials and incidentals required to complete the work.
* USE FOR OVEREXCAVATION TO REMOVE UNSUITABLE MATERIAL, AS OUT-LINED IN THE PROJECT GEOTECHNICAL REPORT *
(203OVEREXC_UNSUITABLE, 2/13/14) ITEM 2030500 – EXCAVATION (OVEREXCAVATION AND REMOVAL)
The work under this item consist of performing all operations necessary to perform the overexcavation required to remove the unsuitable material at the locations shown on the project plans and in accordance with requirements of these specifications.
The unsuitable removal construction requirements shall be in accordance with the plans, these Special Provisions, Section 203 of the Standard Specifications, and as directed by the Engineer.
The method of measurement for unsuitable material removal will be by the cubic yard in the original space occupied. The volume of material removed will be computed according to the provisions of Section 109.
The accepted quantities of unsuitable material removal, measured as provided above, will be paid for at the contract unit price per cubic yard. The price shall include full compensation for the work complete, including hauling, stockpiling, and placement within allowable embankment areas on the project. The allowable embankment areas are defined as those areas that are not within the original space occupied and not within 3’ of the finished subgrade.
* USE FOR OVEREXCAVATION AND RECOMPACTION AS OUTLINED IN THE PROJECT GEOTECHNICAL REPORT *
(203OVEREXC_RECOMP, 1/4/12) ITEM 2030502 – EXCAVATION (OVEREXCAVATION AND RECOMPACTION)
The work under this item consists of furnishing all labor, equipment and materials required to over excavate and recompact existing material in the areas and to the limits shown on the project plans.
Soil within the areas shown as overexcavation and recompaction shall be removed to the lines and grades shown on the plans, processed and restored to the areas it was removed from and recompacted, in accordance with the project plans and the recommendations shown in the project Geotechnical Report. Recompaction of the soil within the limits of the over excavation zone shall be performed to achieve at least 95% of the dry density as determined in accordance with Arizona Test Method 225 (Standard Proctor). The recompaction shall also comply with Sections 203 and 205 of the Standard Specifications.
Excavation (overexcavation and recompaction) shall be measured by the cubic yard based on the original space occupied.
The accepted quantity of excavation (overexcavation and recompaction), measured as provided above, will be paid for at the contract unit price per cubic yard and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, complete in place.
* USE FOR OVEREXCAVATION TO REMOVE AND REPLACE UNSUITABLE MATERIAL UNDER STRUCTURES OR AS OUTLINED IN THE PROJECT GEOTECHNICAL REPORT. REPLACEMENT MATERIALS MUST BE SHOWN ON THE PROJECT PLANS. *
(203OVEREXC_REPLACE, 6/9/14) ITEM 2030503 – EXCAVATION (OVEREXCAVATION AND REPLACEMENT)
The work under this item consist of performing all operations necessary to perform the overexcavation, removal and replacement of material at the locations shown on the project plans and in accordance with the requirements of these specifications.
Replacement materials shall be as shown on the project plans.
When Overexcavation and Replacement is shown on the plans, such soil shall be removed for a width of at least the horizontal dimension and to the depth specified on the project plans or as directed by the Engineer. The resulting excavation shall be backfilled with backfill material, as specified in the plans, and placement shall be in accordance with the requirements of Subsection 203-5.03 (B), placed in layers not exceeding 8 inches in depth, and compacted to at least 95 percent of the maximum density, as determined by the requirements of the applicable test methods of the ADOT Materials Testing Manual and as directed and approved by the Engineer.
The method of measurement for Overexcavation and Replacement will be by the cubic yard of excavation.
The accepted quantities of Overexcavation and Replacement, measured as provided above, shall be full compensation for the work complete in place, including excavation, hauling, furnishing, placing, and compacting. Disposal of the material shall be considered as included in the contract price paid for by Overexcavation and Replacement.
* USE WITH ITEM 2030907 – BORROW (DISCRETIONARY) FOR ROADWAY, SHOULDER AND PATH GRADING ON SMALL PROJECTS *
(203BORROW_DISCRETIONARY, 12-21-15) ITEM 2030907 – BORROW (DISCRETIONARY)
The work under this item shall include furnishing and placing suitable material obtained from sites outside the project limits and right-of-way for use in embankments, shoulders, berms, dikes, pathways, and other similar purposes.
Borrow material shall be of a quality suitable for the purpose intended, free of vegetation or other unsuitable material. Borrow material placed within three feet (3’) of finished subgrade elevation shall be smaller than three inches (3”) in greatest dimension and shall have a maximum plasticity index of seven (7) and a maximum percent passing the No. 200 sieve of twenty (20).
The contractor shall promptly advise the Engineer as to the source of borrow that he proposes to use and shall furnish equipment and personnel and shall obtain representative samples of the material under the supervision of the Engineer. At the option of the contractor, the material shall be tested by either the Agency or by an independent approved laboratory.
If testing is performed by a testing laboratory, the contractor shall arrange for the samples to be delivered to the testing laboratory. Tests shall be performed using appropriate test procedures referred to in sections of the specifications in which the specific material requirements are described.
The contractor shall make the arrangements necessary to see that the testing laboratory submits the results of the tests to the Engineer. He shall also submit to the Engineer sufficient material from the samples taken so that the test results may be verified, if necessary.
The cost of all sampling and testing, including the cost of supervision by the Engineer, shall be borne by the contractor until the testing has been satisfactorily completed.
Every effort will be made by the Agency to advise the contractor as quickly as possible that the source he proposes to use has been either approved or disapproved. The contract time will not be adjusted because of any time required by either the contractor or the Agency to sample and test the material and to determine the quality of the material.
The use of a borrow source will require written approval by the Engineer. No approval shall be assumed, nor will it be made, until the Agency has determined that the material not only meets the specified requirements, but is also compatible with the established project design criteria developed by it.
Discretionary borrow material shall be placed in conformance with the requirements of Subsection 203-9.
Borrow (Discretionary) shall be measured in tons or cubic yards by a method that is approved by the Engineer. The quantity included in the bidding schedule is discretionary and the Engineer will determine the quantity for payment based on the actual quantity used on the project.
Discretionary borrow measurement is made in addition to any of the following Items of work if it exists in the bidding schedule: Item 2050001 Grading Roadway for Pavement; Item 2050003 Roadway Grading; and/or Item 2050010 Pathway Grading.
The accepted quantity of Borrow (Discretionary), measured as provided above, will be paid for at the contract unit price, complete in place including all materials, labor and equipment.
Price adjustment for variation in bid quantity per Subsections 109-3 and 109-4, and Section 203 of the Standard Specifications and Special Provisions does not apply to this bid item.
* USE FOR PATHWAY AND SHOULDER GRADING ON SMALL PROJECTS. THIS ITEM SPEC MAY REQUIRE EDITING TO BE APPROPRIATE FOR YOUR PROJECT. REMOVE THE STORED SPEC HEADING WHEN EDITING IS REQUIRED *
205PATHWAY_GRADING, 5/7/14
ITEM 2050010 – PATHWAY GRADING
The work under this Item shall consist of removing pavement, excavating, removal and disposal of excess material, furnishing and placing embankment material including borrow, and all grading, shaping and compacting of materials necessary to construct the subgrade to the lines and grades shown in the project plans and in conformance with the requirements of these specifications.
3.01 General.All existing pavement shall be removed as designated on the project plans and in conformance with the requirements of Section 202.
Where new bituminous pavement is to match existing bituminous surfaces, the existing bituminous surfaces shall be saw cut to a straight line, perpendicular to the centerline with vertical edges free from irregularities.
If, at the time of removing any portion of the existing roadway, materials from which the new subgrade is to be constructed contain an excess of moisture such that the required compaction cannot be obtained with reasonable and customary aeration and manipulation, the Engineer will determine the cause of such condition and will determine whether the material shall be further aerated or removed and replaced.
If the cause of such condition is determined to have been unforeseeable and beyond the control of and without fault or negligence of the contractor, such further work shall be done as directed and will be paid for as extra work in conformance with the requirements of Subsection 104-
2. Excess moisture caused by irrigation water, storm drainage, weather, breakage of mains, or other similar cause will be considered as within the responsibility of the contractor.
3.02 Excavation.Excavation shall conform with the requirements of Subsection 203-3.
3.03 Embankment. The placing and compaction of embankment shall conform with the requirements of Subsection 203-9.
3.04 Compacting and Finishing.The top 8 inches of the subgrade shall be compacted to a density not less than 95 percent of the maximum density as determined in conformance with the requirements of the applicable test methods of the Arizona Department of Transportation Materials Testing Manual, as directed and approved by the Engineer, except that when asphaltic concrete is to be placed directly on subgrade, the required density shall be 100 percent.
The compacted surface shall remain firm and stable as demonstrated by the lack of observable signs of deformation from wheel loading, prior to and after placement of any cover material.
The surface of the subgrade shall be finished to a reasonably smooth and uniform surface and in reasonably close conformity to the lines, grades, dimensions and cross section shown on the project plans or established by the Engineer. The finished surface of the subgrade shall not vary by more than 0.04 foot above or below the grade established by the Engineer, except when asphaltic concrete pavement or Portland cement concrete pavement are to be placed directly on the subgrade, the finished surface of the subgrade shall not vary by more than 0.02 foot above or 0.04 foot below the established grade.
Measurement of pathway grading will be made by the square yard of the area prepared and subsequently covered with pathway pavement, pathway sidewalk or other pathway materials as shown on the project plans. No direct measurement will be made for grading, shaping or placing shoulder material outside the pathway area, such work being considered incidental, and the cost will be considered as included in the cost of this contract item. No direct measurement will be made for grading shoulder material under ramps, landings or detectable warning strips.
The accepted quantity of pathway grading, measured as provided above, will be paid for at the contract unit price per square yard, complete in place, including borrow or disposal of excess material, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary for the work in conformance with the requirements of this item, Section 205 and the project plans, or as may be directed by the Engineer.
* USE FOR PROJECTS UTILIZING PORTLAND CEMENT CONCRETE PAVEMENT AND FOR PCC DRIVEWAY PULLOUTS *
(401CONC_PVMT, 11/30/11) ITEM NO. 4010001 – PORTLAND CEMENT CONCRETE PAVEMENT
The work under this item consists of furnishing all equipment, labor and materials required to construct a pavement surface using Portland cement concrete for the driveway pullouts, at the locations shown on the plans and in accordance with the details shown on the plans and the requirements of these specifications.
Portland cement concrete shall conform to the requirements of Section 1006 of the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, 2008 Edition. Concrete shall be Class P.
Materials for expansion joint filler and joint seal shall conform to the requirements of Section 1011 of the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, 2008 Edition.
Liquid membrane curing compound shall conform to the requirements of Subsection 1006-2.05 of the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, 2008 Edition.
The Portland Cement Concrete Pavement shall be constructed in conformance with the requirements of Section 401-3 of the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, 2008 Edition.
Portland Cement Concrete Pavement will be measured by the square yard, calculated from the dimensions shown on the plans and adjusted by the amount of any change ordered by the Engineer. No allowance will be made for pavement placed in excess of the specified dimensions.
The accepted quantities of Portland Cement Concrete Pavement, measured as provided above, will be paid for at the contract unit price per square yard, which price shall be full compensation for the work, complete in place, including excavating, backfilling, and fine grading. No separate payment will be made for joints, the cost being considered as included in the contract item for Portland cement driveway concrete pavement.
* USE FOR PROJECTS UTILIZING PORTLAND CEMENT CONCRETE PAVEMENT AND ADOT STD. DWG. C-5.05 FOR BUS BAY PULLOUTS. CONCRETE BUS SHELTER AND LANDING PAD PAVING WILL BE MEASURED SEPARATELY UNDER ITEM NO. 9080602 – CONCRETE BUS SHELTER PAD *
** CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY **
(401CONC_BUS_BAY, 11/2/12) ITEM NO. 4010005 – CONCRETE BUS BAY PAVEMENT
The work under this item consists of furnishing all equipment, labor and materials required to construct a pavement surface using Portland cement concrete for the bus bay pullouts, at the locations shown on the plans and in accordance with the details shown on the plans and the requirements of these specifications.
Portland cement concrete shall conform to the requirements of Section 1006 of the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, 2008 Edition. Concrete shall be Class P.
Materials for expansion joint filler and joint seal shall conform to the requirements of Section 1011 of the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, 2008 Edition.
Liquid membrane curing compound shall conform to the requirements of Subsection 1006-2.05 of the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, 2008 Edition.
The Portland cement bus bay concrete pavement shall be constructed in conformance with the requirements of Section 401-3 of the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, 2008 Edition.
The 6-inch depth concrete bus shelter and landing pad paving shall be poured separately from the concrete bus bay pavement and 4-inch depth sidewalk paving.
Portland cement bus bay concrete pavement will be measured by the square yard, calculated from the dimensions shown on the plans and adjusted by the amount of any change ordered by the Engineer. No allowance will be made for pavement placed in excess of the specified dimensions.
The 6-inch concrete bus shelter and landing pad paving will be measured separately by the square foot, under Item No. 9080602 – Concrete Bus Shelter Pad.
The accepted quantities of Portland cement bus bay concrete pavement, measured as provided above, will be paid for at the contract unit price per square yard, which price shall be full compensation for the work, complete in place, including excavating, backfilling, and fine grading. No separate payment will be made for joints, the cost being considered as included in the contract item for Portland cement bus bay concrete pavement.
The accepted quantities of concrete bus shelter and landing pad paving, measured as provided above, will be paid for at the contract unit price per square foot, which price shall be full compensation for the work, complete in place, including excavating, backfilling, and fine grading, under Item No. 9080602 – Concrete Bus Shelter Pad.
* USE PRIMARILY FOR PAVEMENT PRESERVATION AND STRIPING OBLITERATION, AT THE DIRECTION OF THE OPERATIONS DIVISION, WITH PRODUCTS SIMILAR TO TRMSS (TIRE RUBBER MODIFIED SURFACE SEAL), AS MANUFACTURED BY SEALMASTER® *
(404RUBBER_FOG_SEAL, 4/17/15)
ITEM 4040130 – RUBBER MODIFIED FOG SEAL
The work under this item shall consist of furnishing all materials, personnel and equipment to clean the existing pavement surface and apply a rubber modified fog seal coat for pavement preservation and striping obliteration, as shown on the project plans or as directed by the Engineer. Existing utility manholes and valves, survey monuments and raised pavement markers (RPM’s) shall be protected against the application of bituminous materials, as directed by the Engineer.
Rubber modified fog seal coat shall meet the requirements of Table 1 herein and Sections 404 and 1005.
TABLE 1 – RUBBER MODIFIED FOG SEAL |
|||
PROPERTY |
TEST METHOD |
REQUIREMENT |
|
Viscosity, Kreb Units (KU) |
ASTM D 562 |
45 – 70 |
|
Weight (Lbs.) / Gallon |
ASTM D 2939.07 |
8 – 9 |
|
Residue by Evaporation, % |
ASTM D 2939.08 |
30 – 40 |
|
Sieve Analysis |
ASTM 244 |
0.10 maximum |
|
PERFORMANCE CRITERIA TESTING (Note 1) |
|||
Wet Track Abrasion, % (Note 2) |
ISSA (TB-100) |
< 1.0 |
|
Accelerated Weathering Test (Note 3) |
ASTM G 154 |
Pass |
|
Fuel Resistance |
ASTM D 2939.25 |
Pass |
|
Water Resistance |
ASTM D 2939.15 |
Pass |
|
ASPHALT CEMENT CERTIFICATE OF COMPLIANCE (Note 4) |
TEST METHOD |
REQUIREMENT |
|
Ground Whole Tire Crumb Rubber, % |
Certificate of Compliance |
10 – 16 |
|
Penetration 77ºF, 100g, 5 sec, dmm |
ASTM D 5 |
15 – 35 |
|
Softening Point, ºF minimum |
ASTM D 36 |
130 – 160 |
|
Solubility, % (3 set average) |
ASTM D 2042 |
98 – 99 |
|
Note 1 |
Rubber modified fog seal diluted, ready-to-use. |
||
Note 2 |
Calculated weight loss, percentage of original volume, 1 hour soak. |
||
Note 3 |
1,000 hours. UVA-340 lamp, 0.77 W/m^2(V1.0 calibration), 8 hours UV light @ 50°C, 5 min. spray, 3.55 hours condensation @ 50°C. |
||
Note 4 |
Crumb rubber modified asphalt cement, in conformance with Section 1005. |
||
3.01 Weather Limitations. Rubber modified fog seal coat shall not be applied when the surface is wet or when there is a threat of rain. The ambient air temperature shall be at least 60°F and rising and the application shall cease when the air temperature is 65°F and falling.
3.02 Surface Preparation. Pavement surfaces to be coated shall be sound, surface cured and clean in order for the emulsion to perform properly.
Cleaned surface: The contractor shall clean the pavement to be free from clay, salt, sand, grease, dirt, and other foreign matter. It is imperative that the pavement be thoroughly cleaned. Cleaning shall be accomplished by means of power blowers, stiff bristle brooms, vacuum unit, or by pressure washing. Only pickup type sweepers will be allowed. No sidekick brooms shall be used.
Deleterious matter: Accumulation of grease or oil shall be removed by scraping, burning or scrubbing with detergent (detergent shall be thoroughly rinsed from surface). Any areas where pavement is physically sound, yet oil has still soaked in, shall be coated with an approved oil spot primer to promote better adhesion and to prevent bleed through.
The contractor shall obtain written acceptance of the surface preparation from the Engineer prior to placement of any rubber modified fog seal coat. Failure to obtain acceptance from the Engineer may result in rejection of the area affected, reduction in payment and/or non-payment for the area.
3.03 Material Application. The contractor shall use the material as supplied by the manufacturer. No dilution of this material as called for in Section 404-3.16 shall be permitted.
Application rate: The contractor shall apply sealer in one uniform coat utilizing a computer rate controlled asphalt spreader. Hand spray wands and squeegees or rollers may be used for small areas and trim. The application rate shall be 0.12 to 0.18 gallons per square yard or as directed by the Engineer. Prior to the commencement of the job, test sections shall determine the actual coverage rate. The Engineer will approve the application rate on individual sections.
Outside temperature: The contractor shall not apply the sealer until the ambient temperature is 60°F and rising with no threat of rain for an 8-hour period.
Drying time: Drying time for the sealer shall normally be 2 – 4 hours before opening to traffic. Actual weather conditions will determine drying time, and in any case, opening to traffic shall be prevented until the surface is no longer tacky.
3.04 Protection to Adjacent Property. The contractor shall take care to prevent the spraying of the rubber modified fog seal coat on adjacent pavement and curbs, drainage structures, manhole and value covers, survey monuments and raised pavement markers (RPM’s), trees, shrubs and adjacent property, improvements and facilities of all kinds, and shall remove any rubber modified fog seal coat overspray. The contractor shall cover or protect the items mentioned above, and shall remove the protection or cover before opening the roadway to traffic.
3.05 Protection of Treated Surface. Access to the treated surface shall be protected by barricades and/or signs until the rubber modified fog seal coat is completely dry and will not be picked up by pedestrian, bicycle or vehicular traffic.
Rubber modified fog seal coat will be measured by the ton.
The accepted quantities of Rubber Modified Fog Seal Coat, measured as provided above, will be paid for at the contract unit price, complete in place. Adjustments will be made in accordance with Section 404-5 for fluctuations in the cost of bituminous material at the date of bid opening and the date that the material is used on the project.
No measurement or direct payment will be made for cleaning or treating the pavement surface prior to the application of rubber modified fog seal coat or for the covering of utility manholes and valves, survey monuments or raised pavement markers (RPM’s).
(404CRACK_SEAL_BITUM, 9/2/14) ITEM 4040300 – CRACK SEALING (ASPHALTIC CONCRETE PAVEMENT)
The work under this item shall consist of furnishing all materials, personnel and equipment to rout and clean cracks in existing bituminous pavement and seal the cracks with asphalt-rubber sealant in accordance with the details shown on the project plans and the requirements of these Specifications.
2.01 General
Crack sealant shall be one of the following:
(A) A mixture of asphalt and 100-percent vulcanized granulated rubber.
(B) Premixed block material consisting of asphalt and 100-percent vulcanized granulated rubber.
2.02 Asphalt Cement
The asphalt cement shall be PG 58-22 conforming to the requirements of Section 1005.
2.03 Rubber
Rubber shall meet the following gradation requirements when tested in accordance with Arizona Test Method 714.
Sieve Size |
Percent Passing |
No. 8 |
100 |
No. 10 |
95 – 100 |
No. 30 |
0 – 10 |
The rubber shall have a specific gravity of 1.15 ± 0.02 and shall be free of fabric, wire or other contaminating materials. Calcium carbonate, up to four percent by weight of the granulated rubber, may be added to prevent the particles from sticking together.
2.04 Material Mixing Requirements:
The methods used to combine the materials and the design of the equipment shall be such that the Engineer can readily determine the percentages by weight of the materials being incorporated into the mixture.
The mixture shall consist, by weight, of 75 ± two percent asphalt and 25 ± two percent rubber.
The materials shall be combined as rapidly as possible, for such a time, and at such a temperature that the consistency of the mixture approaches that of a semi-fluid material. Since the time required to achieve this state is a function of the temperature of the asphalt, the time may vary and shall conform to that recommended by the manufacturer.
2.05 Certification Requirements:
Certificate of Compliance conforming to the requirements of Subsection 106-5 shall be submitted. Asphalt-rubber that is manufactured as a continuous process shall be certified by the lot. A lot shall be one day’s production.
The equipment used in the application of asphalt-rubber material shall have a mixing system in the heating unit in order to maintain a consistent, uniform, homogeneous mixture throughout the crack sealing operation. The equipment shall be designed to provide a continuous supply so that operations may proceed without delays.
Asphalt-rubber mixture shall not be placed during wet weather or under other conditions which may adversely affect the operations. The sealant shall not be placed in cracks which are wet. If weather conditions are such as to adversely affect the operations, the Engineer will determine whether or not the operations should cease. The Engineer will be the sole judge.
Cracks which have an average clear opening of less than ¼ inch shall not be sealed. Cracks which have an average clear opening of ¼ to ½ inch shall be routed to a minimum ½ inch opening. Cracks which are ½ inch or larger shall be cleaned and sealed. The Engineer shall be the sole judge in determining which cracks shall be sealed.
Immediately prior to sealant application, the cracks shall be thoroughly cleaned with high velocity compressed air or by other methods approved by the Engineer. Cracks shall be cleaned to a depth equal to at least two times the clear opening of the crack.
Asphalt-rubber sealant shall be applied in accordance with the manufacturer’s recommendations, and the equipment used shall be as recommended by the manufacturer.
Crack Sealing (Asphaltic Concrete Pavement) will be measured by the linear foot.
The accepted quantities of Crack Sealing (Asphaltic Concrete Pavement), measured as provided above, will be paid for at the contract unit price per linear foot, which price shall be full compensation for the work, complete in place, as described and specified herein, and as shown on the project plans.
* USE FOR PROJECTS UTILIZING ARAC PAVING COURSES ADJOINING AC PAVING COURSES FOR CONSTRUCTION OF TRANSVERSE JOINTS AT INTERSECTIONS, TURN BAYS AND MEDIAN OPENINGS *
(413ARAC_AC_JTS, 6/5/13)
ITEM 4130307 – JOINTS (ARAC/AC TRANSVERSE)
The work under this Item shall consist of constructing the transverse pavement joint at the interface of Asphalt Rubber Asphaltic Concrete (ARAC) and Asphaltic Concrete (AC) (Mix No. 2) paving courses at the locations shown on the project plans. This Item includes preparing the ARAC joint to receive the matching AC paving course, joining the AC paving course to match the ARAC paving course, and moving the paving operation from joint to joint, including cleanup, and compaction of the joint.
This item does not include longitudinal joints along adjacent paving courses nor along abutting side streets or driveways; transverse joints at bridges or any concrete structure or protrusion into the surface course; transverse joints at project termini, and transverse joints created by a stoppage or the end of a work shift within a paving course of the same material.
Material comprising the joint shall be the same as the adjacent paving courses.
Asphalt Rubber Asphaltic Concrete pavement courses that abut Asphaltic Concrete (Mix No. 2) pavement courses transversely shall be placed prior to the placement of abutting Asphaltic Concrete (Mix No. 2) paving courses, unless approved by the Engineer.
Transverse pavement joints at the interface of AC and ARAC paving courses shall be in accordance with Section 406 of the Special Provisions with the exception that transverse joints in adjacent lanes need not be offset. The joint shall meet Surface Requirements and Tolerances for surface courses in accordance with Section 406 of the Special Provisions.
Joints (ARAC/AC Transverse) will be measured for each joint constructed, as described above, per roadway direction of travel, regardless of the width of each course or roadway width.
No separate measurement for payment will be made for haul truck wait times, movement of equipment from joint to joint, compaction of the joint, or workmanship quality control.
The accepted quantities of Joints (ARAC/AC Transverse), measured as provided above, will be paid for at the contract unit price, complete in place, including labor, equipment, and surface tolerance control.
* USE THE GENERAL ITEM NUMBER IF SIDEWALK SCUPPERS ARE AVERAGED TOGETHER, OR USE THE INDIVIDUAL ITEM NO.’S IF EACH ITEM IS UNIQUE IN NATURE. THE UNIT OF MEASUREMENT IS BY THE LINEAR FOOT. USE STORED SPEC 503CONC_CATCH_BASINS FOR MEASUREMENT BY THE UNIT. *
(503SIDEWALK_SCUPPER, 7/30/12)
ITEM NO. 5030090 – SIDEWALK SCUPPER
ITEM NO. 5030091 – SIDEWALK SCUPPER (TYPE 1) ITEM NO. 5030092 – SIDEWALK SCUPPER (TYPE 2) ITEM NO. 5030093 – SIDEWALK SCUPPER (TYPE 3)
The work under this section shall include furnishing all materials and constructing concrete sidewalk scuppers, including excavation and backfill. Work shall be done at the locations designated on the project plans and in accordance with the details included in the project plans.
Materials furnished for portland cement concrete shall conform to the requirements of Section 1006 for Class B concrete.
Reinforcing steel bars or mesh shall conform to the requirements of Section 1003. Structural steel parts shall conform to the requirements of Section 1004.
Unless otherwise shown on the project plans, sidewalk scuppers, aprons and incidentals shall conform to the Standard Details for the type of scupper noted on the project plans, and shall meet adjacent sidewalk, curb, or gutter surfaces with no appreciable offsets.
Excavation shall be in accordance with the requirements of Subsection 203-5.
Preformed bituminous joint filler shall be installed where the sidewalk scupper abuts new or existing concrete curb, sidewalk or pavement.
Backfilling of the completed scupper shall be in accordance with the requirements of Subsection 203-5.
Concrete sidewalk scuppers will be measured by the linear foot along the centerline of the scupper, from the top front face to the end of the scupper for each unit furnished, including scupper, apron and incidentals, complete-in-place. Railing, when indicated on the project plans, will be measured separately under other contract items.
The accepted quantities of sidewalk scuppers, measured as provided above, will be paid for at the contract unit price per linear foot, complete in place, which shall include excavation, backfill,
forms, concrete and reinforcement, steel tube or steel diamond plate, if required, finishing and all appurtenances. Railing, when indicated on the project plans, will be measured and paid in conformance with the requirements of Section 933.
The removal of unsuitable material below the required depth of excavation and the furnishing and placing of material in the voids thus created will be paid for in conformance with the provisions found in Subsection 104-2.
* USE THE GENERAL ITEM NUMBER IF SCUPPERS ARE AVERAGED TOGETHER, OR USE THE INDIVIDUAL ITEM NUMBERS IF EACH ITEM IS UNIQUE IN NATURE. THE METHOD OF MEASUREMENT IS BY THEUNIT, COMPLETE-IN-PLACE. *
(503CONC_SCUPPER, 6/12/12)
ITEM NO. 5030790 – CATCH BASIN SCUPPER
ITEM NO. 5030801 – CATCH BASIN SCUPPER (TYPE 1) ITEM NO. 5030802 – CATCH BASIN SCUPPER (TYPE 2) ITEM NO. 5030803 – CATCH BASIN SCUPPER (TYPE 3)
The work under this section shall include furnishing all materials and constructing concrete catch basin scuppers, including excavation and backfill. Work shall be done at the locations designated on the project plans and in accordance with the details included in the project plans.
Materials furnished for Portland cement concrete shall conform to the requirements of Section 1006 for Class B concrete.
Reinforcing steel bars or mesh shall conform to the requirements of Section 1003.
Cast-in-place catch basin scuppers shall be constructed in accordance with the requirements of Sections 503 and 601, and reinforced where called for on the plans in accordance with the requirements of Sections 605 and 1003, in reasonably close conformity to the lines and grades shown on the plans, and shall meet adjacent sidewalk, curb, or gutter surfaces with no appreciable offsets.
Excavation for catch basins shall be in accordance with the requirements of Subsection 203-5.
Inlets, sumps, wings, scuppers, and apron outlet structures shall be constructed in accordance with the details shown on the plans. Aprons shall be constructed from Portland cement concrete or as noted on the project plans.
Preformed bituminous joint filler shall be installed where the catch basin concrete will meet new or existing concrete curb or pavement.
When specified on the project plans or ordered by the Engineer, corrugated metal pipe shall be installed as a temporary drain for the roadway. These drains shall be subsequently filled with concrete.
Backfilling of the completed structure shall be in accordance with the requirements of Subsection 203-5.
Preformed bituminous joint filler shall be installed where the catch basin concrete will meet new or existing concrete curb or pavement.
Concrete catch basin scuppers will be measured as a unit for each catch basin scupper furnished, including inlet, sump, wing, scupper, and apron, complete-in-place. Railing, when indicated on the project plans, will be measured separately under other contract items.
The accepted quantities of concrete catch basin scuppers, measured as provided above, will be paid for at the contract unit price each, complete in place, which shall include excavation, backfill, forms, concrete and reinforcement, finishing and all appurtenances. Railing, when indicated on the project plans, will be measured and paid in conformance with the requirements of Section 933.
The removal of any unsuitable material below the required depth and the furnishing and placing of material in the voids thus created will be paid for in accordance with the provisions found in Subsection 104-2.
* USE ONLY FOR TUCSON WATER ADJUSTMENT OF EXISTING VALVE BOX AND COVER *
(510ADJ_H20_VALVE_TUC_H20, 12/8/14) ITEM 5103101 – POTABLE WATER, ADJUST EXISTING VALVE BOX AND COVER
The work under this item shall consist of furnishing all labor, equipment and materials required to install Adjusting Existing Valve Boxes and Covers. All existing valve boxes and covers shall be replaced with new valve boxes and covers. New valve boxes and covers shall be installed and adjusted to finished grade at the existing valve locations shown on the project plans, in accordance with the details shown on the project plans, and in accordance with the requirements of these Special Provisions.
All materials shall conform to the requirements of the Tucson Water Department Standard Specifications and Standard Detail SD-300.
All new polyvinyl chloride (PVC) pipe for use as riser pipe called for in Detail W-300 shall be a minimum of Class 200
The Contractor shall furnish and install new valve boxes and covers at all locations where Adjusting Existing Valve Boxes and Cover are called for on the plans.
The Contractor shall adjust water main valve boxes and covers to the level of the new finished grade. This work shall be done in accordance with detail SD-300 and details on the drawings.
New valve boxes on existing valves shall not be installed in temporary paving. Existing valve boxes shall be adjusted to grade in temporary paving. When the final paving is installed to finished grade, new valve boxes shall be installed.
Valve boxes not scheduled for adjustment shall be protected from any damage during the course of the work.
Existing riser pipe may remain in place and be shortened in length to allow for the proper installation of a new valve box and cover. Any lengthening of the riser pipe shall require the installation of a new riser pipe meeting the requirements of Standard Detail SD-300.
Adjustment of Existing Valve Boxes and Covers shall be measured by the unit Each (EA) for the actual number of Adjusted Valve Boxes and Covers installed.
Multiple adjustments to valve boxes in temporary pavement shall be considered incidental to the cost of adjusting valve boxes to the finished grade.
New valve boxes and covers called for as part of new valves are not a part of this bid item.
The accepted quantities of Adjusted Existing Valve Boxes and Covers, measured as provided above, will be paid for at the contract unit price each, which price shall be full compensation for the work, complete in place.
.
* USE ONLY FOR METROPOLITAN DOMESTIC WATER IMPROVEMENT DISTRICT (METRO WATER) *
(510ADJ_H20_VALVE_METRO_H20, 4/4/12)
ITEM 5103102 – POTABLE WATER, ADJUST VALVE BOX AND COVER (METRO WATER)
The work under this item shall consist of furnishing all labor, equipment, and materials required to adjust water valve boxes and covers belonging to the Metropolitan Domestic Water Improvement District (Metro Water). All water valve riser pipe, nut extensions, and valve boxes and covers shall be adjusted to finish grade at the existing valve locations all in accordance with the details shown on the plans and the requirements of these Special Provisions.
Riser pipe shall be Class 200 polyvinyl chloride (PVC) pipe.
The contractor shall use existing valve boxes and covers.
Valve boxes and covers shall be adjusted to the level of the new finished grade in accordance with Standard Detail SD-300.
Prior to setting, the valve riser pipe and valve box and cover shall be thoroughly cleaned of all grease, oils, asphaltic materials, Portland cement concrete or other deleterious materials. Cleaning shall include removal of obstructions to the valve operating nut and valve cover pick holes.
Valve riser pipe and valve box and cover not scheduled for adjustment shall be protected from any damage during the course of the work.
Valve nut extensions shall be provided where the depth to the top of the valve operating nut is 5 feet or more below finish grade. Valve nut extensions shall be installed in accordance with Standard Detail SD-305 and shall be provided by Metropolitan Domestic Water Improvement District (Metro Water). The contractor shall contact Charlie Maish, Metro Water, at 520-575- 8100 to request valve nut extensions and should allow at least 5 working days for delivery. Pickup and transportation of valve nut extensions from Metro Water’s storage yard located at 6265 N. La Canada Drive to the worksite shall be the responsibility of the contractor.
Existing riser pipe may remain in place and be shortened or lengthened to allow for the proper installation of the valve box and cover.
Water valve box and cover requiring adjustment to accommodate changes in the finished elevation of the roadway will be measured as a unit for each valve box and cover adjusted.
No measurement will be made for installing valve nut extensions and valve riser pipe, the work to be considered incidental to adjusting valve box and cover.
The accepted quantities of valve box and cover adjustment, measured as provided above, will be paid for at the contract unit price each, complete-in-place including the installation of valve nut extensions and valve riser pipe.
* USE FOR PRIVATE WATER COMPANIES – PROVIDE THE COMPANY’S ADDRESS & CONTACT PERSON. *
(510ADJ_H20_VALVE_PRIVATE_H20, 1/12/15)
ITEM 5103103 – POTABLE WATER, ADJUST EXISTING VALVE BOX AND COVER (PRIVATE WATER COMPANY)
The work under this item shall consist of furnishing all labor, equipment, and materials required to adjust water valve boxes and covers. All water valve riser pipe, nut extensions, and valve boxes and covers shall be adjusted to finish grade at the existing valve locations all in accordance with the details shown on the plans and the requirements of these Special Provisions.
Riser pipe shall be Class 200 polyvinyl chloride (PVC) pipe.
The contractor shall use existing valve boxes and covers.
Existing valve boxes and covers shall be adjusted to the level of the new finished grade in accordance with Standard Detail SD-300.
Prior to setting, the valve riser pipe and valve box and cover shall be thoroughly cleaned of all grease, oils, asphaltic materials, Portland cement concrete or other deleterious materials. Cleaning shall include removal of obstructions to the valve operating nut and valve cover pick holes.
Valve riser pipe and valve box and cover not scheduled for adjustment shall be protected from damage during the course of the work.
Valve nut extension shall be provided where the depth to the top of the valve operating nut is 5 feet or more below finish grade. Valve nut extension shall be installed in accordance with Standard Detail SD-305 and shall be provided by the [PROVIDE THE NAME OF THE PRIVATE WATER COMPANY]. The contractor shall contact [PROVIDE THE ADDRESS AND CONTACT PERSON FOR THE PRIVATE WATER COMPANY] to request valve nut extensions and should allow at least 5 working days for delivery. Pickup and transportation of valve nut extensions from Metro Water’s storage yard located at [USE THE ADDRESS PROVIDED BY THE PRIVATE WATER COMPANY] to the worksite shall be the responsibility of the contractor.
Existing riser pipe may remain in place and be shortened or lengthened to allow for the proper installation of the valve box and cover.
Water valve box and cover requiring adjustment to accommodate changes in the finished elevation of the roadway will be measured as a unit for each valve box and cover adjusted.
No measurement will be made for installing valve nut extensions and valve riser pipe, the work to be considered incidental to adjusting valve box and cover.
The accepted quantities of valve box and cover adjustment, measured as provided above, will be paid for at the contract unit price each, complete-in-place including installation of valve nut extensions and valve riser pipe.
* USE ONLY FOR FLOWING WELLS IRRIGATION DISTRICT *
(510ADJ_H20_VALVE_FWID, 6/27/12)
ITEM 5103104 – POTABLE WATER, ADJUST EXISTING VALVE BOX AND COVER (FLOWING WELLS IRRIGATION DISTRICT)
The work under this item shall consist of furnishing all labor, equipment, and materials required to adjust water valve boxes and covers belonging to the Flowing Wells Irrigation District (FWID). All water valve riser pipe, nut extensions, and valve boxes and covers shall be adjusted to finish grade at the existing valve locations all in accordance with the details shown on the plans and the requirements of these Special Provisions.
Riser pipe shall be Class 200 polyvinyl chloride (PVC) pipe.
The contractor shall use existing valve boxes and covers.
Existing valve boxes and covers shall be adjusted to the level of the new finished grade in accordance with Standard Detail SD-300.
Prior to setting, the valve riser pipe and valve box and cover shall be thoroughly cleaned of all grease, oils, asphaltic materials, Portland cement concrete or other deleterious materials. Cleaning shall include removal of obstructions to the valve operating nut and valve cover pick holes.
Valve riser pipe and valve box and cover not scheduled for adjustment shall be protected from any damage during the course of the work.
Valve nut extensions shall be provided where the depth to the top of the valve operating nut is 5 feet or more below finish grade. Valve nut extensions shall be installed in accordance with Standard Detail SD-305 and shall be provided by the Flowing Wells Irrigation District (FWID). The contractor shall contact David Crockett, FWID, at 520-887-4192 to request valve nut extensions and should allow at least 5 working days for delivery. Pickup and transportation of valve nut extensions from FWID’s storage yard located at 3901 N. Fairview to the worksite shall be the responsibility of the contractor.
Existing riser pipe may remain in place and be shortened or lengthened to allow for the proper installation of the valve box and cover.
Water valve box and cover requiring adjustment to accommodate changes in the finished elevation of the roadway will be measured as a unit for each valve box and cover adjusted.
No measurement will be made for installing valve nut extensions and valve riser pipe, the work to be considered incidental to adjusting valve box and cover.
The accepted quantities of valve box and cover adjustment, measured as provided above, will be paid for at the contract unit price each, complete-in-place including installation of valve nut extensions and valve riser pipe.
* USE ONLY FOR TUCSON WATER RELOCATION OF EXISTING WATER METERS *
(510METER_RELOC_TUC_H20, 12/8/14) ITEM 5108114 – METER RELOCATION, SERVICE LINE RENEWAL (M/R), 1”
A Meter Relocation, Service Line Renewal shall be installed when a new water main is installed and the existing service must be moved. The contractor shall install a new corporation on the new main and install new copper pipe from the new corporation to the new meter location shown on the plans. A new meter box shall be installed and new copper pipe from the relocated meter shall be connected to the customers existing plumbing.
The work under this item shall consist of furnishing all labor, equipment and materials required to install Meter Relocations, Service Line Renewals. New Meter Relocations, Service Line Renewals and appurtenances shall be installed at the locations shown on the project plans, in accordance with the details shown on the project plans, and in accordance with the requirements of these Special Provisions.
All materials shall conform to the requirements of the Tucson Water Department Standard Specifications and Standard Details SD-309 and SD-310.
A new # 2 meter box per Standard Detail SD-318, sheet 2 of 3 shall be provided by the contractor for each Meter Relocations, Service Line Renewal.
All new service lines shall be copper pipe. High density polyethylene (HDPE) will not be accepted for service lines on this project.
Copper pipe with fittings required for this work shall be bid as a separate item.
Installation of Meter Relocations, Service Line Renewals shall include, but not be limited to, the following:
Meter Relocations, Service Line Renewals shall be measured by the unit Each (EA) for the actual number of Meter Relocations, Service Line Renewals and related appurtenances installed.
Costs related to the following components, if required, shall be bid as separate items: 5101604 – PIPE, COPPER, 1” W/FITTINGS
The accepted quantities of Meter Relocations, Service Line Renewals measured as provided above, shall be paid for at the contract unit price, Each, which price shall be full compensation for the work complete in place.
.
* USE ONLY FOR TUCSON WATER ADJUSTMENT OF EXISTING WATER METERS *
(510METER_ADJUST_TUC_H20, 12/8/14) ITEM 5108124 – METER RELOCATION, SERVICE LINE ADJUSTMENT, (M/A) 1”
A Meter Relocation with Service Line Adjustment shall be installed when a new roadwork is being done and the existing service must be moved, but there is no new water main. The contractor shall install new copper pipe from connection point to the existing service line to the new meter location as shown on the plans. A new meter box shall be installed and new copper pipe from the relocated meter shall be connected to the customers existing plumbing.
Work under this item shall consist of furnishing all labor, equipment and materials required to install Meter Relocations with Service Line Adjustments. New Meter Relocations, Service Line Adjustments and appurtenances shall be installed at the locations shown on the project plans, in accordance with the details shown on the project plans, and in accordance with the requirements of these Special Provisions.
All materials shall conform to the requirements of the Tucson Water Department Standard Specifications and Standard Details SD-309 and SD-310.
A new # 2 meter box per Standard Detail W-318, sheet 2 of 3 shall be provided by the contractor for each Meter Relocation, Service Line Adjustment.
All new service lines shall be copper pipe. High density polyethylene (HDPE) will not be accepted for service lines on this project.
Copper pipe with fittings required for this work shall be bid as a separate item.
Installation of Meter Relocations with Service Line Adjustments shall include, but not be limited to, the following:
Meter Relocations, Service Line Adjustments shall be measured by the unit Each (EA) for the actual number of Meter Relocations, Service Line Adjustments and related appurtenances installed.
Costs related to the following components shall be bid as separate items: 5101604 PIPE, COPPER, 1” W/FITTINGS
The accepted quantities of Meter Relocations, Service Line Adjustments measured as provided above, shall be paid for at the contract unit price, Each, which price shall be full compensation for the work complete in place.
* USE ONLY FOR FLOWING WELLS IRRIGATION DISTRICT *
(510 H20_METER_ADJUST_FWID, 6/27/12)
ITEM 5108125 – METER RELOCATION, SERVICE LINE ADJUSTMENT, (M/A) 1” (FLOWING WELLS IRRIGATION DISTRICT)
A Meter Relocation with Service Line Adjustment belonging to the Flowing Wells Irrigation District (FWID) shall be installed when new roadwork is being done and the existing service must be moved, but there is no new water main. The contractor shall install new copper pipe from connection point to the existing service line to the new meter location as shown on the plans. A new meter box shall be installed and new copper pipe from the relocated meter shall be connected to the customers existing plumbing.
Work under this item shall consist of furnishing all labor, equipment and materials required to install Meter Relocations, Service Line Adjustments. New Meter Relocations with Service Line Adjustments and appurtenances shall be installed at the locations shown on the project plans, in accordance with the details shown on the project plans, and in accordance with the requirements of these Special Provisions.
All materials shall conform to the requirements of the Tucson Water Department Standard Specifications and Standard Details SD-309 and SD-310.
A new No. 2 meter box per Standard Detail SD-318, sheet 2 of 3 shall be provided by the contractor for each Meter Relocation, Service Line Adjustment.
All new service lines shall be copper pipe. High density polyethylene (HDPE) will not be accepted for service lines on this project.
Copper pipe with fittings required for this work shall be measured and paid as a separate item.
Installation of Meter Relocations with Service Line Adjustments shall include, but not be limited to, the following:
Meter Relocations with Service Line Adjustments shall be measured by the unit Each (EA) for the actual number of Meter Relocations with Service Line Adjustments and related appurtenances installed.
Costs related to the new No.2 meter box and 1” copper pipe with fittings, if required, shall be bid separately under the following item of work:
5150004 – Miscellaneous Utility Relocation (Flowing Wells Irrigation District)
The accepted quantities of Meter Relocations, Service Line Adjustments measured as provided above, shall be paid for at the contract unit price, Each, which price shall be full compensation for the work complete in place.
* USE ONLY FOR METROPOLITAN DOMESTIC WATER IMPROVEMENT DISTRICT (METRO WATER) *
(511ADJ_REC H20_VALVE_METRO, 4/18/11)
ITEM 5113102 – RECLAIMED WATER, ADJUST EXISTING VALVE BOX AND COVER (METRO WATER)
The work under this item shall consist of furnishing all labor, equipment, and materials required to adjust existing reclaimed water valve boxes and covers belonging to the Metropolitan Domestic Water Improvement District (Metro Water). All existing valve riser pipe, nut extensions, and valve boxes and covers shall be adjusted to finish grade at the existing valve locations all in accordance with the details shown on the plans and the requirements of these Special Provisions.
Riser pipe shall be Class 200 polyvinyl chloride (PVC) pipe.
The contractor shall use existing reclaimed water valve boxes and covers.
Existing reclaimed water valve boxes and covers shall be adjusted to the level of the new finished grade in accordance with Standard Detail SD-300. Covers shall be marked “Reclaimed Water Valve” and the valve box and cover shall be painted purple.
Prior to setting, the valve riser pipe and valve box and cover shall be thoroughly cleaned of all grease, oils, asphaltic materials, Portland cement concrete or other deleterious materials. Cleaning shall include removal of obstructions to the valve operating nut and valve cover pick holes.
Valve riser pipe and valve box and cover not scheduled for adjustment shall be protected from any damage during the course of the work.
Valve nut extension shall be provided where the depth to the top of the valve operating nut is 5 feet or more below finish grade. Valve nut extension shall be installed in accordance with Standard Detail SD -305 and shall be provided by Metropolitan Domestic Water Improvement District (Metro Water). The contractor shall contact Charlie Maish, Metro Water, at 520-575- 8100 to request valve nut extensions and should allow at least 5 working days for delivery. Pickup and transportation of valve nut extensions from Metro Water’s storage yard located at 6265 N. La Canada Drive to the worksite shall be the responsibility of the contractor.
Existing riser pipe may remain in place and be shortened or lengthened to allow for the proper installation of the valve box and cover.
Existing reclaimed water valve box and cover requiring adjustment to accommodate changes in the finished elevation of the roadway will be measured as a unit for each valve box and cover adjusted.
No measurement will be made for installing valve nut extensions and valve riser pipe, the work to be considered incidental to adjusting valve box and cover.
The accepted quantities of reclaimed water valve box and cover adjustment, measured as provided above, will be paid for at the contract unit price each, complete-in-place including installation of valve nut extensions and valve riser pipe.
* DELETE THE ITEM NOT UTILIZED. CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY *
(515UTL_POTHOLE, 6/12/12)
ITEM NO. 5150005 – UTILITY POTHOLING, Depth less than Twelve Feet (12’) ITEM NO. 5150007 – UTILITY POTHOLING, Depth Twelve Feet (12’) and greater
The work under these bid items, herein after referred to as “potholing”, consists of furnishing all labor, equipment, and materials required in exposing utility facilities as required under State regulations (i.e. “Blue Stake”) and as directed by the Engineer.
All materials shall conform to the requirements of the Agency for backfilling and patching existing roadway surfaces.
All procedures for potholing such as, but not limited to, traffic control, cutting existing roadway surfaces, backfill, and patching existing roadway surfaces, shall conform to the requirements of the Agency.
Areas disturbed during potholing are to be restored to their original condition.
Unless otherwise agreed to by the Engineer, potholing shall be done no less than fourteen (14) calendar days in advance of conducting an excavation or construction to avoid possible delay in the progress of the Work. Should a utility facility or obstruction be uncovered and determined to conflict or interfere with the Work, the contractor shall notify the Engineer and facility owner (if known) immediately
The contractor shall maintain a record of pothole information including utility name, horizontal location, vertical elevation, size, and material type of utility facility uncovered. If a pothole does not uncover a utility facility, the pothole should be noted as “dry”. All pothole locations are to be surveyed and tied to the horizontal and vertical control unless otherwise directed by the Engineer. The contractor shall provide pothole information to the Engineer upon request.
Potholing will be measured as a unit for each pothole whether or not an underground utility facility was uncovered.
No measurement will be made for potholes not approved by the Engineer.
The accepted quantities of potholing, measured as provided above, will be paid for at the contract unit price per each. The price shall include full compensation for the work complete,
including traffic control, area restoration, pavement cutting, excavating, backfilling, pavement patching, and surveying unless construction surveying is provided by the Agency.
No payment will be made for potholes not approved by the Engineer.
Price adjustment for variation in total bid quantity per Subsections 109-3 and 109-4 of the Standard Specifications do not apply to work under these bid items.
* USE FOR ALL PROJECTS TO ESTABLISH AN ALLOWANCE FOR UNFORESEEN UTILITY WORK. REPLACES SECTION 515 – UTILITY IMPACTS. *
(515UTL_IMPACT_ALLOWANCE, 12/5/14) ITEM 5150101 – UTILITY IMPACTS ALLOWANCE
The work under this item will be at the direction of the Engineer and shall consist of furnishing all labor, equipment, and materials required for modifying, adjusting, protecting, and supporting utility facilities not identified on the project plans or included in the bid documents, and which impact interfere and/or conflict with the construction of the project.
All work under this item shall be as directed by the Engineer.
The work under this item shall be completed on an extra work basis, in conformance with the provisions of Subsection 109-5 of these Special Provisions.
Payment for unforeseen utility relocation impacts will be made in accordance with the provisions of Subsection 109-5.
* USE ONLY FOR TUCSON WATER FACILITIES *
(515MISC_ TUC_H20_FACILITIES, 9/7/12)
5150103 – MISCELLANEOUS UTILLITY RELOCATION ALLOWANCE (TUCSON WATER)
The work under this item will be at the direction of the Engineer and shall consist of furnishing all labor, equipment, and materials required for modifying, adjusting, protecting, and supporting Tucson Water facilities not included in the bid documents, and which impact, interfere or conflict with the construction of the project.
All work under this item shall be as directed by the Engineer.
The work under this item shall be completed on an extra work basis, in conformance with the provisions of Subsection 109-5.
Payment for unforeseen utility relocation for Tucson Water facilities will be made in accordance with the provisions of Subsection 109-5.
* USE ONLY FOR FLOWING WELLS IRRIGATION DISTRICT *
(515MISC_ FWID_FACILITIES, 9/7/12)
5150104 – MISCELLANEOUS UTILLITY RELOCATION ALLOWANCE (FLOWING WELLS IRRIGATION DISTRICT)
The work under this item will be at the direction of the Engineer and shall consist of furnishing all labor, equipment, and materials required for modifying, adjusting, protecting, and supporting Flowing Wells Irrigation District (FWID) facilities not included in the bid documents, and which impact, interfere or conflict with the construction of the project.
All work under this item shall be as directed by the Engineer.
The work under this item shall be completed on an extra work basis, in conformance with the provisions of Subsection 109-5.
Payment for unforeseen water relocations for Flowing Wells Irrigation District facilities will be made in accordance with the provisions of Subsection 109-5.
* USE ONLY FOR METROPOLITAN DOMESTIC WATER IMPROVEMENT DISTRICT FACILITIES *
(515MISC_ METRO H20_FACILITIES, 10/1/12)
5150105 – MISCELLANEOUS UTILLITY RELOCATION ALLOWANCE (METRO WATER)
The work under this item will be at the direction of the Engineer and shall consist of furnishing all labor, equipment, and materials required for modifying, adjusting, protecting, and supporting Metropolitan Domestic Water Improvement District (Metro Water) facilities not included in the bid documents, and which impact, interfere or conflict with the construction of the project.
All work under this item shall be as directed by the Engineer.
The work under this item shall be completed on an extra work basis, in conformance with the provisions of Subsection 109-5.
Payment for unforeseen water relocations for Metropolitan Domestic Water Improvement District facilities will be made in accordance with the provisions of Subsection 109-5.
* USE FOR UTILITY BILLING ON BRIDGE OR RETAINING WALL PROJECTS WHERE THE UTILITY REQUESTS BLOCKOUTS IN THE WALL OR SPACE RESERVED ON THE BRIDGE FOR FUTURE FACILITIES. *
515UTILITY_BLOCKOUT, 8/25/15 ITEM 5150300 – UTILITY BLOCK OUT (CenturyLink)
ITEM 5150301 – UTILITY BLOCK OUT (Comcast)
The work under these bid items consists of furnishing all labor, equipment, and materials required to construct a smooth uniform opening (“block out”) thru concrete, masonry, brick, or other materials to the size and shape identified in the project plans and in accordance with these specifications.
Refer to project plan and/or special provision exhibits.
The contractor shall include in the written construction activities schedule (Subsection 108-4 of the Standard Specifications) the task “utility block out”, and provide the responsible utility a copy of the two week construction activity schedule, weekly meeting minutes, and 24 hour notice of any change in the scheduling of the work.
Upon completion of forming the block out and at least 72 hours prior to pouring concrete, grout, or other similar type material around the formed block out, the contractor shall provide written notice to the Engineer and responsible utility representative requesting inspection and written approval of the work. With written approval from the Engineer and utility representative, the contractor may proceed with completion of the work.
Should the utility be unable to inspect the work within the allotted time frame, the contractor may proceed with completion of the work upon receiving written approval from the Engineer.
The Engineer shall arrange to receive from the responsible utility on a regular basis accepted quantities of the work. In the event the responsible utility fails to provide a quantity, the Agency may use either the Engineer or contractor’s quantity and shall reconcile with the contractor and utility representative any difference in quantity prior to final payment of the work.
Utility block out will be measured by the unit each irrespective of the opening size and shape.
The accepted quantities of utility block out measured as provided above will be paid for at the contract unit price each, which price shall be full compensation for the work, complete-in-place, as specified herein and as shown on the plans.
The contractor shall submit for payment only work that has been approved in writing by both the Engineer and utility representative.
* USE FOR UTILITY BILLING ON BRIDGE PROJECTS WHERE CENTURYLINK OR COMCAST REQUESTS SPACE RESERVED ON THE BRIDGE FOR FUTURE FACILITIES *
515UTILITY_HANGER_INSERT, 8/25/15 ITEM 5150400 – UTILITY HANGER INSERT (CenturyLink)
ITEM 5150401 – UTILITY HANGER INSERT (Comcast)
The work under this bid item consists of furnishing all labor, equipment, and materials required to install bridge hanger inserts in accordance with the project plans and these specifications.
Refer to project plan and/or special provision exhibits.
The contractor shall include in the written construction activities schedule (Subsection 108-4 of the Standard Specifications) the task “utility hanger insert”, and provide the responsible utility a copy of the two week construction activity schedule, weekly meeting minutes, and 24 hour notice of any change in the scheduling of the work.
Upon installation of the utility hanger insert and at least 72 hours prior to pouring the bridge deck, the contractor shall provide written notice to the Engineer and responsible utility representative requesting inspection and written approval of the work. With written approval from the Engineer and utility representative, the contractor may proceed with completion of the work.
Should the utility be unable to inspect the work within the allotted time frame, the contractor may proceed with completion of the work upon receiving written approval from the Engineer.
The Engineer shall arrange to receive from the responsible utility on a regular basis accepted quantities of the work. In the event the responsible utility fails to provide a quantity, the Agency may use either the Engineer or contractor’s quantity and shall reconcile with the contractor and utility representative any difference in quantity prior to final payment of the work.
Utility hanger insert will be measured by the unit for each hanger insert installed.
The accepted quantities of utility hanger insert, measured as provided above, will be paid for at the contract unit price each, complete-in-place.
The contractor shall submit for payment only work that has been approved in writing by both the Engineer and utility representative.
* USE WITH THE APPROPRIATE ITEM DESCRIPTION FOR YOUR PROPECT. FOR EXAMPLE: USE ITEM 6010720 FOR AN AVERAGE DEPTH OF CUTOFF WALL ITEMS, OR USE ITEM 6010712 FOR A 1’x 2’ CUTOFF WALL, ITEM 6010713 FOR A 1’x 3’ CUTOFF WALL ETC. CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY *
** PLEASE ELIMINATE ALL ITEMS NOT USED. **
(601CONC_CUTOFFWALL, 6/17/14)
ITEM 6010720 – CONCRETE CUTOFF WALL
ITEM 6010712 – CONCRETE CUTOFF WALL (1’x 2’) ITEM 6010713 – CONCRETE CUTOFF WALL (1’x 3’) ITEM 6010714 – CONCRETE CUTOFF WALL (1’x 4’) ITEM 6010715 – CONCRETE CUTOFF WALL (1’x 5’) ITEM 6010716 – CONCRETE CUTOFF WALL (1’x 6’)
The work under this item consists of constructing concrete cutoff walls with varying depths as shown on the project plans. Toe down walls that are part of box culverts or culvert aprons and drop structures are not included under this item.
Concrete shall be Class B, f’c = 2500 psi and shall conform to the requirements of 1006. Steel reinforcement shall be ASTM A615, Grade 40 and conform to the requirements of 1006.
Construction shall be in accordance with the details shown in the project plans and Section 601. Structural excavation and backfill shall be in accordance with the requirements of Subsection 203-5. Placement of reinforcing steel shall conform to the provisions of Section 605.
The contractor shall form the uppermost 12 inches of concrete cutoff walls. Where cutoff walls abut existing pavement, the pavement shall be sawcut to its full depth to provide a straight, uniform, vertical surface against which the concrete will be placed. All other requirements for forming and finishing cutoff walls shall comply with those of concrete curbing, as specified in the Standard Specifications.
Concrete Cutoff Walls will be measured by the linear foot at the exposed finished surface at the top of the cutoff wall for each depth of concrete cutoff wall listed in the bidding schedule.
[OR NOTE TO MEASURE BY AN AVERAGE DEPTH OF CUTOFF WALL PER LINEAR FOOT, IF REQUIRED FOR YOUR PROJECT]
Toe down walls that are part of box culverts or culvert aprons and drop structures are measured and paid under other items.
No separate measurement or payment will be made for structural excavation, structure backfill or formwork, the cost of such work being considered as included in the contract price paid for the Concrete Cutoff Walls.
Payment for Concrete Cutoff Walls, measured as provided above, will be made at the contract price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, complete-in-place, as shown on the project plans, and as specified herein and as approved by the Engineer.
No separate measurement or payment will be made for structural excavation, structure backfill or formwork, the cost of such work being considered as included in the contract price paid for the Concrete Cutoff Walls.
* USE WITH THE APPROPRIATE ITEM DESCRIPTION FOR YOUR PROPECT. PLEASE ELIMINATE THE DECK ASSEMBLY ITEMS & SUBSECTIONS NOT USED *
(601BRIDGE_DECK_JT_ASSMBLY, 8/20/15) ITEM 6011335 BRIDGE DECK JOINT ASSEMBLY (COMPRESSION SEAL)
ITEM 6011345 BRIDGE DECK JOINT ASSEMBLY (STRIP SEAL JOINT)
ITEM 6011346 BRIDGE DECK JOINT ASSEMBLY (2×2 COMPRESSION SEAL) ITEM 6011347 BRIDGE DECK JOINT ASSEMBLY (3×3 COMPRESSION SEAL) ITEM 6011348 BRIDGE DECK JOINT ASSEMBLY (4×4 COMPRESSION SEAL) ITEM 6011349 BRIDGE DECK JOINT ASSEMBLY (5×5 COMPRESSION SEAL)
The work under this item consists of furnishing and installing strip seal (OR COMPRESSION SEAL) bridge deck joint assemblies in accordance with the project plans, this Special Provision, and the manufacturer’s recommendations and instructions. Work shall include, but is not necessarily limited to, cleaning surfaces, furnishing and installation of frame rail with attachment devices, erection angles to maintain joint width and depth, providing and placing elastomeric concrete, providing strip seal (OR COMPRESSION SEAL) joint seating surface, furnishing and installing continuous neoprene strip seal, providing upturn at each end of the joint (if required), providing blockouts in the concrete barrier for joint upturns (if required), miscellaneous steel cover plates, anchor bolts, and other miscellaneous items in accordance with the project plans and the requirements of these Special Provisions.
Bridge deck joint assembly materials shall conform to the project plans, the requirements of Subsections 601-3.03 (D), 1011-5 and these Special Provisions.
All welding shall be in conformance with the requirements of Subsection 604-3.06.
[INSERT FOR STRIP SEAL JOINTS ONLY]
All metal parts of strip seal assemblies shall be galvanized after fabrication in conformance with the requirements of ASTM A123 and ASTM A153. Bolts shall be high strength, conforming to the requirements of ASTM A325, with a protective coating of cadmium or zinc followed by a chromate and baked organic coating according to ASTM F1135, Grade 3, 5, 6, 7, or 8 and Color Code A.
[INSERT FOR COMPRESSION SEAL JOINTS ONLY]
Metal parts of compression seal assemblies do not require galvanizing, plating, or painting.
The contractor shall form the joint as a secondary concrete pour and bond the concrete to the concrete placed with an approved adhesive specifically formulated for bonding new concrete to old concrete. Other methods of joint installation shall be submitted to the Engineer, in writing, for approval prior to joint installation.
Joints to be sealed shall be covered or otherwise protected at all times prior to installing the elastomer portion of the assembly. The elastomer shall be installed at such time and in such manner that it will not be damaged by construction operations.
The joint seal gland shall be installed subject to these specifications and the approval of the Engineer. Immediately prior to the installation of the seal element, the metal contact surfaces of the joint armor shall be clean, dry, and free of oil, rust, paint, or foreign material. Any perforation or tearing of the strip seal gland due to installation procedures or construction activities will be caused for rejection of the installed strip seal gland.
The manufacturer that supplies the expansion joint metal shall also be the manufacturer of the associated neoprene gland.
[INSERT FOR COMPRESSION SEAL JOINTS ONLY]
Compression seals shall consist of a prefabricated preformed elastomer joint seal material, and shall conform to the requirements of Subsection 1011-5.01 and ASTM D3542.
The seal shall consist of a multi-channel nonporous, homogeneous material furnished in a finished extruded form.
[INSERT FOR STRIP SEAL JOINTS ONLY]
The strip seal gland shall be an extruded synthetic rubber utilizing virgin polychloroprene (neoprene) as the only polymer. The gland shall be tested and certified by the manufacturer to obtain the following properties:
The elastomer for strip seal glands shall conform to the requirements of Section 1011-5.02, except that TABLE 1 of ASTM D-3542 is revised as follows:
ASTM D-3542 TABLE 1 (Revised) PHYSICAL PROPERTIES FOR PREFORMED ELASTOMER STRIP SEALS |
||
Property |
Requirement |
ASTM Test Method |
Tensile Strength, Min., psi (Mpa) |
2000 (13.8) |
D-412-62T |
Elongation at break, min. % |
250 |
D-412-51T |
Hardness, Type A durometer, points |
60 ± 5 |
D-2240 (Modified) (1 ,3) |
Oven aging, 70 hours at 212ºF (100ºC) Tensile strength, loss, max. % Elongation, loss, max. % Hardness, Type A durometer, points change |
20 20 0 to +10 |
D-573
D-2240 (Modified) (1, 3) |
Oil Swell, ASTM Oil No. 3, 70 hours at 212ºF (100ºC) Weight increase, max. % |
45 |
D-471 |
Ozone Resistance, 20% strain, 300 pphm in air, 70 hrs. at 104ºF (40ºC). Wipe surfaces with solvent to remove contamination |
No cracks |
D-1149 (Modified) (2) |
Low Temperature |
Not brittle |
D-746 |
Low Temperature Stiffening 7 days at +14ºF (-10ºC); Hardness, Type A Durometer, points change |
0 to +15 |
D-2240
D-2240 Modified (1, 3) |
Compression Set, 70 hours at 212ºF (100ºC), max. % |
40 |
D-395 Method B (Modified) (1) |
(1) The term “modified” in the table relates to the specimen preparation. The us e of the strip seal as the specimen source requires that more plies than specified in either of the modified test procedures be used. Such specimen modification shall be agreed upon by the purchaser and producer or supplier prior to testing. |
||
(2) Test in conformance with Procedure A of ASTM D- 518 and ozone concentration is expressed in pphm. |
||
(3) The hardness test shall be made with the durometer in a durometer stand, as recommended in ASTM D- 2240. |
The gland shall be fabricated in the shop to fit the final dimensions of the joint as it occurs in the roadway. No field splices will be permitted.
Except as noted otherwise in this paragraph, the polychloroprene gland shall be shipped from the factory as one continuous piece. Molded shop splices for horizontal and vertical turns may be provided at the discretion of the manufacturer of the strip seal expansion joint system.
The contractor shall submit shop drawings for review and approval prior to fabrication of the deck joint assembly system. The shop drawings shall detail all dimensions, anchorages, welding procedures, elastomeric concrete mix designs, and test data, along with the qualifications of the technical advisor.
The shop drawings shall explicitly set forth mixing procedures, placing and finishing requirements, and the means by which the bridge deck joint assembly is to be aligned and set to grade so as to match bridge deck grades and provide a smooth ride over the joint when completed.
Fabrication:
Fabrication of the bridge deck joint assembly shall be performed by an AISC certified fabricator. All welding shall be performed in accordance with the Standard Specifications and D-1.5 of the AWS welding code. In the event of conflict between these two authorities, the AWS welding code shall govern.
The manufacturer of the bridge deck joint assembly shall be a certified AISC Major Steel Bridge fabrication facility.
All steel surfaces not embedded in concrete shall be treated for corrosion protection by metalizing all of the steel surfaces. Backer rod shall be placed in the rail’s seat cavity if painting is required.
The metal cavity of the expansion joint shall be fabricated utilizing a hot rolled technique. The cavity of the expansion joint shall not be machined.
Installation:
The contractor shall strictly follow the manufacturer’s recommendations and instructions as set forth in the shop drawings for setting the joint.
The neoprene gland will be shipped concurrent with the steel retainer rails and will be clearly identified as to the joint location corresponding to the gland. The contractor shall be responsible for installing the neoprene gland in the field.
The contractor shall follow the manufacturer’s installation instructions as set forth in the shop drawings and other published literature.
Polyurethane backer rods shall be placed in the seal cavity of the steel frame rails by the contractor prior to placing concrete. The backer rod will remain in place until such time as the joint has been placed and final concrete placement has been made.
Supervision and Certification:
The bridge deck joint assembly system shall be installed by the contractor and continuously supervised by a qualified technical advisor from the approved bridge joint manufacturer.
The qualified technical advisor from the approved bridge joint assembly manufacturer shall have recent experience in the installation of this type of strip seal joint system. The contractor shall submit to the Engineer a written description of this experience for approval prior to the start of this work. The technical advisor shall provide a letter certifying the joint installation following completion.
Strip seal (OR COMPRESSION SEAL) bridge deck joint assemblies shall be measured as the distance along the centerline of the joint at the surface of the roadway or sidewalk from face-of- curb or barrier to face-of-curb or barrier. Measurement will be to the nearest linear foot. No measurement will be made for that portion of the deck joint assembly that extends through the curb or barrier. Portions of the deck joint assembly that extend beyond the measurement limits shall be considered incidental to the work.
The accepted quantity of strip seal (OR COMPRESSION SEAL) bridge deck joint assemblies, measured as described above, will be paid at the contract unit price which shall be full payment
for furnishing all labor, materials, tools, and equipment necessary to perform the work as shown on the project plans and as specified herein, complete in place.
* USE FOR CONCRETE PIPE CULVERT STRAIGHT HEADWALLS WITHOUT WINGWALLS (ADOT SD-6.30) *
(601PIPE_HDWL, 2/25/14)
ITEM 6016087 – PIPE CULVERT HEADWALL
The work under this item shall include furnishing all materials for the construction of cast-in- place reinforced concrete headwalls for pipe culverts, in conformance with the lines, grades and details shown in the project plans or on the standard drawings, and these special provisions.
Concrete shall be Class S concrete, with a compressive strength as listed in the details, and shall conform to the requirements of 1006. All reinforcing shall be ASTM A615, Grade 60, fy= 60,000 psi, and shall conform to the requirements of Section 1003. Materials furnished for expansion joint filler and joint seal shall conform to the requirements of Section 1011. Backfill materials shall conform to the requirements of Section 203-5 of the Standard Specifications.
The concrete headwall shall be constructed as detailed in the project plans. Structural excavation and backfill shall be in accordance with Section 203-5. Reinforcing steel shall be handled and placed in accordance with the requirements of Section 605. Preparation work and placement of concrete shall be in accordance with the requirements of Section 601.
Reinforced concrete headwalls for pipe culverts shall be measured as a unit, complete in place. No separate measurement for payment will be made for structural excavation and backfill required for the construction of the concrete headwalls, the cost being considered incidental to the construction of the concrete structures.
Payment for cast-in-place reinforced concrete headwalls for pipe culverts, measured as provided above, will be made at the contract unit price each, complete in place. This will include necessary excavation, structural concrete, reinforcing, backfilling, furnishing materials, labor, equipment, installation and all other items necessary to complete the work as shown on the project plans and as specified herein.
Payment for the removal of rock, hard pan, other unyielding material, or soft, spongy or other unstable soil below the vertical limits as shown on the plans, and the backfilling of these over- excavated areas, as specified herein and as directed by the Engineer, will be paid for in accordance with the requirements of Section 104 of the Standard Specifications.
* USE FOR CONCRETE PIPE CULVERT HEADWALLS WITH WINGWALLS (ADOT SD-6.30) *
(601PIPE_HDWL_WINGWL, 2/25/14) ITEM 6016088 – PIPE CULVERT HEADWALL WITH WINGWALLS
The work under this item shall include furnishing all materials for the construction of cast-in- place reinforced concrete headwalls with wingwalls for pipe culverts, in conformance with the lines, grades and details shown in the project plans or on the standard drawings, and these special provisions.
Concrete shall be Class S concrete, with a compressive strength as listed in the details, and shall conform to the requirements of 1006. All reinforcing shall be ASTM A615, Grade 60, fy= 60,000 psi, and shall conform to the requirements of Section 1003. Materials furnished for expansion joint filler and joint seal shall conform to the requirements of Section 1011. Backfill materials shall conform to the requirements of Section 203-5 of the Standard Specifications.
The concrete headwall and wingwall shall be constructed as detailed in the project plans. Structural excavation and backfill shall be in accordance with Section 203-5. Reinforcing steel shall be handled and placed in accordance with the requirements of Section 605. Preparation work and placement of concrete shall be in accordance with the requirements of Section 601.
Reinforced concrete headwalls with wingwalls for pipe culverts shall be measured as a unit, complete in place. No separate measurement for payment will be made for structural excavation and backfill required for the construction of the concrete headwalls, the cost being considered incidental to the construction of the concrete structures.
Payment for cast-in-place reinforced concrete headwalls with wingwalls for pipe culverts, measured as provided above, will be made at the contract unit price each, complete in place. This will include necessary excavation, structural concrete, reinforcing, backfilling, furnishing materials, labor, equipment, installation and all other items necessary to complete the work as shown on the project plans and as specified herein.
Payment for the removal of rock, hard pan, other unyielding material, or soft, spongy or other unstable soil below the vertical limits as shown on the plans, and the backfilling of these over- excavated areas, as specified herein and as directed by the Engineer, will be paid for in accordance with the requirements of Section 104 of the Standard Specifications.
(604REMOVE_BRIDGE_DECK_JT, 8/20/15) ITEM 6040202 – REMOVE AND REPLACE EXISTING BRIDGE EXPANSION JOINT
The work under this item consists of furnishing all materials and labor and equipment for the removal and replacement of existing bridge deck expansion joints in accordance with Sections 202, 601 and 604 of the Standard Specifications and the details shown on the project plans. This work shall include but not be limited to: removing and disposing of existing expansion joints, removing additional concrete from roadway surface if required by manufacturer’s installation recommendations, removing concrete from barriers if required for access, cleaning and preparing concrete surfaces, furnishing and installing frame rail with attachment devices, maintaining joint alignment with erection devices, providing and placing elastomeric concrete with smooth finished surface, furnishing and installing continuous neoprene strip seal, re-attaching miscellaneous steel cover plates on concrete barriers, and any other miscellaneous items in accordance with the project plans and the requirements of these specifications.
All welding shall be in conformance with the requirements of Subsection 604-3.06.
All metal parts of strip seal assemblies shall be galvanized after fabrication in conformance with the requirements of ASTM A123 and ASTM A153. Bolts shall be high strength, conforming to the requirements of ASTM A325, with a protective coating of cadmium or zinc followed by a chromate and baked organic coating according to ASTM F1135, Grade 3, 5, 6, 7, or 8 and Color Code A.
The contractor shall form the joint as a secondary concrete pour and bond the concrete to the concrete placed with an approved adhesive specifically formulated for bonding new concrete to old concrete. Other methods of joint installation shall be submitted to the Engineer, in writing, for approval prior to joint installation.
Joints to be sealed shall be covered or otherwise protected at all times prior to installing the elastomer portion of the assembly. The elastomer shall be installed at such time and in such manner that it will not be damaged by construction operations.
The seal element shall be installed subject to these specifications and the approval of the Engineer. Immediately prior to the installation of the seal element, the metal contact surfaces of the joint armor shall be clean, dry, and free of oil, rust, paint, or foreign material. Any perforation or tearing of the seal element due to installation procedures or construction activities will be caused for rejection of the installed seal element.
Neoprene Gland:
The manufacturer that supplies the expansion joint metal shall also be the manufacturer of the associated neoprene gland.
The sealing element shall be an extruded synthetic rubber utilizing virgin polychloroprene (neoprene) as the only polymer. The gland shall be tested and certified by the manufacturer to obtain the following properties:
Polychloroprene Material Properties:
PROPERTY |
REQUIREMENT |
METHOD |
Tensile Strength, Min., psi (Mpa) |
2000 (13.8) |
D-412-62T |
Elongation at break, Min. |
250% |
D-412-51T |
Hardness, Durometer A |
60 ± 5 |
D-2240 Modified |
Ozone Resistance, 20% Elongation 300 pphm 104ºF (40ºC) (70 hrs.) Wipe surfaces with solvent to remove contamination |
No cracks |
D-1149 |
Heat Aging 70 hours at 212ºF (100ºC) Tensile Strength, Max. % decrease Elongation, Max % decrease Hardness, Max. Change |
20 20 +10/-0 |
D-573 |
Oil Swell, ASTM Oil #3 70 hours at 212ºF (100ºC) Max weight increase |
45% |
D-471 |
Compression Set, 70 hours at 212ºF (100ºC) |
40% max. |
D-395 (B) |
Low Temperature |
Not brittle |
D-746 |
Low Temperature Stiffening 7 days at +14ºF (-10ºC) Hardness Type A Durometer, Points change |
0 to +15 |
|
The gland shall be fabricated in the shop to fit the final dimensions of the joint as it occurs in the roadway. No field splices will be permitted.
Except as noted otherwise in this paragraph, the polychloroprene gland shall be shipped from the factory as one continuous piece. Molded shop splices for horizontal and vertical turns may be provided at the discretion of the manufacturer of the strip seal expansion joint system.
Both the frame rail and the strip seal shall be continuous, with no field-made joints across the entire width of bridge deck or approach slab. The finished joint system shall be water tight.
The contractor shall submit shop drawings for review and approval prior to fabrication of the deck joint assembly system. The shop drawings shall detail all dimensions, anchorages, welding procedures, elastomeric concrete mix designs, and test data, along with the qualifications of the technical advisor.
The shop drawings shall explicitly set forth mixing procedures, placing and finishing requirements, and the means by which the strip seal bridge deck joint assembly is to be aligned and set to grade so as to match bridge deck grades and provide a smooth ride over the joint when completed.
Fabrication:
Fabrication of the strip seal expansion joint shall be performed by an AISC certified fabricator. All welding shall be performed in accordance with the Standard Specifications and D-1.5 of the AWS welding code. In the event of conflict between these two authorities, the AWS welding code shall govern.
The manufacturer of the strip seal expansion joints shall be a certified AISC Major Steel Bridge fabrication facility.
All steel surfaces not embedded in concrete shall be treated for corrosion protection by metalizing all of the steel surfaces. Backer rod shall be placed in the rail’s seat cavity if painting is required.
The metal cavity of the expansion joint is to be fabricated utilizing a hot rolled technique. The cavity of the expansion joint shall not be machined.
Joint Removal:
The contractor shall remove the existing bridge expansion joint to the lines and grades shown on the project plans, including removal of concrete adjacent to the bridge expansion joint as needed, using chipping hammers and any hand tools necessary to complete the work. All existing reinforcing in the abutment diaphragms and backwalls shall remain. Care shall be taken during concrete removal to prevent damage to the existing reinforcing bars, and the bars shall be free of all loose and delirious materials prior to the placement of new concrete.
Installation:
The contractor shall strictly follow the manufacturer’s recommendations and instructions as set forth in the shop drawings for setting the joint.
The neoprene gland will be shipped concurrent with the steel retainer rails and will be clearly identified as to the joint location corresponding to the gland. The Contractor shall be responsible for installing the neoprene gland in the field.
Polyurethane backer rods shall be placed in the seal cavity of the steel frame rails by the Contractor prior to placing concrete. The backer rod will remain in place until such time as the joint has been placed and final concrete placement has been made.
Supervision and Certification:
The strip seal expansion joint system shall be installed by the Contractor and continuously supervised by a qualified technical advisor from the approved bridge joint manufacturer.
The qualified technical advisor from the approved bridge joint manufacturer shall have recent experience in the installation of this type of strip seal joint system. The Contractor shall submit to the Engineer a written description of this experience for approval prior to the start of this work. The technical advisor shall provide a letter certifying the joint installation following completion.
One field-welded construction joint will be allowed in each steel rail edge member if required to facilitate maintenance of traffic. The weld shall be in accordance with the manufacturer’s recommendations and shall be located a minimum of 12″ beyond the end of the first pour of elastomeric concrete.
The measurement for removal and replacement of the bridge expansion joint will be by the linear foot of the new joint as measured along the centerline of the joint from face-of curb or barrier to face-of curb or barrier, or to the limits of bridge widening, as shown on the project plans. There will be no separate measurement for removal of the existing joint and for materials, labor or equipment.
No measurement will be made for that portion of the deck joint assembly that extends through the curb or barrier. Portions of the deck joint assembly that extend beyond the measurement limits shall be considered incidental to the work.
The accepted quantities for removal and replacement of bridge expansion joint, measured as provided above, will be paid for at the contract unit price, which shall include full payment for furnishing all labor, materials, tools, equipment, and incidentals for completing the removal and replacement of the bridge expansion joints as shown on the project plans and specified herein, complete in place.
* USE WITH SIGNING PROJECTS WHEN REQUIRED BY THE PCDOT SIGNING MANUAL. DELETE ITEMS NOT USED. CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY *
(607SLIP_BASES, 8/20/15) ITEM NO. 6070040 – SLIP BASE ASSEMBLY (TYPE 2S) (SINGLE)
ITEM NO. 6070041 – SLIP BASE ASSEMBLY (TYPE 2T) (TELESCOPING)
ITEM NO. 6070042 – SLIP BASE ASSEMBLY (TYPE 2½T) (TELESCOPING)
The work under this item shall consist of furnishing all materials, tools, equipment, and labor necessary to install slip base foundation assemblies for sign posts, in accordance with the Pima County and City of Tucson Signing Manual for Standard Drawing 8-3 or the ADOT Signing and Marking Manual for Standard Drawing S-1 and the requirements of these special provisions.
All materials for the slip base assemblies shall be new, and shall be consistent with the requirements set forth in the Pima County and City of Tucson Signing Manual for Standard Drawing No. 8-3, or the ADOT Signing and Marking Manual for Standard Drawing S-1 for the
2½” square tube telescoping slip base (Type 2½T).
Slip base assemblies will be measured by the unit for each slip base foundation installed, complete in place.
The accepted quantities of slip base assemblies, measured as provided above, will be paid for, at the contract unit price, which price shall be full compensation for the work, complete in place, as specified herein and as shown in the standard drawings.
* USE WITH SIGNING PROJECTS WHICH REQUIRE AGENCY-PROVIDED SIGN PANELS WHEN REQUESTED BY TRAFFIC ENGINEERING *
(608_AGENCY_SIGN_PANELS, 3/29/11) ITEM 6080001 – SIGN PANEL (AGENCY PROVIDED)
The work under this item shall consist of installing Agency provided sign panels in accordance with the details shown on the plans and requirements set forth herein.
The sign panels shall be of the following types:
The Contractor shall coordinate with the Engineer to schedule the pickup of Agency provided sign panels at 1313 S. Mission Road, Tucson, AZ 85713 and shall be responsible for transporting the sign panels to the project site.
Installation of the Agency provided sign panels shall be in accordance with Section 608 of these Special Provisions.
Sign Panel (Agency Provided) will be measured by the square foot of sign panels installed. The area of each sign panel will be measured in accordance with the dimensions shown on the plans.
The areas of each rectangular, square or triangular sign panel will be determined from the dimensions shown on the plans.
The accepted quantities, measured as provided above, will be paid for at the contract unit price per square foot, complete in place.
The contract unit price shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for performing all work involved in installing the sign panels, complete in place, including furnishing and applying all fastening hardware, stringers and post ties, all as shown on the project plans and as specified herein.
Payment for sign posts and foundations for sign posts will be paid for under their respective items.
* USE SOLID GREEN COLORED BIKE LANE PAVEMENT MARKINGS ONLY WHEN DIRECTED BY THE TRAFFIC ENGINEERING DIVISION *
(704GREEN_PVMT_MKS, 1/24/12) ITEM 7040090 – PAVEMENT MARKING (COLORED PAVEMENT MARKING)
The work under this item consists of furnishing all labor, equipment, and materials required to apply a high friction epoxy coating within the bicycle lane at the locations specified on the plans
The epoxy coating shall be Crafco HFS Epoxy (Green), or approved equal. The high friction surface shall consist of:
A) Epoxy Binder Material
A 100% solids, 2-part, self-leveling, primerless, odorless, cold applied epoxy resin surface treatment that provides a sufficient work life, rapid track free time and high adhesion to aggregates and pavements.
Epoxy Binder Material Properties at 77oF (25 oC)
Property |
Specification |
Typical |
Test Method |
Components |
— |
(A) Resin, (B) Hardener |
|
Mixed Density, lbs/gal (kg/l) |
— |
8.77 (1.05) |
|
Mix Ratio, volume (weight) |
— |
1/1 (100:85) |
|
Color |
— |
Light Amber |
|
Mixed Viscosity, cP (mPa.s) |
700 – 2500 |
1,250 (1,240) |
ASTM D 2393 (D 2196) |
Work Time, minutes |
— |
10 |
|
Gel Time, 50 ml volume, minutes |
15 – 45 |
19 |
ASTM C 881 |
Application temperature, ambient, oF (oC ) Ideal Acceptable |
— — |
70-80 (21-77) 60-95 (16-35) |
|
Coverage *, ft2/gal (m2/L) @ 30 mil |
— |
53 (1.31) |
|
Compressive Strength @ 3 hrs, psi @ 24 hrs, psi |
1000 min. 5000 min |
1,200 6,500 |
ASTM C 109 (using plastic inserts) |
Tensile Strength, psi (Mpa) |
2,000 – 5,000 |
2,350 (16.2) |
ASTM D 638 |
Elongation at Break, % |
30 – 70 |
36 |
ASTM D 638 |
Hardness, Shore D |
— |
70 |
ASTM D 2240 |
Adhesion Strength, psi |
250 min. |
300 |
ACI 503R, Appendix A (VTM 92) |
Permeability to Chloride Ion @ 28days, C |
< 100 |
< 100 |
AASHTO T 277 |
Water Absorption @ 24hrs. % |
< 1 |
< 0.2 |
ASTM D 570 |
Thermal Compatibility |
Pass |
Pass |
ASTM C 884 |
Infrared Spectrum |
Pass |
Pass |
AASHTO T 237 |
* varies with porosity of surface
The binder shall be supplied and labeled in separate containers of resin (Part A) and hardener (Part B). To use, Part B is added to Part A, and then mixed immediately prior to use.
B) Surfacing Aggregate
The surfacing aggregate shall consist of hard, strong, durable particles to provide desired levels of skid and wear resistance. For this application, the aggregate material shall be bauxite, tinted green. Unless otherwise specified, aggregate particles shall have a nominal size of 1 – 3 mm with 80% by weight in range.
Do not apply epoxy binder material on a wet surface or when anticipated weather conditions would prevent the proper construction of the surface treatment as determined by the manufacturer. The ambient temperature should be a minimum of 50°F (7°C) and rising; the preferred ambient temperature range is 60-95°F (16-35°C). Road surface or ambient temperatures outside this range may affect working time for installing the material and/or material curing time.
Surface Preparation
The surface upon which the material is to be placed shall be cleaned by use of sweepers, high pressure air, scarifiers, sand blasting or other methods prior to use. Receiving surfaces must be clean, dry and free of all dust, oil, debris, and any other material that might interfere with the bond between the epoxy binder material and existing surfaces. Surfaces may need to be washed with mild detergent, rinsed and dried using a hot compressed air lance. Remove any existing pavement markings as deemed necessary by the manufacturer. Adequate cleaning of all surfaces will be determined by the Engineer and/or manufacturer’s representative.
Cover and protect all existing pavement markings and utilities prior to placement. Clean and fill all inadequately sealed joints and cracks, including shoulder areas.
Epoxy binder material may be applied over pavements exhibiting minor rutting or heaving; however, the product is not intended as a repair for these conditions and will not level pavements.
A manufacturer’s representative or manufacturer’s approved applicator must be on site to provide technical assistance during preparation, material placement and during any necessary remedial work.
On new asphalt pavement, it is recommended that a period of two weeks to a month be allowed for the pavement to oxidize by trafficking. On open course asphalt, stone mastic asphalt or pavement that has been treated with prior surface treatments, contact the manufacturer’s Technical Service department for guidance.
Installation:
Measure and mark the pavement to be treated. Apply masking as necessary at the perimeter of the area to be treated. Utilities, drainage structures, curb and any other structure within/adjacent to the treatment location shall be protected against the application of the surface treatment materials.
Tinting of the Epoxy (Optional):
If the epoxy is to be tinted, use only an approved tint at the rate recommended by the manufacturer. The tint must first be mixed in component A for 3 minutes prior to mixing A with B.
Binder:
The epoxy binder components (A & B) shall be proportioned to the correct ratio (1:1 by volume) and mixed using a low speed high torque drill fitted with a helical stirrer. The mix time is 3 minutes and is not to be altered, except at manufacturer’s recommendation if ambient temperature exceeds 95°F (35°C). The product is spread by a serrated squeegee. The coverage rate is to be approximately 30 square feet per gallon and will vary with the texture and porosity of the pavement. A two coat application, including a primer or pre-coat, may be required depending upon surface type, age, porosity, etc. as directed by the manufacturer’s representative.
Epoxy binder shall be uniformly distributed over the section to be treated and within the temperature range specified. Operations shall proceed in such a manner that will not allow the epoxy material to chill, set up, dry or otherwise impair retention of covered aggregate.
The mixed components may be machine or hand applied onto the cleaned surface at a minimum coverage rate of approximately 2.4lbs – 2.8lbs. per square yard depending on surface texture and porosity. Hand applied binder shall be uniformly spread onto the substrate surface by means of a serrated squeegee. Machine applied distributing equipment shall include accurate measuring devices and/or calibrated containers and thermometers for measuring the binder temperature prior to placement. Binder applied to the existing surface shall achieve approximately 50 – 75 mils of thickness.
Aggregate:
After application of binder, immediately apply the appropriate aggregate as supplied by the manufacturer, at a rate of approximately 18 lbs. per square yard coverage. The aggregate shall be broadcast over the binder, or spread using a straight-edged squeegee.
The placement of this material does not require any compaction. Curing:
Protect the work area from vehicular and pedestrian traffic until the treatment has cured in accordance with manufacturer recommendations, approximately 3 hours at an ambient temperature of 68 °F. Longer cure times are required at lower temperatures. Shorter cure times and work times occur at warmer temperatures. Aggregate must be firmly adhered and retained by the epoxy binder.
A simple field test involves probing of the binder with a screwdriver or similar instrument. The application is adequately cured if the screwdriver does not penetrate or indent the binder and seated aggregate can not be disturbed or removed. Once cured, remove excess aggregate by sweeping or vacuuming before opening to traffic. Shedding of excess aggregate may occur after the application is opened to traffic. Additional sweeping or vacuuming may be necessary. The coverage rate of the retained aggregate is approximately 12 – 14 lbs. per square yard.
Pavement marking – epoxy coating will be measured by the square foot of pavement covered, which shall include furnishing all materials, labor, and equipment.
The accepted quantities of pavement marking epoxy coating, measured as provided above, will be paid for at the contract unit price per square foot, which shall include full compensation for the work, complete in place, including pavement preparation, mixing and placement of epoxy coating, application of aggregate, and curing.
* USE FOR REIMBURSEMENT OF THE ELECTRICAL SERVICE FEE INSTALLATION FROM THE UTILITY COMPANY PROVIDING SERVICE. CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY *
(732ELEC_SERVICE_FEE, 8-20-15)
ITEM 7320888 – ELECTRICAL SERVICE INSTALLATION FEES ALLOWANCE
The work under this item shall consist of paying the invoice for the electrical service installation fees and providing evidence of power to the electrical service point(s) shown on the project plans or specified in the Special Provisions.
The Electric Service Installation Fees under this item will be measured by the invoiced dollar amount for the electrical service(s) provided, as shown on the project plans.
The Electric Service Installation Fees, measured as provided above, will be paid for at the invoiced amount including bonding and tax, excluding any mark-up for overhead or profit.
Payment for the Electric Service Installation Fees will be made upon receipt of the Electric Service Fee invoice from the utility company providing service, and evidence of electrical service power.
* USE FOR TRAFFIC COUNTER SYSTEMS WITH THE CONTROL CABINET FURNISHED *
** CHOOSE DIVIDED OR UNDIVIDED ROADWAY SYSTEMS AND DELETE THE UNUSED SYSTEM DESCRIPTION. **
(735TRAF_COUNT_STA, 3/19/12) ITEM 7350010 – LOOP DETECTOR TRAFFIC COUNTER STATION
The work under this item shall consist of furnishing all materials and installing a complete Detector Loop Traffic Counter Station System at the approximate location shown on the project plans, in conformance with the requirements of Section 735 and the details shown on the project plans. The exact location will be shown on the project plans, as directed by the Engineer.
[USE FOR AN UNDIVIDED ROADWAY SYSTEM]:
A complete traffic counter station system for an undivided roadway shall consist of a Type IV traffic counter control cabinet and concrete foundation, together with the number and size of loops and pullboxes necessary at one roadway location to order to cover all travel lanes, in accordance with the details shown on the project plans. Each through lane shall contain two detector loops.
[USE FOR A DIVIDED ROADWAY SYSTEM]:
A complete traffic counter station system for a multi-lane divided roadway shall consist of a Type IV traffic counter control cabinet and concrete foundation, together with the number and size of loops and pullboxes required to cover all travel lanes in adjacent roadways for one location, in accordance with the details shown on the project plans. Each through lane shall contain two detector loops.
(A) General. The contractor shall submit to the Engineer three copies of a complete list of the materials the contractor proposes to incorporate into the project, in conformance with the details shown on the project plans, and three copies of shop drawings for each complete system indicating the project number and location (milepost and/or station number). The list of materials shall include the brand or trade names, identification numbers, type and quantity of materials to be used. The shop drawings shall include the size of loops, length of loop lead-ins, and location of pull box(s) and Type IV traffic counter control cabinet, all in relationship to the roadway.
No material shall be ordered or installed without the approval of the Engineer.
Counter Equipment required, in addition to the external equipment specified on the project plans:
1 each Phoenix-F 12-LP Classifier: Formed Box with 12 Loop Input with 1M memory 3 each UPP-LP_HR/C UPP Loop Harness/Plastic – 6’ length
1 each UPP-SERIAL-9 UPP 9 Pin Serial Cable – 6’ length
1 each UPP-PWR-HR/C UPP SOLAR Power Cable – 6’ length 1 each ASC-4 Solar Regulator 12/4 ASC
1 each SP-55 WATT 55 Watt Solar Panel
1 each 110-55W Bracket Solar Panel Bracket 55 W
All items manufactured and distributed by Diamond Traffic Products, P.O. Box 1455 Oakridge, Oregon 97463, Phone 541-782-3903.
Contact: Beth Ann Ritz, Director of Inside Sales, 541-782-3903, Ext. 302
Reference: Pima County Department of Transportation, Traffic Engineering Division 1313 S. Mission Rd, Tucson, AZ 85713 Attn: Denise Silvester, 520-740-2859.
(B) Materials. Saw cut loop detectors and sealant shall conform to the requirements of Subsection 735-2.01 and 735-2.02 respectively. Loop detector cable, loop wire, lead-in cable and conduit shall conform to the requirements of Subsections 732-2.01 and 732-2.02 respectively. Pullboxes shall conform to the requirements of Subsection 735-2.03, and the Type IV traffic counter control cabinet and concrete foundation shall conform to the requirements of Subsection 734-2.03. Cabinet foundations shall conform to the requirements Section 731.
New loop detectors shall be installed prior to the installation of the final lift of pavement. The loop detector lead-in cable shall be spliced only in the first pull box nearest to the loop. No additional splices are allowed in the run from the first pull box to the controller.
The Loop Detector Traffic Counter Station System will be measured as a unit for each system installed and accepted.
The Loop Detector Traffic Counter Station System, measured as provided above, will be paid for at the contract unit price for each system, complete in place, including the traffic counter control cabinet and foundation, pull boxes, conduit and loop detectors, in accordance with the details shown on the project plans, which price shall be full compensation for the work described and specified herein and on the project plans.
(802WATER_HARVESTING_BASIN, 8/20/15) ITEM 8020010 – WATER HARVESTING BASIN GRADING
802-1 DESCRIPTION of the Standard Specifications is modified to add:
The work under this section shall consist of fine grading, contouring, smoothing, or otherwise shaping of all areas indicated as water harvesting basins as shown on the project plans.
802-3 CONSTRUCTION DETAILS of the Standard Specifications is modified to add:
All project areas to harvest rainwater shall be graded as required to provide a generally smooth appearance, conforming to the shapes and cross sections indicated on the project plans. All objectionable materials, trash, brush (not-designated to be preserved-in-place), noxious and invasive weeds shall be removed from the site and disposed of in an appropriate manner acceptable to the Engineer.
802-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add: Water harvesting basin grading will be measured as a unit for each basin actually graded.
802-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
The accepted quantities of Water Harvesting Basin Grading, measured as provided above, will be paid for at the contract unit price, complete in place including all labor, equipment, materials, tools, supplies, and incidentals necessary for the work, in conformance with the requirements of the plans and Special Provisions, or as may be directed by the Engineer.
(803SOIL_STABILIZER, 1/22/14)
ITEM 8030107 – SOIL STABILIZER
The work under this item shall consist of furnishing, installing and maintaining the Soil Stabilizer treatment as designated on the project plans and details.
The soil stabilizer shall be “Soiltac®” per Soilworks, LLC. Soil Stabilization and Dust Control, 1750 E. Northrop Blvd., Suite 250, Chandler, AZ 85286-1747 Phone: (800) 545-5420, or approved equal.
Construction details shall conform to the requirements of Section 805 and the details shown on the project plans. The material shall be applied to slopes at a rate of 436 gallons/acre after the first application of hydroseed, at the locations shown on the project plans only.
The Soil Stabilizer shall be measured by the square yard of surface area covered, in accordance with the pre-determined application rate. A double copy of a Gallons Used Form will be delivered daily to the Engineer.
The accepted quantity of the Soil Stabilizer, measured as provided above, shall be paid for at the contract unit price, complete in place, including all equipment, labor and materials.
(806LNDSC_PRUNING, 10/28/10)
ITEM 8061700 – LANDSCAPE PRUNING
The work under this Item shall consist of pruning existing trees designated to remain in place or trees previously salvaged. The work shall be done by or supervised by a certified arborist. The trees to be pruned shall be identified by the Engineer. The work shall be done by the arborist and one or more laborers. The work shall include providing necessary tools, and removing all debris from the area, and taking it to a proper disposal site.
The work consists of pruning existing trees designated for preservation that may be in conflict with new work. Pruning work shall be performed in accordance with ANSI-A-300 (Part I)-2008 Pruning, as published by the Tree Care Industry Association, Inc. (Telephone: 1-800-733-2622, website: www.tcia.org</a>); and Best Management Practices, Tree Pruning (Revised 2008), as published by the International Society of Arboriculture (Telephone: 1-217-355-9411, website: www.isa-arbor.com). The Contractor is expected to familiar with accepted horticulture practices as defined by these guidelines. All pruning work shall be performed or directed by a certified arborist.
Pruning shall be kept to a minimum and should only be done in order to achieve the following objectives (summarized from ANSI A300 (Part 1)-2008): Pruning shall be limited to the objectives of restoration (removing dead, damaged or diseased branches), managing health, providing clearance, or risk reduction. No more than 25% of the foliage shall be removed. Excessive branch removal on the lower two-thirds of a branch of stem is to be avoided. If excessive pruning is necessary to avoid conflicts with utilities, traffic, or other site element, the arborist is to bring this to the attention of the project engineer.
Pruning equipment that damages living tissues and bark beyond the scope of normal work practices shall be avoided.
Pruning cuts shall be made according to these practices: Pruning tools shall be sharp. Pruning cuts shall remove a branch at its point of origin, close to the trunk or parent branch. It shall not cut into the branch bark ridge or branch collar or leave a stub. Branches shall never be left cut mid-branch. When pruning to a lateral, the remaining lateral branch should be large enough to assume the terminal role. The final cut should result in a flat surface with adjacent bark firmly attached. When removing a dead branch, the final cut shall be made just outside the collar of living tissue. Tree branches shall be removed in such a manner so as to avoid damage to other part of the tree or to other plants or property. Severed branches shall be removed from the crown upon completion of the pruning, at times when the tree would be left unattended, or at the end of the workday.
Wound treatments shall not be used to cover wounds or pruning cuts, except when necessary for disease, insect, or mistletoe.
Landscape pruning of existing trees will be measured by the hour, and will include the time the certified arborist is on site. The cost for the time spent in taking debris to the landfill or proper disposal site, including dumping fees will be considered incidental to the work.
Landscape pruning, measured as provided above, will be paid at the contract unit rate per hour, which includes full compensation for the work described herein.
* USE AS DIRECTED BY PIMA COUNTY DOT LANDSCAPE ARCHITECT *
(806TALL_POT, 12/3/14)
ITEM 8062011 – PLANT (15″ TALL POT) ITEM 8062012 – PLANT (30″ TALL POT)
The work under this section shall consist of furnishing and planting tall pot trees and shrubs as designated on the project plans. The work shall also include the layout and preparation of planting pits, trenches and beds, including excavating and backfilling; the delivery, storage, handling and protection of all planted and unplanted stock and other materials; amendments, all mulching, fertilizing, watering, pruning and wrapping; the cleanup of the area, application of pre-emergent herbicide; removal and disposal of grass, weeds and undesirable vegetation; application of rodent repellent or barriers; disposal of unwanted and deleterious materials; and care and maintenance all in accordance with the details shown on the project plans and the requirements of these specifications. Some tall pot plants shall not receive conventional irrigation and shall be installed using the Dry Water System, as indicated on the project plans and details. The work under this item shall also consist of furnishing all equipment, materials and labor necessary to complete the planting operation of tall pot plants, and maintain the tall pot plants during the establishment period in accordance with the project plans and the Special Provisions. The Contractor shall be responsible for the purchase, transport, and installation to include planting of tall pot plants with the Dry Water System, and doing all work required to install the tall pot plants in strict compliance with the project plans and Special Provisions.
Materials shall conform to the requirements of Section 806-2.
Construction details shall conform to the requirements of Section 806-3 of these Special Provisions.
Method of Measurement shall conform to the requirements of Section 806-4.
Basis of Payment shall conform to the requirements of Section 806-5.
806A-1
* USE FOR REIMBURSEMENT OF THE COST OF THE IRRIGATION WATER METER AND WATER SERVICE INSTALLATION FEE FROM THE WATER COMPANY PROVIDING SERVICE *
(808IRR_METER_SERVICE_FEE, 11/6/15)
ITEM 8080020 – IRRIGATION METER AND WATER SERVICE INSTALLATION FEE ALLOWANCE
The work under this item shall consist of paying the invoice for the irrigation water meter, as shown on the project plans or specified in the Special Provisions, together with the water service installation fee and all associated fees, including but not limited to the CAP Water Resource fee and the System Equity fee.
The cost of the irrigation water meter and the water service installation fee under this item will be measured by the invoiced dollar amount for the water meter(s) and water service(s) provided, as shown on the project plans, together with all associated fees, including but not limited to the CAP Water Resource fee and the System Equity fee.
The Irrigation Water Meter and Service Installation Fee, measured as provided above, will be paid for at the invoiced amount including bonding and tax, excluding any mark-up for overhead or profit.
Payment for the irrigation water meter and water service installation fee, together with all associated fees, including but not limited to the CAP Water Resource fee and the System Equity fee, will be made upon receipt of the irrigation water meter and the water service installation fee invoice from the water utility company providing service.
732A-1/1
Special Provisions Pima County DOT
Project Name Project No.
* USE WITH LANDSCAPING PROJECTS FOR SUPPLEMENTAL WATERING OF PLANTS WITHOUT AN IRRIGATION SYSTEM. *
|
808IRRIGATION_GEL, 4/7/2016
ITEM 8080051 – IRRIGATION GEL SYSTEM
The work under this item shall include furnishing, installing and maintaining an irrigation gel system as designated on the project plans and details.
The Irrigation Gel System consists of time-release water bound packets in the form of a solid gel used for the watering and establishment of plant materials. Each unit of the Supplemental Gel Irrigation System will be packaged in a (1) quart biodegradable paper carton labeled clearly with an expiration date. Ingredients are to consist of 97.85 percent potable water, two (2) percent cellulose gum and 0.15 percent aluminum sulfate. Polymer-based products are NOT acceptable watering products for arid land planting.
Construction details shall conform to the requirements of Section 806-3.08 and the Project Plans and Details. The time-release water bound packets shall be replaced when depleted or at a minimum of 90 day intervals following installment throughout the Landscape Establishment period.
|
|
The Irrigation Gel System shall be measured as a unit for eachquart of gel system installed, which includes replacement of depleted packets throughout the Landscape Establishment period, complete in place.
The accepted quantity of the Irrigation Gel System, measured as provided above, shall be paid for at the contract unit price, complete in place including all equipment, labor and materials.
808-1/1
(808MISC_LNDSC, 9/13/12) ITEM NO. 8080111 – MISCELLANEOUS LANDSCAPE WORK ALLOWANCE
The work under this item is intended to cover work added to the contract by the Engineer for miscellaneous landscape work to address field conditions and adjustments during the course of construction. Miscellaneous landscape work shall be work that was not covered by other items included in the project and shall be performed at the direction of the Engineer.
The landscape work under this item shall be completed on an extra work basis, in conformance with the provisions of Subsection 109-5.
Payment for miscellaneous landscape work will be in accordance with the provisions of Subsection 109-5.
* THIS ITEM COVERS THE WORK OUTLINED IN THE PROJECT PLANS FOR DISTURBANCES LESS THAM 1 ACRE. A SWPPP IS NOT REQUIRED AND THERE WILL BE A MINIMUM OF EROSION AND SEDIMENT CONTROL MEASURES. *
(810EROS_CON_SMALL_PROJECTS, 4/3/15) ITEM NO. 8100003 – EROSION CONTROL
Stormwater pollution prevention coverage under the ADEQ Construction General Permit No. AZG2013-001 and notification of ADEQ is not required, because there is less than 1 acre of disturbance. However, the Contractor shall be required to follow the pollutant discharge elimination practices detailed in the permit, including preservation of existing vegetation, implementation of effective erosion and sediment discharge controls and implementation of effective pollution prevention controls.
The work under this item shall include furnishing, installing, maintaining, and removing erosion control measures, as directed by the Engineer during the course of construction, as provided for in the project plans.
Materials shall conform to the requirements of Section 810-2.04.
Construction details shall conform to the requirements of Section 810-3.02 (C) and the applicable portions of 810-3.03, 810-3.04, 810-3.05, 810-3.06 and 810-3.08 that do not pertain to a Stormwater Pollution Prevention Plan (SWPPP). Placement of erosion control sediment logs or wattles shall conform to the details shown on the project plans, at the direction of the Engineer.
The work under these items shall be measured by the linear foot of Erosion Control Sediment Logs or Wattles complete in place, parallel to the central axis of the log or wattle, as listed in the bidding schedule.
The accepted quantity of Erosion Control Sediment Logs or Wattles, measured as provided above, shall be paid for at the contract unit price, complete in place including all equipment, labor and materials.
* THESE ITEMS ARE IN ADDITION TO THE WORK OUTLINED IN THE PROJECT SWPP. THEY ARE DISCRETIONARY, AT THE DIRECTION OF THE ENGINEER, AND ARE ESTIMATED AT 10%
OF THE RESPECTIVE QUANTITIES SHOWN IN THE SWPPP. *
(810LOGS_WATTLES, 3/25/15)
ITEM NO. 8100005 – SEDIMENT LOG (DISCRETIONARY) ITEM NO. 8100006 – SEDIMENT WATTLE (DISCRETIONARY)
The work under these items shall include furnishing, installing, maintaining, and removing of sediment logs and sediment wattles, as directed by the Engineer during the course of construction and not provided for in the original project SWPPP plans. This work is in addition to the work shown in the project SWPPP plans, and is solely at the discretion of the Engineer.
Materials shall conform to the requirements of Section 810-2.04.
Construction details shall conform to the requirements of Section 810-3.08, and placement of sediment logs and sediment wattles shall conform to the details shown on the project SWPPP plans, at the direction of the Engineer.
The work under these items shall be measured by the linear foot of Sediment Logs and Sediment Wattles, complete in place, parallel to the central axis of the log or wattle.
The accepted quantity of Sediment Log (Discretionary) and Sediment Wattle (Discretionary), measured as provided above, shall be paid for at the contract unit price, complete in place including all equipment, labor and materials.
Price adjustment for variation in total bid quantity per Subsections 109-3 and 109-4 of the Standard Specifications do not apply to work under these bid items.
* THIS ITEM IS IN ADDITION TO THE WORK OUTLINED IN THE PROJECT PLANS FOR DISTURBANCES LESS THAM 1 ACRE. THEY ARE TO BE IMPLEMENTED AT THE DIRECTION OF THE ENGINEER. *
(810EROS_ALLOW_SMALL_PROJ, 4/3/15) ITEM NO. 8100013 – EROSION CONTROL ALLOWANCE
The work under this item shall be at the direction of the Engineer, and shall include furnishing, all labor, equipment, and materials required for modifying, adjusting, and removing erosion control measures during the course of construction and not provided for in the original project plans. This work is in addition to the work shown in the project plans, and is solely at the discretion of the Engineer.
Materials shall conform to the requirements of Section 810-2.04.
All work under this item shall be as directed by the Engineer.
The work under this item shall be completed on an extra work basis, in conformance with the provisions of Subsection 109-5.
Payment for unforeseen additional Erosion Control Sediment Logs or Sediment Wattles will be made in accordance with the provisions of Subsection 109-5.
(905GRDRL_TERMINAL_SKT-350, 8/17/15) 9050020 GUARDRAIL TERMINAL (SKT 350)
The work under this item shall consist of furnishing all materials, equipment and labor necessary for constructing a tangent type SKT 350 guardrail terminal, as shown on the plans, including all necessary components and delineation.
Materials for the SKT 350 tangent type guardrail terminal shall conform to the requirements of the approved manufacturer drawings and specifications.
The SKT 350 tangent type guardrail terminal shall be installed in accordance with the manufacturer’s specifications and approved drawings. Prior to starting work the contractor shall submit the current version of the manufacturer’s approved drawings and installation manuals for the terminal. In case of discrepancy or conflict, the current manufacturer’s specifications and approved drawings shall govern. Manufacturer’s dimensions relative to the finished surface shall be measured along a five-foot chord.
Earthwork placement, grading, compacting and bituminous surfacing shall be completed prior to installation of posts for guardrail terminals. The contractor shall install the posts in a manner that prevents heaving or other damage to the surface material. If the Engineer determines that heaving or other damage has occurred, the contractor shall remove and replace the surface material at no additional cost to the Agency.
The X-LITE tangent type guardrail terminal shall be considered as an acceptable alternate for the SKT 350 tangent type guardrail terminal.
Delineation for the terminal shall be consistent with the direction of traffic. The contractor shall use prismatic barrier markers, L-shaped or T-shaped markers, or flexible vertical delineators on the posts shown in the table below:
Terminal Type |
Prismatic Barrier Marker Post Numbers |
Begin Reflector Tabs With Post Number |
SKT 350 or X-LITE |
2, 4, 6, 8 |
10 |
The configuration and type of reflective sheeting object markers on the approach face and departure side of the X-LITE or SKT 350 shall conform to the ADOT Standard Drawing M-34. The dimensions of the object marker decals for the approach face of the tangent type guardrail terminal shall be modified as necessary to fully cover the head configuration.
The SKT 350 guardrail terminal will be measured by the unit each, including all components and delineation required for a complete installation as shown on the plans and in the approved manufacturer’s drawings and installation manual.
The accepted quantity of SKT 350 guardrail terminals, measured as provided above, will be paid for at the contract unit price each, complete in place, including all components and delineation as required, excavation, backfill and disposal of surplus material.
* USE FOR PROJECTS THAT REQUIRE 6-INCH CONCRETE SIDEWALK FOR SIDEWALK AREAS WHERE TRAFFIC VEHICLES TRAVERSE IN LIEU OF A CONCRETE DRIVEWAY APRON. *
(908CONC_SIDEWALK, 1/15/14)
ITEM NO. 9080203 – CONCRETE SIDEWALK (6”)
The work under this item consists of furnishing all equipment, labor and materials required to construct new six-inch (6”) concrete sidewalk, at the locations shown on the plans and in accordance with the details shown on the plans and the requirements of these specifications.
Concrete shall conform to the requirements of Section 1006 for Class B f’c = 2500 psi concrete.
Materials for expansion joint filler and joint seal shall conform to the requirements of Section 1011.
At the locations shown on the project plans, the contractor shall construct new sidewalk at a minimum depth of 6 inches to the dimensions shown on the project plans and in accordance with Standard Detail 200 and the Standard Specifications.
6” Concrete Sidewalk will be measured by the square foot, calculated from the dimensions shown on the plans and adjusted by the amount of any change ordered by the Engineer.
No separate measurement will be made for forms or expansion joints, the cost being considered as included in the cost of the contract item.
The accepted quantities of 6” Concrete Sidewalk, measured as provided above, will be paid for at the contract unit price per square foot, which price shall be full compensation for the work, complete in place, including excavating, backfilling, and fine grading. No separate payment will be made for joints, the cost being considered as included in the contract item.
* USE WITH THE APPROPRIATE ITEM DESCRIPTION FOR YOUR PROPECT. FOR EXAMPLE: USE ITEM 9080501 FOR AN AVERAGE DEPTH OF FORD WALL ITEMS, OR USE ITEM 9080502 FOR A 1’x 2’ FORD WALL, ITEM 9080504 FOR A 1’x 4’ FORD WALL, ETC. CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY *
** PLEASE ELIMINATE ALL ITEMS NOT USED. **
ITEM 9080501 – CONCRETE FORD WALLS ITEM 9080502 – CONCRETE FORD WALL (1’x 2’) ITEM 9080503 – CONCRETE FORD WALL (1’x 3’) ITEM 9080504 – CONCRETE FORD WALL (1’x 4’) ITEM 9080506 – CONCRETE FORD WALL (1’x 6’) ITEM 9080508 – CONCRETE FORD WALL (1’x 8’)
(908FORD_WALLS, 1/13/15)
Work under this section shall also include furnishing all materials, tools, equipment, and labor for constructing concrete ford walls, in accordance with the locations and details indicated on the project plans and the requirements of these specifications.
Concrete shall be Class B, f’c = 2500 psi and shall conform to the requirements of Section 1006. Reinforcing steel shall conform to the requirements of Section 1003.
All other materials shall be in accordance with Arizona Department of Transportation (ADOT) Standard Drawing No. C-19.10, modified to the ford wall dimensions shown on the plans for both upstream and downstream locations.
The subgrade shall be constructed in reasonably close conformity to the lines and grades established or shown on the project plans.
Prior to placing concrete ford walls, the material on which they are to be placed shall be compacted to a depth of at least 6 inches and to a density of not less than 95 percent of the maximum density determined in accordance with the requirements of the applicable test methods of the ADOT Materials Testing Manual as directed and approved by the Engineer.
All unstable or unsuitable material shall be removed to a depth of not less than 6 inches below subgrade and replaced with material approved by the Engineer.
The contractor shall form the uppermost 12 inches of concrete ford walls. Where ford walls abut existing pavement, the pavement shall be sawcut to its full depth to provide a straight, uniform, vertical surface against which the concrete will be placed. All other requirements for forming and
finishing ford walls shall comply with those of concrete curbing, as specified in the Standard Specifications.
Concrete ford walls will be measured by the linear foot of length for each depth of concrete ford wall listed in the bidding schedule. [OR REVISE TO MEASURE BY AN AVERAGE DEPTH OF FORD WALL PER LINEAR FOOT, IF REQUIRED FOR YOUR PROJECT]
The accepted quantities of concrete ford walls, measured as provided above, will be paid for at the contract unit price per linear foot, which price shall be full compensation for the work, complete in place, including excavating, removal of unsuitable material, furnishing and installing concrete and steel reinforcement, backfill, grading, compaction, forming and finishing to the lines and grades shown on the project plans. No separate payment will be made for furnishing and installing the subsurface weep holes, burlap-wrapped aggregate drainage items and depth gauges, their cost being considered as included in the price of the related item.
908-2/2
Special Provisions Pima County DOT
Project Name Project No.
* USE FOR PROJECTS THAT REQUIRE 6″ CONCRETE BUS SHELTER AND LANDING PADS FOR BUS STOPS, WITH OR WITHOUT THE ADDITION OF CONCRETE BUS PULLOUTS. CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY *
(908CONC_BUS_SHELTER, 5/21/15) ITEM NO. 9080602 – CONCRETE BUS SHELTER PAD
The work under this item consists of furnishing all equipment, labor and materials required to construct a pavement surface using Portland cement concrete for the bus shelter and landing pads, at the locations shown on the plans and in accordance with the details shown on the plans and the requirements of these specifications.
Concrete shall conform to the requirements of Section 1006 for Class B concrete.
Materials for expansion joint filler and joint seal shall conform to the requirements of Section 1011.
The 6-inch depth concrete bus shelter and landing pad paving shall be poured separately from the concrete bus bay pavement and 4-inch depth sidewalk paving when concrete bus bays and sidewalk are included in the project plans.
Portland cement bus shelter and landing pad concrete pavement will be measured by the square
|
|
, calculated from the dimensions shown on the plans and adjusted by the amount of any change ordered by the Engineer.
No separate measurement will be made for forms or expansion joints, the cost being considered as included in the cost of the contract items.
The accepted quantities of Portland cement bus shelter and landing pad concrete pavement, measured as provided above, will be paid for at the contract unit price per square foot, which price shall be full compensation for the work, complete in place, including excavating, backfilling, and fine grading. No separate payment will be made for joints, the cost being considered as included in the contract item for Portland cement bus shelter and landing pad concrete pavement concrete pavement.
908-1/1
* USE WITH THE SPECIAL PROVISION FOR SECTION 912 (912SLOPE_PAVING) FOR CONCRETE SLOPE PAVING, CONCRETE CHANNEL LINING AND CONCRETE LINED DROP INLETS FOR PIPE CULVERTS. *
(912CONC_ CHANNEL_LINING, 1/20/15) ITEM 9120100 – CONCRETE CHANNEL LINING
The work under this item consists of furnishing all equipment, labor and materials required to construct concrete channel lining, slope paving or concrete lined drop inlets for pipe culverts at the locations shown on the plans, in accordance with the details shown on the project plans and the requirements of these specifications.
Concrete shall be Class B, f’c = 2500 psi and shall conform to the requirements of 1006. Reinforcing steel shall be Grade 40 and shall conform to the requirements of 1003.
Materials furnished for expansion joint filler shall conform to the requirements of Section 1011
Concrete channel lining or slope paving shall conform to the requirements of Section 912.
Steel reinforcement shall be as shown on the project plans and shall conform to the requirements of Section 605 and Section 912 of these Special Provisions.
Surfaces on which concrete channel lining or slope paving will be placed shall be finely graded to the lines and grades shown on the project plans or established by the Engineer. The surfaces shall be thoroughly compacted and shall be uniformly moistened so that water will not be drawn from the freshly placed concrete.
Unless otherwise shown on the plans, one-half (½) inch premolded expansion joint material, conforming to the requirements of Subsection 1011-6, shall be placed at 60 foot intervals on all concrete channel lining or slope paving. Weakened plane joints, or scoring, shall be at 15 foot intervals between expansion joints.
All expansion joint material shall extend the full depth of the concrete being placed, and shall be flush with the top of the finished surface. Expansion joint material shall be so supported, prior to placement of concrete, as to ensure tight joints. Reinforcing material shall be cut at all expansion joints.
The concrete channel lining or slope paving surfaces shall be kept continuously moist for at least seven days, beginning immediately after finishing, by means of either a water spray or fog system capable of being applied continuously, or by liquid membrane-forming compound, or by polyethylene sheeting conforming to the requirements specified in ASTM C 171. If polyethylene sheeting is used, it shall be white opaque and adjoining sheets shall overlap at least 12 inches and
the laps secured to provide an airtight and windproof joint. If liquid membrane-forming compound is used it shall be Type I conforming to the requirements of ASTM C 309 and the application rate shall be 100 square feet per gallon.
Concrete channel lining or slope paving will be measured by the square yard of exposed surface area, placed to the specified thickness. No measurement will be made of unexposed surfaces such as support slabs or joints, integral curb faces or cut-off walls.
The accepted quantities of concrete channel lining or slope paving, measured as provided above, will be paid at the contract unit price per square yard, complete in place, including excavating, backfilling, fine grading, compacting, reinforcement, joint material, dowels, connections to new and existing headwalls and wingwalls, and all labor, equipment, materials, tools, supplies and incidentals necessary for the work in conformance with the requirements of this section, the project plans, or as may be directed by the Engineer.
(913RIPRAP_HANDPL_GROUTED, 10/30/12) ITEM 9130009 – RIPRAP (HAND PLACED) (GROUTED)
The work under this item consists of furnishing all equipment, labor and materials required to construct hand placed grouted riprap in a concrete bed as a channel lining at the locations shown on the plans and in accordance with the details shown on the plans and the requirements of these specifications.
Riprap stone shall be a durable, natural stone free from clay or shale seams, cracks or other structural defects. They shall have a minimum bulk specific gravity of 2.50 when tested in accordance with Test Method AASHTO T-85. Stones shall be angular in shape and have at least one (1) broad flat surface. All stones shall vary in size from four to six inches. Color for riprap stone shall be as designated on the project plans. The Engineer must approve the material and color in writing before any rock is delivered to the job site.
Concrete shall be Class B, f’c = 2500 psi and shall conform to the requirements of 1006. The Engineer must approve any retarding agents that may be used.
Welded wire fabric shall conform to the requirements of ASTM A 975-97.
Materials furnished for expansion joint filler shall conform to the requirements of Section 1011.
The slopes and other areas to be protected shall be finely graded to the lines and grades shown on the plans prior to the placing the concrete bed. The surface shall be thoroughly compacted to a density of not less than 95 percent of the maximum density as determined in accordance with the requirements of the applicable test methods of the ADOT Materials Testing Manual, and shall be uniformly moistened so that water will not be drawn from the freshly placed concrete. After the concrete bed has been placed onto the surface, it shall be screeded to the approximate six-inch thickness.
A minimum lap of six (6) inches shall be used at all splices of the welded wire fabric. At the edge of the riprap, the wire fabric shall be not less than one (1) inch nor more than three (3) inches from the edge of the concrete and shall have no wires projecting beyond the face of the concrete bed. Wire reinforcement shall be adjusted during concrete placement to maintain its position approximately equidistant from the top and bottom surface of the slab. A rebar mat of number 4 rebars at 12 inches each way may be substituted for the weld wire fabric.
One-half (½) inch premolded expansion joint material, conforming to the requirements of Subsection 1011-6, shall be placed at 60 foot intervals. Weakened plane joints, or scoring, shall be at 15 foot intervals between expansion joints.
All expansion joint material shall extend the full depth of the concrete being placed, and shall be flush with the top of the finished surface. Expansion joint material shall be so supported, prior to placement of concrete, as to ensure tight joints. Reinforcing material shall be cut at all expansion joints.
The rock shall be hand placed, embedded in the concrete bed in a single layer, up to half the diameter of the rock, such that the rock is solidly grouted in the cement. The rock placement should have about ½” of grout all the way around each stone, and not more than 2” between rocks. Rock shall be selected as to size and shape in order to secure fairly large, flat-surfaced stone which may be laid with a true and even surface, with a minimum of voids. Rock shall be placed with the flat surface uppermost and parallel to the surface. The largest stones shall be placed near the base of the slope. The spaces between the larger rocks shall be filled with stones of a suitable size, leaving the surface smooth, reasonably tight and conforming to the slope required. Open joints shall be filled with spalls. It is critical that no more bed is placed in each pour than rock can be set and have good bonding. If the rock does not solidly bond to the bed the Contractor will be required to remove the rock and re-grout it.
Hand placed grouted riprap will be measured by the square yard of exposed surface area placed to the specified thickness as shown on the plans.
No measurement will be made of cut-off walls or toedowns which shall be considered included in the square yard unit cost of hand placed grouted riprap.
The accepted quantities of hand placed grouted riprap channel lining, measured as provided above, will be paid for at the contract unit price per square yard, which price shall be full compensation for the work, complete in place, including excavating, backfilling, fine grading, compacting, reinforcement, joint material, dowels, concrete, grout, hand placing rock, cleaning and connections to new and existing walls and wingwalls.
* USE FOR BRIDGE PROJECTS WHERE THE COUNTY IS UNDER CONTRACT WITH A THIRD PARTY TO INSTALL HANGER INSERTS AND WILL BE SEEKING COMPENSATION FOR THE WORK *
923UTILITY_BLOCK OUT, 10/26/15
ITEM 9230040 – UTILITY BLOCK OUT
The work under this bid item consists of furnishing all labor, equipment, and materials required to construct a smooth uniform opening (“block out”) thru concrete, masonry, brick, or other materials to the size and shape in accordance with the project plans and these specifications.
Refer to project plan or special provision exhibits for material requirements and specifications.
The Agency shall provide the contractor with the name and contact information of the utility company (the “Utility”) associated with each utility block out.
The contractor shall include in the written schedule of major construction activities (Subsection 108-4 of the Standard Specifications) the work task Utility Block Out and allow the Engineer and Utility 48 hours to inspect the utility block out prior to its completion.
Any deficiencies identified by the Engineer and Utility shall be corrected to their satisfaction prior to completion of the work and the contractor shall obtain written acceptance of the work from both the Engineer and Utility.
If the Utility is unable to inspect the work within the allotted timeframe and the contractor is unable to make accommodations within the project’s work schedule to allow for inspection by the Utility without incurring damages, the Agency will inspect the work for the Utility and notify the contractor and Utility of its findings.
Utility block out will be measured by the unit for each utility block out constructed.
The accepted quantities of utility block out, measured as provided above and evidenced by the contractor through written approval from both the Engineer and Utility, will be paid for at the contract unit price each, complete-in-place.
* USE FOR BRIDGE PROJECTS WHERE THE COUNTY IS UNDER CONTRACT WITH A THIRD PARTY TO INSTALL HANGER INSERTS AND WILL BE SEEKING COMPENSATION FOR THE WORK *
923UTILITY_HANGER_INSERT, 10/26/15
ITEM 9230060 – UTILITY HANGER INSERT
The work under this bid item consists of furnishing all labor, equipment, and materials required to install utility hanger inserts in accordance with the project plans and these specifications.
Refer to project plan or special provision exhibits for material requirements and specifications.
The Agency shall provide the contractor with the name and contact information of the utility company (the “Utility”) associated with each utility hanger insert.
The contractor shall include in the written schedule of major construction activities (Subsection 108-4 of the Standard Specifications) the work task Utility Hanger Inserts and allow the Engineer and Utility 48 hours to inspect the installation of the utility hanger insert prior to its completion.
Any deficiencies identified by the Engineer and Utility shall be corrected to their satisfaction prior to completion of the work and the contractor shall obtain written acceptance of the work from both the Engineer and Utility.
If the Utility is unable to inspect the work within the allotted timeframe and the contractor is unable to make accommodations within the project’s work schedule to allow for inspection by the Utility without incurring damages, the Agency shall inspect the work for the Utility and notify the contractor and Utility of its findings.
Utility hanger insert will be measured by the unit for each utility hanger insert installed.
The accepted quantities of utility hanger insert, measured as provided above and evidenced by the contractor through written approval from both the Engineer and Utility, will be paid for at the contract unit price each, complete-in-place.
* USE FOR BRIDGE PROJECTS WHERE THE COUNTY IS UNDER CONTRACT WITH A THIRD PARTY TO INSTALL HANGERS AND WILL BE SEEKING COMPENSATION FOR THE WORK *
923UTILITY_HANGER, 10/26/15
ITEM 9230080 – UTILITY HANGER
The work under this bid item consists of furnishing all labor, equipment, and materials required to assemble and install utility hangers in accordance with the project plans and these specifications.
Refer to the project plan or special provision exhibits for material requirements and specifications.
The Agency shall provide the contractor with the name and contact information of the utility company (the “Utility”) associated with each utility hanger.
The contractor shall include in the written schedule of major construction activities (Subsection 108-4 of the Standard Specifications) the work task Utility Hanger Installation and allow the Engineer and Utility 48 hours to inspect the assembly and installation of the utility hangers.
Any deficiencies identified by the Engineer and Utility shall be corrected to their satisfaction prior to completion of the work and the contractor shall obtain written acceptance of the work from both the Engineer and Utility.
If the Utility is unable to inspect the work within the allotted timeframe and the contractor is unable to make accommodations within the project’s work schedule to allow for inspection by the Utility without incurring damages, the Agency shall inspect the work for the Utility and notify the contractor and Utility of its findings.
Hanger insert will be measured by the unit for each utility hanger assembled and installed.
The accepted quantities of utility hanger, measured as provided above and evidenced by the contractor through written approval from both the Engineer and the Utility, will be paid for at the contract unit price each, complete-in-place.
* USE ON ALL FEDERAL AID PROJECTS WITH TRAINING HOURS. USE ITEM 9240002 – PROVIDE ON-THE-JOB TRAINING, AND BID ON AN HOURLY BASIS @ $0.80 PER HOUR. *
** ENTER NUMBER OF TRAINEES AND NUMBER OF HOURS IN THE FIRST PARAGRAPH OF SUBSECTION 1.01 **
(924FHWA_TRN, 10/21/11)
ITEM 9240002 – PROVIDE ON-THE-JOB TRAINING
The contractor shall provide on-the-job training aimed at developing full journeymen in the types of trade or job classification involved in the project.
1.01 Number of Trainees. The number of trainees to be trained on this project shall be at least
, and the required number of training hours is </span>; however, the contractor shall make every possible effort to provide additional trainees with training and shall see that all trainees are afforded every opportunity to participate in as much training as is practically possible to provide. Due to turnover and attrition of trainees in any one trainee slot, it is expected that continuous trainee replacements may be necessary during the contract work period.
In the event that a contractor subcontracts a portion of the contract work, he shall determine how many, if any, of the trainees are to be trained by the subcontractor, provided, however, that the contractor shall retain the primary responsibility for meeting the training requirements imposed by this special provision. The contractor shall also insure that this training special provision is made applicable to such subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training.
The number of trainees shall be distributed among the work classifications on the basis of the contractor’s needs and the availability of journeymen in the various classifications within a reasonable area of recruitment. Prior to commencing construction, the contractor shall submit to the Agency for approval the number of trainees to be trained in each selected classification and training program to be used. Furthermore, the contractor shall specify the starting time for training in each of the classifications. The contractor will be credited for each trainee employed by him on the contract work who is currently enrolled or becomes enrolled in an approved program and will be reimbursed for such trainees as provided hereinafter.
1.02 Training Requirements. Training and upgrading of minorities and women toward journeyman status is a primary objective of this Training Special Provision. Accordingly, the contractor shall make every effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent that such persons are available within a reasonable area of recruitment. The contractor will be responsible for demonstrating the steps that he has taken in pursuance thereof, prior to a determination as to whether the contractor is in compliance with this Training Special Provision. This training commitment is not intended, and shall not be used, to discriminate against any applicant for training, whether a member of a minority group or not.
No employee shall be employed as a trainee in any classification in which he has successfully completed a training course leading to journeyman status or in which he has been employed as a journeyman. The contractor shall satisfy this requirement by including appropriate questions in the employee application or by other suitable means. Regardless of the method used, the contractor’s records shall document the findings in each case.
The minimum length and type of training for each classification will be as established in the training program selected by the contractor and approved by the Agency, ADOT and the Federal Highway Administration. The Agency, ADOT and the Federal Highway Administration Agency, ADOT and the Federal Highway Administration will approve a program if it is reasonably calculated to meet the equal employment opportunity obligations of the contractor and to qualify the average trainee for journeyman status in the classification concerned by the end of the training period. Furthermore, Apprenticeship programs registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau and training programs approved but not necessarily sponsored by the U.S. Department of Labor, Bureau of Apprenticeship and Training will also be considered acceptable provided they are being administered in a manner consistent with the equal employment obligations of Federal-aid highway construction contracts. Specifically, union apprenticeship programs and Associated Builders and Contractor’s apprenticeship programs may be used. Additionally, in-house training programs may be approved on a case-by-case basis. Approval or acceptance of a training program shall be obtained from the Agency prior to commencing work on the classification covered by the program. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk-typists or secretarial-type positions. Training may be permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Acceptance of training in such lower level management positions shall be on a case-by-case basis, and approval shall be obtained from the Agency prior to commencing work. Training in the laborer classification may be permitted provided that significant and meaningful training is provided and approved by the Federal Highway Administration. Some off site training is permissible as long as the training is an integral part of an approved training program and does not comprise a significant part of the overall training.
Except as otherwise noted below, the contractor will be reimbursed 80 cents per hour of training given an employee on this contract in accordance with an approved training program. As approved by the engineer, reimbursement will be made for training persons in excess of the number specified herein. This reimbursement will be made even though the contractor receives additional training program funds from other sources, provided such other source does not specifically prohibit the contractor from receiving other reimbursement. Reimbursement for off site training indicated above may only be made to the contractor where he contributes to the cost of the training, provides the instruction to the trainee or pays the trainee’s wages during the off site training period.
No payment will be made to the contractor if either the failure to provide the required training, or the failure to hire the trainee as a journeyman, is caused by the contractor and evidences a lack of good faith on the part of the contractor in meeting the requirements of this Training Special
Provision. It is normally expected that a trainee will begin his training on the project as soon as feasible after start of work utilizing the skill involved and remain on the project as long as training opportunities exist in his work classification or until he has completed his training program. However, when such training opportunities are suspended or interrupted under the contract which the trainee was designated, the contractor may continue training under other Agency contracts regardless of their funding, except that no reimbursement for such training shall be made on non-federal aid contracts, under this training special provision. It is not required that all trainees be on board for the entire length of the contract. A contractor will have fulfilled his responsibilities under this Training Special Provision if he has provided acceptable training to the number of trainees specified. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period.
Trainees will be paid at least 60 percent of the appropriate minimum journeyman’s rate specified in the contract for the first half of the training period, 75 percent for the third quarter of the training period, and 90 percent of the last quarter of the training period, unless apprentices or trainees in an approved existing program are enrolled as trainees on this project. In that case, the appropriate rates approved by the Departments of Labor or Transportation in connection with the existing program will apply to all trainees being trained for the same classification who are covered by this Training Special Provision.
The contractor shall furnish the trainee a copy of the program he will follow in providing the training. The contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed.
1.03 Reports. The contractor shall provide for the maintenance of records and furnish periodic reports documenting his performance under this Special Provision.
The contractor shall submit a weekly training report to the Engineer. The report shall be prepared on forms obtained from the Pima County Department of Transportation, Field Engineering Division, 1313 South Mission Road, Tucson, Arizona 85713.
1.04 Preconstruction Conference. At the preconstruction conference, the contractor shall submit a schedule which will indicate each trainee’s name, social security number, sex, race/ethnicity, the program in which the trainee is enrolled, the approximate number of hours each trainee will be trained in each phase of the work, the crafts to which the trainee belong and the estimated period of time that they will be employed as trainees. A supplemental schedule shall be submitted to the Engineer when a revision in the original schedule is necessary. At the time each trainee is scheduled to begin work, the contractor shall submit to the Engineer each trainee’s name, social security number, sex, race/ethnicity. The contractor must also submit proof tbat the trainee is enrolled in an approved training program.
At the conclusion of the project or at the end of each calendar year for multi-year projects, the contractor must submit to the ADOT Affirmative Action Office and to the Agency, the same information described hereinbefore for each trainee that worked on the project. Additionally, the contractor must indicate if the trainee graduated from the program, was terminated due to cause, or was transferred to another project to continue his/her training.
If, at the preconstruction conference, the contractor does not provide a schedule containing the specified information, the Engineer will notify the contractor of the infraction. Failure to provide the schedule within 15 calendar days from the date of notification shall be considered as willful non-compliance. The Engineer will cause to be withheld from the contractor’s monthly payments additional retainage in the amounts specified below. The amount withheld from the monthly payment shall be held until an acceptable schedule or supplemental schedule has been submitted.
The Engineer will monitor the use of trainees based ion the contractor’s schedule, supplemental schedules, and weekly training report. If the use of trainees is not in conformance with the schedule or supplemental information, the Engineer will cause to be withheld form the contractor’s monthly payments additional retainage in the amounts specified below.
Conformance with the schedule will be considered acceptable when the cumulative number of trainee hours earned to date under bid item 9240002 Provide On-The-Job Training is at least 90 percent of that shown on the bidding schedule, for the work performed to date.
Provide On-The-Job Training will be measured by the hour.
Except as otherwise noted below, the contractor will be reimbursed 80 cents per hour of training given an employee on this contract in accordance with an approved training program. As approved by the engineer, reimbursement will be made for training persons in excess of the number specified herein. This reimbursement will be made even though the contractor receives additional training program funds from other sources, provided such other source does not specifically prohibit the contractor from receiving other reimbursement. Reimbursement for off site training indicated above may only be made to the contractor where he contributes to the cost of the training, provides the instruction to the trainee or pays the trainee’s wages during the off site training period.
No payment will be made to the contractor if either the failure to provide the required training, or the failure to hire the trainee as a journeyman, is caused by the contractor and evidences a lack of good faith on the part of the contractor in meeting the requirements of this Training Special Provision. It is normally expected that a trainee will begin his training on the project as soon as feasible after start of work utilizing the skill involved and remain on the project as long as training opportunities exist in his work classification or until he has completed his training program. However, when such training opportunities are suspended or interrupted under the contract which the trainee was designated, the contractor may continue training under other ADOT contracts regardless of their funding, except that no reimbursement for such training shall be made on non-federal aid contracts, under this training special provision. It is not required that all trainees be on board for the entire length of the contract. A contractor will have fulfilled his responsibilities under this Training Special Provision if he has provided acceptable training to the number of trainees specified. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period.
Trainees will be paid at least 60 percent of the appropriate minimum journeyman’s rate specified in the contract for the first half of the training period, 75 percent for the third quarter of the training period, and 90 percent of the last quarter of the training period, unless apprentices or trainees in an approved existing program are enrolled as trainees on this project. In that case, the appropriate rates approved by the Departments of Labor or Transportation in connection with the existing program will apply to all trainees being trained for the same classification who are covered by this Training Special Provision.
The contractor shall furnish the trainee a copy of the program he will follow in providing the training. The contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed.
The contractor shall provide for the maintenance of records and furnish periodic reports documenting his performance under this Training Special Provision.
The contractor shall submit a weekly training report to the Engineer. The report shall be prepared on forms obtained from the Pima County Department of Transportation, Field Engineering Division, 1313 South Mission Road, Tucson, Arizona 85713.
At the preconstruction conference, the contractor shall submit a schedule which will indicate each trainee’s name, sex, race/ethnicity, the program in which the trainee is enrolled, the approximate number of hours each trainee will be trained in each phase of the work, the crafts to which the trainees belong and the estimated period of time that they will be employed as trainees. A supplemental schedule shall be submitted to the Engineer when a revision in the original schedule is necessary. At the time each trainee is scheduled to begin work, the contractor shall submit to the Engineer each trainee’s name, sex, and race/ethnicity. The contractor must also submit proof that the trainee is enrolled in an approved training program.
At the conclusion of the project or at the end of each calendar year for multi-year projects, the contractor must submit to the Affirmative Action Office and to the project office, the same information described hereinbefore for each trainee that worked on the project. Additionally, the contractor must indicate if the trainee graduated from the program, was terminated due to cause, or was transferred to another project to continue his/her training.
If, at the preconstruction conference, the contractor does not provide a schedule containing the specified information, the Engineer will notify the contractor of the infraction. Failure to provide the schedule within 15 calendar days from the date of notification shall be considered as willful non-compliance. The Engineer will cause to be withheld from the contractor’s monthly payments additional retain age in the amounts specified below. The amount withheld from the monthly payment shall be held until an acceptable schedule or supplemental schedule has been submitted.
The Engineer will monitor the use of trainees based on the contractor’s schedule, supplemental schedules, and weekly training report. If the use of trainees is not in conformance with the schedule or supplemental information, the Engineer will cause to be withheld from the contractor’s monthly payments additional retain age in the amounts specified below. Conformance with the schedule will be considered acceptable when the cumulative number of trainee hours earned to date under the Item 9240002 – Provide On-The-Job Training is at least 90 percent of that shown on the schedule, for the work performed to date.
5.01 Additional Retainage:
First and Second monthly payments following infraction: $1,000.00 each month. Third monthly payment and thereafter: $5,000.00 each month.
The amount withheld from the monthly payment shall be held until an acceptable schedule or supplemental schedule has been submitted and until conformance with the schedule has been determined.
If, at the completion of the contract, the Agency is holding additional retainage in accordance with this specification, the retainage will become the property of the Agency, not as penalty but as liquidated damages.
* USE FOR THE RESETTING OF MISSING OR DAMAGED PROPERTY CORNER MONUMENTS, AT THE DIRECTION OF THE ENGINEER *
(925RESET_MONUMENT, 11/16/15) ITEM NO. 9250100 – RESET PROPERTY CORNER MONUMENT
The work under this item consists of furnishing all equipment, labor and materials required to reset or re-establish property corner monuments, at the locations shown on the plans or at the direction of the Engineer, in accordance with the details shown on the plans and the requirements of these specifications. The location of reset or re-established property corner monuments shall be established by and the work shall be performed under the direction of a Registered Land Surveyor registered in the State of Arizona and employed by the contractor.
Property Corner Monuments shall be as defined by the Arizona Boundary Survey Minimum Standards as adopted by the State of Arizona Board of Technical Registration.
Property Corner Monuments shall be located and set in conformance with the Arizona Boundary Survey Minimum Standards as adopted by the State of Arizona Board of Technical Registration.
Property Corner Monuments shall be installed by the contractor at the locations established by a Land Surveyor, registered in the State of Arizona. Installation shall be in accordance with Arizona Boundary Survey Minimum Standards as adopted by the State of Arizona Board of Technical Registration. The Registered Land Surveyor shall affix to or clearly mark into the body or the monument their registration number as defined in the Arizona Boundary Survey Minimum Standards as adopted by the State of Arizona Board of Technical Registration.
A Corner Recordation document shall be prepared by the contractor’s surveyor, of monuments that are re-established. A copy of the Corner Recordation documentation shall be submitted to the Engineer within ten working days of completion of the project, for review by the Pima County DOT Survey office. Upon acknowledgment of acceptance by the Pima County DOT Survey office, the contractor shall have the Corner Documentation recorded at the appropriate county recorder’s office and notify the Engineer of such recordation.
Reset or re-established property corner monuments will be measured for payment as a unit, complete in place, for each property corner monument reset, as specified in the project plans and as noted on the bidding schedule.
The accepted quantities of reset property corner monuments, measured as provided above, will be paid for at the contract unit price indicated in the bidding schedule, and will be considered as compensation in full for the item, complete in place, including excavation, concrete base, backfill, brass marker, services of a Registered Land Surveyor, including preparation and recording of all required Records of Survey, and all labor, equipment, tools, supplies and incidentals necessary for the work, in conformance with the requirements of this item of work, the project plans or as may be directed by the Engineer.
* USE IN CONJUNCTION WITH STORED SPEC 109FA_ ALLOWANCE. INCLUDE ITEM 9300100- INCIDENTAL ITEMS ALLOWANCE IN ORDER TO ESTABLISH A CONTINGENCY ACCOUNT FOR MISCELLANEOUS UNFORESEEN EXTRA WORK *
(930INCIDENTAL_ITEMS_ALLOWANCE, 9/13/12) ITEM 9300100 – INCIDENTAL ITEMS ALLOWANCE
The work under this section is intended to cover miscellaneous work added to the contract by the Engineer during the course of construction. Miscellaneous work shall be work that was not covered by other items included in the project.
All work under this item shall be as directed by the Engineer.
The work under this item shall be completed on an extra work basis, in conformance with the provisions of Subsection 109-5.
Payment for incidental items of work will be made in accordance with the provisions of Subsection 109-5.
* INTENDED FOR PROJECTS WITH TRAFFIC EQUIPMENT SUCH AS SIGNALS, LIGHTING AND ITS EQUIPMENT, WHERE TRAFFIC ENGINEERING WISHES TO HAVE AS-BUILTS PREPARED BY THE CONTRACTOR.*
(930MISC_AS-BUILTS, 9/25/14)
ITEM 9300113 – MISCELLANEOUS WORK 3
The contractor shall provide “redline” as-built drawings of all installed electrical equipment on the project plan sheets of completed electrical system work items that have received partial acceptance, in accordance with Subsection 105-17.01 of the Standard Specifications. The as- built drawings shall be submitted on a monthly basis. All measurements made for dimensioning shall be to the nearest 0.1 feet. All as-built drawings shall be 22″ x 34″ in size with red ink used to indicate dimensions or electrical items that are not as shown on the original plan sheets. As- built drawings shall be made in such a manner that clear and legible copies can be made. The As-Built drawings shall include all accumulated work that is performed from start of project up to and including the current monthly estimate duration.
The contractor shall determine the as-built location for all lighting pull boxes based on station, offset from edge of pavement, mile post, and differential GPS measured latitude and longitude. These values shall be recorded on the appropriate schedules provided in the plans. Distance from pull box to pull box, and/or pull box to foundation shall be dimensioned. Loop detectors shall be dimensioned from edge of roadway to center of loop with station number at the front of the loop. Loop tail conduits should be dimensioned from pull box to end of conduit showing length and direction.
Underground conduit shall be dimensioned from edge of roadway, starting and ending point station number.
All pull boxes and foundations shall indicate station number and offset from edge of roadway. Distance from pull box to pull box (along FMS conduit, traffic signal and lighting conduit runs), and/or pull box to foundation shall be dimensioned. Loop detectors shall be dimensioned from edge of roadway to center of loop with station number at front of loop. Homerun conduits should be dimensioned from pull box showing length and direction.
All fiber distance markings at the ingress and egress of pull boxes and equipment cabinets shall be recorded in a table that references the pull boxes. Included in this table shall be the sequential distance markings of all cables entering and exiting each splice closure and the termination in the field equipment.
Any changes to any diagram or detail in the Plans (i.e. communication block diagram, fiber splice details) shall be documented in the as-builts.
The contractor shall attach a five character decal 42 inches above the base-plate at 45 degrees in the direction of oncoming traffic. The number represents the maintenance unit device. Each electrical cabinet, signal and lighting pole, and sign structure shall receive a maintenance unit number. The pole schedule in the plans will contain a column to indicate the number/letter combination that will be installed on each specific electrical device. The
supervisor at Pima County DOT traffic operations will provide the numbers for the column at the pre-construction meeting. The contractor shall not install any decal until the device has been installed in its final configuration and inspected and approved by the project electrical inspector. Any existing device that is relocated will require a new device number as indicated on the plans or as provided by Pima County DOT Electrical Operations.
The decals will be provided by the Pima County DOT Electrical Warehouse. Pickup of decals by the contractor can be arranged by contacting the Pima County DOT Electrical Inspector.
Plan sheet conductor and pole schedule shall reflect any changes made, such as phase number, number of conductors, size of conductors, circuit number, type of signal head or mount or maintenance unit number.
Five complete sets of as-built electrical plan sheets consisting of two full size sets and three half size sets shall be submitted to the Engineer prior to final acceptance of electrical equipment on the entire project. Distribution of as-built drawings shall as follows:
Final acceptance of all electrical work in accordance with Subsection 105-17.04 of the Standard Specifications will not be made until the complete sets of electrical as-built plans sheets have been submitted and approved by the Engineer.
Miscellaneous Work (Electrical As-Built Drawings) will be measured on a lump sum basis for the preparation of “red-lined” drawings of electrical system work completed and maintenance unit numbers installed.
Miscellaneous Work (Electrical As-Built Drawings), measured as provided above, will be paid at the contract lump sum price and shall be full compensation for the work described herein.
No separate measurement or direct payment will be made for the final completed two full size and three half size electrical plan sets, or the distribution of those sets as described herein, the cost being considered as included in the cost of the as-built drawings.
* INTENDED FOR PROJECTS WHICH HAVE ABANDONED UTILITIES BURIED ≥6’ WHICH HAVE NOT BEEN REMOVED BY THE UTILITY. LIST THE CONTACT INFORMATION FOR ALL UTILITY COMPANIES WITHIN THE AFFECTED AREA. DO NOT USE UNLESS DIRECTED BY THE PCDOT UTILITY COORDINATOR OR FIELD ENGINEERING. *
(930MISC_UTIL_ REMOVE ≥ 6’, 3/18/11)
ITEM 9300116 – MISCELLANEOUS WORK 6
The work under this item shall include all labor and equipment to remove underground utilities, buried 6 feet or greater, as shown on the plans to be removed, and underground utilities that are no longer in service and have not been previously removed by utility companies that are directed to be removed by the Engineer. The Contractor shall remove the pipe, conduit and/or direct bury cable, and store the material at a location on-site for the utility company to pick up for disposal. The contractor shall be responsible for contacting the individual companies at the phone numbers listed below. The Contractor shall keep a log of the linear feet of utility removed for each individual utility company. The following companies may have facilities that require removal:
Owner |
Contact |
Phone Number |
|
|
|
|
|
|
|
|
|
|
|
|
The Contractor shall be responsible for the proper removal and storage of existing pipe, conduit, and/or cable. Storage locations shall be determined by the engineer. Material removed shall be kept separate to facilitate removal from the site by each utility company. If pipe or conduit is removed by separate trench operation, the trench shall be backfilled with in situ material and compacted per the requirements of Section 203 of the Standard Specifications.
Removal of underground utilities, buried 6 feet or greater shall be measured by the linear foot of pipe, conduit and/or direct bury cable. No separate measurement shall be made for cable within conduit. Removal of a bank or bundle of conduits shall be measure by the linear foot of bank or bundle and not by the linear foot of each individual conduit.
The accepted quantities of Removal of underground utilities, buried 6 feet or greater, measured as provided above, will be paid for at the contract unit price per linear foot of utility removed, including excavation and backfill, coordination with utilities, and storage of materials. Concrete
encasement removal will be paid for under Section 109-5.
* INTENDED FOR PROJECTS WHICH HAVE ABANDONED UTILITIES BURIED <6’ WHICH HAVE NOT BEEN REMOVED BY THE UTILITY. LIST THE CONTACT INFORMATION FOR ALL UTILITY COMPANIES WITHIN THE AFFECTED AREA. DO NOT USE UNLESS DIRECTED BY THE PCDOT UTILITY COORDINATOR OR FIELD ENGINEERING. *
(930MISC_UTIL_REMOVALS< 6’, 3/18/11)
ITEM 9300120 – MISCELLANEOUS WORK 10
The work under this item shall include all labor and equipment to remove underground utilities, buried less than 6 feet, as shown on the plans to be removed, and underground utilities that are no longer in service and have not been previously removed by utility companies that are directed to be removed by the Engineer. The Contractor shall remove the pipe, conduit and/or cable, and store the material at a location on-site for the utility company to pick up for disposal. The Contractor shall be responsible for contacting the individual companies at the phone numbers listed below. The Contractor shall keep a log of the linear feet of utility removed for each individual utility company. The following companies may have facilities that require removal:
Owner |
Contact |
Phone Number |
|
|
|
|
|
|
|
|
|
The Contractor shall be responsible for the proper removal and storage of existing pipe, conduit, and/or cable. Storage locations shall be determined by the Engineer. Material removed shall be kept separate to facilitate removal from the site by each utility company. If pipe or conduit is removed by separate trench operation, the trench shall be backfilled with in situ material and compacted per the requirements of Section 203 of the Standard Specifications.
Removal of underground utilities, buried less than 6 feet shall be measured by the linear foot of pipe, conduit and/or direct bury cable. No separate measurement shall be made for cable within conduit. Removal of a bank or bundle of conduits shall be measure by the linear foot of bank or bundle and not by the linear foot of each individual conduit.
The accepted quantities of removal of underground utilities, buried less than 6 feet, measured as provided above, will be paid for at the contract unit price per linear foot of utility removed, including excavation and backfill, coordination with utilities, and storage of materials. Concrete encasement removal will be paid for under Section 109-5.
* USE IN CONJUNCTION WITH THE STORED SPEC FOR SECTION 107-09 FOR THE PURPOSE OF ESTABLISHING AN ACCOUNT FROM WHICH THE CONTRACTOR SHALL BE REIMBURSED FOR ALL SUCH PAYMENTS FOR RAILROAD FLAGERS THAT ARE CHARGED BY THE RAILROAD FOR CONTRACT-RELATED CONSTRUCTION OPERATIONS *
(930RAILROAD_FLAGGERS, 10/24/12) ITEM 9300310 – RAILROAD PERSONNEL, PROTECTIVE DEVICES AND PRIVATE
CROSSINGS ALLOWANCE is hereby added to the Standard Specifications:
As described in Section 107-9 Railroad Provisions, the Railroad will provide personnel or protective services to protect its facilities and movements of trains or engines as it deems necessary. In general, the Railroad will provide such personnel or protective devices:
The Contractor shall pay for the costs of all personnel or protective services that are deemed necessary and furnished by the Railroad to ensure the safety of Railroad operations. Compensation for railroad inspection fees shall also be included in this item of work.
Item No. 9300310 – Railroad Personnel, Protective Devices and Private Crossings Allowance is included in the Bidding Schedule for the purpose of establishing an account from which the Contractor shall be reimbursed for all such payments that, in the opinion of the Engineer, are charged by the Railroad for contract-related construction operations. Reimbursement will be only the exact amount paid to the Railroad, plus five percent supplemental markup for overhead and profit, plus any applicable bond and tax
For clarification, this extra work item is intended to cover only the costs of providing Railroad flagging personnel and other costs incurred by the Railroad for providing all personnel and protective services deemed necessary and furnished by the railroad to ensure the safety of railroad operations during construction. The Railroad will provide personnel or protective services to protect its facilities and movements of trains or engines as it deems necessary.
The costs of the following items of work are not compensated to the Contractor under Item No. 9300310, and are considered incidental to their respective items of work:
Costs associated with Contractor’s Right of Entry Agreement; bridge demolition, removal and reconstruction plans; shoring, netting as well as other track protective devices that will be required by the Union Pacific Railroad Company; and any Contractor’s proposed plans for track crossings.
* COLORS FOR POST & CABLE BARRIERS SHALL BE DETERMINED FOR EACH PROJECT, UNLESS THE STANDARD COLOR OF THE FINISH COAT SIMILAR TO SHERWIN WILLIAMS INDUSTRIAL MAINTENANCE COATINGS MC-37 SIENNA IS SPECIFIED *
(933POST&CABLE, 5/3/11)
ITEM 9330005 – POST AND CABLE
The work under this item consists of all labor, equipment and materials required to construct post and cable fencing as shown on the project plans..
Concrete shall be Class B, f’c = 2500 psi and shall conform to the requirements of 1006. Reinforcing steel shall conform to the requirements of Section 1003.
Posts, corners and end panels shall be Schedule 40 black steel pipe. All posts shall be fitted with a post cap to exclude moisture. Caps shall be constructed of malleable steel with galvanized steel finish. Post caps shall be tack welded to the post or secured in a manner acceptable to the Engineer.
Cable shall be ½” diameter, 6 x 12 galvanized steel cable. Cable clamps shall be galvanized steel “U” clamps with 2 bolts. Size shall be appropriate for the securing of two strands of ½” cable.
Post and cable fencing shall be painted in accordance with subsection 933-3.03, Painting of the Standard Specifications. The finish color shall be xxx , or approved equal.
Footings, posts, corners and end panels shall be installed in accordance with the details shown on the project plans and standard details. Rails shall be notched to provide continuous butt joints between rail and posts. All joints shall be welded and continuous, and ground smooth. Post caps shall be tack welded to the post or secured in a manner acceptable to the Engineer.
Cable shall be installed in accordance with the details shown on the project plans and standard details, and tension to provide a sag of not more than 4” when cable is loaded between the posts. Wrap cable around terminal posts and secure with three (3) cable clamps. Cable shall be terminated at end/corner posts only. Splicing of cable between end/corner posts is prohibited.
The Contractor shall guarantee post and cable barrier to be free from defects in materials and workmanship for a period of two years, and a written guarantee shall be submitted to the Engineer prior to final acceptance.
Post and cable fencing will be measured by the linear foot.
The accepted quantity of post and cable fencing, measured as provided above, will be paid for at the contract unit price indicated in the bidding schedule including posts, post holes, concrete ends and corner supports, cables, cable ties, and appurtenances for the post and cable access gate, and will be considered compensation, in full, for all work complete in place, including labor, equipment, materials, tools, supplies and incidentals necessary to complete the work in conformance with the requirements herein, the project plans, Special Provisions or as may be directed by the Engineer.
No separate payment will be made for excavation, concrete foundations, painting, or other miscellaneous items required to construct post and cable fencing, the cost of which are considered as incidental to and included in the payment for contract items in the bidding schedule to which this work is associated.
(1005BITMAT, 12/5/14) SECTION 1005 – BITUMINOUS MATERIALS FOR SURFACING
1005-3 BITUMINOUS MATERIAL REQUIREMENTS
1005-3.01 Asphalt Cement of the Standard Specifications is modified to add:
Asphalt cement shall be performance grade (PG 70-10) asphalt binder conforming to the requirements of AASHTO Provisional Standard MP1. The pressure aging temperature shall be 110º C.
* USE IN CONJUNCTION WITH ITEM 4060500 – ASPHALTIC CONCRETE (TERMINAL MIX), AND COMBINE WITH STORED SPEC 406TERMINAL_MIX. *
(1005TERMINAL_MIX, 12/10/14) SECTION 1005 – BITUMINOUS MATERIALS FOR SURFACING
1005-3 BITUMINOUS MATERIAL REQUIREMENTS
1005-3.01 Asphalt Cement of the Standard Specifications is modified to add:
If PG 70-22 TR+ asphalt binder is used, it shall conform to the requirements of Table 1005-1a.
TABLE 1005-1a: PG 70-22 TR+ ASPHALT BINDER is hereby added to the Standard Specifications.
TABLE 1005-1a PG 70-22 TR+ ASPHALT BINDER |
||||
Test Property |
Test Method |
Requirement |
Test Result |
Percent of Contract Unit Price Allowed |
Solubility in Trichloroethylene, %, minimum |
ASTM D 2042 |
97.5 |
—— |
—— |
Softening Point, ° C, minimum |
AASHTO T 53 |
54 |
≥ 54 51 – 53 < 51 |
100 85 70 (1) |
Elastic Recovery, @ 10 °C, %, minimum |
AASHTO T 301 |
55 |
≥ 55 50 – 54 < 50 |
100 85 70 (1) |
Phase Angle (d), @ 70 °C @ 10 rad/sec, degrees, maximum |
AASHTO T 315 |
75 |
≤ 75 76 – 83 > 83 |
100 85 65 (1) |
(1) Reject Status: The pay adjustment applies if allowed to remain in place. |
||||
Notes:
|
* USE IN CONJUNCTION WITH SECTIONS 601 AND 1006 ON BRIDGE PROJECTS UTILIZING CLASS X CONCRETE FOR BRIDGE DECKS. CURRENT REVISIONS ARE HIGHLIGHTED FOR INFORMATION ONLY *
(1006CLASS_X_CONC, 11/16/15)
SECTION 1006 – PORTLAND CEMENT CONCRETE 1006-2 MATERIALS
1006 – 2.03 Aggregates
(B) Fine Aggregate under the fourth paragraph, and (C) Coarse Aggregate under the second paragraph, replace the individual Fine and Coarse Aggregate gradation requirements with the following:
Aggregates for the 4500 psi bridge deck Class “X” concrete shall be combined to meet the trapezoid target area on the Combined Aggregates Relationship Chart as determined by the “Shilstone” procedure for performance based concrete mixtures, see Chart No. 1.
Aggregate grading shall follow the trend on the 0.45 Power Curve without major deviations. Nominal maximum aggregate size shall be 1”.
The following is an Example of a gradation that satisfies the Shilstone Combined Aggregates:
Sieve Size: |
Percent Passing: |
1½” |
100 |
1″ |
96 |
¾” |
84 |
½” |
71 |
⅜” |
60 |
¼” |
– |
#4 |
42 |
#8 |
33 |
#16 |
25 |
#30 |
17 |
#50 |
8 |
#100 |
2 |
#200 |
0.5 |
A copy of the design procedure and design form is included.
Quality Control – The concrete producer shall maintain a continuing quality control program, including aggregate testing, and making adjustments in proportions where required to meet the Mixture Design requirements.
If the concrete producer has any questions concerning this Special Provision, please contact the Pima County Department of Transportation Materials Lab, located in the Field Engineering Division, 1313 South Mission Road, Tucson, AZ 85713 at (520) 724-2339.
1006-3 DESIGN OF MIXTURES
1006-3.01 Design Criteria of the Standard Specifications is modified to add:
For Class X concrete, the slump shall be 4.0” ±1”. A maximum of 20% of the required weight of Portland cement may be replaced with a fly ash admixture. The maximum water/cementitious material (W/CM) ratio shall be 0.45.
Table 1006-1 of the Standard Specifications is revised to read:
TABLE 1006-1 |
||
CONCRETE CLASS |
Minimum 28-Day Compressive Strength Required: (psi) |
Hydraulic Cement Content: Pounds per Cu. Yd. (Minimum – Maximum) |
S |
3,000 (minimum) |
564 – 752 |
B |
2,500 |
517 – 658 |
X |
4,500 |
517 – 658 |
1006-3.02 Design Procedures of the Standard Specifications is modified to read:
At least six weeks prior to the placement of the bridge deck(s), the Contractor shall furnish a mix design for the 4500 psi bridge deck Class X concrete for review and approval. The design should include the following additional information: composite and individual grading, Combined Aggregates Relationships Chart, 0.45 Power Grading Chart, and the Percent Aggregate Retained Chart.
The Engineer shall be solely responsible for determining if the proposed mix is acceptable for the intended purpose.
1006-6 CURING CONCRETE
1006-6.01 (E) Curing Bridge Deck of the Standard Specifications is modified to add the following to the end of the 2nd paragraph:
The water curing period shall be continued for a period of not less than ten (10) days.
CONCRETE MIXTURE DESIGN
Trapezoid Target
CHART NO. 1
CONCRETE MIX ANALYSIS
Worksheet
These charts help evaluate concrete mixture proportions. Instead of using the traditional division of “coarse” and “fine” aggregate at the #4 sieve, aggregates are classified in three sizes. The coarse particles (“Q”) are those retained on the 3/8” sieve. The “intermediate” particles (“I”) pass the 3/8” sieve but are retained on the #8 sieve. The fine aggregate (“W”) passes the #8 sieve.
The Percent Aggregate Retained Chart shows the particle distribution by sieve. Cubically crushed and gravel particles should be well distributed with a high incidence in the intermediate range. They reduce water demand and improve mobility. Avoid peaks (in “Q” & “W”) and valleys (in “I”) unless the intermediate particles are slivered. If slivers, the “I” becomes “Interference” and leads to mobility problems.
The Optimum Aggregate Chart shows the relationship between the two coarser fractions and the fine fraction. The Coarseness Factor is the percent of all aggregate retained on the #8 sieve (“Q” & “I”) that is also retained on the 3/8” sieve (“Q”). The Workability Factor is the percent of all aggregate passing the #8 sieve (“W”). It should be adjusted for cementitious materials at the rate of 2.5% per US bag (94#) more or less that 6 US bags of cement. Mixes plotted at the top of the trend bar are generally excellent for paving and those placed by chute or bottom-drop bucket in an open space. General use concrete should be 3 to 5 points above trend bar. Mixtures in the “Sandy” area generally have wide strength variations, are difficult to finish, and exhibit a high incidence of crazing and cracking.
The 0.45 Power Chart is an asphalt industry standard but an excellent tool to analyze the combined aggregate in concrete. An optimum asphalt grading should follow the line drawn from the first sieve on which aggregate is retained to “O”. Concrete aggregate gradation should drop below the optimum line bar at the No. 8 sieve. Wide swings across the “optimum” line can indicate potential problems.
PERCENT AGGREGATE RETAINED EACH SIEVE
MIX DESIGN FORM
1010-2.11 Metal Safety End Sections is hereby added to the Standard Specifications: Metal safety end sections shall conform to the applicable requirements of AASHTO M 36.
Bolts and nuts shall be steel conforming to the requirements of ASTM A 307, and shall be galvanized in accordance with the requirements of ASTM A 153.
Safety and longitudinal bars shall be fabricated using schedule 40 galvanized pipe. All bars shall be galvanized after fabrication in accordance with the requirements of ASTM A 123. Components of bolted assemblies shall be galvanized after fabrication in accordance with the requirements of ASTM A 153 separately before assembly.
(101ABREV, 6/5/14)
SECTION 101 – ABBREVIATIONS AND DEFINITIONS
101-3 TERMS of the Standard Specifications are revised as follows:
Contract Time – Change to read “Construction Time”. This change is applicable when the term “Contract Time” is used in all sections throughout the Standard Specifications.
Supplemental Agreement – Add the following: “All supplemental agreements will be issued in compliance with Section 11.16.010 of the Pima County Procurement Code.”
* USE ON FEDERAL-AID PROJECTS IN CONJUNCTION WITH FEDERAL STORED SECTIONS 104- 2 AND 109-3 REGARDING CHANGED CONDITIONS CLAUSE (23 CFR 635.109) *
(101FHWA_MAJOR_ ITEMS, 12/19/14) SECTION 101 – ABBREVIATIONS AND DEFINITIONS
101-3 DEFINITIONS of the Standard Specifications is modified to add:
Major Items – A major item is an item whose total cost, determined by multiplying the bidding schedule quantity and the contract unit price, is equal to or greater than the amount indicated in the following table:
Original Total Contract Amount (Dollars) |
Major Item Criteria |
|
Equal to or greater than |
But less than |
Equal to or greater than the amount listed (dollars) |
$0.00 |
$100,000 |
$5,000 |
$100,000 |
$200,000 |
$10,000 |
$200,000 |
$450,000 |
$15,000 |
$450,000 |
$750,000 |
$25,000 |
$750,000 |
$1,100,000 |
$35,000 |
$1,100,000 |
$1,500,000 |
$45,000 |
$1,500,000 |
$2,000,000 |
$55,000 |
$2,000,000 |
$2,500,000 |
$65,000 |
$2,500,000 |
$3,000,000 |
$75,000 |
$3,000,000 |
$5,000,000 |
$85,000 |
$5,000,000 |
$7,000,000 |
$120,000 |
$7,000,000 |
$10,000,000 |
$150,000 |
$10,000,000 |
$25,000,000 |
$250,000 |
$25,000,000 |
$50,000,000 |
$350,000 |
$50,000,000 |
— |
$500,000 |
A major item will remain a major item unless it is completely eliminated.
Minor Item – A minor item is any item which is not a major item.
* USE FOR ALL BRIDGE PROJECTS WITH AASHTO CONCRETE GIRDERS AND ELASTOMERIC BEARING PADS *
(1013BEARING_PADS, 12/10/14)
SECTION 1013 – BEARING PADS
1013-2 ELASTOMERIC BEARING PADS
1013-2.01 General the fourth paragraph of the Standard Specifications is revised to read: Elastomeric bearing pads shall be reinforced with steel laminates.
1013-2.01 Generalthe fifth paragraph of the Standard Specifications is revised to read:
Bearings shall be furnished with the dimensions, material properties and elastomer grade required by the plans. Bearings which have thicknesses greater than 1/2 inch shall be reinforced with steel laminates. The design method (A or B) and the design load shall be shown on the plans and testing shall be performed accordingly. In the absence of more specific information, bearings shall be Grade 3, shall have an elastomer shear modulus of 130 psi, 55 durometer hardness, and shall be subjected to the load testing requirements corresponding to Method A design.
1013-2.03 Plain and Fabric Reinforced Elastomeric Bearing Pads of the Standard Specifications is deleted in its entirety.
1013-2.04 Steel Reinforced Elastomeric Bearing Pads the first paragraph of the Standard Specifications is deleted in its entirety.
* USE ON ALL FEDERAL-AID PROJECTS *
(102FHWA_NOBID, 10/23/13)
SECTION 102 – BIDDING REQUIREMENTS AND CONDITIONS
102-3 SUSPENSION FROM BIDDING of the Standard Specifications is modified to add:
The signature of the bid proposal by a bidder constitutes the bidder’s certification, under penalty of perjury under the laws of the United States, that the bidder, or any person associated therewith in the capacity of owner, partner, director, officer, principal investor, project director, manager, auditor, or any position involving the administration of federal funds, has not been, or is not currently, under suspension, debarment, voluntary exclusion or been determined ineligible by any federal agency within the past three years. Signature of the bid proposal also certifies, under penalty of perjury under the laws of the United States, that the bidder does not have a proposed debarment pending. In addition, signature of the bid proposal certifies that the bidder has not been indicted, convicted, or had a civil judgment rendered against (it) by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years.
Any exceptions to the above paragraph shall be noted and fully described on a separate sheet and attached to the bid proposal.
* USE ONLY WHEN BID ALTERNATIVES ARE TO BE INCLUDED IN THE BID DOCUMENTS. USE WITH SECTION 103BID_ALT. *
(102BID_ALT, 4/13/12) SECTION 102 – BIDDING REQUIREMENTS AND CONDITIONS
102-8 PREPARATION OF BID of the Standard Specifications is modified to add:
For bid alternates as described in the Special Provisions, the bidder shall submit the base bid and alternates only upon the forms furnished by the Agency. No consideration shall be given to any purported bids on other forms, or to any request to modify or change a bid, regardless of whether such request is submitted orally, by wire, by letter, over the telephone, or by other similar means.
In preparing an alternate bid, the bidder shall specify a unit price for those bid items for which a quantity is given for the alternate. For items showing a negative quantity, the Contractor shall use the unit price given in the base bid. The bidder shall also show the amount extended as the product of the quantity and unit price for each bid item in the column provided for that purpose. The total amount of the alternate bid shall be obtained by adding the amounts of the bid items for the bid alternate and then adding that amount to the base bid schedule.
* USE ON ALL FEDERAL AID PROJECTS *
** INSERT ADDRESS WHERE FORMS MAY BE OBTAINED. ADDRESS SHOWN IS FOR PIMA COUNTY PROJECTS **
*** CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY ***
(102FHWA_DEBARM’T_LOBY, 7/8/14) SECTION 102 – BIDDING REQUIREMENTS AND CONDITIONS
102-9.01 Non-Collusion Certification of the Standard Specifications is modified to add:
The bidder certifies that, pursuant to Subsection 112 (c) of Title 23, United States Code and Title 44, Chapter 10, Article 1 of the Arizona Revised Statutes, that neither it nor anyone associated with the company, firm, corporation, or individual has, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of full competitive bidding in connection with the above referenced project.
The bidder further certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:
(1) No Federally appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, the making of any Federal loan, the entering into any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract grant, loan, or cooperative agreement.
(2) If any funds other than Federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions. Copies of Form-LLL, “Disclosure Form to Report Lobbying”, are available at[**INSERT ADDRESS WHERE FORMS MAY BE OBTAINED**] the Pima County Administration Building, Procurement Department – Design and Construction Division, 130 West Congress Street, Third Floor, Tucson, AZ 85701.
(3) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00 and not more than $100,000.00 for each such failure. This penalty also applies to any person or agency that fails to submit or amend the disclosure form (LLL), when required. Failure to submit the required certification may result in payment under this contract being delayed or denied.
(4) The bidder also agrees, by submitting his or her bid or proposal, that he or she shall require that the language of this certification be included in all subcontracts and lower tier subcontractors shall certify and disclose accordingly.
The Agency will keep the prime contract’s certifications on file as part of their original bid proposals. Each prime contractor shall keep individual certifications from all subcontractors and lower tier subcontractors on file. Certification shall be retained for three years following completion and acceptance of any given project.
Disclosure forms for the prime contractor shall be submitted to the Engineer at the pre- construction conference. Disclosure forms for subcontractors and lower tier subcontractors shall be submitted to the Engineer by the prime contractor along with the submittal of each subcontractor or lower tier subcontractor, as required under subsection 108-1, when said subcontractors exceed $100,000.00. During the performance of the contract the prime contractor and any affected subcontractors shall file revised disclosure forms at the end of each calendar year quarter in which events occur that materially affect the accuracy of any previously filed disclosure form. Disclosure forms will be submitted by the Engineer to the Federal Highway Administration for further processing.
* USE ON ALL FEDERAL AID PROJECTS, IN ACCORDANCE WITH 23 CFR 635.409 *
(103FHWA_NO_LOCAL_PREF, 4/1/14) SECTION 103 – AWARD AND EXECUTION OF CONTRACT
103-1 CONSIDERATION OF BIDS of the Standard Specifications is modified to add:
No part of these specifications shall be construed to:
(a) To require the use of or provide a price differential in favor of articles or materials produced within the State, or otherwise to prohibit, restrict or discriminate against the use of articles or materials shipped from or prepared, made or produced in any State, territory or possession of the United States; or
(b) To prohibit, restrict or otherwise discriminate against the use of articles or materials of foreign origin to any greater extent than is permissible under policies of the Department of Transportation as evidenced by requirements and procedures prescribed by the FHWA Administrator to carry out such policies.
* USE ON ALL FEDERAL AID PROJECTS *
(103FHWA_AWARD_LISC, 12-23-12)
SECTION 103 – AWARD AND EXECUTION OF CONTRACT
103-2 AWARD OF CONTRACT of the Standard Specifications is modified to add:
This contract is funded, either wholly or in part, by federal funds, and the award of contract may be made contingent upon the successful bidder obtaining an appropriate license from the State Registrar of Contractors, in accordance with Arizona Revised Statutes 32-1101 through 32- 1170.03. The license must be obtained within 60 calendar days following opening of bid proposals. No adjustment in proposed bid prices or damages for delay will be allowed as a result of any delay caused by the lack of an appropriate license.
Failure to acquire the necessary licensing within the specified period of time shall result in either award to the next lowest responsible bidder, or re-advertisement of the contract, as may be in the best interests of the Agency.
Licensing information is available from: Registrar of Contractors
3838 N. Central, Suite 400
Phoenix, AZ 85012
Phone: (602) 542-1525
* USE ONLY WHEN BID ALTERNATIVES ARE TO BE INCLUDED IN THE BID DOCUMENTS. USE WITH SECTION 102BID_ALT. *
(103BID_ALT, 12/28/11)
SECTION 103 – AWARD AND EXECUTION OF CONTRACT
103-2 AWARD OF CONTRACT revise the first sentence of the first paragraph of the Standard Specifications to read:
The award of contract, if awarded, shall be made by the Agency, within the time period, or any extension of such time period, specified in the Invitation to Bid, to the lowest responsible and qualified bidder whose bid complies with all the requirements prescribed in the Invitation to Bid.
103-2 AWARD OF CONTRACT of the Standard Specifications is modified to add the following to the first paragraph after the first sentence:
The bid shall be awarded on the basis of the lowest responsible and qualified bid for the following:
The Base Bid plus Alternate I plus Alternate II;
If the lowest responsible bid amount exceeds the Agency’s funding limits for the project, the bid will be awarded on the basis of the lowest responsible bid for the Base Bid plus Alternate I only;
If the lowest responsible bid amount for the Base Bid plus Alternate I still exceeds the Agency’s funding limits for the project, the bid will be awarded on the basis of the lowest responsible bid for the Base Bid only.
* USE ON ALL FEDERAL-AID PROJECTS, IN CONJUNCTION WITH STORED SPECS FOR SECTIONS 109-3 AND 101-3 REGARDING CHANGE CONDITIONS CLAUSE (23 CFR 635.109) *
(104FHWA_CHANGE_CONDITION, 3/29/12)
SECTION 104 – SCOPE OF WORK
104-2 ALTERATIONS TO THE CONTRACT
104-2.01 By the Agency of the Standard Specifications is revised to read:
The Agency reserves the right to revise the contract at any time. Such revisions shall neither invalidate the contract nor release the surety. The contractor agrees to complete the contract as revised. The contractor shall not proceed with work for which a revision to the contract is required without prior approval from the Engineer. Once approval is received, the contractor shall proceed with such direction immediately, whether the Engineer considers that the contract has been revised or not.
It is the contractor’s obligation to notify the Engineer in writing that a revision to the contract is necessary and provide such notification in accordance with Subsection 104-4. Whenever the words notice, notification, request or notify are used in this subsection, such notice or request shall be provided in accordance with the requirements of Subsection 104-4.
Supplemental Agreements will be issued for the reasons specified in 104-2.03 and 104-2.04 of the Standard Specifications, in addition to the following reasons:
(A) To accomplish extra work as defined in Subsection 101-3 and specified in subsection 104-3.
(B) If the work is suspended by order of the Engineer as provided below:
(1) If the performance of all or any portion of the work is suspended or delayed by the Engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construct ion industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the Engineer, in writing, a request for adjustment within seven calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment.
(2) Upon receipt, the Engineer will evaluate the contractor’s request. If the Engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the Engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the Engineer’s determination whether or not an adjustment of the contract is warranted.
(3) No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed.
(4) No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract.
(C) If there are significant changes in the character of work, as provided below:
(1) The Engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Changes in quantities and alterations shall not invalidate the contract nor release the surety. The contractor agrees to perform the work as altered.
(2) If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or, by affecting other work, cause such other work to become significantly different in character , an adjustment, excluding anticipated profit, will be made to the contract . The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the Engineer may determine to be fair and equitable.
(3) If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided in the contract.
(4) The term “significant change” shall be construed to apply only to the following circumstances:
(a) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construct ion; or
(b) When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any adjusted unit price for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity. Any adjustment in contract unit price for a decrease in quantity below 75 percent shall apply only to the actual amount of work performed, except that the product of the adjusted unit price and the reduced quantity of work performed shall in no case exceed the product of the original contract unit price and 75 percent of the Bid Schedule quantity.
(D) To revise the contract time in accordance with Subsection 108-8.
If the Supplemental Agreement is to provide for an increase or decrease in the contract price or time, such increases or decreases will be determined in accordance with the requirements herein and Subsections 108-8 and 109-4.
When the Agency makes alterations in the details of construction or specifications that are limited in scope, to the extent that the cost of the alterations will not exceed $10,000.00, the Agency and the contractor may reach agreement upon the scope of work and an amount to cover the cost of the work to be performed. This agreement shall be reflected in a letter from the Agency to the contractor, which, when executed by both parties, shall have the same force and effect as a supplemental agreement. Work shall not proceed until both parties have signed the agreement. This work will be paid for under Item 9300100 – Incidental Items Allowance, which shall serve as an account for the payment of letter agreements in accordance with this specification. Any balance left in this account at the end of the construction phase will not be paid and will be expunged from the contract.
104-2.02 Due to Physical Conditions of the Standard Specifications is revised to read:
104-2.02 Differing Site Conditions
(A) During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed.
(B) Upon written notification, the Engineer will investigate the conditions and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted.
(C) No contract adjustment which results in a benefit to the contractor will be allowed, unless the contractor has provided the required written notice.
(D) No contract adjustment will be allowed under this clause for any effects caused on unchanged work.
(E) The contract contains no indication of the soil conditions to be encountered. Caliche-like material is prevalent throughout the Tucson area and the contractor is expected to utilize the proper equipment to excavate the material. Hard digging is not considered a differing site condition.
(F) Archaeological or cultural features shall be treated as noted in Subsection 107-6.
* USE ON FEDERAL-AID PROJECTS *
(105FHWA_PARTIAL, 12/19/14)
SECTION 105 – CONTROL OF WORK 105-17 ACCEPTANCE
105-17.01 Partial Acceptance of the Standard Specifications is revised to read:
If at any time during the prosecution of the project the contractor completes a unit or portion of the project, the contractor m ay submit a written request to the Engineer to conduct an inspection of the specified unit or portion. The Engineer shall approve or disapprove the contractor’s request within five working days of its receipt.
If the Engineer determines, upon inspection, that the unit or portion of the project has been satisfactorily completed in compliance with the contract, the Engineer m ay accept that unit or portion of the project as being completed. If such a determination is made by the Engineer, the contractor may be relieved of further responsibility for that unit or portion of the project, in conformance with the provisions of Subsection 105-16.
Any retainage previously withheld for work which has been included in the partial acceptance shall be promptly released to the contractor. The contractor shall pay any such retainage owed to subcontractors within 30 days of receipt by the contractor.
Partial acceptance shall neither void nor alter any of the terms of the contract nor constitute the start of the warranty/guarantee period specified in Subsection 105-21.
* USE WITH EPRISE (PROCUREMENT) ON FEDERAL-AID PROJECTS WITH DBE GOALS *
(105FHWA_FNL, 10/23/13)
SECTION 105 – CONTROL OF WORK 105-17 ACCEPTANCE
105-17.04 Final Acceptance of the Standard Specifications is modified to add:
Final acceptance will not be made until all completed plans and working drawings as required in Subsection 105-2 have been submitted and deemed acceptable by the Engineer. In addition, final acceptance will not be made until all “Certification of Payments to DBE Firms” affidavits, as required in the contract documents, have been submitted and deemed acceptable by the Engineer and the Arizona Department of Transportation Civil Rights Office.
* USE FOR FEDERAL-AID PROJECTS ON THE NATIONAL HIGHWAY SYSTEM (NHS)*
(105FHWA_WARRANTIES, 8/7/14)
SECTION 105 – CONTROL OF WORK
105-21 WARRANTIES AND GUARANTEES of the Standard Specifications is revised to read:
Warranty provisions for projects on the federal National Highway System (NHS) are subject to the provisions of 23 CFR 635.413. Warranties for this project shall be as defined in the project’s Special Provisions, recognizing the unique features, equipment and nature of this project.
*USE ON ALL PROJECTS*
(105REVIEW_OF_WORKSITE, 02-18-16)
SECTION 105 – CONTROL OF WORK
105-22 REVIEW OF WORKSITE is added to the Standard Specifications as follows:
(A) Incident. The contractor shall inspect the worksite at least fourteen (14) calendar days prior to the scheduled start of a construction activity for the purpose of identifying any aerial, surface, and underground utility facility or utility activity that will impact (i.e. interfere, alter, or conflict) the work. Each impact hereinafter referred to as an “Incident” whether discovered prior to or during a construction activity shall be addressed in accordance with the procedures and requirements of this Section.
Inspection of the work site shall include, but not be limited to, the collection of field data on the horizontal and vertical location of underground facilities through ground markings (A.R.S. §§ 40-360.22), exposing of underground facilities, and evaluating field data against the project plans and construction methods for impacts.
(B) Reporting. The contractor shall fill out an incident report form and assign a sequential incident number. The report form may be obtained from the Agency’s website or Engineer.
The report shall include the name of the utility facility owner (if not known, identify as “unknown”), incident location (station/offset/elevation), date and time discovered, color photographs (preferably date and time stamped), description of incident including the impact on the performance of work and type of facility discovered (type of material, size, quantity, identifying marks).
(C) Notification. The contractor shall notify the Engineer, utility facility owner, and Agency Right-of-way/Utility Section of an Incident no less than fourteen (14) calendar days prior to the scheduled start date of the construction activity unless the Incident was discovered during the construction activity in which case notice shall be given immediately. Notice shall be deemed to have been duly given when the incident report (a) has been delivered in person or (b) upon confirmation of receipt when transmitted by facsimile or email.
If the utility facility owner is not known, the contractor shall contact the state one call notification center (Arizona Blue Stake, Inc.) for assistance in identifying the owner.
(D) Resolution/Mitigation. The Agency, upon receipt of notice, shall take the necessary action to address the incident by removal or relocation of the affected facility, altering the work, or stoppage of the activity.
The Agency shall allow the utility facility owner to resolve the incident within a time frame specified by the Engineer. If the utility facility owner is unable to perform, the Agency may, at its option, authorize the contractor to perform work to resolve or mitigate the incident by force account in accordance with the provisions of subsection 109-5(B).
(E) Submission of Additional Compensation. In the event that the contractor perceives that additional compensation has occurred as a result of an incident, the contractor shall immediately bring such matter to the attention of the Engineer for the earliest possible resolution, and the Engineer shall promptly notify the affect utility provider(s) and Agency Right-of-way/Utility Section of the request for additional compensation.
The contractor may request additional compensation by (a) filing a claim in accordance with the requirements and procedures under Subsection 105-18 or (b) if agreed to by the Engineer, submit for approval by the Engineer an itemization of additional labor, material, and equipment costs. Itemization of costs shall be documented on the incident report. The amount of payment shall be determined in accordance with the provision of subsection 109-5(B).
At the request of the Engineer, the contractor shall make available all documentation supporting the amount of additional compensation, and the Engineer shall make such documentation available to the utility provider upon request.
When quantifying additional compensation under item (b) above, the contractor shall submit to the Engineer as promptly as possible following completion and acceptance by the Agency the itemization of labor, material, and equipment, but in no event later than fourteen (14) calendar days, the contractor’s incurred costs which shall be considered complete and final compensation for the incident.
Failure on the part of the contractor to adhere to the procedures and requirements of this Section will be cause for dismissal of the additional compensation request.
(F) Incident Log and Progress Meeting. The contractor shall maintain a utility incident log provided by the Agency. The log shall be kept current, reviewed at the weekly progress meeting, and included with the weekly construction progress meeting minutes.
111-2
* USE WHEN CONSTRUCTION SURVEY IS PROVIDED BY THE AGENCY *
(108AGENCY_SURVEY, 01/26/15)
SECTION 105 – CONTROL OF WORK
105-8 CONSTRUCTION STAKES, LINES, AND GRADES of the Standard Specifications is revised to read:
Unless the contract provides for construction survey and layout by the contractor, the Engineer shall set construction stakes establishing lines, slopes and continuous profile grade in road work and center line and bench marks for bridge work, culvert work, channelization work, protective and accessory structures and appurtenances and shall furnish the contractor with all necessary information relating to lines, slopes and grades. These stakes and marks shall constitute the field control by, and in accordance with, which the contractor shall establish other necessary controls and perform the work.
During the course of construction, the contractor shall submit requests for staking. The Agency will not be responsible for staking delays unless the Engineer is provided ten calendar days’ notice before commencing work on an item and thereafter 48 hours’ notice that stakes are needed.
When the contractor is aware of errors or suspects that there are errors in the staking, the contractor shall immediately bring them to the attention of the Engineer prior to beginning any work on the basis of the errors. The contractor shall take no advantage of any staking error.
The contractor shall furnish all traffic control, including flagging, for survey and staking operations in accordance with the requirements of Section 701.
The contractor shall be responsible for the preservation of all stakes necessary for complete and accurate layout and construction of the work including, but not limited to, reference points, and bench marks and, if any of the construction stakes or marks have been carelessly or willfully destroyed or disturbed by the contractor, the cost of replacing them shall be charged against the contractor and shall be deducted from the payment for the work.
The contractor shall be responsible for protecting existing monuments, such as section corners, quarter corners, intersecting street centerline monuments, and property corners identified on the project plans or discovered during construction and shall re-establish existing monuments destroyed or disturbed during the course of construction. Re-establishment of existing monuments shall be performed by a registered land surveyor. No measurement for payment will be made for protection and re-establishment of destroyed or disturbed existing monuments unless specifically identified on the plans or specifications. The cost is to be considered as included in prices for other items of work.
The Agency shall be responsible for the accuracy of lines, slopes, grades and other engineering work which it provides under this Subsection.
FA105-1/2
The contractor shall be responsible for maintaining all existing survey monuments including section line, right-of-way and roadway monuments. Survey monuments disturbed by construction activity shall be reestablished at no additional cost to the Agency. Survey monuments shall be reestablished in conformance with the requirements of Subsection 925- 3.04(C).
The following procedure shall be followed for bluetop grade staking provided by the Engineer:
The contractor shall prepare the grade to within + 0.2 foot of the elevation specified on the project plans prior to requesting bluetops. Prior to achieving the bluetopping tolerance specified, the Engineer shall provide rough staking of the grade, on a one time only basis, if requested to do so by the contractor.
The Engineer shall check center line elevations at intervals of 100 feet or less as well as verifying the cross slope, if applicable.
When the Engineer verifies that at least 80 percent of the points checked are within the specified tolerance, density testing of the grade shall be conducted.
The Engineer shall set bluetops after verification that the results of density testing have achieved the specified values.
It is the contractor’s responsibility to direct traffic away from the area being bluetopped and to protect all bluetops from being disrupted or destroyed by traffic until such time as the grade is accepted by the Engineer. The Agency shall provide one set of bluetops over a given area. In addition, Bluetops accounting for up to a maximum 25 percent of the original number shall be reset by the Agency. Bluetops required in excess of this maximum shall be charged against the contractor and deducted from payments due the contractor.
FA105-2/2
* USE ON ALL FEDERAL-AID PROJECTS *
** CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY**
(106FHWA_DMAT, 4/30/14)
SECTION 106 – CONTROL OF MATERIALS
106-14 DOMESTIC MATERIALS (FEDERAL-AID PROJECTS ONLY) is hereby added to
the Standard Specifications:
Portland cement used on this project may be foreign or domestic. Certificates of Compliance and Certificates of Analysis for cement shall conform to the requirements of Subsection 106-5, and shall additionally identify whether the cement is foreign or domestic.
Steel and iron materials and products used on this project shall comply with the current “Buy America” requirements of 23 CFR 635.410.
All manufacturing processes to produce steel products used on this project shall occur in the United States. The iron used in the process shall be domestic. Raw materials used in manufacturing the steel products may be foreign or domestic. Steel not meeting these requirements may be used in products on this project provided that the invoiced cost to the contractor for such steel products incorporated into the work does not exceed either one-tenth of one percent of the total (final) contract cost or $2,500, whichever is greater.
Any process which involves the application of a coating to iron or steel shall occur in the United States. These processes include epoxy coating, galvanizing, painting, or any other coating which protects or enhances the value of covered material.
The requirements specified herein shall only apply to steel and iron products permanently incorporated into the project. “Buy America” provisions do not apply to temporary steel items, such as sheet piling, temporary bridges, steel scaffolding and falsework, or to materials which remain in place at the contractor’s convenience.
The contractor shall furnish the Engineer with Certificates of Compliance, conforming to the requirements of Subsection 106-5, which state that steel products utilized on the project meet the requirements specified. The Certificates of Compliance shall also certify that all manufacturing processes to produce steel products, and any application of a coating to iron or steel, occurred in the United States.
Convict-produced materials may not be used unless the materials were produced prior to July 1, 1991 at a prison facility specifically producing convict-made materials for Federal-aid construction projects.
FA106-1/1
* UPDATE THE UTILITY CONTACT LIST AS APPROPRIATE FOR YOUR PROJECT AND REMOVE THE HIGHLIGHTING BEFORE USING. IF SPECIFIC UTILITY CONFLICTS AND CLEARANCE DATES ARE TO BE DISCUSSED IN THIS SECTION, THEN INCLUDE THEM WITH THE BASIC SUBSECTIONS LISTED BELOW, AND REMOVE THE STORED SPEC HEADING. *
(107UTIL, 03/31/16) SECTION 107 – LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
107-21 CONTRACTOR’S RESPONSIBILITY FOR UTILITY PROPERTY AND
SERVICES of the Standard Specifications is modified to add:
The following utilities may have facilities in the project area:
Owner |
Contact |
Phone Number |
AT&T Communications |
Walter Werstiuk |
(520) 629-8709 |
El Paso Natural Gas |
Kelly Sims |
(520) 663-4223 |
Comcast Cable Communications |
Mario Sanchez |
(520) 286-6411 |
Cox Communications |
Jeff Krause |
(520) 867-7526 |
Century-Link (Formerly Qwest) |
Wendell Nelson |
(520) 292-7555, C (928) 260-3677 |
Kinder Morgan |
Bill Biggs Mark Sabeti |
(520) 663-4260, C 602-653-9839 714-560-4770 |
Metropolitan Water |
Timothy Dinkel |
(520) 575-8100 |
MCI Communications (Fiber Optics) |
John Bachelder |
(520) 882-0797 |
Pima County DOT Traffic (ITS) |
Michael Moore |
(520) 740-2845, C (520) 419-6725 |
Pima County Regional Wastewater Reclamation Department |
Louis Romero Field Engr. Inspections |
(520) 724-6466 (520) 740-2651 |
Southwest Gas Corporation |
Melanie Rice |
(520) 794-6043 |
Sprint Corporation |
Pat Bauman |
(913) 829-0832 |
Trico Electric Cooperative |
Roger Patnode |
(520)744-2944, Ext.1320 |
Tucson Electric Power |
David Smith John Leasure |
(520) 396-2728, C (520) 539-7227 (520) 917-8755 |
Tucson Water Department |
Ed Lopez Field Engr. Inspections |
(520)837-2125 (520) 792-2648 |
Union Pacific Railroad Company |
Alex Popovici |
602-322-2510 |
Verizon |
Kurt Woodman |
(801) 618-4664, C (801) 580-8207 |
The existence and locations of underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor before starting work. Excavations in the vicinity of existing structures and utilities shall be carefully done. At least two full working days prior to commencing excavation, the Contractor shall call Blue Stake Center, 1-800-STAKE-IT, between the hours of 7:00 a.m. and 4:30 p.m., Monday through Friday, for information relative to the location of buried utilities.
It shall be the responsibility of the Contractor to contact the utility companies in order for them to determine if there is a need to brace, shore, support and protect their facilities during the construction of the project.
Utility locations shown on the Plans are approximate, and all utilities are not necessarily shown. The possibility of conflicts with existing utilities-in-service exists. If conflicting utilities interfere with the Contractor’s normal progress towards completion of this project, the Pima County Department of Transportation may, at its option, authorize the Contractor to relocate said conflicting utilities by force account in accordance with the provisions of subsection 109-5.02 of these Special Provisions.
* USE ON FEDERAL-AID PROJECTS *
(107FHWA_RECORDS, 8/5/14)
SECTION 107 – LEGAL RELATIONS AND RESPONSIBILITIES TO PUBLIC
107-25 CONTRACTOR AND SUBCONTRACTOR RECORDS of the Standard Speci-
fications is revised to read:
The contractor shall keep one copy of all specifications, project plans, addenda, modifications, working drawings, and shop drawings at the site, in good order and annotated to show all changes made during the construction process as they occurred. Upon completion of the project and prior to submittal of the final application for payment, the annotated set of project plans together with any annotated working and shop drawings of significance shall be delivered to the Engineer for the Agency’s record.
The contractor, subcontractors and all material suppliers shall keep and maintain all books, papers, records, files, accounts, reports, bid documents with backup data, and all other material relating to the contract and project for the length of time required under:
All of the above material shall be made available to the Agency for auditing, inspection and copying and shall be produced, upon request, at the Agency office.
The contractor shall insert the above requirement in each subcontract, purchase order and lease agreement and shall also include in all subcontracts a clause requiring subcontractors to include the above requirement in any lower-tier subcontract, purchase order or lease agreement.
* UPDATE THE RAILROAD CONTACT LIST AND CONTRACT TERMS AS APPROPRIATE FROM THE APPROVED RAILROAD AGREEMENT FOR THIS PROJECT. ALSO INCLUDE ITEM NO. 9300300 – RAILROAD PERSONNEL, PROTECTIVE DEVICES AND PRIVATE CROSSINGS FOR THE PURPOSE OF ESTABLISHING AN ACCOUNT FROM WHICH THE CONTRACTOR SHALL BE REIMBURSED FOR ALL SUCH PAYMENTS FOR RAILROAD FLAGERS THAT ARE CHARGED BY THE RAILROAD FOR CONTRACT-RELATED CONSTRUCTION OPERATIONS. *
** INCLUDE THE RAILROAD FORMS LISTED BELOW IN THE APPENDIX FOR THIS PROJECT **
(107RAILROAD, 11/14/14) SECTION 107 – LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
107-9 RAILROAD PROVISIONS of the Standard Specifications is modified to add:
107-9.01 General Requirements:
The term “Railroad” and “UPRR” shall be understood to mean the Union Pacific Railroad Company.
The Contractor shall comply with the rules and regulations of the Railroad and the instructions of the Engineer in relation to the proper manner of protecting the tracks and property of the Railroad and the traffic moving on such tracks, as well as the wires, signals, and other property of the Railroad, its tenants or licensees at and in the vicinity of the work during the period of construction.
Prior to commencing work within or adjacent to the railroad right-of-way, the Contractor shall obtain the following insurance coverage:
a) Contractor’s Public Liability and Property Damage Liability Insurance.
b) Contractor’s Protective Public Liability and Property Damage Liability Insurance.
c) Railroad Protective Public Liability and Property Damage Liability Insurance.
Additionally, the Contractor shall execute the enclosed “Contractor’s Right of Entry Agreement” with the railroad, including the various License Agreements covering insurance requirements noted herein, and provide all fees for inspections conducted by railroad personnel. The Agreement forms and the Railroad’s “Guidelines for Preparation of Bridge Demolition and Removal Plan over the Union Pacific Railroad”, as well as all applicable requirements and conditions of the railroad company, are included in the Appendix of these Special Provisions. The Contractor is advised to use the railroad’s Right of Entry form with no modifications in order to expedite obtaining Right of Entry.
The Contractor shall deliver the original and one certified copy of the executed “Contractor’s Right of Entry Agreement” and the insurance policies to the Engineer.
The certification of copies of insurance policies furnished shall include a guarantee that the policies will not be amended, altered, modified or canceled without at least ten (10) days prior notice sent by registered mail to the Engineer and to the Railroad.
No direct payment will be made to the Contractor for the cost of the insurances described herein, or any extension thereof, full compensation being considered as included in the prices of other contract items.
The Contractor shall coordinate all of his work within or adjacent to the railroad right-of-way with the following Railroad representative or his designated representative:
[UPDATE RAILROAD CONTACT INFORMATION AS REQUIRED FOR THIS PROJECT]
Mike Cordova, Manager Track Maintenance Union Pacific Railroad Company
1255 South Campbell Avenue Tucson, AZ 857132
Phone No.: 520-629-2230
107-9.02 Construction Requirements:
All work to be performed by the Contractor within the railroad right-of-way shall be performed at such times and in such a manner as not to interfere unnecessarily with the movement of trains or traffic upon the track of the railroad company. The Contractor shall use all care and precaution in order to avoid accidents, damage or unnecessary delay or interference with the railroad company’s trains or other property. The Contractor’s attention is further directed to the enclosed Railroad’s “Guidelines for Preparation of Bridge Demolition and Removal Plan over the Union Pacific Railroad”.
Prior to commencing work within or adjacent to the railroad right-of-way, the Contractor shall submit three (3) complete sets of the Bridge Removal Plan, including falsework, demolition and shoring plans with calculations to the Engineer for review and approval by the Railroad. The plan shall be sealed by a Civil or Structural Engineer registered in Arizona. Structural design calculations and construction drawings shall be sealed by a Structural Engineer, registered in Arizona. A minimum of three (3) weeks shall be allowed for the Railroad’s review after the complete submittal is received by the Railroad.
The Railroad will provide personnel or protective devices to protect its facilities and movements of trains or engines as it deems necessary. In general, the Railroad will provide such personnel or protective devices:
The Contractor shall pay for the costs of all personnel or protective services that are deemed necessary and furnished by the Railroad to ensure the safety of Railroad operations. Compensation for railroad inspection fees shall also be included in this item of work. Item No. 9300300 – Railroad Personnel, Protective Devices and Private Crossings is included in the Bidding Schedule for the purpose of establishing an account from which the Contractor shall be reimbursed for all such payments that, in the opinion of the Engineer, are charged by the Railroad for contract-related construction operations. Reimbursement will be only the exact amount paid to the Railroad, plus five percent supplemental markup for overhead and profit, plus any applicable bond and tax.
* USE ON ALL FEDERAL AID PROJECTS *
(108FHWA_SUBCONTRACTS, 12/06)
SECTION 108 – PROSECUTION AND PROGRESS
108-1 SUBLETTING OF CONTRACT of the Standard Specifications is modified to add:
The Contractor shall provide to the Engineer a complete copy of each subcontract and lower tier subcontract. Each subcontract and lower tier subcontract shall include all of the required contract provisions including, but not limited to, the Equal Opportunity Provisions, FHWA Form 1273, Required Contract Provisions and the Wage Determination Decision, if these Provisions are made part of the prime contract.
* TO BE UTILIZED PRIMARILY ON LARGE CIP PROJECTS, AT THE DIRECTION OF FIELD ENGINEERING *
(108PROJ_SCH, 11/20/14)
SECTION 108 – PROSECUTION AND PROGRESS 108-3 PRECONSTRUCTION CONFERENCE
108-3.01 Schedule of the Standard Specifications is modified to add:
The Contractor shall be responsible for planning, scheduling and reporting the progress of the work to ensure timely completion of the contract.
The Contractor shall submit a schedule in two parts, in accordance with the following:
(A) Part I shall be a preliminary schedule and shall be submitted at the Preconstruction Conference for the Engineer’s review and concurrence. It shall be a schematic (arrow) diagram or precedence diagram, showing the work stages and operations for all activities required by the contract. The diagram shall be in sufficient detail to allow day-to-day monitoring of the Contractor’s operations. Along with the preliminary schedule, the Contractor shall include its calendar for the contract period which shall show work days, calendar days and dates. The diagram shall include four to 10 milestone events as identified by the Contractor and accepted by the Engineer.
(B) Part II shall be submitted for the Engineer’s review and concurrence within 15 calendar days after Part I has been accepted by the Engineer. This second schedule shall include a complete critical path schedule to cover the Contractor’s anticipated time schedule. The schedule shall include a detailed network diagram acceptable to the Engineer with the following features:
(1) It shall be time-scaled in calendar days. All activities shall be plotted on their early start and finish dates. Unless approved by the Engineer, activities shall not exceed 15 working days in length. The plot shall have a size and scale acceptable to the Engineer.
(2) It shall show the order and interdependence of activities and the sequence of work as reflected in the Schedule Report specified in Subsection 108.03(B)(7) below. The critical activities shall be prominently distinguished on all reports by the use of color or other means acceptable to the Engineer.
(3) It shall include, in addition to all construction activities, such tasks as mobilization, demobilization, submittal and approval of samples of materials and shop drawings, procurement of significant materials and equipment, fabrication of special items, installation and testing and interfacing with other projects.
(4) The activities shall be sufficiently detailed so that a reviewer can follow the sequence. For example, the activities shall show forming, reinforcing, and placement of concrete on the calendar days they are scheduled to be performed.
(5) The diagram shall show for each activity the preceding and following event numbers or activity numbers, the activity description, the total float, and the duration of the activity in working days.
(6) The activities shall be organized and described so as to conform to the contract bid items. Activity descriptions shall be unique and specific with respect to the type of work and location.
(7) The diagram shall be accompanied by a Schedule Report of the network with a tabulation of the following data for each activity:
(a) Preceding and following event numbers or activity number
(b) Activity description
(c) Activity duration
(d) Earliest start date
(e) Earliest finish date
(f) Latest start date
(g) Latest finish date
(h) Total float times
(i) Responsibility for activity – e.g., Contractor, subcontractor, supplier, etc.
(j) Resource loading for each activity listing personnel, equipment and anticipated revenue.
(C) The Contractor shall make updated schedules and reports under the following circumstances or as requested:
(1) The Contractor shall submit a monthly report of actual construction progress by the 10th working day of each calendar month by updating its schedule report to reflect all complete and in progress activities on the project. All negative float shall be explained in detail. If, in the opinion of the Engineer, the detailed network diagram requires revision, either wholly or in part, the Engineer shall so direct the Contractor and the Contractor shall submit such revision within 10 calendar days.
(2) The monthly report also shall show the activities or portion of activities completed during the one-month reporting period and the portion completed on the project to date, showing actual start and finish dates plus all future activities.
(3) The monthly report shall state the percentage of revenue actually earned as of the report date.
(4) The monthly report shall be accompanied by a narrative description of job progress, problem areas, current and anticipated delaying factors and their expected effect, and any corrective actions proposed or taken. The narrative description shall also clearly identify any departures from earlier schedules, including, but not limited to, changes in logical sequence or logical ties, constraints, changes in activity durations and changes, additions or deletions in event numbers, activity numbers and activity descriptions. The reasons for each departure shall be included in the narrative description. Any additions or deletions of milestone events must be approved by the Engineer.
(5) The monthly report shall include a summary of all activities sequenced by the total float from least to greatest float and ordered by early start.
(6) The required schedules and report shall be submitted to the Engineer as follows:
(a) Part I (Preliminary Schedule): seven originals
(b) Part II (Detail Network Diagram): seven originals
(c) Revisions to Part II: seven originals
(d) Monthly Report: three originals plus three copies of the narrative
(7) The monthly report shall include a detailed predecessor/successor analysis showing the predecessors, successors, logic ties, and constraints for each activity scheduled. These activities shall be ordered by event number or activity number from least to greatest.
(8) All Extra Work shall be shown on an updated Schedule.
The automated system software shall be Primavera or approved equal.
No measurement or direct payment will be made for Contractor costs relating to preparation and submission of schedules and reports and revisions thereto, the cost being considered as included in the prices paid for contract items.
Float time is not for the exclusive use or benefit of either the Department or the Contractor. Extension of time for performance may be granted to the extent that equitable time adjustment for the activity affected exceeds the total float or where otherwise justified, impact on the contract completion can be shown.
Concurrence of the Contractor’s schedules by the Engineer is not to be construed as relieving the Contractor of its obligation to complete the work within the contract time; or as granting,
rejecting, or in any other way acting on the Contractor’s requests for adjustments to the date for completing contract work, or claims for additional compensation. Such requests shall be processed in strict compliance with other relevant provisions of the contract.
The Contractor shall participate in a review and evaluation of the proposed Part I, Preliminary Schedule, and Part II, Schedule, and monthly updated schedule by the Engineer. Any revisions necessary as a result of their review shall be submitted for concurrence to the Engineer within 10 calendar days after the review. The accepted Part II, Schedule, shall then be used by the Contractor for planning, organizing, executing, and directing the work and for reporting progress of work accomplished. The Contractor shall furnish to the Engineer for project use a copy of the Part II, Schedule, and a monthly updated schedule on a compatible computer disk of a size and configuration designated by the Engineer.
The Engineer shall complete review of Part I, Preliminary Schedule, and Part II, Schedule, within 15 calendar days of the receipt of each. No monthly progress payment will be made until Part I has been accepted. Within the next 60 calendar days after concurrence with Part I, Part II will be submitted and reviewed. If Part II has not been accepted within these 60 calendar days, progress payment will be withheld until Part II has been concurred with by the Engineer.
Failure of the Contractor to comply with the monthly updated Schedule requirements specified herein will be grounds for the Engineer to withhold an additional 10 percent of the monthly progress payments, in addition to the normal retention, until the Contractor is in compliance. Additional money withheld will be paid upon compliance to the Contractor in the next scheduled monthly estimate. If the monthly updated schedule is not received by the 10th working day of each month, but received prior to the 25th of the month, five percent will be withheld until the following estimate.
(108LIQUID_DAMAGES, 11/12/14)
SECTION 108 – PROSECUTION AND PROGRESS
108-9 FAILURE TO COMPLETE THE WORK ON TIME the Schedule of Liquidated Damages Table of the Standard Specifications is revised to read as follows:
SCHEDULE OF LIQUIDATED DAMAGES |
|||
Original Contract Amount ($) |
Liquidated Damages Per Day ($) |
||
From More Than: |
To and Including: |
Calendar Day or Fixed Date: |
Working Day: |
0 |
100,000 |
430 |
600 |
100,000 |
500,000 |
640 |
900 |
500,000 |
1,000,000 |
1,000 |
1,400 |
1,000,000 |
2,000,000 |
1,290 |
1,800 |
2,000,000 |
5,000,000 |
1,860 |
2,600 |
5,000,000 |
10,000,000 |
2,710 |
3,800 |
10,000,000 |
20,000,000 |
2,790 |
3,900 |
20,000,000 |
30,000,000 |
3,570 |
5,000 |
30,000,000 |
60,000,000 |
5,500 |
7,700 |
60,000,000 |
90,000,000 |
9,430 |
13,200 |
(109ALLOWANCE, 12/5/14)
SECTION 109 – MEASUREMENT AND PAYMENT
109-1 MEASUREMENT OF QUANTITIES the 31st paragraph of the Standard Specifications is revised to read:
The term “Force Account” or its abbreviation “FA” or “Dollar” or its abbreviation “USD” (US Dollar), when included in the bidding schedule as a unit of measurement, shall mean an allowance for the payment of the work in conformance with the provisions of Subsection 109-5.
* MODIFY SAMPLE SPECIAL PROVISION TO FIT THE SCOPE OF YOUR PROJECT’S LUMP SUM BRIDGE STRUCTURES. PREPARED 8/21/09 *
SECTION 109 – MEASUREMENT AND PAYMENT 109-12 LUMP SUM PAYMENT FOR STRUCTURES
(A) General of the Standard Specifications is modified to add:
The Department will compensate the contractor for construction of each of the following structures or groups of structures on the basis of a lump sum amount:
ITEM 9999901 – LUMP SUM STRUCTURE NO.1 (Southbound La Cholla Boulevard Bridge over the Rillito River)
ITEM 9999902 – LUMP SUM ST RUCTURE NO.2 (Northbound La Cholla Boulevard Bridge over the Rillito River)
The lump sum amount includes structural concrete, reinforcing and prestressing steel, concrete barriers, parapets, metal railings, precast concrete members, architectural treatments, and all other work shown on the plans, including utility and electrical conduits, pedestrian walkways, roadway and median curbs, bridge expansion joints, structural excavation and structure backfill, engineered fill, bearing pads, vertical restrainers, miscellaneous grout, mastic material, deck and abutment drains, signs, and all other work related to construction of the bridges, etc.
Drilled shaft foundations, including concrete and reinforcement, shall be paid for under the contract item for drilled shaft foundations and shall not be paid for under the lump sum payment for structures.
Work under these items shall also include all work to construct the approach slabs with the bridges, as shown on the project plans and as contained in these Special Provisions.
* USE FOR DIESEL FUEL ADJUSTMENTS WHEN ANY OF THE FOLLOWING CONDITIONS EXIST: WHEN EARTHWORK EXCEEDS 20,000 CUBIC YARDS, AGGREGATE QUANTITY EXCEEDS 1,000 CUBIC YARDS, OR ASPHALTIC CONCRETE QUANTITIES EXCEED 5,000 TONS *
** DIESEL FUEL ADJUSTMENTS WILL BE MADE ON AN EXTRA WORK BASIS UNDER ITEM 1090010 – FUEL ADJUSTMENT ALLOWANCE **
*** CURRENT REVISIONS ARE HIGHLIGHTED FOR INFORMATION ONLY ***
(109FUEL_ADJUST, 8/20/15)
SECTION 109 – MEASUREMENT AND PAYMENT
109-13 COMPENSATION FOR FUEL ADJUSTMENT is hereby added to the Standard Specifications:
109-13.01 Fuel Cost Adjustment.
(A) General. The Agency will adjust monthly progress payments up or down as appropriate for cost fluctuations in diesel fuel as determined in accordance with these Special Provisions.
A fuel cost adjustment will be made when fluctuations in the price of diesel fuel, in excess of 15 percent, occur throughout this contract. The Agency will not provide such adjustments for fluctuations in the price of diesel fuel of 15 percent or less.
No adjustments will be made for fluctuations in the price of fuels other than diesel.
(B) Determination of Compensation. The base index price of fuel will be determined by the Agency from the selling prices of diesel fuel published by OPIS (Oil Price Information Service). The base index price to be used will be the price for Diesel fuel No. 2, Low Sulfur, PAD 5, City of Tucson. The reported average value for the Tucson area will be used.
The base index price for each month will be the arithmetic average of the selling price for diesel fuel, as specified above, shown in the last four reports received prior to the last Wednesday of the month.
This price will be made known by means of a memorandum issued on the last Wednesday of each month and mailed to those currently receiving copies of the Advertisements for Bids. This price may also be obtained from the Field Engineering Contract Administrator, 1313 S. Mission Road at (520) 724-2340.
This price will be deemed to be the “initial cost” for diesel fuel on projects for which bids are opened during the following month.
The current index price for diesel fuel in subsequent months will be the base index price, determined as specified above, for the current month. The amount of adjustment per gallon will be the net difference between the “initial cost,” adjusted by 15 percent, and the current index price. The monthly adjustment will be determined by the Engineer and included in the payment
estimate as a fuel adjustment. For fluctuations in excess of 15 percent, fuel cost adjustments will only be made for current price index increases greater than 1.15 times the “initial cost” or for decreases less than 0.85 times the “initial cost.” No calculation will be made for fluctuations in the current index price of 15 percent or less when compared to the “initial cost.”
The cost of diesel fuel will be considered to be equal to one percent of the total construction costs for the project. The dollar amount of diesel fuel used each month will be considered to equal one percent of the dollar amount of work reported by the contractor for that month. The quantity of diesel fuel in gallons will be determined using the dollar value calculated above and the price per gallon specified as the “initial cost.”
A monthly adjustment, if applicable, will be made on this quantity, as shown below:
S = 0.015(Q) x (CP – AC) IC
Where: S = Monetary amount of the adjustment (plus or minus) in dollars CP = Current index price in dollars per gallon
IC = “Initial cost” as determined above, dollars per gallon
AC = Adjusted “initial cost” (1.15 or 0.85 times IC) in dollars per gallon Q = Dollar amount of work completed for the month
If adjustments are made in the contract quantities, the contractor shall accept any fuel adjustment as full compensation for increases or decreases in the price of fuel regardless of the amounts of overrun or under run.
The value calculated above (plus or minus) will be adjusted to include sales tax and other taxes as applicable.
No additional compensation will be made for any additional charges, costs, expenses, etc., which the contractor may have incurred since the time of bidding and which may be the result of any fluctuation in the base index price of diesel fuel.
No adjustments will be made for work performed beyond the contract time.
The need for application of the adjustments herein to extra work will be determined by the Engineer on an individual basis and, if appropriate, will be specified on the work order.
(C) Payment. Price adjustment will be shown on the monthly progress estimate, but will not be included in the total cost of work for determination of progress or for extension of contract time.
Fuel adjustment compensation (S) will be paid for at the contract unit price each for each dollar of compensation determined above, rounded to the nearest dollar, and will be paid for under Bid Item 10900010 – Fuel Adjustment Allowance.
* USE ON ALL FEDERAL AID PROJECTS IN CONJUNCTION WITH STORED SPECS FOR SECTIONS 104-2 AND 101-3 REGARDING CHANGE CONDITIONS (23 CFR 635.109) *
(109FHWA_CHANGE_CONDITION, 3/29/12) SECTION 109 – MEASUREMENT AND PAYMENT
109-3 ALTERATIONS TO THE CONTRACT WORK of the Standard Specifications is revised to read:
Altered work shall be performed as a part of the contract and shall be paid for at the same contract prices as for other parts of the work, unless the alterations in the details of construction or increases or decreases in quantities materially change the character of the work to be performed or the cost thereof. The term “materially change,” for purposes of intent under the contract, is as defined as a significant change in Section 104-2.
When no work is done under an item, no adjustment in the unit bid price shall be made. The item shall be eliminated in accordance with the provisions of Subsection 109-6.
Payment for work that has materially changed shall be made in accordance with the requirements of Subsection 109-4.
If the alterations made or increases in the quantities are of sufficient magnitude as to require additional time in which to complete the project, such time adjustment shall be made in accordance with the requirements of Subsection 108-8.
* USE ON ALL FEDERAL-AID PROJECTS WHERE DBE GOALS ARE ESTABLISHED *
** ENTER DOLLAR AMOUNT OF RETENTION UNDER NON-COMPLIANCE BELOW; NOTE THAT PCDOT’S NORMAL RETENTION RATE IS $500 PER SUBCONTRACTOR **
*** CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY ***
(109FHWA_RETENTION, 12/19/14)
SECTION 109 – M EASUREM ENT & PAYM ENT
109-8 RETENTION of the Standard Specifications is modified to add:
On federally funded projects only, as applicable under the Agency’s DBE program, the prime contractors shall:
1) Incrementally reduce the amount of retention specified in the Standard Specifications to correspond with the value of retention for individual subcontractors which have satisfactorily completed their unit of work in accordance with Section 105-17.01.
2) Make prompt final payment to each of its subcontractors all monies, including retention, due the subcontractor within 14 days after the subcontractor has satisfactorily completed all of its work.
Any retainage previously withheld for work which has been included in a partial acceptance pursuant to Section 105-17.01 shall be promptly released to the contractor. The contractor shall pay any such retainage owed to subcontractors within 30 days of receipt by the contractor.
Non-compliance:
If prompt partial payment, or prompt final payment including any retention, is not made within the time frames established above, the Agency will retain [ENTER AMOUNT**] per sub- contractor, per occurrence. Each additional month that payment is not made constitutes an additional occurrence. The amount withheld by the Agency will be released after the issue is resolved.
* USE TO RE-ESTABLISH THE REJECT STATUS FOR THE BASIS OF APPLYING A PAYMENT REDUCTION FOR AC PAVEMENT WITH GRADATION, ASPHALT CEMENT CONTENT OR EFFECTIVE VOID DEFICIENCIES IN THE MIX DESIGN THAT IS ALLOWED TO REMAIN IN PLACE. *
(110AC_DEFICIENCY_REDUC, 4/23/15) SECTION 110 – CORRECTIVE REQUIREMENTS FOR DEFICIENCIES
110-2 ASPHALTIC CONCRETE
110-2.02 Asphaltic Concrete Mixture Properties. Note (2) of Table 110-2 of the Standard Specifications is revised to read:
Reject Status: The payment reduction shall apply only if the asphaltic concrete is allowed to remain in place subject to the provisions of Subsection 110-2.02 (B).
* USE ON PROJECTS THAT INCLUDE BID ITEMS FOR CLASS “S”, CLASS “X”, AND CLASS “B”
CONCRETE MEASURED IN UNITS OF S.F. OR C.Y. SUCH AS ON BRIDGE PROJECTS.. *
(110CONCRETE_REDUC, 7/27/15) SECTION 110 – CORRECTIVE REQUIREMENTS FOR DEFICIENCIES
110-3 PORTLAND CEMENT CONCRETE
110-3.01 Class S and Class B Concrete of the Standard Specifications is revised to read:
110-3.01 Class X, Class S and Class B Concrete
(A) Compressive Strength. Class X, Class S and Class B Portland cement concrete will be accepted for compressive strength and paid for in accordance with Table 110-4. Concrete will be paid for by the square foot or by the cubic yard, complete in place, except that an reduction in the contract unit price, to the nearest cent, will be made for the quantity of concrete represented by 28-day compressive strength test results less than the specified requirement.
Concrete failing to meet at least 95 percent of the 28-day compressive strength specified or any concrete failing to meet the requirements of Subsection 1006-7.01 will be subject to the provisions of Subsection 1006-7.06.
Class S, Class X, or Class B Portland cement concrete which fails to achieve the required 28- day compressive strength but meets the percent of the 28-day compressive strength noted in Table 110-4 may be subject to rejection by the Engineer if it is determined that the deficient compressive strength is detrimental to the integrity of the structure.
TABLE 110-4
PORTLAND CEMENT CONCRETE (CLASS ‘X’, ‘S’ AND ‘B’) CONTRACT UNIT PRICE REDUCTION FACTORS
FOR STRENGTH DEFICIENCIES
3,000 psi and Below(1) |
3,500 psi (1) |
4,000 psi and Above (1) |
|||
Percent of 28-day strength attained (2) |
Percent Reduction in Contract Unit Price(3) |
Percent of 28-day strength attained (2) |
Percent Reduction in Contract Unit Price(3) |
Percent of 28-day strength attained (2) |
Percent Reduction in Contract Unit Price(3) |
100 or more |
0 |
100 or more |
0 |
100 or more |
0 |
97 – 99 |
3 |
98 – 99 |
2 |
99 |
1 |
94 – 96 |
6 |
96 – 97 |
4 |
98 |
2 |
91 – 93 |
9 |
94 – 95 |
6 |
97 |
3 |
88 – 90 |
12 |
92 – 93 |
8 |
96 |
4 |
85 – 87 |
15 |
90 – 91 |
10 |
95 |
5 |
< 85 |
30(4) |
< 90 |
30(4) |
< 95 |
30(4) |
(1) Compressive strength as shown on the project plans or specified in the Special Provisions. |
|||||
(2) To nearest one percent. |
|||||
(3) For items measured and paid for by the cubic yard, the reduction shall not exceed $150.00 per cubic yard. |
|||||
(4) The contract unit price reduction factor applies only if the concrete represented by the test |
* USE IN CONJUNCTION WITH ITEM 2010001 – CLEARING AND GRUBBING, AND INCLUDE ITEM 2010010 – CLEARING AND GRUBBING (NOXIOUS AND INVASIVE SPECIES CONTROL ALLOWANCE) ON AN EXTRA WORK BASIS FOR PROJECTS WHICH REQUIRE NOXIOUS PLANT CONTROL. *
** FENCING FOR PRESERVATION OF EXISTING VEGETATION TO REMAIN IN PLACE SHALL BE USED IN CONJUNCTION WITH ITEM 2010004 – PRESERVATION FENCING, AND THE UNIT OF MEASUREMENT IS LINEAR FOOT. **
*** PRUNNING FOR VEGETATION FROM PRIVATE PROPERTY OBSTRUCTING CONSTRUCTION SHALL BE PERFORMED IN CONJUNCTION WITH ITEM 8061700 – LANDSCAPE PRUNNING, AND THE UNIT OF MEASUREMENT IS BY THE HOUR. ***
(201NOX_PLANT_REM, 6/13/16)
SECTION 201 – CLEARING & GRUBBING
201-1 DESCRIPTION of the Standard Specifications is modified to add:
Removal and/or treatment of noxious or invasive plant species shall take place prior to the start of clearing and grubbing, in accordance with Subsection 201-3.04.
Clearing and grubbing shall be performed in advance of embankment construction and grading operations and in accordance with the requirements of these specifications.
In some circumstances, vegetation from adjacent properties may provide impediments to construction, with branches or other plant parts leaning over into the right of way. The extent of required pruning and/or removal of obstructive plant parts will be determined during the project walk through and treated as specified in Subsection 201-3.05 herein.
All pruning shall be performed or directed by a certified arborist in accordance with the requirements of Item 8061700.
201-2 MATERIALS
201-2.01 Herbicides of the Standard Specifications is modified to add:
Herbicides proposed in the plan for use on projects adjacent to BLM and or USFS Lands shall be in conformance with the following current environmental documents, including:
“Final Vegetation Treatments Using Herbicides Programmatic Environmental impact Statement for BLM” available electronically at: http://www.blm.gov/wo/st/en/prog/more/veg_eis.html;
or the “Environmental Assessment for Management of Noxious Weeds and Hazardous Vegetation on Public Roads on National Forest System Lands in Arizona”, available electronically on the Arizona Memory Project website (Arizona State Library):
http://azmemory.azlibrary.gov/cdm/ref/collection/feddocs/id/486;
The environmental documents include lists of approved Herbicides, Mitigations and Best Management Practices.
201-3 CONSTRUCTION DETAILS
201-3.01 Clearing and Grubbing the sixth paragraph of this subsection of the Standard Specifications is revised to read:
The contractor shall carefully prune all branches of trees less than 16 feet above any part of the roadway and less than 8 feet above or within 2 horizontal feet of sidewalks, multi-use paths, traffic control cabinets and intersection site distance triangles and all branches which have been broken or injured during construction. Pruning shall be performed or directed by a certified arborist in accordance with the requirements of Item 8061700.
201-3.03 Salvaged and Transplanted Vegetation of the Standard Specifications is modified to add:
The Contractor shall guarantee the survival and health of all plants salvaged and replanted as part of this contract in conformance with the requirements of Subsection 809-3.08.
201-3.04 Noxious and Invasive Vegetation of the Standard Specifications is modified to replace the first sentence of paragraph one with the following:
The Contractor shall retain the services of a person, subject to the approval of the Engineer, knowledgeable in identification of noxious and invasive plant species, such as; a certified arborist; biologist, horticulturist, or botanist with a degree in a plant oriented natural resource field; or a person holding a State of Arizona Office of Pest Management Applicator License in Category B3 (Right of Way and Weed Control) to survey the limits of the project in order to determine the presence of noxious or invasive plant species.
201-3.04 Noxious and Invasive Vegetation of the Standard Specifications is modified to delete the 6th and 7th paragraphs and to add the following:
Areas of noxious and invasive vegetation infestation shall be mapped on a project site map or aerial photo of the project and shall be provided to the Engineer before work begins and when work is completed. This map shall be updated throughout the duration of the project and placed in an appendix in the Stormwater Pollution Prevention Plan (SWPPP). In addition, all herbicides used at the site shall be listed in Section 1.11, Potential Sources of Pollution, of the SWPPP.
Noxious or Invasive species that shall be treated include the following:
Scientific Name |
Common Name |
Acroptilan repens |
Russian Knapweed |
Alhagi maurorum |
Camelthorn |
Arundo donax |
Giant Reed |
Brassica tournefortii |
Sahara Mustard |
Bromus rubens |
Red Brome |
Bromus species |
Other Brome species |
Centaurea spp. |
Starthistle species |
Chondrilla juncea |
Rush Skeletonweed |
Cortaderia selloana |
Pampas Grass |
Cynodon dactylon |
Bermudagrass |
Eragrostis lehmanniana |
Lehmann lovegrass |
Erodium cicutarium |
Redstem filaree |
Hordeum murinum |
Mouse Barley |
Mesembryanthemum Nodiflorum |
Slenderleaf Iceplant |
Nicotina glauca |
Tree Tobacco |
Pennisetum ciliare |
Buffelgrass |
Pennisetum setaceum |
Fountain Grass |
Rhus lancea |
African Sumac |
Salsola species |
Russian Thistle |
Sorghum halepense |
Johnsongrass |
Sisymbrium ino |
London Rocket |
Sonchus asper |
Spiny sowthistle |
Tamarix spp. |
Tamarix |
Tribulus terrestris |
Puncturevine |
Herbicides shall not be used in washes and right-of-way dip crossings classified as waters of the United States (WUS). Only manual removal of noxious and invasive species shall be allowed at these locations. Invasive species that are treated by herbicides can be left in place to decompose. Plants that are manually dug shall be put into large plastic bags with tie closures before removing from site. No portion of the root ball shall be left behind. Bags shall be disposed of in a landfill. Mowing or chopping of invasive species is prohibited.
In regard to buffelgrass and fountain grass, plants treated by chemical means must be green and actively growing for herbicides to be effective. Plants shall be sprayed when greater than 50% of the plant is green material. Only targeted plants shall be sprayed. Targeted plants shall be sprayed so that the herbicide coats all leaves but does not run off.
The Contractor shall keep records of all herbicide applications, as outlined in Arizona Administrative Code R4-29-307. Treated areas shall be recorded on the project site map or project aerial photo as described previously. This map shall include all areas of noxious and invasive species removal, whether by manual or chemical means.
201-3.05 Vegetation from Private Property obstructing Construction is hereby added to the Standard Specifications:
In some circumstances, vegetation from adjacent properties may obstruct construction, with branches or other plant parts leaning over into the right of way. Prior to the start of construction, the contractor shall determine which vegetation may impede construction and shall bring this to the attention of the Engineer. The Engineer shall consult with the arborist to determine the extent of work and whether preservation, pruning, or removal is advisable.
The Engineer shall contact the Agency’s Community Relations section regarding pruning and/or plant removal a minimum of four weeks in advance of the work needing to be done. Community Relations shall direct property owners to prune and/or remove obstructive plant parts within two weeks of the time they are contacted. If removal and/or pruning are not provided by the property owner within the specified date, the property owner shall be advised that pruning and/or removal will be done by the Agency. No pruning or removal of plant parts from vegetation originating on private property shall be performed without proof of notification to the property owner by Community Relations.
If the Engineer determines that additional pruning and/or removal of plants is required during construction, the notification procedure described above shall be followed.
All required pruning shall be performed or directed by a certified arborist in accordance with the requirements of Item 8061700.
201-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to delete the 6th paragraph and to add the following:
All work required to eradicate and control noxious and invasive plant species, as described herein, by either manual means or with herbicides, will be completed on an extra work basis, as approved and directed by the Engineer, in conformance with the requirements of Subsection 109- 5.
All noxious and invasive plant species eradication in landscaped areas after construction shall be considered incidental to the work described in Section 807 – Landscape Establishment.
Landscape pruning of vegetation will be measured by the hour, including the time that a registered arborist is on site.
201-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
Landscape pruning of vegetation, measured as provided above, will be paid at the contract unit price per hour, in accordance with the requirements of Item 8061700.
* MODIFY THIS SPECIAL PROVISION TO FIT YOUR PROJECT’S BRIDGE REMOVAL ITEM; SPECIAL PROVISION PREPARED 8/21/09 *
SECTION 202 – REMOVAL OF STRUCTURES AND OBSTRUCTIONS 202-3 CONSTRUCTION DETAILS
202-3.05 Removal of Bridges the fifth paragraph of the Standard Specifications is revised to read:
Existing pier walls shall be removed to the top of the existing pile cap. The pile cap and piles may remain in place at the piers only. The existing pile cap and piles supporting the abutments shall be removed to 5’-0” minimum below the pile cap or to 5’-0” minimum below finish grade, whichever is deeper, unless specified otherwise in the project plans. The existing piles that conflict with new construction, such as drilled shafts, shall be removed to a depth necessary to eliminate the conflict with the new construction. The Contractor should be aware that steel piles often stray from the plan locations during the driving process and that conflicts between the new drilled shafts and the existing piles may occur. If conflicts occur between the existing piles and drilled shafts, the steel piles shall be removed and the void left by the pile shall be filled with cement slurry. The removal of piles due to any anticipated or unanticipated conflict shall be paid for under the Force Account Item 2020005 REMOVAL OF EXISTING PILES.
202-3.05 Removal of Bridge: the last paragraph of the Standard Specifications is modified to add:
All construction debris shall be removed from the riverbed within 24 hours. No debris will be allowed to be buried in the River Channel.
202-3.05 Removal of Bridge: of the Standard Specifications is modified to add:
The existing La Cholla Boulevard Bridge over the Rillito River is a four-span precast prestressed Type IV AASHTO I Girder bridge with an approximate length of 353’-6” and a width of 52 feet out-to-out of bridge deck. The bridge has three concrete pier walls and two stub type abutments supported on driven steel pile foundations. The existing bridge, Structure No. 8636, was built in 1981 under Pima County Work Order No. 4-BLARI. Plans of the existing bridge are available upon request from PCDOT Engineering Records. The structure shall be removed as indicated on the project plans and in accordance with Section 202 of the Standard Specifications and these Special Provisions. The existing La Cholla Boulevard Bridge over the Rillito River, as described above, is to be removed and paid for as a lump sum item under Item 2020002 – REMOVAL OF BRIDGE.
The Contractor shall follow Occupational Safety & Health Administration (OSHA) 1926 Safety and Health Regulations for Construction for potential lead exposure during the demolition of the metal rails and concrete girders and walls since testing indicated the presence of lead in the paint. All scrap metal from the bridge that has been painted should be treated as if the paint contains lead. Therefore, in lieu of disposing the metal in a landfill, the Contractor shall transport it to a recycling facility approved by the County. The cost of recycling is considered incidental to the lump sum Item 2020002 – REMOVAL OF BRIDGE.
* INSERT GRADATION REQUIREMENTS OR REFERENCE THE SUBGRADE ACCEPTANCE CHART FROM THE PROJECT GEOTECHNICAL REPORT IN SECTION 203-2 *
(203SUBGRADE, 8/20/15)
SECTION 203 – EARTHWORK
203-2 GENERAL of the Standard Specifications is modified to add:
The subgrade acceptance chart [OR GRADATION REQUIREMENTS], as noted in the appendix, shall be used to determine whether subgrade materials are acceptable.
* USE FOR PROJECTS THAT INCLUDE SOIL CEMENT BANK PROTECTION *
(203STRUC_EXC&BKFL, 6/15/09)
SECTION 203 – EARTHWORK
203-5 STRUCTURAL EXCAVATION AND STRUCTURE BACKFILL
203-5.01 DESCRIPTION the second paragraph of the Standard Specifications is modified to add:
Backfill of bank protection toe down excavation shall be considered structure backfill.
203-5.03 CONSTRUCTION DETAILS
(B) Structural Backfill.
(2) Compaction of Backfill of the Standard Specifications is modified to add:
Structure backfill in soil cement bank protection toe trenches shall be compacted to 85 percent of the maximum density.
* INSERT GRADATION REQUIREMENTS OR REFERENCE THE SUBGRADE ACCEPTANCE CHART FROM THE PROJECT GEOTECHNICAL REPORT IN SECTION 203-8.02 IN THE APPENDIX *
(203BORROW, 8/20/15)
SECTION 203 – EARTHWORK
203-2 GENERAL of the Standard Specifications is modified to add:
The subgrade acceptance chart, as noted in Appendix X, shall be used to determine whether subgrade materials are acceptable.
[FOR BORROW REQUIREMENTS, EITHER INSERT GRADATION REQUIREMENTS, AS NOTED BELOW, OR ADD A REFERENCE TO SECTION 203-8.02 REGARDING USE OF THE SUBGRADE ACCEPTANCE CHART FROM THE PROJECT GEOTECHNICAL REPORT FOR BORROW MATERIAL THAT IS PLACED WITHIN THREE FT. OF THE FINISHED SUBGRADE, TO BE PLACED IN THE APPENDIX]
203-8 BORROW
203-8.02 Materials the last sentence of the first paragraph of the Standard Specifications is revised to read:
Borrow placed within three feet of the finished subgrade elevation shall conform to the following requirement:
PC + (2.83 x PI) shall not exceed XXXX,
where:
PC = Percent of material passing the No. 200 sieve (determined in accordance with Arizona Test Method 201), and
PI = Plasticity Index (determined in accordance with AASHTO T 90).
* USE FOR SMALL PROJECTS WITH MINIMAL PAVEMENT QUANTITIES *
(404BITUM_SM_PROJ, 10/4/10)
SECTION 404 – BITUMINOUS TREATMENTS
404-4 OF MEASUREMENT of the Standard Specifications is modified to add:
Bituminous treatments for tack coat shall not be measured separately, but shall be considered as incidental to the cost of other contract items requiring tack coat.
404-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
Separate payment for bituminous treatments for tack coat shall not be made, the cost being considered as incidental to the cost of other contract items requiring tack coat.
(404BITUM, 4/2/09)
SECTION 404 – BITUMINOUS TREATMENTS
404-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
The term “bituminous material” used in accordance with this Section is not subject to price adjustment for fluctuating asphalt prices.
* USE ONLY WHEN DIRECTED BY FIELD ENGINEERING FOR OVERLAY PROJECTS WHICH DO NOT ALLOW THE USE OF RECYCLED ASPHALT PAVEMENT IN THE AC MIX DESIGN. *
(406NO_RAP_MIX_DESIGN, 4/9/15)
SECTION 406 – ASPHALTIC CONCRETE
406-1 DESCRIPTION the last sentence of the 1st paragraph of the Standard Specifications is revised to read:
Recycled asphalt pavement (RAP) shall not be utilized in the asphaltic concrete mix design or in the production of hot mix asphaltic concrete for this project.
406-2 MATERIALS
406-2.01 General. the 1st two sentences of the 1st paragraph of the Standard Specifications are revised to read:
Recycled asphalt pavement (RAP) shall not be utilized in the production of hot mix asphaltic concrete.
* USE ONLY WHEN DIRECTED BY FIELD ENGINEERING UNDER ITEM 4060500 – ASPHALTIC CONCRETE (TERMINAL MIX), AND COMBINE WITH STORED SPEC 1005TERMINAL_MIX. *
(406TERMINAL_MIX, 1/24/13)
SECTION 406 – ASPHALTIC CONCRETE 406-2 MATERIALS
406-2.05 BITUMINOUS MATERIAL revise the first sentence of the first paragraph of the Standard Specifications to read:
The bituminous material for PAG 2 Terminal Mix shall be an asphalt binder performance grade PG 70-22 TR, in accordance with the requirements of Section 1005.
* USE WHEN DIRECTED ON UNCURBED ROADWAYS *
SECTION 406 -ASPHALTIC CONCRETE
(406SAFETY_EDGE, 6/14/16)
406-1 DESCRIPTION of the Standard Specifications is modified to add:
The work under this section shall also consist of furnishing all equipment, labor and materials required to construct a sloped Safety Edgesm pavement edge treatment equal to 30 degrees plus or minus 5 degrees measured from the pavement surface cross slope extended. The Safety Edgesm pavement edge treatment shall consist of consolidated asphaltic concrete, placed at the outside edge of the roadway pavement section, in accordance with the details shown on the project plans and the requirements of these specifications, in order to lessen the severity of roadway departures
406-2 MATERIALS of the Standard Specifications is modified to add:
Materials furnished for asphaltic concrete Safety Edgesm pavement treatment shall conform to the requirements of Section 406-2 and these specifications.
406-3 CONSTRUCTION DETAILS
406-3.06 Placing and Finishing
406-3.06(A) General Requirement of the Standard Specifications is modified to add:
Surfaces on which the asphaltic concrete Safety Edgesm pavement treatment will be placed shall be graded to the lines and grades shown on the project plans, or as established by the Engineer. The shoulder material under the asphaltic concrete Safety Edgesm pavement treatment shall be cleared of all rocks and debris, and be prepared to support the placement of the safety edge. Once the Safety Edgesm has been placed and compacted, the Contractor shall furnish, place and compact the shoulder backfill material to the top of the Safety Edgesm, in accordance with the details shown on the project plans.
The Safety Edgesm may be constructed on each lift of asphaltic concrete, or to the full specified plan depth on the final lift. The finished shape of the Safety Edgesm shall extend for the full depth of the asphalt pavement, or for the top 5 inches, whichever is less. The Engineer may allow the Contractor to use handwork for short sections or to saw cut the sloped Safety Edgesm after paving operations are completed in areas such as transitions at driveways and intersections.
406-3.06 (D) Placing and Finishing Asphaltic Concrete by Means of Self-Propelled Paving Machines of the Standard Specifications is modified to add:
The paver shall include an approved longitudinal paver wedge system to create a sloped safety edge, as shown on the project plans. The wedge system shall be attached to the screed and shall compact the asphaltic concrete to a density at least as dense as the compaction imparted to the rest of the asphaltic concrete lift by the paving screed. Final compaction of the horizontal asphalt lifts shall be performed in such a manner so as not to deform the safety edge. No
additional compaction is required of the safety edge itself. The wedge system shall be capable of providing a sloped safety edge equal to 30 degrees plus or minus 5 degrees measured from the pavement surface cross slope extended. The use of a single plate strike off is not permitted. The wedge system shall be adjustable to accommodate varying paving thicknesses and to allow for automatic transition to cross side streets, driveways and obstructions.
The Agency has acquired an approved Safety Edgesm shoe device, which is available for the Contractor’s use, as manufactured by Advant-Edge Paving Equipment LLC, 1197 Hillside Avenue, Suite B47, Niskayuna, NY 12309, 518-280-6090, www.advantedgepaving.com. If the Contractor elects to use the Agency’s device, the Contractor shall pre-coat the surfaces of the device with an appropriate non-stick treatment to minimize adhesion of the asphalt to the surfaces. The device shall be cleaned of asphalt after each use and prior to returning it to Agency.
If the Contractor elects to acquire a Safety Edgesm shoe device, the following manufacturers have also been approved by FHWA:
Transtech Systems, Inc. Carlson Paving Products
1594 State Street 18425 50th Ave. East
Schenectady, NY 12304 Tacoma, WA 98446
800-724-6306 253-278-9426
518-370-5558 http://www.carlsonpavingproducts com www.transtechsys.com
Troxler Electronic Laboratories, Inc. 3008 E. Cornwallis Rd., PO Box 12057 Research Triangle Park, NC 27709
877-876-9537
http://www.troxlerlabs.com/products/paving.php
The Contractor shall submit the proposed wedge system for approval at the Preconstruction Conference. The Engineer may require proof that the system has been used on previous projects with acceptable results, or may require a test section constructed prior to the beginning of work in order to demonstrate that it creates an acceptable wedge shape and compaction. Paving shall not begin until the system is approved in writing by the Engineer.
406-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add:
Asphaltic concrete Safety Edgesm pavement edge treatment will not be measured separately, but shall be considered as incidental to the cost of the asphaltic concrete paving course.
406-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
Separate payment for furnishing, placing and finishing the asphaltic concrete Safety Edgesm pavement edge treatment shall not be made, the cost being considered as incidental to the cost of the asphaltic concrete paving course.
* USE ONLY WHEN DIRECTED BY FIELD ENGINEERING FOR THE PLACEMENT OF ASPHALTIC CONCRETE PAVEMENT WITHIN ADOT R/W *
(409AC_MISC_STRUCTURAL, 8/17/15)
SECTION 409 – ASPHALTIC CONCRETE (MISCELLANEOUS STRUCTURAL): of the
Arizona Department of Transportation, Division of Highways, Standard Specifications is hereby added to the Standard Specifications.
409-2 Materials: of the State of Arizona, Department of Transportation Division of Highways, Standard Specifications is modified to add:
The bidding schedule quantity of asphaltic concrete is based on an estimated unit weight of 143 pounds per cubic foot.
409-2.02 Bituminous Material: the first paragraph of the State of Arizona, Department of Transportation Division of Highways, Standard Specifications is revised to read:
Asphalt cement shall be an asphalt binder performance grade PG 70-10, conforming to the requirements of Section 1005.
409-2.04 Mix Design: the second row of the mix design criteria table in the eighth paragraph of the State of Arizona, Arizona Department of Transportation, Division of Highways, Standard Specifications is revised to read:
Criteria |
Requirement |
Arizona Test Method |
2. Effective Voids: % |
5.3 – 5.7 |
815 |
406 – 1
* USE WHEN DIRECTED ON UNCURBED ROADWAYS. ALSO INCLUDE THE STORED SPECS FOR SECTION 406 – ASPHALTIC CONCRETE SAFETY EDGE AND SECTION 1009 – ASPHALT-RUBBER MATERIAL *
(413SAFETY_EDGE, 9/19/13) SECTION 413 – ASPHALTIC CONCRETE (ASPHALT-RUBBER)
413-1 DESCRIPTION of these Special Provisions is modified to add:
The work under this section shall also consist of furnishing all equipment, labor and materials required to construct a sloped asphaltic concrete (asphalt rubber), hereafter asphaltic concrete Safety Edgesm pavement edge treatment sloped at 30 degrees plus or minus 5 degrees measured from the pavement surface cross slope extended. The Safety Edgesm pavement edge treatment shall consist of consolidated asphaltic concrete, placed at the outside edge of the roadway pavement section, in accordance with the details shown on the project plans and the requirements of these specifications, in order to lessen the severity of roadway departures.
413-3 MATERIALS of these Special Provisions is modified to add:
Materials furnished for asphaltic concrete Safety Edgesm pavement treatment shall conform to the requirements of Section 413-3 and the details shown on the project plans.
413-7 CONSTRUCTION DETAILS
413-7.0 Placing and Finishing
413-7.04(A) General Requirements of these Special Provisions is modified to add:
Details for the preparation of surfaces on which the asphaltic concrete Safety Edgesm pavement treatment will be placed shall conform to the requirements of Section 406-3.06 of these special provisions.
413-7.04 (C) Placing and Finishing Asphaltic Concrete by Means of Self-Propelled Paving Machines of these Special Provisions is modified to add:
Details of the approved longitudinal paver wedge system used to create the sloped safety edge, as shown on the project plans, shall conform to the requirements of Section 406-3.06 of these special provisions.
413-8 METHOD OF MEASUREMENT of these Special Provisions is modified to add:
Asphaltic concrete asphalt rubber Safety Edgesm pavement edge treatment will not be measured separately, but shall be considered as incidental to the cost of the asphaltic concrete paving course.
413-9 BASIS OF PAYMENT of these Special Provisions is modified to add:
413 – 1/2
No separate payment for furnishing, placing and finishing the asphaltic concrete asphalt rubber Safety Edgesm pavement edge treatment shall be made, the cost being considered as incidental to the cost of the asphaltic concrete asphalt rubber paving course.
413 – 2/2
* ALL DRAINAGE AND STORM DRAIN PIPE SHALL HAVE WATERTIGHT JOINTS. PLASTIC PIPE FOR CROSS DRAINAGE CULVERTS AND STORM DRAIN, WHEN PERMITTED, IS GENERALLY LIMITED TO THIRTY-SIX INCH DIAMETER MAXIMUM *
**INCLUDES FIELD INSPECTION AND TESTING FOR PLASTIC PIPE OR SRHDRP **
(501DRAINAGE_PIPE, 1/7/16)
SECTION 501 – DRAINAGE PIPE 501-3 CONSTRUCTION DETAILS
501-3.03 Installation of Drainage Pipe.
501-3.03 (B) Watertight Joints. of the Standard Specifications is modified to add:
All drainage and storm drain pipe shall have watertight joints. When watertight joints are specified, hydrostatic pressure testing will not be required, except for siphon and irrigation pipe installations.
501-3.03 (G) Corrugated High Density Polyethylene Pipe (CHDPEP) and Steel Reinforced High Density Thermoplastic Ribbed Pipe (SRHDRP) of the Standard Specifications is modified to add:
Corrugated high density polyethylene pipe and steel reinforced high density thermoplastic ribbed pipe shall be assembled and installed in conformance with ASTM D 2321 and the manufacturer’s recommendations.
The use of corrugated high density polyethylene pipe (CHDPEP) and steel reinforced high density thermoplastic ribbed pipe (SRHDRP) for cross drainage culverts and storm drain, when permitted, is generally limited to thirty-six inch diameter maximum.
(1) Field Inspection
For corrugated high density polyethylene pipe and steel reinforced high density thermoplastic ribbed pipe 12 to 60 inches in diameter, after completion of the final fill and before any paving operation, the contractor shall dewater the installed pipe and provide the Engineer with either a video of the installation, a mandrel test log, or a physical measurement test log, as detailed herein. The Engineer may waive this requirement for side drains and cross drains that are short enough to visually inspect from the end of the pipe.
The Engineer shall inspect all pipes for line and grade, joint gaps and misalignments, damage, and debris. Based on the results of the inspection and deflection testing, the Engineer may accept the installation, request an action plan from the contractor to remedy any excessive deflection, or direct the contractor to remove and replace the pipe as detailed in the table below.
If the contractor disagrees with results of the first deflection test(s), they may re-test the installation using any of the methods detailed herein. The contractor shall bear the cost of the re- testing; however, if the re-testing shows that deflection is no greater than 5.0% of the AASHTO
minimum pipe diameter along the complete length of the pipe, the Agency will reimburse the contractor for the cost of the re-test.
PIPE INSTALLATION |
|
DEFLECTION (%) |
ACTION |
0 – 5.0 |
Full Acceptance |
>5.0 – 7.0 |
Contractor to Present Action Plan to Engineer (e.g. Remove and Reconstruct, or Remove and Replace) Retest |
>7.0 |
Remove and Replace Retest |
For pipe deflection greater than 5.0%, but less than or equal to 7.0%, the Contractor shall present an action plan to the Engineer for remedying the excessive deflection. Options may include, but are not limited to, excavating the affected portion of the run and reconstructing the pipe, or removal and replacement of the affected portion. The Engineer’s approval is required before the contractor may undertake any remedial efforts. For pipe deflections greater than 7% of the AASHTO minimum pipe diameter, the contractor shall remove and replace the affected length of pipe.
(2) Inspection Procedures:
(A) Video Camera:
(1) Equipment:
Use a pipeline video inspection camera with a laser light ring projector mounted onto and in front of the camera. The video shall be in digital format and provide a minimum resolution of 480 lines per inch. The videotape must have a distance marking, accurate to one foot per 100 feet. The contractor shall install a frame grabber card on the computer used to view the video image. The speed of the moving camera through the pipe shall not be greater than 30 feet per minute.
(2) Calibration:
The contractor shall project the light or laser ring a set distance away from the camera so that the entire ring is visible in the image. Calibrate the projected light or laser ring at the beginning of the inspection by capturing the image of an object of known length or physically measuring the pipe at the location where the light or laser ring is projected.
(3) Intervals:
Deflection measurements shall be taken continuously for each pipe run. Deflection shall be expressed to the nearest 0.1% of the AASHTO minimum pipe diameter.
(B) Mandrel:
(1) Equipment:
The mandrel testing equipment shall be the rigid, nonadjustable type, with an odd number of legs (9 minimum) having a length not less than the nominal outside diameter of the mandrel. The diameter of the mandrel at any point shall not be less than 93% or 95% of the AASHTO minimum diameter size of the pipe being tested. The mandrel shall be fabricated of metal, fitted with pulling rings at each end, and stamped or engraved with its diameter on some segment of the mandrel other than a runner. Rope with minimal elongation characteristics (less than one foot per 100 feet) shall be used to pull the mandrel through the pipe. The rope shall be marked in one-foot increments.
(2) Calibration:
The mandrels’ diameter shall be calibrated before and after each day’s testing by use of true circular rings of diameters equal to 93% and 95% of the AASHTO minimum inside diameter of the pipe being tested. The Engineer shall be present during the calibration.
(3) Procedure:
The rope shall be drawn through the pipe, and then attached to the leading end of the 95% diameter mandrel. The length of the pipe run, as measured by the pull rope shall be recorded. A rope marked with one-foot increments shall also be attached to the mandrel’s trailing end. The mandrel shall then be pulled through the pipe run by hand. If the 95% diameter mandrel’s progress is refused the location shall be recorded. The 95% diameter mandrel shall then be run through the pipe from the opposite end until its progress is refused. That location shall be recorded.
If the 95% diameter mandrel does not pass completely through the pipe, the procedure detailed above is repeated using the 93% diameter mandrel.
(C) Physical Measurement:
(1) Equipment:
Measuring devices marked with increments of 1/16 inch shall be used. These may include, but are not limited to, tape extensometers, metal measuring tapes, and wooden folding rulers with a 6-inch slide. A 24-inch level shall be used to verify vertical and horizontal control.
(2) Intervals:
Deflection measurements shall, at a minimum, be taken at each end of the pipe run and at intervals no greater than 5% of the pipe run (i.e., a minimum of 21 locations) based on the as- built length. Deflection measurements shall be taken vertically (6 to 12 o’clock) and horizontally (3 to 9 o’clock) at each location. The larger of the two measurements at each location shall be recorded. If a deflection greater than 5.0% of the AASHTO minimum pipe diameter is measured at any location, the Engineer shall require additional deflection measurements be taken at intervals of 1% of the pipe run, for a distance of up to 5% of the pipe
run, in both directions from that location. Deflection shall be calculated as follows and expressed to the nearest 0.1%:
% Deflection = [(AASHTO Minimum Diameter – Measured Diameter) / AASHTO Minimum Diameter] x 100
Alternately, the contractor, with the Engineer’s approval, may measure the pipe diameter after placement, but prior to backfilling (D1). Measurements shall, at a minimum, be taken at each end of the pipe run and at intervals no greater than 5% of the pipe run (i.e., a minimum of 21 locations) based on the as-built length. Measurements shall be taken vertically (6 to 12 o’clock) and horizontally (3 to 9 o’clock) at each location. Locations where the measurements are taken shall be marked. After completion of the backfilling, physical measurements are again taken at the marked locations. The larger of the two measurements at each location shall be recorded (D2). Deflection shall then be calculated as follows and expressed to the nearest 0.1%:
% Deflection = [(D1 – D2) / D1] X 100
(D) Testing Cost
Testing costs for the installation of CHDPEP and SRHDRP are considered incidental to the construction and included in the unit cost of the pipe. No separate measurement or payment will be made for testing, except as specified herein regarding re-testing.
*USE WHEN ADJUSTING, RECONSTRUCTING, OR INSTALLING NEW STORMDRAIN MANHOLES*
**ALL STORMDRAINS IDENTIFIED TO BE ADJUSTED SHALL BE FIELD INVESTIGATION TO DETERMINE THE EXTENT OF EXISTING ADJUSTMENT RINGS AND DISTANCE TO FIRST STEP TO INSURE THAT DIMENSIONAL RANGE REQUIREMENTS ARE NOT VIOLATED**
(505STORMDRAIN_MANHOLES, 06/15/16) SECTION 505 – STORMDRAIN MANHOLES
505-4 METHOD OF MEASUREMENT the second paragraph of the Standard Specifications is revised to read:
When an adjustment is accomplished by either removal of existing adjustable extension rings or by installation of new adjustable extension rings, without violation of the dimensional range specified in the project plans or standard details the adjustment will be measured as a unit for each manhole adjusted.
* PROVIDE MAXIMUM SEWERAGE FLOWS FOR EACH FLOW MANAGEMENT PLAN. *
(508SEWER_FMP, 10/28/10)
SECTION 508 – SANITARY SEWER PIPE 508-3 CONSTRUCTION DETAILS
508-3.07 Wastewater Flow Management Plan Guidelines is hereby added to the Standard Specifications:
508-3.07.1 Wastewater Flow Management Specification:
The work under this item consists of furnishing all materials, personnel, and labor to modify existing Pima County Regional Wastewater Reclamation Department (PCRWRD) sanitary sewer lines, and to construct/reconstruct manholes as indicated on the plans and in accordance with these Special Provisions, the latest edition of the Pima County/City of Tucson Standard Specifications and Details, and the latest edition of the PCRWRD Manual of Engineering Standards and Procedures, available at the Public Works Building, 201 N. Stone Avenue, 5th floor, Tucson, Arizona 85701.
The Contractor shall obtain all approvals through the Engineer. The Contractor shall provide the Engineer all information required by PCRWRD. All inspections shall be by the Engineer in the presence of the PCRWRD Engineer.
A Project Construction Permit must be obtained from PCRWRD at least three (3) working days prior to commencing work involving sanitary sewers. Inspection fees of 2.5% of the bid price of the sanitary sewer system modifications and related work must be paid prior to issuance of the project construction permit.
The Contractor shall provide for the uninterrupted flow of wastewater around the section or sections of pipe designated to be affected by the construction work. For all projects, the Contractor shall prepare and submit to PCRWRD three (3) copies of his wastewater flow management plan, showing the treatment of each affected reach of sewer for approval prior to the notice to proceed.
Wastewater flow management plan submittals shall be made, a minimum of four weeks prior to construction, to the following:
Field Engineering Manager
Pima County Regional Wastewater Reclamation Department 1313 S. Mission Road
Tucson, Arizona 85713
Wastewater flow management operations shall not be performed by the Contractor until receipt of written approval from PCRWRD Field Engineering. PCRWRD Field Engineering (520-740- 2651), PCRWRD Field Operations (520-443-6500) and the affected treatment facility (i.e. Roger
Road WWTF (520-888-4801) or Ina Road WPCF (520-744-4236)) must be notified at least 48 hours prior to commencement of any flow management plan.
The Contractor shall, at his expense, obtain all permits necessary for the installation and operation of the wastewater flow management equipment. The Contractor must receive approval from PCRWRD of his plan submittal for wastewater flow management operations prior to commencing construction work.
For wastewater flow management plans, gravity type designs are typically preferred over pumped type designs. However, the most appropriate type of wastewater flow management should be used for the project.
The flow management equipment shall be quiet running and shall be equipped with noise suppression apparatus, including, but not limited to: sound boards and engine mufflers. Contractor shall be required to meet the noise abatement requirements of the controlling municipality (usually City of Tucson).
For gravity type wastewater flow management plans the following specifications apply:
–show influent & discharge points with elevations & stationing on the design plans
–survey, blue stake, and show the plan and profile on the design plans
–design sewer pipe plugs for expeditious removal during startup testing
For pumped type wastewater flow management plans the following specifications apply:
–show suction & discharge points with elevations & stationing on the design plans
–provide pump performance curves
–discharge manifolds are acceptable
–intake manifolds are not acceptable
–use separate intakes for each pump with debris control
–structural calculations are required for all aluminum pipe designs
–suction lines shall be steel reinforced pipe or better
–provide adequate intake line spacing (center to center) to avoid vortexing
–provide high level alarm notification to pagers or cell phones
–provide redundant air release valves
–submit calculations to verify suction lift of pumps has not been exceeded
–provide multiple fuel tanks with 24 hours of fuel supply
–protect discharge piping from vandalism and vehicular damage
–butt-fused HDPE is the preferred material for the discharge piping
The Contractor shall be responsible for insuring that there is no unauthorized discharge or spill of raw sewage as a result of the flow management operation. In the event of a sewage spill the Contractor shall notify the PCRWRD Operations Division (520-443-6500). On weekends, holidays or between 5:00pm and 8:00am, the Contractor shall contact the Pima County Sheriff’s Communication Center (520-295-4595) or (520-741-4911) and request that a PCRWRD representative be dispatched to the site. In the event of any sewage spill the Contractor will be responsible for the prompt cleanup and disinfecting of the spill to the satisfaction of the
PCRWRD Operations Manager. In cases where the Contractor is not in compliance with mitigation efforts, any assistance provided by PCRWRD will be billed to the Contractor. The Contractor shall compensate PCRWRD for the cost of any fines levied as a result of a spill or unauthorized discharge. Prior to start of construction, the Contractor must also prepare a sanitary sewer overflow (SSO) spill prevention plan, include it within his wastewater flow management plan submittal, and obtain plan acceptance from Pima County. The Contractor shall provide an on-site disinfectant meeting EPA and PCRWRD specifications for SSO mitigation.
For information regarding measured sewage and storm flows in the subject sewer line, the Contractor should contact the PCRWRD Planning Services Manager at 520-740-6500. The Contractor is responsible for verifying this information and then providing a sufficient number of pumps to handle the normal peak flows with additional reserve capacity to handle wet weather flows and pump malfunctions.
The Contractor shall provide backup pumps equal in number to 50% of the number of pumps being used and of the same discharge capacity. Any fractional number of pumps will be rounded up to the next higher whole number. Flow management pumps are to be manned by qualified and certified pump personnel 24 hours per day; no unattended operation will be permitted. The Contractor shall be responsible for the periodic inspection of the flow management pipelines and shall provide a written log documenting the time of each inspection.
“Lay-flat” hoses may not be authorized at all locations. Where flow management pipelines cross existing paved residential roads, a ramp over the pipes will be constructed, or other arrangements made to insure that local access is maintained to homes and businesses. A minimum of 12 inches of cover will be provided over the top of the flow management pipelines located in areas where vehicular traffic must cross over them. This requirement may be reduced if approved in writing by the Engineer, after the Contractor submits an acceptable cover design. The pipelines at the crossing shall be designed for an H-20 truck loading and have a slope that will permit large tractor trailer and fire apparatus to cross over the ramp safely.
508-3.07.2 Wastewater Flow Management Plan Implementation:
The work under this item will consist of furnishing all labor, equipment and materials required to prepare and implement the flow management plan(s). The Contractor is responsible for preparing and implementing a flow management plan(s) (FMP) to provide for uninterrupted flow of wastewater around the section or sections of pipe where construction work will be performed.
[INSERT] Xx (xx) flow diversions, as shown in Table 508-3, are anticipated to construct the modifications to the sewer system. Pumps will be sized in accordance with 508-3.06.1 and the approved FMP. In the absence of metered flow data for the line, the flow in the pipe for the purpose of pumping calculations shall be assumed to be flowing full. The Contractor may request through Pima County Wastewater that the line be metered to obtain more accurate flow data and should allow three to four weeks to obtain the data.
TABLE 508-3
FLOW MANAGEMENT PLANS (FMP)
FMP |
Upstream MH |
Downstream MH |
Computed Full Flow (gpm) |
1 |
|
|
|
2 |
|
|
|
3 |
|
|
|
4 |
|
|
|
5 |
|
|
|
6 |
|
|
|
7 |
|
|
|
8 |
|
|
|
(a) Clean out (b) Brick Manhole. |
508-3.07.3 Specification for Service Connections and Residential Notices:
The Contractor shall notify the residents within the area of the proposed work using a form of “Official Notification.” The notification shall be written in the two languages of English and Spanish and distributed. The Contractor shall make all arrangements for one or more neighborhood meetings at least 10 calendar days prior to commencement of work on the project. The Contractor’s superintendent and PCRWRD staff shall attend the meeting(s).
Before beginning work that will affect service connections, the Contractor shall be responsible for definitely determining the locations of all active service connections, and then further identify any business, commercial, high flow, or any other service connections in which flow cannot be interrupted. Records of most service connection locations are available to the Contractor in PCRWRD’s Maps and Records Section on the 5th Floor of the Public Works Building, 201 N. Stone Avenue. If the information is not available in the Maps and Records Section, the Contractor shall determine the locations by visiting the site, CCTV, dye testing, consulting with the resident/occupant, or other approved methods. The Contractor shall submit a proposed plan for maintaining uninterrupted use of these service connections for the Engineer’s approval at least five (5) working days prior to commencing work.
Prior to commencing work, the Contractor shall notify all residents/businesses whose service connections will be interrupted at least 72 hours in advance of the service interruption. This notification shall be in person, whenever possible, and shall include a pamphlet describing the project, the method of construction, and the approximate date and length of time that the interruption of service will occur. The Contractor’s proposed method of notification, as well as the proposed written notification to be used, shall be submitted to PCRWRD for review and approval prior to distribution to the public. The Contractor shall confirm the notification again verbally, whenever possible, at least 24 hours before the interruption actually happens. The 24- hour notifications shall include an “Official Notification” approved by the Engineer. The Contractor shall maintain a notification log, which will include the date and time of the notification for all the involved properties, the contact person’s name, or if no contact was made, that the information was left at the door. This notification log shall be submitted to PCRWRD prior to construction.
The Contractor must accommodate the special needs, if any, for continuance of sewer service of the residents/occupants. Also, in general, if sewer service cannot be effectively/fully restored within 24 hours after interruption, then the physical flow management pumping of the house connection must be provided.
The Contractor shall provide portable temporary restroom facilities at the beginning and for the duration of the service interruption. The number of facilities shall be not less than 1 portable restroom per 2 residential units and 1 portable restroom per business. The portable temporary restroom facilities shall be structurally stable and shall be kept in a state of cleanliness and shall include hand washing stations as required. In the case where a handicap facility would be necessary, PCRWRD will negotiate with the Contractor to determine a solution.
Prior to commencement of work on the project, the Contractor and PCRWRD shall schedule a neighborhood meeting with the Contractor’s Superintendent and PCRWRD staff in attendance. The purpose of the meeting is to discuss the parameters of the project, and how it will affect the neighborhood residents/businesses. Identification of special requirements for handicapped persons will be addressed.
508-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add. Each flow management plan will be measured as a separate unit on a lump sum basis.
508-5 METHOD OF PAYMENT of the Standard Specifications is modified to add.
Each flow management plan, measured as provided above, will be paid for at the contract lump sum price, which price shall be full compensation for all equipment, materials, labor and work to prepare and implement the flow management plan and diversions.
* USE FOR PRECAST REINFORCED CONCRETE BOX CULVERTS. COMBINE WITH A SPECIAL PROVISION FOR ITEMS 6010101,-02…ETC. FOR.BOX CULVERT NO.1,2…ETC. IN ORDER TO ESCRIBE THE STRUCTURE AND DEFINE THE METHOD OF MEASUREMENT & PAYMENT *
** REVISED PER CURRENT ADOT & AASHTO SPECS **
(601PRECAST_RCBC, 11/20/14)
SECTION 601 – CONCRETE STRUCTURES
601-2 MATERIALS of the Standard Specifications is modified to add:
Precast Reinforced Concrete Box Sections for Culverts shall be monolithic 4-sided sections and conform to the requirements of AASHTO M 273 – Precast Reinforced Concrete Box Sections for Culverts, Storm Drains and Sewers with Less Than 2 Feet of Cover Subject to Highway Loadings, and AASHTO M 259 – Precast Reinforced Concrete Box Sections for Culverts, Storm Drains and Sewers. Special designs as described in the above specifications will not be allowed.
All joints between precast culvert sections shall be water tight. The sealant material shall be a long lasting silicone, mastic, asphalt, tar or other material that is acceptable to the culvert manufacturer. Long lasting joint materials shall have a material life greater than 50 years. The contractor shall submit all joint sealer specifications to the Engineer for approval prior to construction.
601-3 CONSTRUCTION REQUIREMENTS
608-3.08 (A) Precast Box Culvert Units of the Standard Specifications is modified to add:
For those locations noted on the plans where precast concrete box culvert sections are specified, they shall be placed in a continuous production sequence, and not mixed with cast-in-place sections, with the exception of either cast-in-place transition sections or headwalls.
601-3.11 Backfilling of the Standard Specifications is modified to add:
In addition to the geocomposite wall drain installed on the precast culvert walls, a 2½” wide strip of geocomposite wall drain fabric shall be installed and centered over all joints in the top slab.
* USE IN CONJUNCTION WITH SECTION 1006 FOR BRIDGE PROJECTS UTILIZING CLASS X CONCRETE FOR BRIDGE DECKS. *
(601CLASS_X_CONC, 12/5/14)
SECTION 601 – CONCRETE STRUCTURES 601-2 MATERIALS
601-2.01 Portland Cement Concrete the first sentence of the Standard Specifications is revised to read:
Portland cement concrete shall conform to the requirements of Section 1006 for Class B, Class S, or Class X as shown on the project plans.
(601BRIDGE_DECK_TINING, 11/16/15)
SECTION 601 – CONCRETE STRUCTURES 601-3 CONSTRUCTION DETAILS
601-3.05 (D) Bridge Deck the third paragraph of the Standard Specifications is revised to read:
Where the surface will be exposed directly to traffic it shall be textured transversely after final floating of the plastic surface, by tining to produce a uniformly grooved surface. Other methods to produce surface texturing similar to tining require review and approval by the Engineer prior to construction. The use of sawcutting for deck grooves shall not be permitted.
601-3.05 (D) Bridge Deck the sixth paragraph of the Standard Specifications is hereby deleted
601-5 BASIS OF PAYMENT
601-5.02 Concrete Bridge Structures the first paragraph of the Standard Specifications is revised to read:
The contract price paid for structural concrete for bridge elements will include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for all work involved in furnishing, placing, curing and texturing concrete and transporting and erecting false work, false work piling, forms, precast concrete items, water stops, roadway drains, scuppers, metal hinges and expansion joints, bearing pads and all incidental installation components and backfilling to provide a concrete structure complete in place as shown on the project plans, as specified herein, and as directed by the Engineer.
* CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY *
(601CONCRETE_BRIDGE_STRUC, 11/16/15) SECTION 601 – CONCRETE STRUCTURES
601-4 METHOD OF MEASUREMENT the first paragraph of the Standard Specifications is modified to add:
When concrete is measured for payment by the cubic yard, reinforcing steel shall be measured in conformance with the requirements of Section 605.
601-5 BASIS OF PAYMENT
601-5.01 Concrete Box Culverts and Minor Structures the second paragraph of the Standard Specifications is modified to add:
When concrete is measured for payment by the cubic yard, reinforcing steel shall be measured and paid in accordance with the requirements of Section 605.
601-5.02 Concrete Bridge Structures the first two paragraphs of the Standard Specifications are revised to read:
The contract price paid for structural concrete for bridge elements will include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for all work involved in furnishing, placing, and curing and texturing concrete and transporting and erecting falsework, falsework piling, forms, precast concrete items, water stops, roadway drains, scuppers, metal hinges and expansion joints, bearing pads and all incidental installation components and backfilling to provide a concrete structure complete in place as shown on the project plans, as specified herein, and as directed by the Engineer.
Structural concrete in concrete bridge structures, measured as provided above, will be paid for at the contract unit price, complete in place, except that an adjustment, to the nearest cent in the contract unit price, will be made for the quantity of concrete represented by the results of a cylinder strength test that is less than the specified 28-day compressive strength, in conformance with Table 110-9. When structural concrete is measured for payment by the cubic yard, reinforcing steel shall be measured and paid in accordance with the requirements of Section 605.
* USE FOR PROJECTS UTILIZING ADOT STRUCTURE DETAIL SD-9 SERIES OVERHEAD SIGN STRUCTURES *
(606OVERHD_SIGN_SUPP, 1/31/11)
SECTION 606 – OVERHEAD SIGN STRUCTURES is hereby added to the Standard Specifications
606-1 DESCRIPTION
The work under this section shall consist of furnishing and installing overhead sign structures in accordance with the details shown on the plans and in accordance with the requirements of these specifications. Sign structures shall be of the following types: bridge truss, cantilever truss, tubular overhead, tubular cantilever, bridge tapered tube single beam, cantilever tapered tube double arm, and sign attachment structure for existing bridge. The type of sign structure to be installed at each location will be shown on the project plans.
606-2 MATERIALS
606-2.01 General
Certificates of Analysis conforming to the requirements of Subsection 106.05 shall be submitted for all structural steel. Mill test reports for structural steel used as specified under Subsection 606-2.02 shall include the results of the Charpy V-notch impact test values.
606-2.02 Structural Shapes, Plates and Bars
Shapes, plates and bars for trusses, columns and walkway assemblies of the sign structures shall be fabricated from structural steel conforming to the requirements of ASTM A 36. Structural steel used for the fabrication of column or girder flanges, web plates and truss chord angles shall be in accordance with longitudinal Charpy V-notch impact test values specified in Subsection 604-2.01.
606-2.03 Tapered Tubes
Tapered tube beams, arms and poles for the bridge single beam sign structures and for the cantilever double arm sign structures shall be fabricated from structural steel conforming to the requirements of ASTM A 595, Grade A.
606-2.04 Pipe Poles for Cantilever Truss
Poles shall be welded or seamless steel pipe conforming to the requirements of ASTM A 53, Type E or S, Grade B.
606-2.05 Bolts, Nuts and Washers
High-strength steel bolts, nuts and washers shall conform to the requirements of ASTM A 325. All other bolts and nuts shall conform to the requirements of ASTM A 307, and shall be
furnished with commercial quality washers. Anchor bolts for the sign foundations shall conform to the requirements of ASTM A 36. All bolts, nuts, and washers, except high-strength bolts and anchor bolts, shall be cadmium plated in accordance with the requirements of ASTM B 766 or zinc plated in accordance with the requirements of ASTM B 633.
606-2.06 Concrete
Concrete for all sign structure foundations shall be Class S (f’c = 3,000 pounds per square inch) conforming to the requirements of Section1006.
606-2.07 Reinforcing Steel
Reinforcing steel bars shall conform to the requirements of ASTM A 615, Grade 40. Reinforcing steel wire shall conform to the requirements of ASTM A 82.
606-2.08 Nonshrink Grout
Nonshrink grout shall conform to the requirements of the Corps of Engineers Specification for Nonshrink Grout CRD-C 621 and shall be approved be the Engineer. Grout shall be mixed, handled and placed in accordance with the manufacturer’s recommendations.
606-3 CONSTRUCTION DETAILS
606-3.01 Shop Drawings
The contractor shall furnish shop drawings for approval by the Engineer prior to fabrication of the sign structure material. Shop drawings shall be furnished in accordance with the requirements of Subsection 105-2. The foundation shall be set at the elevation called for in the project plans and the embankment graded to match the top of the foundation as directed by the Engineer.
606-3.02 Fabrication
Fabrication of component parts of the sign structures shall be in accordance with the approved shop drawings and shall conform to the requirements of Division II, Construction, Section 11, Steel Structures, of the AASHTO Standard Specifications for Highway Bridges. Fabrication of steel components shall not begin until arrangements have been made for shop inspection. Shop inspection of structural steel fabrication shall conform to Subsection 604-3.
606-3.03 Welding
Welding of tubular structural steel shall conform to the requirements of Sect ion 10 of AWS D1.1-80, Structural Welding Code, of the American Welding Society. The welding of all other structural steel shall conform to Subsection 604-3.06.
606-3.04 Galvanizing
All steel surfaces of sign structures shall be galvanized after fabrication. Galvanizing shall conform to the requirements of ASTM A 123 and A 153.
606-3.05 Foundations
Reinforced concrete foundations for the sign structures shall be constructed to conform to the details shown on the plans and in accordance with the requirements of Subsection 609-1 through 609-3. Concrete shall be placed, finished and cured in accordance with the requirements of Section 601.
606-4 METHOD OF MEASUREMENT
Overhead sign structures will be measured by the unit of each type or types of sign structures furnished and erected. Foundations for the sign structures will be measured by the unit of each type or types of foundations constructed.
606-5 BASIS OF PAYMENT
The accepted quantities of various types of overhead sign structures and foundations, measured as provided above, will be paid for at the contract unit prices complete in place. The contract unit price paid per unit for each type and size of sign structure designated in the bidding schedule shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and erecting the sign structures complete in place, including painting, galvanizing if necessary, furnishing and placing nonshrink grout, furnishing tapered tube sign mounting brackets, and all necessary hardware except for anchor bolts which are considered as part of the foundations, all as shown on the plans and as specified in these specifications. The contract unit price for each type of sign structure foundation designated in the bidding schedule shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing foundations, complete in place, including steel reinforcement, furnishing and installing anchor bolts, all necessary excavation, back filling and disposing of excess excavated material, all as shown on the plans and as specified in these specifications.
* NOTE THAT SECTION 608 – SIGN PANELS HAS BEEN SPLIT INTO 2 SECTIONS, SECTION 606 – OVERHEAD SIGN STRUCTURES AND SECTION 608 – SIGN PANELS. *
SECTION 608 – SIGN PANELS 608-2 MATERIALS
(608SIGN_PANELS, 11/20/14)
608-2.02 Extruded Aluminum Sign Panels with Direct-Applied, Digitally-Imaged or Demountable Characters. the 3rd paragraph of the Standard Specifications is revised to read:
The letters, numerals, symbols, borders and other features of the sign message shall be direct- applied, digitally-imaged or demountable, and shall conform to the requirements of Subsection 608-2.06, Silk-Screen-Printed, Direct-Applied and Electronic-Cut Characters or Subsection 608- 2.07, Digitally-Imaged Characters.
* CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY *
(609DRILLED_SHAFTS, 6/5/14)
SECTION 609 – DRILLED SHAFT FOUNDATIONS 609-3 CONSTRUCTION DETAILS
609-3.08 Concrete Placement
(A) General of the Standard Specifications is modified to add:
Plastic roller centralizers shall be used to provide a minimum 6-inch clearance (for concrete cover). Centralizers shall be placed on the cage so that the cage is centered in the hole. Dobies (wood or concrete) or bent rebar shall not be used as centralizers.
609-3.11 Integrity Testing
(A) General the first paragraph of the Standard Specifications is revised to read:
Whether completed by wet or dry excavation method, or a temporary or permanent casing method, each drilled shaft foundation completed shall be inspected by means of a cross-hole sonic logging survey and a gamma-gamma logging survey. The drilled shaft contractor shall furnish and install 2-inch internal diameter Schedule 80 PVC pipes for the surveys. The minimum number of PVC-pipe inspection tubes shall be equal to the diameter of the drilled shaft, measured in feet, and rounded-up to the next whole integer, but not less than four, or as specified in the project plans. The inspection tubes shall be uniformly distributed along the outside circumference of the reinforcing steel cage. The pipes shall be joined to provide a clean, watertight, and unobstructed opening as specified in Subsection 609-3.07(B). The contractor shall be responsible for ensuring that the tubes remain undamaged during installation and testing. Remedial measures and any repairs due to damaged tubes shall be implemented at the
contractor’s cost. If testing cannot be performed because of blockage of the tubes, the contractor shall core drill or otherwise determine the extent of any potential anomalies in the concrete, as approved by the Engineer, at no additional cost to the Agency.
(B) Testing Requirements
(1) General the second paragraph of the Standard Specifications is revised to read:
Each pipe shall be fitted with a watertight shoe on the bottom and a removable cap on the top. The bottom cap of each tube shall be adequately secured such that it can withstand the hydrostatic pressure for the full depth of the shaft without water leakage. The pipes shall be securely attached to the exterior of the reinforcement cage in a straight line, and in a regular, symmetrical pattern. The contractor shall submit placement drawings for the testing tubes with the shop drawings for the shaft reinforcement for Engineer review and approval prior to fabrication of the shaft reinforcing cage. The tubes shall be adequately secured to the reinforcing cage such that the tubes stay in position during placement of the rebar cage and concrete placement. At a minimum, the tubes shall be securely fastened to the reinforcing cage at least every 10 feet vertically. The tubes shall be as near to vertical and parallel as possible. The tubes
shall extend from one-half foot above the as-drilled bottom of the shaft to at least four feet above the shaft top, or approximately two feet above the top of the rebar cage if above the ground. The bottom of the cage and/or testing tubes shall be adjusted to ensure that the bottom of the testing tubes are not more than six (6) inches above the as-drilled and cleaned bottom of shaft. Under no circumstance shall the tubes be allowed to rest on the bottom of the drilled excavation. If lowering the cage with the tubes is necessary to meet the requirement of the location of the bottom of the tubes with respect to the as-drilled bottom of shaft, the contractor shall be responsible for appropriate adjustment of the top of the cage or other reinforcing adjustments to meet structural requirements as approved by the Engineer, and at the sole expense of the contractor. If the shaft top is subsurface, the tubes shall extend at least two feet above the ground surface. Any joints required to achieve full length tubes shall be made watertight. Care shall be taken to not damage the tubes during reinforcement installation operations in the drilled shaft hole.
(701LEAD_PAINT, 3/13/13) SECTION 701 – MAINTENANCE AND PROTECTION OF TRAFFIC
701-3 CONSTRUCTION DETAILS
701-3.11 Obliteration of Existing Pavement Markings the last paragraph of this subsection of the Standard Specifications is revised to read:
If pavement markings contain lead, the contractor shall follow all applicable federal, state and local codes and regulations related to the treatment, handling and disposal of lead-based paint. An abatement subcontractor approved by the Arizona Department of Transportation (ADOT) shall develop and implement a lead-based paint abatement plan for the removal of the paint. ADOT approved vendors can be found at https://procure.az.gov/bso/. If lead exposure prevention measures are required, the contractor shall ensure that all contractor personnel, subcontractors, and Agency personnel present on the job site are notified of the activity and advised of precautions necessary to avoid contamination by lead compounds. The contractor shall submit the abatement plan to the Engineer for review and approval at least 10 working days prior to the removal of the paint. Waste generated during the paint removal shall be properly disposed of after testing the waste stream for lead using the analytical Toxicity Characteristic Leaching Procedure. Visible fugitive dust emissions from the paint removal shall be controlled using wet or dry (e.g. vacuum) means during the removal process. Payment for additional work to remove lead-based striping shall be in accordance with Subsections 104-2 or 109-4.
* USE ONLY WHEN DIRECTED BY FIELD ENGINEERING. UTILIZED FOR BOTH LARGE AND SMALL INTERSECTION PROJECTS, AND PAID UNDER ITEM 7010005 – TRAFFIC CONTROL AND THE INDIVUAL ITEMS OF WORK LISTED BELOW IN SECTION 701-4. PLEASE REMOVE HIGHLIGHTED AREAS BEFORE USE. *
(701TRAF_LSUM_INTERSEC, 04/26/12) SECTION 701 – MAINTENANCE AND PROTECTION OF TRAFFIC
701-1 DESCRIPTION of the Standard Specifications is revised to add:
The Contractor shall be responsible for the control, direction, and safety of vehicular and pedestrian traffic in all work areas, and shall provide all necessary equipment and personnel for this work. Traffic control and site access arrangements shall be subject to the approval of the Owner and governmental agency with jurisdiction of the jobsite.
701-4 METHOD OF MEASUREMENT of the Standard Specifications is revised to read:
Basic Maintenance and Protection of Traffic, Construction Area Elements, and Provide Detours will be measured as a single, complete, lump sum Item 7010005 – Traffic Control.
Basic maintenance and protection of traffic shall consist of the preparation and approval of a traffic control plan, flagging services and furnishing, installing, maintaining, moving, and removing barriers, barricades, warning signs, delineators, lights, cones, installation of temporary pavement markings for the maintenance of traffic and/or construction sequencing, the removal of existing pavement markings and raised pavement markers by obliteration, the covering of any existing signs, impact attenuation devices, and other traffic control devices in order to provide safe and efficient passage through and/or around the project construction site and protect the public and workers from injuries and property damage for the duration of the project. The cost for maintaining all traffic control materials, labor and equipment is included under the lump sum Item 7010005 – Traffic Control, except for the following individual bid items: Item 7010025 – Flashing Arrow Panel; Item 7010027 – Changeable Message Board; Item 7010075 – Flagging Services (Civilian); Item 7010077 – Flagging Services (Uniformed Officer) (Off Duty); and Item 7010079 Official Police Vehicle (Off Duty). Flashing Arrow Panel and Changeable Message Boards will be measured separately as Each/Day. Flagging Services (Civilian), Flagging Services (Uniformed Officer) (Off Duty), and Official Police Vehicle (Off Duty) will also be measured separately per Hour.
701-5 BASIS OF PAYMENT of the Standard Specifications is revised to read:
The accepted quantity of Basic Maintenance and Protection of Traffic, Construction Area Elements, and Provide Detour will be paid for at the contract lump sum price under Item 7010005, Traffic Control. The lump sum bid price submitted by the Contractor shall be full compensation for the work of maintenance and protection of traffic and work site access planning and control. The lump sum bid price shall also include the entire duration of the contract time that accounts for both the contract working days and non-working calendar days.
The accepted quantities for Flashing Arrow Panel, Changeable Message Board, Flagging Services (Civilian), Flagging Services (Uniformed Officer) (Off Duty), and Official Police Vehicle (Off Duty), measured as provided above, will be paid for at the contract unit price included in the Bidding Schedule. Price adjustment for variation in total bid quantity per Subsection 109-3 and 109-4 of the Standard Specifications do not apply to work under these bid items.
The Contractors attention is called to the following work considered incidental to Item 7010005: Installation of temporary pavement markings for the maintenance of traffic due to construction sequencing. No direct payment shall be made for temporary striping called for in section 701-4. This work shall be considered incidental to other traffic control related items.
Adjustments in compensation for the original contract period will not be made to the lump sum Item 7010005 – Traffic Control. The lump sum amount of this Item of work will be paid to the contractor for the original contract period regardless of the contractor’s construction schedule; early construction completion; impacts to contractor’s construction schedule critical path; increase or decrease in line item quantities; weather limitations; utility conflict; material change in the character of the work; etc.
Adjustments in compensation for work performed after the expiration of the original contract period and within an approved contract time extension will be made at the discretion of the Engineer for the approved time extension period.
* USE ONLY WHEN DIRECTED BY FIELD ENGINEERING. UTILIZED WITH SMALL PROJECTS AND ENHANCEMENT PROJECTS, AND PAID UNDER ITEM 7010005 – TRAFFIC CONTROL AND THE INDIVUAL ITEMS OF WORK LISTED BELOW IN SECTION 701-4. PLEASE REMOVE HIGHLIGHTED AREAS BEFORE USE. *
(701TRAF_LSUM_SMALL_PROJECTS, 04/26/12) SECTION 701 – MAINTENANCE AND PROTECTION OF TRAFFIC
701-1 DESCRIPTION of the Standard Specifications is revised to add:
The Contractor shall be responsible for the control, direction, and safety of vehicular and pedestrian traffic in all work areas, and shall provide all necessary equipment and personnel for this work. Traffic control and site access arrangements shall be subject to the approval of the Owner and governmental agency with jurisdiction of the jobsite.
701-4 METHOD OF MEASUREMENT of the Standard Specifications is revised to read:
Basic Maintenance and Protection of Traffic, Construction Elements, Flagging Services, and Provide Detours will be measured as a single, complete, lump sum Item 7010005 – Traffic Control.
Basic maintenance and protection of traffic shall consist of the preparation and approval of a traffic control plan, flagging services and furnishing, installing, maintaining, moving, and removing barriers, barricades, warning signs, delineators, lights, cones, installation of temporary pavement markings for the maintenance of traffic and/or construction sequencing, the removal of existing pavement markings and raised pavement markers by obliteration, the covering of any existing signs, impact attenuation devices, and other traffic control devices in order to provide safe and efficient passage through and/or around the project construction site and protect the public and workers from injuries and property damage for the duration of the project. The cost for maintaining all traffic control materials, labor and equipment is included under lump sum Item 7010005 – Traffic Control, except for bid Items 7010025 – Flashing Arrow Panel and 7010027 – Changeable Message Board. Flashing Arrow Panel and Changeable Message Board will be measured separately as Each/Day.
701-5 BASIS OF PAYMENT of the Standard Specifications is revised to read:
The accepted quantity of Basic Maintenance and Protection of Traffic, Construction Area Elements, Flagging Services, and Provide Detour will be paid for at the contract lump sum price under Item 7010005, Traffic Control. The lump sum bid price submitted by the Contractor shall be full compensation for the work of maintenance and protection of traffic and work site access planning and control. The lump sum bid price shall also be estimated for the entire duration of the contract time that accounts for both the contract working days and non-working calendar days.
The accepted quantities for Flashing Arrow Panel and Changeable Message Board, measured as provided above, will be paid for at the contract unit price included in the Bidding Schedule.
The contractor’s attention is called to the following work considered incidental to Item 7010005: Installation of temporary pavement markings for the maintenance of traffic due to construction sequencing. No direct payment shall be made for temporary striping called for in section 701-4. This work shall be considered incidental to other traffic control related items.
Adjustments in compensation for the original contract period will not be made to the lump sum Item 7010005 – Traffic Control. The lump sum amount of this Item of work will be paid to the contractor for the original contract period regardless of the contractor’s construction schedule; early construction completion; impacts to contractor’s construction schedule critical path; increase or decrease in line item quantities; weather limitations; utility conflict; material change in the character of the work; etc.
Adjustments in compensation for work performed after the expiration of the original contract period and within an approved contract time extension will be made at the discretion of the Engineer for the approved time extension period.
* BASIC TRAFFIC CONTROL IS MEASURED AND PAID UNDER ITEM 7010001 – MAINTENANCE AND PROTECTION OF TRAFFIC, AND CONSTRUCTION AREA ELEMENTS OF WORK ARE MEASURED AND PAID UNDER ITEM 7010007 FOR PRE-DETERMINED RATES AND THE ASSOCIATED BID ITEMS LISTED BELOW *
(701TRAF_BID 2/18/16) SECTION 701 – MAINTENANCE AND PROTECTION OF TRAFFIC
701-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add:
The Agency will reimburse the contractor for the work under this Section on the basis of bid prices or the predetermined reimbursement rates, as specified in these Special Provisions.
Item |
Elements of Work |
Unit |
Rate |
7010001 |
Maintenance and Protection of Traffic |
L.S. |
BID |
7010007 |
Construction Area Elements (Predetermined Reimbursement Rate Allowance) |
USD |
$1.00 |
701-4.02 Construction Area Elements of the Standard Specifications is modified to add:
(A) Elements of Work (Complete in Place). The elements of work listed under this Subsection will be measured for payment upon the satisfactory completion of the initial installation or obliteration. Except as hereinafter specified under Basis of Payment, no subsequent measurements will be made.
Item |
Elements of Work(Complete in Place) |
Unit |
Rate |
7010010 |
Temporary Concrete Barrier (Installation & Removal) |
L.F. |
BID |
|
Temporary Impact Attenuations (Installation & Removal) |
Each |
$5.00 |
|
Specialty Sign , Installation/Use/Removal |
Each |
Invoice |
|
Pavement Marking, Preformed (Type I), Legend |
Each |
$125.00 |
|
Pavement Marking, Preformed (Type I), Single Arrow |
Each |
$100.00 |
|
Pavement Marking, Preformed (Type I), Merge Arrow |
Each |
$115.00 |
|
Preformed Pavement Marking (Type II) |
L.F. |
$1.60 |
|
Preformed Pavement Marking (Type III) |
L.F. |
$1.00 |
|
Temporary Pavement Marking (Painted Line) |
L.F. |
$0.25 |
|
Obliterate Pavement Marking |
L.F. |
$0.55 |
|
Obliterate Pavement Legends or Arrows |
Each |
$35.00 |
|
Delineator (Applicable ADOT Std. Dwg.)(Temporary) |
Each |
$20.00 |
|
Reflective Raised Pavement Marker (Temporary) |
Each |
$4.00 |
|
Reflective Raised Pavement Marker (Permanent) (Used as Temporary) |
Each |
$4.50 |
|
Non Reflective Raised Pavement Markers (Temporary) |
Each |
$2.50 |
|
Remove Raised Pavement Markers |
Each |
$1.00 |
|
Chip-Seal Pavement Marker (Single Capped) |
Each |
$2.00 |
|
Chip-Seal Pavement Marker (Double Capped) |
Each |
$3.00 |
|
Embedded Sign Post with Installation, Use & Removal |
Each |
$35.00 |
(B) Elements of Work (In-Use) and Flagging. The elements of work listed under this Subsection will be measured for payment from the time at which the element is put into active
use on the project and accepted by the Engineer until such time that the Engineer determines that the element is no longer required. Individual flags and sandbags used in conjunction with the traffic elements of work shall be considered incidental items. No separate payment shall be made for flags and sandbags. Rather, their cost shall be included in their respective elements of work. The work shall also include all maintenance, cleaning, and repair of all elements. The Engineer must approve the use of Flagging Services. Approved Flagging Services will be paid as indicated in this Subsection as well as the Bidding Schedule.
Item |
Elements of Work |
Unit |
Rate |
|
Temporary Concrete Barrier (In Use) |
L.F. /Day |
$0.05 |
|
Temporary Impact Attenuation (Sand Barrel) (In-Use) |
Each/Day |
$0.20 |
7010025 |
Flashing Arrow Panel |
Each/Day |
BID |
7010027 |
Changeable Message Board |
Each/Day |
BID |
|
Pilot Truck and Driver |
Hour |
$45.00 |
|
Attenuator Truck and Driver |
Hour |
$50.00 |
7010030 |
Vertical Panel |
Each/Day |
BID |
|
Traffic Cones (28 inch) |
Each/Day |
$0.15 |
7010035 |
Barricade (Type II) |
Each/Day |
BID |
7010038 |
Barricade (Type III) |
Each/Day |
BID |
7010040 |
Flashing Warning Light (Type A) |
Each/Day |
BID |
7010043 |
Flashing Warning Light (Type B) |
Each/Day |
BID |
7010050 |
Steady-Burning Warning Light (Type C) |
Each/Day |
BID |
7010055 |
Standard Intensity Reflective Sheeting (Less than 10 Sq. Ft.) |
Each/Day |
BID |
7010060 |
Standard Intensity Reflective Sheeting (10 Sq. Ft. or larger) |
Each/Day |
BID |
|
Embedded Sign Post (In Use) |
Each |
$35.00 |
7010063 |
Portable Sign Stand (Spring Type) |
Each/Day |
BID |
7010065 |
Portable Sign Stand (Less than 10 Sq. Ft.) |
Each/Day |
BID |
7010069 |
Portable Sign Stand (10 Sq. Ft. or Larger) |
Each/Day |
BID |
|
High Level Flag Tree Sign Stand |
Each/Day |
$0.40 |
|
Drum (18” x 36”) |
Each/Day |
$0.20 |
|
Orange Safety Fence (4 ft. min. by 50 ft.) |
Each/Day |
$1.50 |
7010075 |
Flagging Services (Civilian) |
Hour |
BID |
7010077 |
Flagging Services (Uniformed Officer) (Off Duty) |
Hour |
BID |
7010079 |
Official Police Vehicle (Off Duty) |
Hour |
BID |
701-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
The Agency will compensate the contractor for the accepted quantities of work for Maintenance and Protection of Traffic on the basis of bid prices or the predetermined reimbursement rates, as specified in these Special Provisions. Price adjustment for variation in bid quantity per Subsections 109-3 and 109-4 of the Standard Specifications does not apply to the elements of work for Maintenance and Protection of Traffic.
703DELINEATORS_MARKERS, 5/27/14 SECT I ON 703 – DELI NEAT ORS AND MARKERS
703-1 DESCRIPTION
The work under this section shall consist of furnishing and installing delineators, reference marker s, object marker s, snow markers and milepost marker s i n conformance with the details shown on the plans and in accordance with the requirements of these specifications .
The types of delineators and markers to be installed and the locations will be shown on the project plans.
703-2 MATERIALS
703-2.01General
Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted.
703-2.02 Met a l Post s
Posts for delineators and for all markers, including mileposts or reference markers installed on freeways shall conform to the details shown in the project plans.
703-2.03 Concrete
Concrete for the milepost or reference marker foundations shall be utility c o n c r e t e conforming to the requirements of Sec t i on 922.
703-2. 04 Metal Plates
Metal plates for the various types of object markers shall conform to the details shown on the plans and shall be fabricated in one piece from 0.063-inch thick aluminum- alloy sheet 3003-H 14, 5052-H 38, or 6061-T6, all conforming to the requirements of ASTM B209.
703-2.05 Paint
Paint for use on the metal plates shall conform to the requirements of Section 1002 for the type and color of paint specified on the plans.
703-2.06 Retroreflective Sheeting
Retroreflective sheeting for delineators and markers shall conform to the requirements of Section 1007.
The type of retroreflective sheeting to be applied shall be as specified on the plans.
703-2.07 Prismatic Reflectors
Prismatic reflectors for delineators and markers shall conform to the requirements of Section 1008.
The type of prismatic reflectors to be used shall be as specified on the plans.
703-2.08 Hardware
Steel bolts and nuts of the types shown on the plans shall be galvanized in accordance with the requirements of ASTM A153 or shall be cadmium plated in accordance with the requirements of ASTM B766.
703-3 CONSTRUCTION REQUIREMENTS
Metal posts shall be cut and perforated to the sizes and shape shown on the plans. The finished posts shall be straight with a permissible tolerance in straightness of 1/16 i n c h per three (3) feet of post length.
Posts on which galvanizing has been damaged in transporting, handling or erecting shall be repaired by the contractor at its expense in accordance with the requirements of Subsection 610- 3.06.
Metal plates shall be cut to size and shape and the holes punched for mounting all in accordance with the details shown on the plans. The surfaces and edges of the plates shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication.
Posts shall be set vertically to line at the locations designated on the plans. Posts, except mileposts or reference marker posts requiring concrete foundations, shall be set firmly in the ground by a method that will not bend the post or deface the top of the post. If ground conditions are such that the posts cannot be driven without damaging the posts, pilot holes shall be required. M etal plates shall be installed after the posts have been set in place.
Posts shall be placed in the ground to the depth shown on the plans.
Foundations for the milepost or reference marker posts installed on freeways shall be constructed to the details and dimensions shown on the project plans. Excavation shall conform to the requirements of Subsection 203- 5.03(A).
Existing markers and delineators that are to remain in place and which have been damaged by the contractor shall be replaced with new ones at its expense.
703-4 METHOD OF MEASUREMENT
Delineators and markers will be measured by the unit for each type of delineator and marker furnished and installed.
703-5 BASIS OF PAYMENT
The accepted quantities of delineators and markers, measured as provided above, will be paid for at the contract price each for the type of delineator or marker designated in the bidding schedule, which price shall be full compensation for the work complete in place.
* USE FOR 0.090″ EXTRUDED THERMOPLASTIC PAVEMENT MARKINGS FOR STRIPING, LEGENDS, SYMBOLS, CROSSWALKS AND STOP BARS, AS REQUESTED BY THE TRAFFIC ENGINEERING DIVISION. *
(704EXTRUDED, 4/24/15) SECTION 704 – THERMOPLASTIC STRIPES AND MARKINGS
704-2 MATERIALS
704-2.03 Physical Characteristics of the Composition
(C) Retroreflectance. of the Standard Specifications is revised to read:
(C) Retroreflectance. The white and yellow thermoplastic materials shall have the following minimum retroreflectance values by a Mirolux 30 portable retroreflectometer or similar approved device within 30 days after application to the roadway surface:
Product |
Retroreflectance (Millicandelas) |
White |
200 |
Yellow |
125 |
704-2.04 Physical Requirements for Glass Beads of the Standard Specifications is revised to read: The term “glass bead” shall be synonymous with the term “glass sphere” as used herein.
Inter-mix and drop on reflective glass beads shall conform to the requirements of Subsection 708-
2.02 or AASHTO M 247-13, Type 1, and may be coated or uncoated as recommended by the manufacturer. If uncoated beads are used, the thermoplastic formulation shall be configured to minimize settling of the intermix beads when the material is heated and applied.
If recommended by the manufacturer, the drop-on beads shall have an adherence coating.
704-3.03 Application
(G) Thermoplastic Application. the 1st paragraph of the Standard Specifications is revised to read:
The thermoplastic pavement marking material shall be extruded, ribbon, or sprayed on to the pavement surface at a material temperature between 400 and 440 degrees F, depending on manufacturer’s recommendations, ambient air and pavement temperatures, and the nature of the pavement surface. The contractor shall verify temperature requirements with a non-contact infrared thermometer as directed by the engineer.
(G) Thermoplastic Application. the 6th paragraph of the Standard Specifications is revised to read:
Unless otherwise specified, thermoplastic pavement markings for legends and symbols, and for crosswalks, stop bars and other transverse elements, shall be extruded, and shall be 0.090 ± 0.002 inches thick. Longitudinal markings, such as edge lines, lane lines, gore lines, and other markings parallel to traffic, shall be either sprayed, ribbon, or extruded thermoplastic as specified on the project plans. If sprayed, thermoplastic pavement marking lines are to be 0.060 ± 0.002 inches thick.
If ribbon or extruded thermoplastic, pavement marking lines are to be 0.090 ± 0.002 inches thick. Longitudinal markings of approximately 200 feet or less may be extruded. The thermoplastic thickness shall be uniform and consistent throughout the total length of the marking project.
Project Name Project No.
(705PREFORM_PVMT_MK, 4/27/10) SECTION 705 – PREFORMED PLASTIC PAVEMENT MARKING
705-2MATERIALS
705-2.01 Preformed Pavement Markings – Type I (Permanent). is modified to add: The following are approved Type I Preformed Pavement Marking Materials:
Stamark Brand Series 5730/5731 3M Corporation
St. Paul, Minnesota 55144
Stamark Brand Series 350/351 3M Corporation
St. Paul, Minnesota 55144
Ferro/Cataphote Ferro Corporation
P.O. Box 2369
Jackson, Mississippi 39225-2369
Materials other than those listed above may be used, but must be approved by the Agency, in accordance with Section 106-8 of these Special Provisions.
Special Provisions Pima Co. DOT
Project Name Project No.
(706RAISE_PVMT_MK, 3/14/13)
SECTION 706 – RAISED PAVEMENT MARKERS 706-2 MATERIALS
706-2.05 Bituminous Adhesive of the Standard Specifications is modified to add:
The bituminous adhesive for pavement markers shall be a hot-melt adhesive manufactured by:
Avery Dennison |
Crafco, Incorporated |
Gulf State Asphalt Company, LP |
Reflective Films Division |
420 North Roosevelt Ave. |
300 Christy Place |
6565 West Howard Street |
Chandler, Arizona 85226 |
South Houston, Texas 77587 |
Niles, Illinois 60714 |
Product: Crafco 34269 |
Product: Evergrip Bituminous Marker |
Product: Stimsonite 2202031 |
|
|
Materials other than those listed above may be used, but must be approved by the Agency, in accordance with Section 106-8.
* INCLUDE WITH THE STORED SPEC 704THERMO IN CONJUNCTION WITH THE LAYOUT OF THERMOPLASTIC PAVEMENT MARKING *
(708PAINT_LAYOUT_MK, 7/8/14)
SECTION 708 – PAINTED PAVEMENT MARKINGS
708-1 DESCRIPTION of the Standard Specifications is modified to add:
Work under this section also includes the installation of painted layout striping that is placed prior to the final thermoplastic striping, as indicated on the project plans under the pavement marking General Notes.
* INCLUDE WITH THE STORED SPEC 704THERMO IN CONJUNCTION WITH THE LAYOUT OF THERMOPLASTIC PAVEMENT MARKING *
(708PAINT_LAYOUT_MK, 4/24/15) SECTION 708 – PAINTED PAVEMENT MARKINGS
708-1 DESCRIPTION of the Standard Specifications is modified to add:
Work under this section also includes the installation of painted layout striping that is placed prior to the final thermoplastic striping, as indicated on the project plans under the pavement marking General Notes.
708-2 MATERIALS
708-2.01 Pavement Marking Paint.
(E) Qualitative Requirements:
(9) Spraying Properties. The first paragraph of the Standard Specifications is revised to read:
The paint shall be applied at a 15 mils (.015”) wet film thickness in the field. The paint shall show the following properties at ambient temperatures of 50º F to 100º F with a paint spray temperature of 150º F, maximum, and 8 pounds of post-applied glass beads per gallon of paint conforming to Subsection 708-2.02 of these specifications:
708-2.02 Reflective Glass Beads (Spheres).
(A) General. of the Standard Specifications is modified to add:
Glass beads shall conform to the requirements of AASHTO M 247-13 Type 1, with an adhesion and moisture proof coating.
(708PAINT_PVMT_MK, 7/8/14)
SECTION 708 – PAINTED PAVEMENT MARKINGS 708-2 MATERIALS
708-2.01 Pavement Marking Paint.
(E) Qualitative Requirements of the Standard Specifications is modified to add:
(12) Road Service Rating: Test stripes of the paint shall be applied transversely across the road, four inches in width and approximately 12 feet long at a location approved by the Engineer.
Wet film thickness of the test stripes shall be approximately 15 mils (375 micrometers) as determined according to ASTM D 4414 and ASTM D 713 prior to test stripe application. To aid in obtaining the correct film thickness, a length of roofing paper placed by the side of the road can be used. Place a rigid metal test panel on the roofing paper in the path of a test line. Immediately after the test line is applied by the striper, measure the wet film thickness. If not satisfactory, adjust the spray pressure and repeat until the target wet film thickness is attained. It is important that no glass beads be present that would give a false wet film thickness. When the wet film thickness is correct, apply a test line across a tared metal test panel. After this, apply another test line across a different tared metal test panel, this time also adding the beads. These samples are necessary to determine the initial bead retention.
Glass beads conforming to the requirements of Subsection 708-2.02 (moisture proof type) will be applied after the paint has been applied, but during the same striping operation at a rate such that the initial bead retention on the test line is a minimum of six pounds of beads per gallon wet paint (0.7 Kilograms of beads per liter). The initial bead retention will be determined analytically by Agency concurrently with the determination of the dry paint thickness utilizing tared metal test panels. The paint shall accept the glass beads so that the spheres are embedded into the paint film to a depth of 50 percent of their diameter. Test stripes will be observed for a period of 180 days from date of application. Paints will be evaluated for wear according to ASTM D 913.
After 180 days of service, on a visual rating scale of 0 to 100 percent, paints must have a rating of 92 percent or better to be acceptable. All ratings will be taken in the wheel track area. Glass beads shall show no more than a 30 percent loss after 180 days of test. This will be determined by taking close-up photographs of the paint film and by count determining the average bead loss.
The road service test may be waived at the option of the Engineer or evaluated for a period of time less than 180 days.
* USE ONLY WHEN DIRECTED BY TRAFFIC ENGINEERING *
(709PVMT_MK_EPOXY, 6/30/09)
SECTION 709 – DUAL COMPONENT PAVEMENT MARKINGS is hereby added to the Standard Specifications:
709-1 DESCRIPTION
The work under this section shall consist of cleaning and preparing pavement surfaces and furnishing and applying either white or yellow reflectorized dual component pavement markings to the prepared pavement at the locations and in accordance with the manufacturer’s specifications, the details shown on the project plans, and the requirements of these specifications.
709-2 MATERIALS
709-2.01 General Requirements. The dual component pavement marking material shall be a liquid or 100 percent solids epoxy or other dual component UV-stabilized system formulated and designed to provide a simple volumetric mixing ratio of the two components (resin and catalyst). The characteristics of the material shall be such that complete and even coverage of specified areas to the required thickness is provided by the required application method and rate. Upon drying the dual component, material shall produce an adherent durable reflectorized marking capable of resisting deformation and wear in the roadway. The material shall be suitable for application to old and new asphaltic concrete and Portland cement concrete pavement surfaces.
709-2.02 Epoxy Composition Requirements. Epoxy pavement marking material shall conform to the following requirements:
(A) Composition. The epoxy resin material shall be within the following compositional requirements:
Component |
Percent By Weight |
|
White |
Yellow |
|
White Pigment (Titanium Dioxide) |
18% – 25% |
— |
Yellow Pigment |
— |
23% – 30% |
Epoxy Resin |
75% – 82% |
70% – 77% |
(B) Epoxide Number.The epoxide number of the epoxy shall be determined in accordance with ASTM D-1652 for both white and yellow resin material on pigment free basis. The epoxide number shall be within ± 50 of the published manufacturer’s standard for the approved product.
(C) Amine Number. The amine number of the curing agent shall be determined in accordance with ASTM D-2074. The amine number shall be within ± 50 of the published manufacturer’s standard for the approved product.
(D) Toxicity. Upon heating to application temperature, the material shall not exude fumes which are toxic or injurious to persons or property.
(E) Adhesion to Concrete. The epoxy marking materials, when tested according to ACI Method 503, shall have a higher degree of adhesion to the specified concrete (4,000 PSI minimum) surface, such that there shall be a 100 percent concrete failure in the performance test. The samples shall be allowed to cure at room temperature (75 degrees F ± 2 degrees) for a minimum of 24 hours and a maximum of 72 hours prior to performing the indicated tests.
(F) Hardness. The epoxy paint pavement marking material, when tested according to ASTM D-2240, shall have a Shore D Hardness of between 70 to 95. The samples shall be allowed to cure at room temperature (75 degrees F ± 2 degrees) for a minimum of 24 hours and a maximum of 72 hours prior to performing the indicated tests.
(G) Abrasion Resistance. The abrasion resistance shall be evaluated on a Taber Abrader with a 1,000 gram load and CS-17 wheels. The duration of the test shall be 1,000 cycles. The wear index shall be calculated based on ASTM test method C-501 and wear index for the dual component material shall not be more than 90 milligrams. The test shall be performed on cured samples of material, which have been applied without glass beads and at a film thickness of 0.0020 inches ± 0.0005 inches to code S-16 stainless steel plates. The samples shall be allowed to cure at room temperature (75 degrees F ± 2 degrees) for a minimum of 24 hours and a maximum of 72 hours prior to performing the indicated tests.
(H) Tensile Strength. When tested in accordance with ASTM D-638, the epoxy marking materials shall have an average tensile strength of not less than 6,000 pounds per square inch. The Type IV specimens shall be cast in a suitable mold and pulled at a rate of ¼ inch per minute by a suitable dynamic testing machine. The samples shall be allowed to cure at room temperature (75 degrees F ± 2 degrees) for a minimum of 24 hours and a maximum of 72 hours prior to performing the indicated tests.
(I) Comprehensive Strength. When tested according to ASTM D-695, the epoxy pavement marking materials shall have an average comprehensive strength of not less than 11,000 pounds per square inch. The samples shall be allowed to cure at room temperature (75 degrees F ± 2 degrees) for a minimum of 24 hours and a maximum of 72 hours prior to performing the indicated tests.
(J) Retroreflectance. White and yellow dual component marking materials shall have the following minimum retroreflectance values at 86.5 degrees illumination angle and 1.5 degrees observation angle as measured by a Mirolux 12 portable retroreflectometer. The readings shall be taken from sample plates of markings applied in the field on the project to the specified thickness and bead application rate. The contractor and Engineer shall coordinate on procedures for sampling and handling samples.
Product |
Retroreflectance (Millicandelas) |
White |
200 |
Yellow |
150 |
Additionally, all white and yellow markings placed in the field shall also exhibit the same minimum retroreflectance values 30 days after application to the roadway surface. Markings not in compliance with these specifications shall be removed and replaced at no additional cost to the Pima County Department of Transportation.
(K) Color. The colors of the applied marking shall conform to the following requirements:
The white color shall match Federal Test Standard Number 595B, Color Chip Number 37875.
The yellow color shall match Federal Test Standard Number 585B, Color Chip Number 33583.
(L) Yellowness Index. The white material shall not exceed a yellowness index of 23 when tested in accordance with ASTM D-1925. The index shall be based on a sample which has been cured for 72 hours at room temperature and exposed in the QUV chamber for 72 hours.
(M) Viscosity. The formulations of each component part shall be such that the viscosity of both parts, when measured in accordance with ASTM D-2196, Method A, shall be within 10 percent of each other at the recommended spray temperature.
(N) Curing and No-Track Time. No-track time shall be defined as the time necessary for the epoxy marking to cure to a no-track condition. The epoxy marking, when properly applied with the required gradations and bead application rates per gallon, shall cure to a no-track condition, when tested in accordance with ASTM D-711 within 30 minutes at 40 degrees F and no more than 20 minutes at temperatures of 70 degrees or more.
The applied epoxy material shall be capable of fully curing at a minimum pavement surface temperature of 32 degrees F. At room temperature (75 degrees F ± 2 degrees), a sample shall be capable of curing to full strength in 72 hours.
(O) Storage Life. The materials shall meet the requirements of this specification for a period of at least one year from the date of manufacture. The month and year of manufacture shall be clearly marked on all containers. Any material which does not meet the above requirements or which is not longer within this one-year period at the time of application, shall not be used unless approved by the Engineer. The contractor shall replace any outdated material meeting the above performance and time requirements at no additional cost to the Agency
709-2.03 Glass Beads. The glass beads shall be colorless, transparent, free from milkiness or excessive air bubbles, and essentially clean from surface scarring or scratching. They shall be spherical in shape and at least 70 percent are to be true spheres when tested in accordance with ASTM D-1155, Procedure A. The refractive index of the spheres shall be a minimum of 1.5 as determined by the Liquid Immersion Method A-25DC. The silica content of the glass beads shall not be less than 60 percent. The beads shall have the following gradation when tested in accordance with ASTM D-1214:
TYPE A GLASS BEADS (Large Bead) |
|
Sieve No. |
% Retained |
10 |
0 |
12 |
0 – 5 |
14 |
5 – 25 |
16 |
40 – 80 |
18 |
10 – 40 |
20 |
0 – 5 |
Pan |
0 – 2 |
TYPE B GLASS BEADS (Small Bead) |
|
Sieve No. |
% Retained |
20 |
0 – 5 |
30 |
5 – 25 |
50 |
30 – 75 |
80 |
9 – 32 |
100 |
0 – 5 |
Pan |
0 – 2 |
The Type A and B glass beads shall have a moisture-proof coating, and shall be dual-coated with a silane-type adherence coating. The glass beads shall display no tendency to absorb moisture in storage, and shall remain free of clusters and lumps. The beads shall flow freely from dispensing equipment at the time of application. The moisture-resistance of the glass beads shall be determined in accordance with Subsection 708-2.02 (C).
Certificates of Analysis conforming to the requirements of Subsection 106.5 shall be submitted for the glass beads to be used on the dual component pavement marking systems. The certificate shall also include a Material Safety Data Sheet (MSDS).
709-3 CONSTRUCTION REQUIREMENTS
709-3.01 Equipment. The pavement marking equipment for longitudinal lines shall have a system capable of spraying both yellow and white dual component pavement markings. The marking vehicle shall be of sufficient size and stability with an adequate power supply to produce lines of uniform dimension, with square edges, and proper mix of the two component parts to ensure proper application. The equipment shall be capable of placing markings and applying glass beads at both the left and right sides of the truck, and placing two lines simultaneously with either line in a solid or intermittent pattern in either yellow or white. All sprayers shall be in full view of the operators at all times. The equipment shall be provided with a metering device to register the accumulated installed pavement marking for each sprayer, each day. The contractor shall provide a certificate from the American Traffic Safety Services Association (A.T.S.S.A.), or equivalent documentation, to the Engineer to verify that the driver and operator of the application truck are fully trained and experienced in the application of the dual component marking system being applied. The equipment shall include pressure gauges for
each proportioning pump which are visible to the operator at all times, so that any fluctuations can be detected immediately during the marking operations.
The longitudinal line application vehicle shall be equipped with high pressure air spray jets in front of the striping material and glass bead applicators to remove loose matter on the pavement surface where the marking material is to be applied.
The vehicle shall be equipped with two separate glass bead supply tanks and two glass bead dispensers per each marking material sprayer. The contractor shall provide documentation to the Engineer that bead dispensers are specifically manufactured for the glass bead application rates contained herein. When Type A gradations of glass beads are applied, the vehicle shall be equipped with high-capacity cone-shaped pressure or gravity dispensers. All bead dispenser outlets shall have enclosed wind shrouds or equivalent devices to direct the glass beads as they are applied. The shroud may include an opening which faces the operator so that the flow rate of the glass beads can be monitored. The bottom of the shroud shall be mounted within three to four inches of the pavement surface and be configured to allow for even distribution of glass beads on the applied markings.
Equipment for the application of transverse lines, longitudinal lines less than 200 feet in length, legends and symbols shall be either a hand wand attachment to a longitudinal line application vehicle, or a separate motorized trailer application system. Application equipment for short or transverse lines, legends, and symbols can be suitable for only one color.
709-3.02 Application.
(A) Placement Locations. Dual component pavement markings shall be as shown on the plans, except that marking lines shall not be placed on parallel construction or expansion joints. Longitudinal lines shall be offset to provide two to four inches of clearance from parallel construction and expansion joints unless otherwise directed by the Engineer.
(B) Material Inspection. All dual component pavement marking materials and glass beads will be inspected and approved by the Engineer prior to their application. The contractor shall also provide samples of said materials if requested by the Engineer. All materials shall be properly packaged and stored. Each container to be used on the project shall be clearly labeled to indicate the following information (as applicable):
Nature, type, color, and formulation of the material; Manufacturer, batch number, and date of manufacture; Application requirement and constraints; and
MSDS information.
Storage, preparation, and application equipment shall be in accordance with the plans, specifications and the recommendations of the materials manufacturer.
The Contractor shall dispose of excess materials, spilled materials, cleaning fluids and all empty material containers at a site approved by the Engineer.
(C) Equipment Inspections and Deficiencies. The contractor shall make daily maintenance and operation inspections of all application equipment to ensure that it is operable with the requirements of the specifications. The contractor shall inform the Engineer of any equipment breakdowns, intermittent malfunctions, or other conditions that may impact the proper application of specified markings. Any equipment judged to be unsuitable by the Engineer shall be repaired or replaced.
(D) Pavement Surface. The contractor shall remove all dirt, dust, grease, oil, or other detrimental material from the road surface prior to application of the dual component material.
Existing temporary or permanent traffic markings shall be removed by sand-blasting or grinding until a minimum of 85 percent of the underlying pavement is visible, unless otherwise recommended by the materials manufacturer. The method of sand-blasting and grinding is subject to approval by the Engineer. The contractor shall clean the surface by sweeping and with high-pressure air spray, unless otherwise recommended by the materials manufacturer. The contractor shall minimize any interference between temporary pavement markings and the permanent dual component pavement markings.
When dual component markings are to be applied to new Portland Cement Concrete Pavement, any curing compound present shall be removed by means of high-pressure water jet or sand- blasting, followed by sweeping and high pressure air spray. The curing compound shall be removed at least one inch beyond the width of the strip to be installed.
(E) Pavement Temperature and Condition. The roadway surface temperature at the time of application shall be a minimum of 40 degrees Fahrenheit and shall be rising. The air temperature and wind chill factor shall not be below 35 degrees Fahrenheit. Additionally, the road surface shall be dry with no standing water or significant surface dampness or dew.
The pavement surface temperatures shall be measured one-half hour prior to the start of the striping installation activities and every one to two hours after that until the end of the day, if the temperature is judged by the Engineer to be critical. For elevation changes greater than 1,000 feet, temperature readings at the highest elevation shall govern unless otherwise directed by the Engineer. The pavement surface temperature shall be measured with a standard surface temperature or an infrared non-contact thermometer. The Engineer may require temperature readings to be taken at shorter time intervals.
(F) Application Calibration Requirements. Prior to the start of all marking application operations, the film thickness, width, and bead application rates shall be calibrated as specified below in the presence of the Engineer. If, at any time, a condition changes or the required application rates are not being achieved, the contractor shall repeat the calibration process if so directed by the Engineer.
(1) Film Thickness and Width Calibration. The required application speed for the pavement marking vehicle shall be determined prior to the start of each day’s marking operations.
The equipment needed to calibrate paint film thickness and width are a stopwatch, metal ample plates (4 by 12 inches minimum) film thickness, width, and speed shall be calibrated using the following procedure:
Step 1: A 30-foot length of 4-foot wide tar paper shall be rolled out and attached to the pavement in an area where the striping vehicle can achieve and maintain a speed of up to ten miles per hour without impacting traffic. The tar paper shall be secured to the pavement surface with duct tape so that it is laying flat. Three metal sample plates shall be placed three to four feet apart and duct-taped down near the end of the 30-foot test distance.
Step 2: A 30-foot length of 4-foot wide tar paper shall be rolled out on the tar paper for the marked 30 foot distance and over the sample plates. The time that it takes the striping vehicle to apply the 30 feet of test stripe shall be measured and then equated to a mile per hour application speed. Additionally, the velocity of the striping vehicle shall be noted by the driver. The contractor shall remove any test stripes which extend beyond the tar paper.
Step 3: Immediately after the test stripe has been installed, the film thickness shall be measured from all three plates using a wet-film thickness gauge or similar measuring device. The device shall be inserted into the wet paint to the depth of the metal and the thickness visually noted. If a wet thickness gauge is used, the manufacturer’s directions shall be followed. The stripe distribution on the sample plates will be inspected for width, edge definition, and overall visual appearance.
Step 4: Steps 2 and 3 shall be repeated until the optimum paint application speed, material flow settings, and sprayer heights are determined and the atomizing pressures are established, such that an even clearly-defined stripe of the required width and thickness is produced.
Additionally, spot checks of the applied wet thickness shall be made by the contractor throughout the day. Random spot checks of the paint thickness will also be made by the Engineer to ensure conformance with the required criteria. The contractor shall inspect the wet thickness immediately after the marking paint is applied by inserting a thin, gradated machinist rule or similar instrument into the wet paint to the depth of the pavement surface. The thickness determined through spot checking shall be within ± 0.0002 inches of the required thickness.
If applied thickness is not within the tolerance specified above or the width of the line is less than required, all striping operations shall stop and adjustments shall be made, such that the required thickness or width is achieved. If after three consecutive adjustments the required width or thickness is still not being achieved, all striping operations shall be halted and the contractor shall repeat the calibration procedures herein specified before striping operations may resume again.
(2) Glass Bead Flow Calibration. The glass bead application rates shall be calibrated at the beginning of each day’s marking operation, after the marking paint application speed has been determined.
Step 1: |
With the striping vehicle stopped and the paint sprayer off, place a bucket under the bead dispenser. |
Step 2: |
Turn the bead dispenser on for five seconds. |
Step 3: |
Pour the beads into the beaker and measure the volume. |
Step 4: |
Using the bead calibration chart for the required thickness of paint, find the required bead application rate, the measured volume of beads in the beaker, and the resulting application speed. |
Step 5: |
If the beaker volume is less than the chart value, increase the bead flow. If the beaker volume is more than the chart value, decrease the bead flow. |
Step 6: |
Repeat Steps 2 through 5 until the required speed for the specified bead application rate matches the required paint application speed as determined in 709-3.02(F)(1). |
Once all application speed and settings have been calibrated, the contractor shall lay a test strip of the dual component paint marking at the specified width, thickness, and glass bead density. The test strip shall be placed on a 20-foot length of 4-foot wide tar paper, with two 4 by 12 inch sample plates spaced 10 feet apart. The contractor shall provide the two sample plates from the test strip to the Engineer. The plates shall indicate the date, project number, project name, thickness, bead application rate, and contractor name on the back. The Engineer may have these plates tested per the requirements of subsection 709-2.02(J). All calibration activities shall be done in the presence of the Engineer.
(3) Thickness and Glass Bead Calibration for Transverse Markings, Symbols and Legends:
Calibration of thickness for transverse markings, symbols and legends prior to construction will not be required. The contractor shall inspect the wet film thickness immediately after the marking paint is applied by inserting a wet film thickness gauge, with graduations of 0.001 inch, into the wet paint to the depth of the pavement surface, in accordance with ASTM D 1212. The thickness determined through spot checking shall be within 0.002 inches of the required thickness. Random spot checks of the marking thickness will also be made by the Engineer to ensure conformance with the required criteria.
Bead application rates shall be determined by pre-weighing, in a clearly marked container, the amount of beads required for each transverse marking, symbol or legend. The contractor shall determine the amount of beads required for each individual application, and provide documentation to the Engineer for approval prior to application.
(G) Marking Application:
The standard application thickness and bead gradations types and rates for dual component markings shall be as follows:
(1) Longitudinal Lines:
(a) Standard:
For asphaltic concrete pavements placed at elevations under 4,000 feet, dual component markings shall be 0.025 ± 0.002 inches thick with a bead application rate of 8 pounds of Type A glass beads per gallon of paint, followed immediately with 8 pounds of Type B glass beads per gallon of paint. For asphaltic concrete pavements placed at elevations equal to or above 4,000 feet, the thickness shall be the same; however, the bead application rate shall be 26 pounds of Type B glass beads per gallon of paint.
For PCCP pavements placed at elevations under 4,000 feet, dual component markings shall be
0.020 ± 0.002 inches thick with a bead application rate of 9 pounds of Type A glass beads per gallon of paint, followed immediately with 9 pounds of Type B glass beads per gallon of paint. For PCCP pavements placed at elevations equal to or above 4,000 feet, the thickness shall be the same; however, the bead application rate shall be 24 pounds of Type B glass beads per gallon of paint.
(b) Special (when shown on the bidding schedule):
For asphaltic concrete pavements placed at elevations under 4,000 feet, dual component markings shall be 0.020 ± 0.002 inches thick with a bead application rate of 9 pounds of Type A glass beads per gallon (of paint, followed immediately with 9 pounds of Type B glass beads per gallon of paint. For asphaltic concrete pavements placed at elevations equal to or above 4,000 feet (the thickness shall be the same; however, the bead application rate shall be 24 pounds of Type A glass beads per gallon of paint.
No reductions in thickness will be allowed for PCCP pavements.
(2) Transverse Lines, Symbols, and Legends:
The thickness of dual component pavement markings for transverse lines, symbols, and legends shall be 0.025 ± 0.002 inches with a bead application rate of 26 pounds of Type A beads per gallon of paint for all surfaces and at any elevation.
An epoxy application thickness of 0.025 ± 0.002 inches may be allowed on bridge decks if the majority of the project is AC pavement, and if approved by the Engineer. No additional payment will be made for the increased thickness if so allowed.
For longitudinal lines, the drop-on glass beads shall be mechanically deposited, at the specified rates, into the dual component marking material immediately after it is applied. The bead dispenser device shall evenly distribute the beads such that the top layer of beads is embedded in the surface of the marking to a depth of 50 to 60 percent of the bead diameter. Should the glass beads not adhere, or the top layer sink into the marking beyond the required embedment depth, operations shall be stopped until the problem has been corrected. All markings which do not meet the requirements of Subsection 709-2.02(J) shall be removed and replaced by the contractor at no additional cost to the Department.
Transverse lines, longitudinal lines less than 200 feet in length, legends and symbols shall be applied with a hand wand attachment to a longitudinal line application vehicle, or with a separate motorized trailer application system. Pre-cut templates shall be used for all short or transverse
lines, legends, and symbols, and shall provide neat and square marking edges. Beads shall be hand-applied, and shall be evenly distributed over the markings using pre-measured buckets.
The finished dual component marking line shall have well-defined edges and be free from waviness. Lateral deviation of the marking line shall not exceed one inch in 100 feet. The longitudinal deviation of a marking line and gap shall not vary more than six inches in a 40 foot cycle. The actual width of marking line shall be within the limits specified in the following table, according to the width of line called for on the plans:
Plan Width |
Actual Width |
4 inches |
4 to 4-1/2 inches |
8 inches |
8 to 9 inches |
Over 8 inches |
± 1 inch |
After application and sufficient drying time, the dual component marking shall show no appreciable deformation or discoloration under local traffic conditions in an air or road temperature ranging from -10 to + 180 degrees F. The drying time shall be defined as the minimum elapsed time, after application, when the dual component pavement markings shall have and retain the characteristics required herein, and after which normal traffic will leave no impression or imprint on the newly applied marking. Drying time for epoxy materials shall be defined as the no-track time as specified in Subsection 709-2.02(N).
The contractor shall protect the newly applied dual component pavement markings from traffic during the required drying time.
(H) Material Applied:
The contractor shall provide a full accounting of all marking material and glass beads applied. Prior to the start of striping operations and after the calibration procedures, the contractor shall provide the Engineer with a detailed summary which specifies the gallons of marking material and pounds of glass beads needed to achieve the specified marking configuration. The contractor shall record these quantities each day in a log book. The Engineer and contractor will monitor the quantity of beads and paint applied each day and compare the values to the anticipated quantity. The quantities of paint and beads actually applied shall be within ± percent of the anticipated calculated values for each day’s striping operation. The contractor shall determine the cause of any larger variations and make necessary corrections before the next striping application shift. The log book quantities shall be agreed on after each day and signed and dated by both the contractor and Engineer.
709-4 METHOD OF MEASUREMENT
Dual component white and yellow pavement marking will be measured by the linear foot along the centerline of the pavement stripe and will be based on a four-inch wide stripe. Skips in dashed lines will not be included in the measurement. Measurement for striping with a plan width greater or less than the basis four inches, as shown on the plans or directed by the Engineer, will be made by the following method:
Plan Width of Striping (inches) x Linear Feet 4 (inches)
Double marking lines, consisting of two four-inch wide stripes, will be measured as two individual marking lines. Crosswalk lines, stop bars, stop lines, gore lines, cross hatch lines, chevron lines and railroad marking transverse lines will be measured for centerline length and adjusted for widths other than four inches, as defined above.
Dual component pavement marking symbols, such as a diamond, or single, double, or triple arrow, will be measured by the unit applied. Each pavement symbol, as shown on the plans, will be considered a unit.
Dual component pavement marking legends, defined as a complete letter grouping such as “SCHOOL,” “XING,” “STOP,” “RR,” or “ONLY,” will be measured by each unit applied. Each pavement legend, as shown on the plans, will be considered a unit.
Dual component pavement markings and coatings for bike lanes, as delineated on the project plans or as directed by the Engineer, will be measured by the square yard, complete-in-place.
No separate measurement or payment will be made for cleaning the surface, including sweeping and high-pressure air spray; or for calibration of the bead and paint application rates; or for disposal of excess materials, cleaning fluids, and empty material containers; the costs being considered as included in the contract items.
Removal of curing compound from new Portland cement concrete pavement shall be measured by the linear foot for striping lines regardless of width, or unit each for symbols and legends, in accordance with the items of work established in the bid schedule.
The cost for abrasive-blasting and grinding existing markings, not including temporary paint or tape lines, shall be paid for under separate items. No separate payment will be made for removing temporary paint or tape lines, the cost being considered as included in contract items
709-5 BASIS OF PAYMENT
The accepted quantities of dual component pavement markings of the type specified in the bidding schedule, measured as provided above, will be paid for at the contract unit price, complete in place, including pavement surface preparation and glass beads.
The accepted quantities for removal of curing compound from new Portland cement concrete pavement, measured as provided above, will be paid for at the respective contract unit prices, under the items of work established in the bid schedule.
* USE ON PROJECTS REQUIRING A TRAFFIC SIGNAL BATTERY BACKUP POWER SYSTEM – ITEM NO. 7320820, OR FOR PROJECTS CONTAINING A PERMENANT TRAFFIC COUNTER STATION – ITEM NO. 7350010. THE BATTERY BACKUP POWER SYSTEM CABINET WILL SHARE A FOUNDATION WITH THE SERVICE PEDESTAL CABINET UNDER ITEM NO. 7310376 – SERVICE PEDESTAL AND BBS CABINET FOUNDATION. *
(731TRAF_FND_BBS, 3/12/15)
SECTION 731 – STRUCTURAL SUPPORTS AND FOUNDATIONS FOR TRAFFIC SIGNAL AND STREET LIGHTING SYSTEMS
731-3 CONSTRUCTION DETAILS
731-3.01 Foundations. of the Standard Specifications are modified to add:
When a new electrical service pedestal and new battery backup power system (BBS) are required, the two cabinets shall share a foundation. The shared or common concrete foundation for the electric service pedestal and the battery backup power system shall be a minimum of 66″ in length by 36″ in width and 24″ in depth. The battery backup power system cabinet uses ½″ x 6″ wedge anchors. A 2-inch PVC conduit shall be installed within the foundation between the service pedestal and the battery back-up power system cabinet. A service pad shall be provided adjacent to the foundation which is 66″ long and 36″ wide with a concrete depth of 4″. The service pad shall be oriented on the side adjacent to the BBS door. The service pad is incidental to the cost of the foundation.
When a new traffic counter station cabinet is required, the foundation shall conform to all standard details, requirements, and specifications for Type IV traffic signal controller cabinet foundations, with the exception of the conduit sweeps provided. The counter station foundation shall include (1) 2½″ PVC conduit 90° sweep to the adjacent ITS pull box for future use and (2) 2½″ PVC conduit 90° sweeps to the adjacent No. 7 pull box.
* USE ON PROJECTS REQUIRING AN ELECTRICAL SERVICE CONNECTION FROM THE UTILITY COMPANY PROVIDING SERVICE FOR THE TRAFFIC SIGNAL SERVICE INSTALLATION *
(732ELEC_SERVICE_INSTALLATION, 10/8/14) SECTION 732 – ELECTRICAL MATERIAL AND SERVICE
732-2 CONSTRUCTION DETAILS
732-3.06 Service the 2nd paragraph of the Standard Specifications is revised to read:
The Agency shall provide the address for the electrical service. The contractor shall secure the necessary utility company permits and coordinate the installation of the required power service(s). The electric service fee from the utility company providing service will not be included in this item of work, but will be invoiced and paid under a separate item.
732-5 BASIS OF PAYMENT
732-5.07 Electrical Service Installations of the Standard Specifications is modified to add:
Payment for electrical service installation(s) shall also include the trenching and backfill between the service point and metered electric service pedestal for installation of cable in conduit by the utility company for the service hookup. The work to secure the necessary utility company permits and coordinate the service installation, meter enclosure installation and coordination time and expenses borne by the contractor is intended to be included in this item of work.
The electric service fee from the utility company providing service will not be included in this item of work, but will be paid under Item 7320888 – ELECTRICAL SERVICE FEE ALLOWANCE.
* USE ON PROJECTS REQUIRING A TRAFFIC SIGNAL BATTERY BACKUP POWER SYSTEM – ITEM NO. 7320820. THE BATTERY BACKUP POWER SYSTEM CABINET WILL SHARE A FOUNDATION WITH THE SERVICE PEDESTAL CABINET UNDER ITEM NO. 7310375. *
(732ELEC MAT’L_SIGNALS_BBS, 12/10/14) SECTION 732 – ELECTRICAL MATERIAL AND SERVICE
732-1 DESCRIPTION of the Standard Specifications is modified to add:
The work under this section shall also include the furnishing and installing of a traffic signal battery backup system. The battery backup power system, or BBS, is also referred to as an uninterrupted power supply system (UPS).
732-2 MATERIALS
732-2.05 Messenger and Tether Cables. the 1st sentence of the 1st paragraph of the Standard Specifications is revised to read:
The messenger cable, used for suspending vehicular traffic signal assemblies and anchoring, in span wire installations shall be 3/8 inch in diameter 7-strand, utility grade, galvanized steel messenger cable of the diameter required by the plans and/or special provisions.
732-2.06 Service Pedestal Cabinets. of the Standard Specifications is modified to add:
The service pedestal cabinet shall equipped with a 125 amp, double pole main breaker and, in addition, shall provide for at least 12 plug-in breakers of the type manufactured by Bryant, GE, Westinghouse, ITE, or Crouse-Hinds, as specified on the project plans or the Special Provisions.
732-2.07 Battery Backup Power System (BBS). of the Standard Specifications is modified to add:
The battery backup power system equipment shall include a Myers BC 1280 with MP2000E, 1 CBM, SNMP card and 4 (four) 92 AHR batteries installed in a Myers NEMA Type 3R enclosure with 2 (two) roll out removable shelves or approved equal. Electrical conductors shall be 1#8 AWG black, 1#8 AWG white, 1#8 AWG red, and 1#8 AWG green.
732-3 CONSTRUCTION DETAILS
732-3.07 Battery Backup Power System (BBS). of the Standard Specifications is modified to add:
The battery backup power system cabinet will share a foundation with the service pedestal cabinet. Extend 1#10 AWG black conductor from the service pedestal to the BBS cabinet. Extend 1#10 AWG white and 1#10 AWG green from the service pedestal cabinet to the controller cabinet. Extend 1#10 AWG black, 1#10 AWG white, and 1#10 AWG green from the BBS cabinet to the control cabinet. The contractor will pull in the wire and install the BBS equipment, and Pima County DOT forces will terminate the connections.
732-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add:
Battery backup power system (BBS), including cabinet, shall be measured as a unit for each battery backup power system with cabinet furnished and installed.
732-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
732-5.09 Battery Backup Power System (BBS). The accepted quantities of battery backup power system with cabinet, measured as provided above, shall be paid for at the contract unit price each, which price shall be full compensation for the work complete in place.
(733TRAF_SIG_LED, 12/8/14) SECTION 733 – SIGNAL INDICATIONS AND MOUNTING ASSEMBLIES
733-2 MATERIALS
733-2.01 (C) Light Emitting Diode (LED) Signal Faces
(1) General. of the Standard Specifications is modified to add:
For each signalized intersection, two extra 12 inch LED signal indications for each type used at the intersection (i.e. red ball, yellow ball, green ball, red arrow, yellow arrow, and green arrow) shall be provided to the Agency as spares.
* CONTACT TRAFFIC ENGINEERING FOR DIRECTIONS FOR USE OF THIS CONTROLLER ON YOUR PROJECT. CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY. *
(734TRAF_CONTROLLER_ACS3, 10/23/13) SECTION 734 – TRAFFIC SIGNAL CONTROLLER ASSEMBLY
734-2 MATERIALS the first paragraph of the Standard Specifications is modified to read:
The traffic signal controller assembly shall include the controller unit, all necessary auxiliary equipment, and the controller cabinet.
734-2.02 Traffic Signal Controllers of the Standard Specifications is revised to read:
A traffic signal controller shall consist of an electronic device dedicated to the selection and timing of traffic movements. Each controller shall provide all the features, functions and phasing operations as indicated on the plans and the Special Provisions.
734-2.02 (A) Solid State Controller. This specification sets forth the minimum requirements for a shelf-mountable, two through sixteen phase, fully actuated, digital, solid-state traffic controller. The controller shall meet, as a minimum, all applicable sections of the NEMA Standards Publication No. TS2-1998. Where differences occur, this specification shall govern.
(1) The controller unit shall be capable of operating as a NEMA TS1 controller or NEMA TS2 Type 2 controller without the addition of hardware or changes to the controller firmware/software.
(2) The controller shall have demonstrated functional NTCIP operation on at least one ATMS, at least 60 days prior to the RFP.
(3) The controller shall have a software option to support ECPIP, AB3418+, and NTCIP and shall have been previously interfaced with the ICONS operating system. All controller parameters shall be uploaded and downloaded within the ICONS operating system. The database format shall match that configuration already chosen for the system.
AB3418+ or NTCIP must be supported on both Port 2 and 3 at the same time. NTCIP support provided shall, as a minimum, meet the NTCIP Level 2 conformance requirements of TS2-2003.
734-2.02 (B) Enclosure. The controller shall be compact so as to fit in limited cabinet space. It shall be installable on a shelf that is not more than 7″ deep. External dimensions shall not be larger than 10 1/2″ x 15 1/4″ x 7 1/2″ (H x W x D).
(1) The enclosure shall be constructed of sheet aluminum and shall be finished with an attractive and durable protective coating. Model, serial number, and program information shall be permanently displayed on the top surface.
(2) The enclosure shall open along a vertical stainless steel hinge so as to provide ready access to the electronics in case of service.
ELECTRONICS
FRONT PANEL & CONNECTORS
(1) The front of the controller shall consist of a panel for the display, keyboard and connectors for all necessary user connections. It shall only be necessary to open the front panel during maintenance of the electronic circuits.
(2) A 16-line by 40-character/line alphanumeric liquid crystal display (LCD) shall show program and status information. The display area shall have nominal measurements of 2 1/2″ x 4 1/2″ (H x W) or larger. For ease of viewing, backlighting by light emitting diodes and multiple levels of contrast adjustment shall be provided. Display contrast shall be adjustable with front panel mounted push buttons.
(3) Front-panel operator inputs shall be via clearly labeled and environmentally sealed electrometric keys. These shall include a 10-digit numeric keypad, nine function keys, an oversize ENTER key, and an oversize four-arrow cursor control key. All keys shall provide positive tactile and programmable audio feedback.
(4) The display shall have two modes of operation, dynamic and program. The dynamic mode shall display operational status information, while the programming mode shall display user- programming information.
(5) All interface connectors shall be accessible from the front of the controller. At a minimum the controller units shall be supplied with the following connectors:
i) NEMA A, B & C connectors per TS2-1998.
ii) Port 1, 2 & 3 connectors per TS2-1998.
iii) D connector (AMP CPC # 205843-1) for a minimum of 6 preempt inputs and active status outputs, 8 expanded detectors, split demand, dual coord, and free inputs, external cycle-offset-split commands and 8 spares.
iv) 25 pin telemetry connector including I/O for transmit 1&2, receive 1&2, 8 system detector inputs, 5 alarm inputs and 4 special function outputs
(6) To facilitate special applications the controller shall have the capability of assignment of any input or output function to any input or output pin respectively on the interface connectors, with the exception of Flashing Monitor, Controller Voltage Monitor, AC+, AC-, Chassis Ground, 24VDC, Logic Ground, and TS2 Mode bits.
SERVICEABILITY
(1) All electronic modules including the power supply shall be easily removable from the front of the controller using a screwdriver and a nut driver as the only tools. All power and signal connections to the circuit boards shall be via plug-in connectors.
(2) The controller layout shall allow the removal and replacement of any circuit board without unplugging or removing other circuit boards, except for the power supply. All boards shall be keyed to prevent improper installation. No more than two boards shall be attached together to form a circuit assembly. Attaching hardware shall use captive screws or 1/4-turn fasteners to secure circuit assemblies to the enclosure.
(3) The controller enclosure shall allow complete disassembly using a standard screwdriver. It shall be designed so that one side of any circuit board is accessible for troubleshooting and testing while the controller is still in operation. This capability shall be accomplished without the use of extender cards or card pullers.
TELEMETRY REQUIREMENTS
(1) The controller shall have the capability of utilizing Port 3 as an RS232 port and shall allow the use of an external twisted pair OR fiber optic modem without any physical or firmware/software changes to the controller.
(2) It shall be possible for the telemetry board to be removed from the controller without having to remove power from the controller. Each controller shall have an internal1200/9.6K bps FSK 2/4 wire telemetry module.
734-2.02 (C) Dynamic Displays. Dynamic displays listed below shall be provided to show the operational status of the controller. Additional displays shall be offered for programming. It shall be possible to jump from a status screen to the appropriate programming screen and return after viewing is complete. When the curser is moved to a dynamic location on the screen, an audible shall be provided when the display changes. When the curser is moved around the status screen and the help key is pressed, a context sensitive help shall be displayed. The intersection, controller, coordination, preempt and time of day status displays shall contain a title line that displays the status being viewed, the controller status, the current date and time
(1) INTERSECTION STATUS DISPLAY shall indicate a summary of ring, phase, coordination, preemption, TSP, communications, logic processor flags and time-based control status. It shall be possible to place vehicle, pedestrian, preemption and TSP calls from the keyboard while displaying status information.
(2) CONTROLLER STATUS DISPLAY shall indicate current interval, pedestrian, density, maximum, and maximum extension timing by phase and ring. The status of vehicle, pedestrian and overlap signal outputs shall be displayed in combination with vehicle and pedestrian calls. The display shall also show the split plan, timing plan, sequence, action plan and day plan in effect. The display shall include the status of the first sixteen logic processor flags.
(3) COORDINATOR STATUS DISPLAY shall indicate the status of vehicle signal outputs shall be displayed in combination with vehicle and pedestrian calls. The display shall also show the split plan, timing plan, sequence, action plan and day plan in effect. Also displayed shall be, current coordination pattern information, local and system cycle count, , time-based control status, hold, force-off, vehicle permissive, pedestrian permissive, split count down, split extension, and offset from ring 1
(4) PREEMPTOR STATUS DISPLAY shall indicate the status of vehicle, pedestrian overlap and overlap signal outputs shall be displayed in combination with vehicle and pedestrian calls. Priority (railroad, fire, emergency) preemptors and bus preemptors with calls, preemptor active, inhibit, and delay status. When a preemptor is active, the display shall also indicate preemptor interval, timing, duration, and dwell status. A portion of the display shall indicate the controller status during preemption including current status, interval, and timing by phase and ring and the status of vehicle and pedestrian signals for each phase.
(5) TIME BASE STATUS display shall indicate the current time and date, the current day and week program, the active program step for both coordination pattern and time-of-day functions, the start time of the next eleven program steps and the day the next day plan will start. The programmed selections of the active coordination pattern and time-of-day pattern shall also be displayed.
(6) COMMUNICATION STATUS displays shall be communications status displays for Ethernet, Port 1 (SDLC), Port 2 (terminal) Port 3, and NTCIP.
a) An Ethernet status display shall indicate the line speed, the line status, the total number of transmit and receive counts and the number of transmit and receive error counts.
b) Port 1 (SDLC) status display shall indicate the frame responses from the MMU, the terminal and facilities BIUs and the detector BIUs.
c) Ports 2 and 3 status display shall indicate the interconnect format, transmit, valid data, data error, carrier detect and the last valid command.
d) An NTCIP status display shall indicate the total number of SNMP and STMP transmit and receive counts.
(7) DETECTOR STATUS display shall indicate activity for up to 64 detectors. The display shall show detector calls as they are processed by the controller. The display shall also show the extension and delay timers for the selected detector. In addition the failure status of the detector shall be displayed.
(8) FLASH/MALFUNCTION MANAGEMENT UNIT (MMU) status display shall indicate flash status plus MMU channel, conflict, and monitoring function status. A separate display shall indicate the results of the controller’s comparison of its MMU programming to the programming in the controller.
(9) INPUT AND OUTPUT STATUS displays shall indicate the activity of all of the logic level inputs and outputs to the controller.
734-2.02 (D) Programming
PROGRAMMING DISPLAYS
(1) Programming displays in the form of menus shall aid the operator in entering data from the front-panel keyboard.
(2) A main menu shall allow the user to select a major function of the controller. A submenu shall then be displayed to allow the user to select a sub-function within the major function. A four-arrow cursor key shall allow the user to scroll through all menus and submenus.
(3) English language and traffic engineering terminology shall be used throughout to facilitate programming. The display organization shall allow traffic personnel to program the controller without using reference cards or manuals. All data entry screens shall be in logical order.
(4) Programming entries shall consist of numerical values, YES/NO and ON/OFF entries. During program entry, the new data shall be displayed as it is entered. Two types of consistency checks shall be performed when the ENTER or cursor key is pressed. On constrained data (entries that are constrained by other programmed data), entries shall only be stored when the consistency check is validated. On non-constrained data the entries shall be stored only when the new values are within valid value thresholds.
a) An example of constrained data is the sequence of the phases within a ring. They need to be checked with the phase compatibility, phases in the ring and start phases among others.
b) An example of non-constrained data is the vehicular extension time entry.
(5) The keyboard entry software shall include context sensitive help screens. Help information shall be accessed by placing the cursor on the data entry in question then pressing the HELP key. Help screens shall be provided for all keyboard entered data and shall include at a minimum range, description, and functional operation information for the data entry.
PROGRAMMING METHODS
The methods listed below shall be available for controller configuration and timing entries. The manufacturer shall be able to provide as off-the-shelf items all of the firmware and software required to affect the listed methods and to implement network operation with system masters and host PC’s.
PROGRAMMING SECURITY
A minimum of three access levels shall be available to provide programming security.
User selectable, 6 to 15 character access codes shall be provided for the supervisor and data change access levels. Access codes shall initially be set to provide unrestricted access. If there has been no keyboard activity the controller shall automatically logoff the user after 30 minutes.
PROGRAMMING UTILITY FUNCTIONS
(1) A copy function shall permit copying all timing data from one phase to another. It shall also permit copying all timing plan from one timing plan to another, one detector plan and detector options plan to another, all coordination pattern data from one pattern to another and one sequence to another. This feature will facilitate data entry when programming any two or more phases with the same timing values, or detectors with the same programming, and/or two or more coordination patterns with the same pattern data.
(2) The controller unit shall contain a backup database with users specified values stored in non- volatile memory. A copy function shall permit transferring the backup database to the active database. The user shall be able to create his own database and copy it to the default database.
(3) A sign-on message shall allow the user to view the controller software version number. It shall also be possible to display the sign-on message by keyboard selection. The sign-on display shall allow a user-defined message of up to two lines with 38 characters per line.
(4) The controller shall have the capability to output a memory image of the user-programmed settings and intersection configuration data in binary format. This shall allow transferring the memory image data to a data key.
(5) A memory-clear function shall permit the user to clear data entries for the following controller functions, either individually or all at once:
(6) A print function shall allow the printing of controller unit data and detector count, detector failure, and event logs. The controller shall be capable of interfacing with any printer with an RS-232 interface and capable of a minimum width of 80 columns. The communication rate shall be selectable from 1200 to 19,200 bps.
734-2.02 (E) Actuated Control Functions. The controller shall provide all actuated control functions and operations required by the NEMA TS2 Standard. In addition, it shall provide the features described in the following paragraphs.
(1) PHASE SEQUENCE
(2) TIMING INTERVALS
25.5 in one-tenth second increments, depending on the function.
(3) OVERLAPS
(4) CONDITIONAL SERVICE
(5) ADDITIONAL FEATURES
734-2.02 (F) Coordination. Coordination functions to control intersection cycle lengths, system offset relationships, and phase split percentages shall be provided as a standard feature, with no need for additional modules or software.
(1) COORDINATION PATTERNS
(2) CYCLE LENGTH
(3) SYNCHRONIZATION
(4) OFFSET
(5) SPLIT
(6) PERMISSIVE PERIODS
(7) PHASE RESERVICE
(8) TRANSITION CYCLES
(9) CROSSING ARTERY CONTROL
(10) LOCAL SPLIT DEMAND
(11) FREE MODE
(12) MANUAL CONTROL
The controller shall allow manual override of the current coordination command from the keyboard. The manual command shall allow selection of any coordination pattern to be in effect.
(13) INTERCONNECT MODES
(14) MASTER COORDINATOR
The coordinator shall output the coordination command, including sync pulse. This feature shall permit the controller to be used as a time-of-day master in a hard-wired interconnected system.
734-2.02 (G) Preemption. The controller shall provide a minimum of ten preemption sequences that can be programmed as either railroad-fire-emergency vehicle or bus preemption sequences. Preemption capability shall be standard and shall not require additional modules or software.
(1) RAILROAD-FIRE-EMERGENCY VEHICLE PREEMPTION
presence time interval shall be programmable from 0-65535 seconds in one second increments.
If flash is selected for the hold interval, up to two permissive phases shall be selectable to flash yellow, and the remaining phases shall flash red. Overlaps associated with the phases flashing yellow shall also flash yellow unless they have been forced to terminate, in which case they shall remain red.
(2) BUS PREEMPTION
734-2.02 (H) Preemption Safeguards
(1) If a preemptor call is active when power is restored to a controller, the fault/voltage monitor output shall be set to FALSE, placing the intersection in flash. Similarly, if external start is applied during a preemption sequence, the intersection shall be set to flash. Intersection flash shall remain in effect until the preemptor call has been removed and the preemptor duration time has elapsed.
(2) An input shall be provided to stop timing of the current active preemptor under control of the MMU/CMU.
(3) A preemptor safety interlock shall be provided to cause the intersection to go into flash whenever the controller has been replaced and/or has not been programmed for preemption. This shall be achieved with an appropriate signal to the MMU/CMU.
734-2.02 (I) Time-Based Control & Non-Interconnected Coordination. The controller shall include time-based control. This capability shall be a standard feature and shall not require additional modules or software.
(1) CLOCK/CALENDAR FUNCTIONS
(2) TIME-BASED CONTROL
– Pedestrian recall
– Walk 2 enable
– Vehicle extension 2 enable
– Vehicle recall
– Vehicle max recall
– Max 2 enable
– Max 3 enable
– Conditional service inhibit
– Phase omit
(3) TIME-BASED COORDINATION
(4) TIME-Of-DAY FUNCTIONS
A minimum of 50 (or 100 with optional expanded data module) TOD program steps shall be available for the day-programs. These program steps shall be separate from the non- interconnected coordination program steps described above. TOD program steps shall not have to be entered in any special sequence. It shall be possible to add and delete steps from a day- program without affecting any other day-program. Each of the TOD program steps shall permit selection of the following functions:
734-2.02 (J) Detector Functions
(1) The controller shall provide a minimum of 64 vehicle detector inputs. Each input shall be assignable to one or more phases and be configured with optional detector functions.
(2) The controller shall provide a minimum of 16 pedestrian detector inputs. Each pedestrian detector shall be assignable to one or more phases.
(3) The controller shall provide detector cross switching, which permits all vehicle detectors to alternately place calls on their assigned phases and their assigned cross-switch phases.
(4) Each vehicle detector shall be user-programmable to operate as one of the following 7 detector types:
(5) Each detector input shall be capable of functioning as one of 16 system detectors.
(6) Vehicle detectors shall be capable of being assigned to a minimum of 16 speed detectors. Speed shall be detected using both one and two detector configurations. Speed shall be computed using a keyboard entered average vehicle length and loop length for a one detector configuration. When using two detectors, speed shall be calculated using a keyboard entered distance between detectors and travel time between detectors.
734-2.02 (K) System Communications
(1) SYSTEM COMMANDS
(2) TELEMETRY
734-2.02 (L) Diagnostic
(1) GENERAL DIAGNOSTIC FEATURES
(2) DETECTOR DIAGNOSTICS
734-2.02 (M) Logging Features. The controller shall be capable of logging and reporting detector activity, detector failures, and the occurrence of selected events or alarms. Logs shall be capable of being printed or displayed on the front of the controller.
(1) DETECTOR LOGGING
(2) DETECTOR FAILURE LOGGING
(3) EVENT LOGGING
734-2.02 (N) Firmware Installation & Updates
(1) The controller shall use flash memory for the storage of all operating software. The use of conventional EPROMs, PROMs, or similar devices shall not be acceptable. In no case shall it be acceptable to change memory devices in the controller to update or change the controller software.
(2) In order to facilitate the update of the controller firmware/software, a separate software utility shall be supplied on 3.5 inch diskette. The interface utility shall allow the field technician to load updated firmware/software into the controller via a laptop personal computer connected to the controller via a serial cable.
(3) In addition to updating the controller firmware/software, the installation utility shall provide the following capabilities:
(4) A firmware/software installation module (SIM) shall be supplied with each 50-controller units delivered. The SIM shall contain the controller firmware. The SIM shall plug directly into the controller and through a utility menu resident in the controller, shall allow the field technician to upload updated firmware/software.
(5) Warranty Statement
The supplier of the equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document.
The term of warranty shall be a minimum of three (3) years from date of shipment. Any software revisions to the controller shall be provided free of charge during the warranty period.
While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier.
NOTE: Malfunctions do not include damage caused by lightning, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer.
734-2.03 Cabinet Operational Standards of the Standard Specifications is revised to read:
734-2.03 (A) Cabinet Construction. A complete NEMA TS-2 Type 1 eight-phase cabinet, and NEMA TS-2 Type 2 controller, specifically, an ASC/3-2100 shall be supplied and installed. The controller and cabinet assembly shall be provided by the same manufacturer. The size of the cabinet shall be TS-2 Size 6 (52″). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS-2 2003. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria:
(1) Material shall be 5052-H32 aluminum with a minimum thickness of 0.125-inches.
(2) The cabinet shall come equipped with front and rear doors.
(3) Paint Specifications:
Cabinet shall be painted with high gloss white paint on the interior and exterior. The white paint must be Polyurethane capable of resisting graffiti and withstand repeated cleanings. This paint should be able to protect smooth non-porous surfaces of metal electrical cabinets. The anti-graffiti coating shall retain the excellent exterior durability, chemical and solvent resistance of its polyurethane base while providing a surface which makes graffiti difficult to adhere to.
340 Grams/Liter |
VOC |
420 Grams/ Liter |
VOC |
|
6409 G |
4 Parts |
6409 G |
4 Parts |
|
340 HP Catalyst |
1 Part |
340 HP Catalyst |
1 Part |
|
1800 Reducer |
None |
1600 Reducer |
1 Part |
|
Ratios are by volume. |
|
|
|
|
1600 reducers vary by evaporation rate. 1600, fast-02, medium; 1600-03, slow. |
|
|
||
|
|
|
||
% Solids Density |
VOC |
Content |
||
by Volume lbs/gal |
germs/l |
lbs/gal |
||
6409 G 53% 8.5-11.0 |
395 |
3.30 |
||
340 HP 87.2 9.6 |
112 |
0.93 |
||
|
|
|
||
To remove graffiti, the use of non-abrasive |
commercial |
cleaners such as DuBois |
||
Chemical’s “Gangbuster” is recommended.
(4) The front and rear door hinge shall be a one-piece, continuous piano hinge with a stainless steel pin running the entire length of the door. The hinge shall be attached in such a manner that no rivets or bolts are exposed.
(5) The front edge of the shelf shall have holes punched every 6 inches to accommodate tie- wrapping of cables/harnesses.
(6) The cabinet shall include a pullout shelf installed on the second shelf to support laptop and schematics.
(7) The front and rear door shall be equipped with a three-point latching mechanism. The front and rear door shall include a mechanism capable of holding the door open at approximately 90,145, and 165 degrees under windy conditions. The main door shall be equipped with a Corbin tumbler lock number 1548-1 or exact equivalent. A minimum of two keys shall be supplied.
(8) The handle on the front and rear door shall utilize a shank of 5/8 inches minimum diameter. The hands shall include a hasp for the attachment of an optional padlock. The cabinet door handles shall rotate counter-clockwise to open. The handle shall not extend beyond the
perimeter of the door at any time. The lock assembly shall be positioned so that the handle shall not cause any interference with the key when opening the cabinet door.
(9) All external fasteners shall be stainless steel.
(10) The door handle shall be cast aluminum.
(11) All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet.
734-2.03 (B) Testing
(1) The manufacturer shall ensure that the cabinet and controller are fully tested prior to being delivered to the Electric Shop for turn on. Each assembly shall be delivered with a signed document detailing the cabinet final tests preformed.
(2) A test switch panel shall be mounted on the inside of the main door. The test switch panel shall provide as a minimum the following:
a) SIGNALS ON/OFF SWITCH – In the OFF position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. When in the e OFF position, the MMU shall not conflict or require reset.
b) AUTO/FLASH SWITCH – When in the flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. Wired according to NEMA TS2-2003 the MMU forces the controller to initiate the start-up sequence when exiting flash.
c) STOP TIME SWITCH. A three position toggle switch shall be provided. The switch positions shall function as follows: Stop Time (up) activates control stop time input, Run (center) disconnects all stop time inputs, Normal (down) permits the malfunction management unit to activate the stop time input.
d) CONTROL EQUIPMENT POWER ON/OFF. This switch shall control the controller, MMU, and cabinet power supply AC power.
Door panel switches shall be hard wired only and printed circuit boards shall NOTbe used for the door panel switches.
734-2.03 (C) Shelf Height. The cabinet shall be supplied with two removable shelves manufactured from 5052-H32 aluminum. Shelf shall be a minimum of 10 inches deep. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. The shelf shall have horizontal slots at the rear and vertical slots at the front of the turned down side flange. The shelf shall be installed by first inserting the rear edge of the shelf on the on the cabinet rear sidewall mounting studs, then lowering the shelf on the front sidewall mounting studs. The shelf shall be held in place by a nylon tie-wrap inserted through holes in the front edge of the shelf and around the front sidewall mounting studs. The shelves shall extend the full length of the cabinet.
734-2.03 (D) Cabinet Electrical
(1) CABINET LIGHT ASSEMBLY
A fluorescent lighting fixture shall be mounted on the inside top of the cabinet near the front edge. The fixture shall be rated to accommodate at minimum a F15T8 lamp operated from a normal power factor UL or ETL listed ballast. The fluorescent light shall be activated by a door activated switch mounted near the top of the door.
(2) CONVENIENCE OUTLET
A 120 volt AC, 15 Amp NEMA 5-15 GFI duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the front cabinet door and within 6″ of the front edge of the opening of the door.
(3) INSIDE CONTROL PANEL SWITCHES
The inside front door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER EQUIPMENT POWER ON/OFF. Door panel switches shall be hard wired only and printed circuit boards shall NOTbe used for the door panel switches.
(4) POLICE PANEL SWITCH
The Police Panel shall contain four (4) switches: The SIGNALS ON/OFF, AUTO/FLASH, AUTO/MANUAL and MANUAL/OFF/PHOTO SWITCH. All police panel switches shall be hard wired.
734-2.03 (E) Ventilation
(1) VENTILATING FAN
The cabinet shall be provided with two (2) thermostatically controlled (adjustable between 55- 160 degrees Fahrenheit) ventilation fans and shall be installed in the top of the cabinet plenum. The fan plate shall be removable with the use of simple hand tools for serviceability. The fans shall be a ball bearing type fan and shall be capable of drawing a minimum of 100 cubic feet of air per minute.
(2) AIR FILTER ASSEMBLY
The cabinet Air Filter shall be a one-piece removable, non-corrosive, vermin and insect-proof air filter and shall be secured to the air entrance of the cabinet. The filter shall fit snuggly against the cabinet door wall.
734-2.03 (F) Highway Lighting Control. A lighting contactor shall be required in all cabinets and shall be three (3) pole in design type to be used for Highway lighting requirements. Each pole of the contactor shall be protected by a 20 ampere single pole circuit breaker. The lighting contactor and its associated equipment shall be shielded to prevent any hazardous contact with live voltages.
(1) LIGHTNING SUPPRESSION
The cabinet shall be equipped with an EDCO model SHP-300-10 or approved equivalent surge arrester.
(2) POWER PANEL.
The Power Panel shall house the following equipment:
a) A 50-amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels.
b) A 15-amp auxiliary breaker shall supply power to the fan, light and GFI outlet.
c) A 15-amp auxiliary breaker shall supply power to the video detection Terra Interface Panel (TIP)
d) An EDCO model SHP-300-10 or approved equivalent surge arrester.
e) A 50 amp, 125 VAC radio interference line filter.
f) A normally open, 60-amp, mercury contactor Durakool model BBC-7032 or approved equivalent.
g) BELOW POWER PANEL – Install line protector type HS-P-SP-120A-60A-RJ and shall be shielded to prevent hazardous contact with live voltage.
734-2.03 (F) Cables
(1) All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be sleeved in a braided nylon mesh or poly- jacketed along their entire free length. The use of exposed tie-wraps or interwoven cables is unacceptable.
(2) COLOR CODING
All cabinet wiring shall be color coded as follows:
Purple |
= |
MMU Wiring |
Orange |
= |
Flash color programming |
Brown |
= |
Green Signal Wiring |
Yellow |
= |
Yellow signal wiring |
Red |
= |
Red signal wiring |
Blue |
= |
Controller wiring |
Gray |
= |
DC ground |
AC+ |
= |
Black |
AC- |
= |
White |
Chassis Ground |
= |
Green |
734-2.03 (G) Wiring
(1) MAIN PANEL AND WIRE TERMINATIONS
All wires terminated behind the main panel and other panels shall be SOLDERED. Pressure or solderless connectors shall NOT be used. Printed circuit boards shall NOT be used on main panels, with the only exception being on the Bus Interface Units.
(2) FLASHING OPERATION
All cabinets shall be wired to flash red for all phases, but programmable to flash yellow and red when needed. Flashing display shall alternate between phases 1,2,5,6 and phases 3,4,7,8.
(3) EMERGENCY VEHICLE PREEMPT RACK
One emergency vehicle preempt rack panel wired for discriminators shall be provided in each cabinet. The rack shall support two 2-channel or one 4-channel preemption devices, and one (1) BIU. The rack may be combined with the detector rack.
(4) MAIN PANEL CONFIGURATION
The main panel shall be fully wired in the following configuration: 16 Load Switch Sockets
6 Flash Transfer Relay Sockets 1 Flasher Socket
2 Bus Interface Units Slots
1 Detector rack (Configuration 2) and a Type 16 Malfunction Management Unit.
(5) ADDITIONAL CABINET FEATURES
a) A door actuated, normally closed switch shall be installed on the front and rear doors to activate the controller alarm log when the cabinet door is opened or closed.
b) The cabinet shall have power connectors for TS-2 Type 1 and TS-2 Type 2 controllers.
734-2.04 Auxiliary Control Equipment of the Standard Specifications is revised to read:
(1) MALFUNCTION MANAGEMENT UNIT (MMU)
Cabinets shall be equipped with a NEMA TS-2 Type 16 Malfunction Management Unit (MMU). When a component is of such special design (proprietary) that it precludes the purchase of identical component from a parts distributor or component manufacturer, one spare duplicate component shall be furnished with each unit.
(2) LOAD SWITCH
All load switches shall be solid state and shall comply with NEMA TS-2, Section 6 requirements and shall be EDI model 510 or approved equal.
(3) FLASHER UNIT
All flasher units shall comply with NEMA TS-2 1992, Section 6 requirements and shall be EDI model 810 or approved equal.
(4) BUS INTERFACE UNIT
Bus interface units (BIUs) shall comply with NEMA TS2, Section 8 requirements. BIUs shall provide a separate front panel indicator light emitting diode (LEDs) Valid Data. When a component is of such special design (proprietary) that it precludes the purchase of identical component from a parts distributor or component manufacturer, one spare duplicate component shall be burnished with each unit.
(5) FLASH LOAD RELAYS
Flash load relays shall be for the purpose of providing special circuitry or operational requirements. The relays shall be NEMA type.
(6) AUXILIARY CONTROL RELAYS
These types of relays shall be utilized in circuits to provide special operations.
(7) STREET LIGHTING CONTROL CONTACTOR
A street lighting control contactor, meeting the requirements of 736-2.01 (C) (2), shall be provided in each controller cabinet.
(8) CHANNEL AMPLIFIERS
Three inductive loop monitors shall be provided per cabinet. The inductive loop monitors shall be dual channel, rack mounted, NEMA TS-2 Type A. They shall be automatic tuning with 15 levels of sensitivity. The monitors shall be compatible will all inductive loops from 20 to 2500
uH. They shall also have three selectable modes: short presence, long presences, and pulse. The inductive loop monitors shall be EDI model LM622 or approved equal.
(9) EMERGENCY VEHICLE PREEMPT DISCRIMINATOR
The contractor shall furnish and deliver an emergency vehicle preemption discriminator to the agency along with each traffic signal controller assembly. The discriminator shall be an Opticom model 764N or approved equal. Also required is the Opticom 768 Auxiliary Interface Panel Multimode.
734-3.02 Test Requirements of the Standard Specification is revised to read:
All specified traffic controller assembly items shall meet the applicable environmental and testing standards of NEMA Publication TS-2-1998. All traffic signal controller units tested shall utilize the procedures required by these specifications.
734-4 METHOD OF MEASUREMENT of the Standard Specifications is revised to read:
Traffic signal controller assemblies will be measured as a unit for each controller assembly with cabinet furnished, and includes the emergency vehicle preemption discriminator. The contractor shall furnish and deliver the traffic signal controller, cabinet, and all appropriate auxiliary equipment to the Agency for testing. A minimum of 14 days shall be permitted for testing. After testing, the Agency will install the controller assembly. Unless specifically removed by the plans and/or special provisions, this shall also include a factory-wired, traffic signal controller backpanel and any other materials specified in this section and so required.
The contractor shall furnish and install the traffic controller cabinet foundation unless otherwise noted on plans and/or special provisions. Cabinet foundations shall be measured and paid separately under Section 731.
* THIS CONTROLLER STORED SPEC IS BEING UTILIZED AS A PILOT TEST PROGRAM BY THE DEPARTMENT. CONTACT TRAFFIC ENGINEERING FOR DIRECTIONS FOR USE ON YOUR PROJECT. *
(734TRAF_CONTROLLER_COBALT, 6/12/15) SECTION 734 – TRAFFIC SIGNAL CONTROLLER ASSEMBLY
734-2 MATERIALS – the first paragraph of the Standard Specifications is modified to read:
A. The traffic signal controller assembly shall include the controller unit, all necessary auxiliary equipment, and the controller cabinet.
734-2.02 Traffic Signal Controllers of the Standard Specifications is revised to read:
A. A traffic signal controller shall consist of an electronic device dedicated to the selection and timing of traffic movements. Each controller shall provide all the features, functions and phasing operations as indicated on the plans and the Special Provisions
734-2.02.1 Hardware
734-2.02.2 Enclosure
734-2.02.2.3 Electronics
734-2.02.2.4 ATC Engine Board
734-2.02.2.5 Graphic User Interface
734-2.02.2.6 Front Panel
734-2.02.2.7 Ethernet Ports
734-2.02.2.8 USB Ports
734-2.02.2.9 Connectors
734-2.02.2.10 Serviceability
A. All electronic modules including the power supply shall be easily removable from the controller using a screwdriver as the only tool. All power and signal connections to the circuit boards shall be via plug-in connectors.
734-2.02.3 Displays
A. The display shall have two modes of operation: dynamic and programming. The dynamic mode shall display operational status information, while the programming mode shall display user-programming information. A Title Bar shall provide selection of Home, Main Status, Logged Events, I/O status, Network Status, Consistency Checks, and USB Status shall always be visible at the top of the screen, as well as the current date, time, and Function Key Options.
734-2.02.3.1 Dynamic Displays
734-2.02.3.2 Traffic Applications Programming Displays
734-2.02.4 Programming
734-2.02.4.1 Programming Methods
734-2.02.4.2 Programming Security
734-2.02.4.3 Programming Utility Functions
and one sequence to another. This feature will facilitate data entry when programming any two or more phases with the same timing values, or detectors with the same programming, and/or two or more coordination patterns with the same pattern data.
734-2.02.5 Actuated Control Functions
A. The controller shall provide all actuated control functions and operations required by the NEMA TS2 Standard. In addition, it shall provide the features described in the following paragraphs.
734-2.02.5.1 Phase Sequence
734-2.02.5.2 Timing Intervals
Bike Green Dynamic Maximum
Delay Green Dynamic Maximum Step
Conditional Service Minimum Green Yellow Clearance Walk Red Clearance
Walk 2 Red Maximum
Walk Maximum Red Revert
Pedestrian Clearance Actuations before Reduction
Pedestrian Clearance 2 Seconds per Actuation
Pedestrian Clearance Maximum Maximum Initial
Pedestrian Carryover Time before Reduction
Vehicle Extension Cars Waiting
Vehicle Extension 2 Time to Reduce
Maximum 1 Min Gap
Maximum 2 Steps to Reduce
detector. The Pedestrian Clearance interval shall also extend Pedestrian Clearance to the smaller of the Pedestrian Clearance Max time or the phase maximum in effect with a constant input from the Walk Extension detector.
734-2.02.5.3 Overlaps
timings shall be individually programmable with respect to the activation or termination of the parent phase, respectively.
Overlap shall be green, yellow, or red like a normal overlap, except its outputs shall be blank when the protected phase is green, or the controller is transitioning to a non- included phase.
734-2.02.5.4 Conditional Service
734-2.02.5.5 Additional Features
734-2.02.6 Coordination
A. Coordination functions to control intersection cycle lengths, system offset relationships, and phase split percentages shall be provided as a standard feature, with no need for additional modules or software.
732-2.02.6.1 Coordinated Patterns
shall be selected using telemetry (system), hardwire, or non-interconnected (time based) coordination commands. Offset and Split values shall be entered in either seconds or percentage.
Cycle length
Split pattern number Offset value Dwell/Add time Actuated coordination Timing plan
Actuated walk rest Phase sequence Phase re-service Action plan Maximum select
Fixed/Floating force off
Split timing per phase (in seconds or percentage)
Directed split preferences Coordinated phase split extension
Crossing artery pattern Permissive timing Ring extension
Split demand pattern Ring displacement Coordinated phase Split value by phase Omit by phase
Min recall by phase Pedestrian recall by phase Special function outputs
734-2.02.6.2 Cycle Length
734-2.02.6.3 Synchronization
734-2.02.6.4 Offset
734-2.02.6.5 Split
734-2.02.6.6 Permissive Periods
734-2.02.6.7 Phase Re-service
734-2.02.6.8 Transition Cycles
734-2.02.6.9 Local Split Demand
734-2.02.6.10 Adaptive Signal Demand
The coordinator shall provide a method to select the split using measurement of each phase’s green utilization. From the measurement, the coordinator shall determine which phase or phases had excess time that was not used during the last measurement period. Then the excess time shall be added to the first set of preferential phases. If the first set of preferential phases gapped out during the last measurement period, then the excess time will be added to a second set of preferential phases. If both sets of preferential phases gapped out during the last measurement period, then the time shall be added to the beginning of the coordinated phases.
734-2.02.6.11 Free Mode
734-2.02.6.12 Manual Controls
A. The controller shall allow manual override of the current coordination command from the keyboard. The manual command shall allow selection of any coordination pattern to be in effect.
734-2.02.6.13 Interconnect Modes
734-2.02.7 Preemption
The controller shall provide a minimum of 10 preemption sequences that can be programmed as either railroad-fire-emergency vehicle or bus preemption sequences. Preemption capability shall be standard and shall not require additional modules or software.
734-2.02.7.1 Railroad – Fire – Emergency Vehicle Preemption
25.5 in one-tenth second increments, depending on function. Delay, max presences, and duration timing intervals shall be programmed from 0-65535 seconds in one second increments.
The forced flash shall be programmable to be either hard or soft. If hard flash is enabled, then exiting flash to normal operation shall require either pressing the clear key or the MMU reset. A programmed soft flash shall automatically return to normal once the fault condition no longer exists. For gate down fault, this shall be once preemption is deactivated.
AA. Each preemptor shall allow pedestrian movements which were interrupted by a preempt call to be dynamically selected as that Preemptor’s exit phases.
BB. Each preemptor shall allow vehicle phases which have been interrupted by a preempt call to be dynamically selected as that Preemptor’s exit phases. The preemptor shall calculate the percentage of green time served of phases interrupted by a preempt call. If the amount serviced does not meet the limits defined by the Priority Return % data entries, then the preemptor run shall select those interrupted movements as exit phases.
CC. Each preemptor shall allow phases which have been waiting the longest to be serviced, or which have the most cars waiting, to be dynamically selected as that Preemptor’s exit phases.
DD. The conditional delay, interrupted pedestrian, interrupted vehicle, and queue delay functions shall be programmed for enable, disable, or TOD selection.
EE. Each preemptor shall, if free one cycle is enabled, allow the preemptor to exit to free for one cycle before returning to coordination.
FF. Each preemptor shall, if exit phase once is enabled, allow the preemptor to exit to specific phases in free mode (for a special minimum green time as defined in a new timing plan) before returning to coordination.
734-2.02.7.2 Bus Preemption
734-2.02.7.3 Preemption Safeguards
734-2.02.8 Time-Based Control & Non-Interconnected Coordination
A. The controller shall include time-based control. This capability shall be a standard feature and shall not require additional modules or software.
734-2.02.8.1 Clock/Calendar Functions
734-2.02.8.2 Time-Based Control
734-2.02.8.3 Time-Based Coordination
734-2.02.9 Detectors
734-2.02.9.1 Detector Functions
734-2.02.9.2 Detector Cross Switching
A. The controller shall provide detector cross switching, which permits all vehicle detectors to alternately place calls on their assigned phases and their assigned cross-switch phases.
734-2.02.9.3 Detector Types
734-2.02.9.4 System Detectors
734-2.02.10 Logic Processor Commands 734-2.02.10.1 Standard Logic Commands
OR XOR NAND NOR
Phase/Overlap Green Phase/Overlap Yellow Phase/Overlap Red Phase/Overlap Active Detector Plan Number Detector Activity Detector Volume Detector Occupancy Coordination Timers Coordination Holds Phase Holds
Phase Walks Phase Don’t Walks Phase Next
Phase Checks
Phase Calls Phase Omits Phase Force Offs Detector Fails Ring Timers
Preemption Activity Preemption Dwell Preemption Exit Stop Time
Manual Control
Overlap timers (lagging/leading grn) Active Coordination Plan Number TBC parameter
Input / Output Bits Logic Flags
Set Logic Flags Set Phase calls
Set Phase/OVL Greens Set Phase/OVL Yellows Set Input or Output Bits Set Delays
Set Load Switch circuits (R/Y/G) Set Vehicle Detectors
Omit Phase / Peds
Change Max Timers (max1, max 2) Set Stop Time
Set Alarms
Set Recalls, CNA1, CNA2, etc. Set Coordination Plan
Set Free
Call TSP
Set Action Plan
Set Phase/OVL Reds
Set Walk / Ped Clear / Don’t Walk Set Pedestrian Detectors
Set Holds
Set Force-offs Set Red Rest Set Flash
Set External Start
Set Manual Control Enable Set Manual Advance
Call Preempt Call Phase
Set Timing Plan
734-2.02.10.2 Extended Options Logic commands
734-2.02.11 System Communications
734-2.02.11.1 System Commands
734-2.02.11.2 Telemetry
734-2.02.11.3 Communications Protocols
734-2.02.11.4 Ethernet Communications
734-2.02.11.5 External Clock
734-2.02.12 Diagnostic
734-2.02.12.1 General Diagnostic Features
734-2.02.12.2 Detector Diagnostics
734-2.02.13 Logging
The controller shall be capable of logging and reporting detector activity, detector failures, and the occurrence of selected events or alarms. Logs shall be capable of being printed or displayed on the front of the controller.
734-2.02.13.1 Detector Logging
734-2.02.13.2 Detector Failure Logging
734-2.02.13.3 Event Logging
734-2.02.14 Additional Software Modules
Additional software modules are not considered as a base feature of the controller. These features shall be enabled through a special function data key, which, when inserted in the controller shall unlock the software features and allow the controller to activate the functionality. The following optional software modules should be included with the controller.
734-2.02.14.1 Centracs Adaptive Interface
The controller shall provide an interface to the Centracs Adaptive control software. The controller shall provide both NTCIP and Centracs Adaptive objects to provide detector and phase data. The controller shall accept new splits and offsets from the Centracs Adaptive software.
734-2.02.15 Warranty Statement
734-2.02.15.1 Warranty Coverage
The supplier of the equipment shall warranty their product to be free from defect in design and operation, and that it meets all the requirements of this specification and those incorporated in this document.
734-2.02.15.2 Length of Warranty
The term of warranty shall be a minimum of three (3) years from date of shipment. Any software revisions to the controller shall be provided free of charge during the warranty period.
734-2.02.15.3 Reliability Clause
While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier.
NOTE: Malfunctions do not include damage caused by lightning, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer.
734-2.03 Cabinet Operational Standards of the Standard Specifications is revised to read:
734-2.03.1 Cabinet Construction
A complete NEMA TS-2 Type 1 eight-phase cabinet, and NEMA TS-2 Type 2 controller, specifically, a Cobalt ATC Touch 2100 shall be supplied and installed. The controller and cabinet
assembly shall be provided by the same manufacturer. The size of the cabinet shall be TS-2 Size 6 (52″). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS-2 2003. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria:
Cabinet shall be painted with high gloss white paint on the interior and exterior. The white paint must be polyurethane capable of resisting graffiti and withstanding repeated cleanings. This paint should be able to protect smooth non-porous surfaces of metal electrical cabinets. The anti-graffiti coating shall retain the excellent exterior durability, chemical and solvent resistance of its polyurethane base, while providing a surface which makes graffiti difficult to adhere.
340 Grams/Liter |
VOC |
420 Grams/Liter |
VOC |
||
6409 G |
4 Parts |
6409 G |
4 Parts |
||
340 HP Catalyst |
1 Part |
340 HP Catalyst |
1 Part |
||
1800 Reducer |
None |
1600 Reducer |
1 Part |
||
3. Ratios are by volume |
|
|
|
||
1600, reducers vary by evaporation rate 1600, fast-02, medium; 1600-03, slow |
|
|
|||
4. Specifications of separate components |
|
|
|||
% Solids Density |
VOC |
Content |
|||
by Volume lbs/gal |
germs/l |
lbs/gal |
|||
6409 G |
53% |
8.5-11.0 |
395 |
3.30 |
|
340 HP |
87.2% |
9.6 |
112 |
0.93 |
|
5. Graffiti Removal |
|
|
|
|
|
To remove graffiti, the use of non-abrasive commercial cleaners such as DuBois Chemical’s “Gangbuster” is recommended.
734-2.03.2 Testing
734-2.03.3 Shelf Height
The cabinet shall be supplied with two removable shelves manufactured from 5052-H32 aluminum. Each shelf shall be a minimum of 10 inches deep. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. The shelf shall have horizontal slots at the rear and vertical slots at the front of the turned down side flange. The shelf shall be installed by first inserting the rear edge of the shelf on the cabinet rear sidewall mounting studs, then lowering the shelf on the front sidewall mounting studs. The shelf shall be held in place by a nylon tie-wrap inserted through holes in the front edge of the shelf and around the front sidewall mounting studs. The shelves shall extend the full length of the cabinet.
734-2.03.4 Cabinet Electrical
734-2.03.4.1 Cabinet Light Assembly
A fluorescent lighting fixture shall be mounted on the inside top of the cabinet near the front edge. The fixture shall be rated to accommodate at minimum a F15T8 lamp operated from a normal power factor UL or ETL listed ballast. The fluorescent light shall be activated by a door activated switch mounted near the top of the door.
734-2.03.4.2 Convenience Outlet
A 120 volt AC, 15 Amp NEMA 5-15 GFI duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the front cabinet door and within six inches of the front edge of the opening of the door.
734-2.03.4.3 Inside Control Panel Switches
734-2.03.4.4 Police Panel Switch
The Police Panel shall contain four (4) switches: The SIGNALS ON/OFF, AUTO/FLASH, AUTO/MANUAL and MANUAL/OFF/PHOTO SWITCH. All police panel switches shall be hard wired
734-2.03.5 Ventilation
734-2.03.5.1 Ventilating Fan
The cabinet shall be provided with two (2) thermostatically controlled (adjustable between 55-160 degrees Fahrenheit) ventilation fans and shall be installed in the top of the cabinet plenum. The fan plate shall be removable with the use of simple hand tools for serviceability. The fans shall be a ball bearing type fan and shall be capable of drawing a minimum of 100 cubic feet of air per minute.
734-2.03.5.2 Air Filter Assembly
The cabinet air filter shall be a one-piece removable, non-corrosive, vermin and insect-proof air filter, and shall be secured to the air entrance of the cabinet. The filter shall fit snuggly against the cabinet door wall.
734-2.03.6 Highway Lighting Control
A lighting contactor shall be required in all cabinets and shall be three (3) pole in design type to be used for highway lighting requirements. Each pole of the contactor shall be protected by a 30 ampere single-pole circuit breaker. The lighting contactor and its associated equipment shall be shielded to prevent any hazardous contact with live voltages.
734-2.03.6.1 Lightning Suppression
The cabinet shall be equipped with an EDCO model SHP-300-10 or approved equivalent surge arrester.
734-2.03.6.2 Power Panel.
The Power Panel shall house the following equipment:
734-2.03.7 Cables
All cabinet wiring shall be color coded as follows:
Purple |
= |
MMU wiring |
Orange |
= |
Flash color programming |
Brown |
= |
Green signal wiring |
Yellow |
= |
Yellow signal wiring |
Red |
= |
Red signal wiring |
Blue |
= |
Controller wiring |
Gray |
= |
DC ground |
AC+ |
= |
Black |
AC- |
= |
White |
Chassis Ground |
= |
Green |
734-2.03.8 Wiring
734-2.03.8.1 Main Panel and Wire Terminations
All wires terminated behind the main panel and other panels shall be SOLDERED. Pressure or solderless connectors shall NOT be used. Printed circuit boards shall NOT be used on main panels, with the only exception being on the Bus Interface Units.
734-2.03.8.2 Flashing Operation
All cabinets shall be wired to flash red for all phases, but programmable to flash yellow and red when needed. Flashing display shall alternate between phases 1,2,5,6 and phases 3,4,7,8.
734-2.03.8.3 Emergency Vehicle Preempt Rack
One emergency vehicle preempt rack panel wired for discriminators shall be provided in each cabinet. The rack shall support two 2-channel or one 4-channel preemption devices, and one (1) BIU. The rack may be combined with the detector rack.
734-2.03.8.4 Main Panel Configuration
The main panel shall be fully wired in the following configuration: 16 Load Switch Sockets
6 Flash Transfer Relay Sockets
1 Flasher Socket
2 Bus Interface Units Slots
1 Detector Rack (Configuration 2) and a Type 16 Malfunction Management Unit.
734-2.03.8.5 Additional Cabinet Features
734-2.04 Auxiliary Control Equipment of the Standard Specifications is revised to read:
16 Malfunction Management Unit (MMU). When a component is of such special design (proprietary) that it precludes the purchase of identical component from a parts distributor or component manufacturer, one spare duplicate component shall be furnished with each unit.
734-3 CONSTRUCTION DETAILS
734-3.01 Test Requirements of the Standard Specification is revised to read:
All specified traffic controller assembly items shall meet the applicable environmental and testing standards of NEMA Publication TS-2-1998. All traffic signal controller units tested shall utilize the procedures required by these specifications.
734-4 METHODOF MEASUREMENT of the Standard Specifications is revised to read:
Traffic signal controller assemblies will be measured as a unit for each controller assembly with cabinet furnished, and includes the emergency vehicle preemption discriminator. The contractor shall furnish and deliver the traffic signal controller, cabinet, and all appropriate auxiliary equipment to the Agency for testing. A minimum of 14 days shall be permitted for testing. After testing, the Agency will install the controller assembly. Unless specifically removed by the plans and/or special provisions, this shall also include a factory-wired, traffic signal controller backpanel and any other materials specified in this section and so required.
The contractor shall furnish and install the traffic controller cabinet foundation, unless otherwise noted on the project plans and/or special provisions. Cabinet foundations shall be measured and paid separately under Section 731.
(736WIRING_SECURITY, 2/20/14)
SECTION 736 – STREET AND SIGN LIGHTING
736-3 CONSTRUCTION DETAILS of the Standard Specifications is modified to add:
736-3.01 Street Light Wiring Security
All pullboxes that are part of an arterial street lighting system shall be sealed using pins and two- part epoxy. All street lighting fuse holders shall be located within the street light pole hand hole. The contractor shall install the wiring just prior (same day) to the street light pole being mounted and pullbox being sealed, to prevent theft of the wire. Pullboxes will not be installed under any area that will have concrete sidewalk or any type of concrete foundation over it, to remain accessible for maintenance purposes. Any pullbox containing traffic signal conductors, other than street lighting conductors or ground wires, shall remain un-sealed.
736-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add: No direct measurement will be made for street light wiring security measures.
736-5 BASISOF PAYMENT of the Standard Specifications is modified to add: Street light wiring security is considered incidental to other contract items.
* USE WITH NEW OR MODIFIED TRAFFIC SIGNALS, TEMPORARY TRAFFIC SIGNALS OR TO REMOVAL AND SALVAGE EXISTING TRAFFIC SIGNALS *
(737INC_ELEC, 10/22/13)
SECTION 737 – INCIDENTAL ELECTRICAL WORK of the Standard Specifications is revised to read:
737-1 DESCRIPTION
The work under this section shall consist of maintaining existing traffic signals and lighting systems, furnishing and installing complete and functioning temporary traffic signal systems, and removing and salvaging or reinstalling electrical equipment all in accordance with the project plans and the requirements of these specifications.
737-2 MATERIALS
737-2.01 Maintaining Existing Traffic Signals and Lighting Systems. Replacement items necessary for maintaining existing traffic signal and lighting systems shall be of similar make and manufacture and meet the minimum material requirements of those items they are to replace.
737-2.02 Temporary Traffic Signals.
(A) General. Agency approved pole-line hardware shall be utilized in the installation of poles, messenger cable, pole anchors, etc. Video detection will be required at all signalized intersections, for all approaches. The contractor will be responsible for providing and installing the video detection equipment.
(B) Wood Poles. Wood poles shall be 40 feet in length, Class 3, unless otherwise specified, and meet the requirements of Section 731 of these specifications. Holes for poles shall be dug at an angle with the vertical to allow for proper raking of the top of the pole. Poles shall be set 10 feet deep in the ground, be well tamped, and raked 1 foot out from the vertical position and in line with the pull of the cable.
The wood poles for temporary signals and their associated cables, wires, supports, etc. shall be located so as to provide clearance for all permanent construction.
(C) Messenger Cable. The messenger cable used for aerial signals and anchoring shall be 3/8 inch minimum, 7-strand, high-strength grade, galvanized steel messenger cable securely attached to the poles and anchors in an approved manner.
(D) Agency Furnished Material.The Agency will be responsible for any changes required in the control cabinet. The existing pedestrian units shall be used on the temporary traffic signals if pedestrian indications are installed at the temporary intersection. The Agency will provide a temporary controller cabinet and install the cabinet on a pad to constructed by the contractor. The contractor will be responsible for installing a 6-inch thick concrete pad with associated conduit for the control cabinet installation. All other equipment and materials necessary for the temporary signals shall be furnished by the contractor, unless otherwise specified.
737-2.03 Removing and Salvaging or Reinstalling Electrical Equipment. Replacement parts for salvaged or reinstalled electrical equipment shall meet the material requirements for like items as herein before specified, as directed by the Engineer, or as designated in the special provisions.
737-3 CONSTRUCTION DETAILS
737-3.01 Maintaining Existing Traffic Signals and Lighting Systems. The contractor shall furnish the name and telephone number of the designated contractor qualified electrician who is to be contacted by the Police, Department of Public Safety, Engineer, or Agency personnel in case of emergency maintenance requirements. The response time for the contractor designated electrician is to be 20 minutes during normal work hours and 1 hour for all other times. The contractor shall have labor and the necessary equipment available at all times for such emergency maintenance.
All existing traffic signal and lighting systems, or other designated electrical systems, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted by the Traffic Engineer to allow for alterations or final removal of the systems. The contractor shall provide to the Agency, for approval, a schedule of operations for maintaining existing traffic signals and street lighting during construction. The contractor shall follow the approved schedule of operations. Wherever possible, the contractor shall construct temporary traffic signals or relocate existing traffic signals to clear the construction area prior to beginning construction on the roadway. The work shall also include the relocation and/or modification of existing traffic signals and lighting systems as required during construction.
The traffic signal system removals and shutdowns shall be limited to the normal working hours or after normal hours as directed, in advance, by the Traffic Engineer. During periods of shutdown, off-duty police officers shall be employed by the contractor to manually direct traffic. At all times, the traffic signal systems shall remain operational.
All traffic signal and pedestrian heads not in use shall be covered with a prefabricated nylon cover designed to completely cover the visors and lenses. The covers shall be securely held in place by integral nylon straps and buckles. The cover shall have a fine mesh strip through the center to permit testing of the signals without removing the cover. Out of service signal heads shall not be turned, covered with burlap, cardboard or other material.
During construction, the maintenance, care and control of the existing traffic signal control cabinet will be the responsibility of the Agency. All other maintenance of the existing traffic signal system shall be accomplished by the contractor.
The contractor shall maintain full nighttime operation of the existing lighting system for the duration of the construction project.
737-3.02 Temporary Traffic Signals. Messenger cable shall have a maximum sag of five percent of the distance of spans. The lowest point of any backplate shall initially be 18 feet above the roadway to allow for settling of poles and anchors. Backplates shall be maintained so
that the clearance between the lowest point of any backplate and the future finished roadway grade shall not be less than 17 feet. The contractor shall check each day to insure that the minimum clearance is maintained and shall take corrective measures if necessary.
Cable rings, on 24 inch maximum spacing, shall be used to secure the signal wires to the messenger cable. The wires shall also be taped to the cable if necessary to prevent excessive and unsightly slack in the line(s).
The continuous operation of traffic signals shall be in accordance with the requirements of Subsection 737-3.01.
The contractor shall maintain the electrical systems for the duration of the construction project. The contractor shall designate a person who will be available for emergency maintenance calls after normal working hours. The contractor shall furnish this person’s name and telephone number to the Engineer. The contractor shall have labor and the necessary equipment available at all times for such emergency maintenance.
When required, the contractor shall remove and salvage all material associated with the temporary traffic signal. This shall include all signal equipment, except conduit, pull boxes, conductors, and span wire. All salvaged material shall be the property of the Agency and shall be dismantled and stockpiled as directed by the Engineer. Material broken or damaged by the contractor shall be replaced with new and like material at the contractor’s expense. It shall be the responsibility of the contractor to remove and dispose of all traffic signal equipment and materials not salvaged.
Cavities resulting from the removal of pull boxes, foundations or other material shall be backfilled and compacted with material equivalent to or better than the surrounding material.
737-3.03 Removing and Salvaging or Reinstalling Electrical Equipment. The contractor shall carefully remove and relocate the traffic signal poles and attached equipment as specified on the plans. All existing conductors within the poles shall be removed and not reused.
The contractor shall carefully remove, disassemble, and salvage all traffic signal equipment that is not to remain or be relocated. The salvaged equipment shall be returned as directed by the Engineer. This shall include all existing equipment, except conduit, pull boxes, conductors, and span wire.
The contractor shall remove and salvage all existing traffic signal and lighting equipment not reused as specified in the special provisions, project plans, or as directed by the Engineer. The work shall also include the removal and disposal of foundations. All equipment and materials to be salvaged shall be the property of the Agency. Salvageable material shall be dismantled and stockpiled, prior to project completion, as directed by the Engineer, and shall be delivered to the Agency by the contractor upon 48 hour prior notice to the Engineer. The contractor shall deliver the salvaged traffic signal and lighting equipment to the Pima County Department of Transportation (PCDOT) Maintenance Yard at 1313 South Mission Road.
All equipment damaged or destroyed by improper care or handling shall be replaced with new equipment by the contractor. Unless otherwise specified, it shall be the responsibility of the contractor to remove and dispose of all discarded materials not salvaged. Holes resulting from removal of pull boxes, foundations, and other material shall be backfilled and compacted with material equivalent to the surrounding area as designated by the Engineer.
When salvaged equipment is to be reinstalled, the contractor shall furnish and install all necessary materials, equipment, and hardware as required to complete the new installation. Reinstalled poles, pull boxes and cabinets shall be relocated as shown on the plans, with conduit and conductors installed, and all circuit connections complete and operational. Signal faces, mounting assemblies and backplates shall be cleaned and repainted when reinstalled. All traffic signal faces, either to be reinstalled or part of a modified system, shall be relamped. Luminaires to be reinstalled shall be cleaned and relamped.
Existing materials to be relocated and found to be unsatisfactory by the Engineer shall be replaced with new material and will be paid for in accordance with the requirements of Subsection 109-5.
737-4 METHOD OF MEASUREMENT
Maintaining Existing Traffic Signals and Lighting Systems will be measured as a single, complete unit of work.
Temporary Traffic Signal will be measured as a single, complete unit of work.
Removing and Salvaging or Reinstalling Electrical Equipment will be measured as a single, complete unit of work.
Relocation of Traffic Signal Equipment shall include removal and relocation of existing signal poles with attached equipment to new foundations, and the removal of existing conductors within each pole. Installation of new foundations and conductors are included under separate bid items.
737-5 BASIS OF PAYMENT
The accepted quantities of Maintaining Existing Traffic Signals and Lighting Systems, measured as provided above, will be paid for at the contract lump sum price, which price shall be full compensation for the work, complete, as specified and described herein, and as shown on the project plans.
The accepted quantities of Temporary Traffic Signal, per intersection, measured as provided above, will be paid for at the contract lump sum price, which price shall be full compensation for the work, complete in place, as specified and described herein, and as shown on the project plans.
The accepted quantities of Removing and Salvaging or Reinstalling Electrical Equipment, per intersection, measured as provided above, will be paid for at the contract lump sum price, which price shall be full compensation for the work, complete in place, as specified and described herein, and as shown on the project plans.
Relocation of Existing Traffic Signal Equipment shall be paid per the contract lump sum price and shall include full compensation for the work as specified on the plans and within these specifications.
* WHEN REQUIRED ON THE PROJECT PLANS, GRANITE MULCH (SPECIAL), ITEM 8030044, IS TO BE APPLIED PRIOR TO CLASS II SEEDING. USE WITH 805HYDROSEEDING.*
(803GRANITE_MULCH_SPECIAL, 4/7/2016) SECTION 803 – LANDSCAPE BORROW AND PLATING MATERIAL
803-3 CONSTRUCTIONREQUIREMENTS
803-3.02(A) Granite Mulch (Special) is hereby added to the Standard Specifications:
When required on the project plans, special granite mulch is to be applied prior to seeding, in accordance with the details shown on the plans in the locations specified. Prior to application of Granite Mulch (Special), the area is to be prepared in accordance with Section 803-3.02 Decomposed Granite and Granite Mulch of these specifications, with the exception that no pre- emergent herbicide shall be applied. The area shall also be prepared in accordance with Section 805-3.02(B) (Seeding Class II) of the Standard Specifications.
After the aforementioned preparation, Granite Mulch (Special) shall then be spread over the percentage of ground surface in accordance with the detail shown on the project plans. The detail will specify the percentage to be covered with granite mulch, as well as the percentage to be left bare. Granite Mulch (Special) is to be spread in a random pattern, with the intent of imitating natural desert ground surface.
Only upon completion of the Granite Mulch (Special) installation may seeding application in accordance with Section 805-3.02(B) commence.
803-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add:
Granite Mulch (Special) will be measured by the square yards of material in place and at the specified thickness. The area measured for payment will include the bare areas between the granite mulch within the perimeter of the Granite Mulch (Special) area.
803-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
The accepted quantities of Granite Mulch (Special), measured as provided above, will be paid for at the contract unit price specified in the bidding schedule, and will be considered as compensation, in full, for the item, complete in place. The seeding of Granite Mulch (Special) will be paid under the appropriate seeding item of work.
* WHEN REQUIRED ON THE PROJECT PLANS, ROCK MULCH (SPECIAL), ITEM 8030029, IS TO BE APPLIED PRIOR TO CLASS II SEEDING. USE WITH 805HYDROSEEDING.*
(803ROCK_MULCH_SPECIAL, 11/24/14) SECTION 803 – LANDSCAPE BORROW AND PLATING MATERIAL
803-3 CONSTRUCTIONREQUIREMENTS
803-3.03(A) Rock Mulch (Special) is hereby added to the Standard Specifications:
When required on the project plans, special rock mulch is to be applied prior to seeding, in accordance with the details shown on the plans in the locations specified. Prior to application of Rock Mulch (Special), the area is to be prepared in accordance with Section 803-3.03 Rock Mulch of these specifications, with the exception that no pre-emergent herbicide shall be applied. The area shall also be prepared in accordance with Section 805-3.02(B) (Seeding Class II) of the Standard Specifications.
After the aforementioned preparation, Rock Mulch (Special) shall then be spread over the percentage of ground surface in accordance with the detail shown on the project plans. The detail will specify the percentage to be covered with rock, as well as the percentage to be left bare. Rock Mulch (Special) is to be spread in a random pattern, with the intent of imitating natural desert ground surface.
Only upon completion of the Rock Mulch (Special) installation may seeding application in accordance with Section 805-3.02(B) commence.
803-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add:
Rock Mulch (Special) will be measured by the square yards of material in place and at the specified thickness. The area measured for payment will include the bare areas between the rock within the perimeter of the Rock Mulch (Special) area.
803-5 BASIS OF PAYMENT of the Standard Specifications is modified to add:
The accepted quantities of Rock Mulch (Special), measured as provided above, will be paid for at the contract unit price specified in the bidding schedule, and will be considered as compensation, in full, for the item, complete in place. The seeding of Rock Mulch (Special) will be paid under the appropriate seeding item of work.
* COLOR AND GRADATION FOR DECOMPOSED GRANITE AND ROCK MULCH SHALL BE SHOWN ON THE PROJECT PLANS *
(803LANDSCP_BORROW, 1/13/15) SECTION 803 – LANDSCAPE BORROW AND PLATING MATERIAL
803-2MATERIALS
803-2.04 Stabilizer of the Standard Specifications is revised to read:
Materials for stabilizing landscape borrow, plating material, decomposed granite or granite mulch shall be as specified on the project plans.
803-2.05 Pre-Emergent Herbicide of the Standard Specifications is revised to read:
Pre-emergent herbicide shall be “Surflan” or approved equal. The Contractor shall submit copies of the manufacturer’s product data for the herbicide prior to its delivery and/or application on the project site.
803-4 METHOD OF MEASUREMENT of the Standard Specifications is modified to add: Rock mulch will be measured by the square yard of material in place and at the specified thickness.
* HYDROSEEDING (CLASS II SEEDING) SHALL BE APPLIED IN 2 APPLICATIONS: ITEM 8050003 SEEDING (CLASS II) & ITEM 8050010 SEEDING (CLASS II) (2ND APPLICATION)*
** WHEN REQUIRED ON THE PROJECT PLANS, SPECIAL ROCK MULCH, ITEM 8030029, OR SPECIAL GRANITE MULCH, ITEM 8030044, IS TO BE APPLIED PRIOR TO CLASS II SEEDING. USE WITH 803ROCK_MULCH_SPECIAL OR GRANITE MULCH SPECIAL. **
(805HYDROSEEDING, 4/7/2016)
SECTION 805 – SEEDING
805-1 DESCRIPTION of the Standard Specifications is modified to add:
The work covered by this section shall also include the preparation of soil within areas to be seeded, the hydroseeding of disturbed area with native plants (Class II), and the installation of a temporary, degradable erosion control blanket (in designated areas).
805-2 MATERIALS
805-2.08 Erosion Control Blanket is hereby added to the Standard Specifications:
Erosion control blankets shall be of the biodegradable blanket type. The blanket shall be a machine produced mat of straw or wood excelsior fiber covered on the top and bottom sides with photo degradable extruded plastic or woven biodegradable nettings having maximum openings of 0.5″ x 1.0″. Erosion control blankets shall have a functional longevity of 10 months. Erosion control blankets shall be as manufactured by North American Green, Model S150, or approved equal.
805-3 CONSTRUCTION DETAILS
805-3.02(B) Seeding (Class II) of the Standard Specifications is modified to add:
In areas specified on the project plans to receive special granite mulch or special rock mulch prior to seed application, see Section 803-3.02(A) – Granite Mulch Special or 803 – 3.03 (A) – Rock Mulch Special of these special provisions.
805-3.05 Erosion Control Blanket is hereby added to the Standard Specifications:
Upon completion of the hydroseeding operations, erosion control blankets shall only be installed over those seeded areas that are indicated on the landscape plans to receive erosion control blanket. The blanket shall be installed as detailed on the project plans and per the manufacturer’s written instructions and recommendations. The blanket shall be installed as soon as possible after seeding. The Contractor shall be responsible for reseeding any seeded areas disturbed by the installation of the blanket or that area eroded prior to the installation of the blanket.
805-4 METHOD OF MEASUREMENT of the Standard Specifications is revised to read:
Seeding (Class I), will be measured for payment by the square foot of ground surface measured to the nearest 1,000 square feet or as a single complete unit of work for each completed seeding application.
Application of Class I seeding using hydroseeding methods shall be measured for payment as provided above.
The initial application for Seeding (Class II) will be measured either by the square yard of ground surface, to the nearest 100 square yards seeded, or by the acre to the nearest 0.1 acre, complete-in- place.
The second application for Seeding (Class II) will be measured either by the square yard of ground surface, to the nearest 100 square yards seeded, or by the acre to the nearest 0.1 acre, complete-in-place.
Seeding (Class III) will be measured for payment by the square foot of ground surface to the nearest 1,000 square feet seeded, by the acre to the nearest 0.1 acre or as a single complete unit of work for each completed seeding application.
Application of Class II and Class III seeding using hydroseeding methods shall be measured for payment as provided above.
Erosion Control Blankets will be measured by the square yard, complete-in-place.
805-5 BASIS OF PAYMENT of the Standard Specifications is revised to read:
Accepted quantities of seeding, measured as provided for above, will be paid for at the contract unit price indicated in the Bidding Schedule and will be considered as compensation, in full, for the item complete in place, including all labor, equipment, materials, tools, supplies and incidentals necessary for the work in conformance with the requirements herein, the project plans or as may be directed by the Engineer. Price adjustments for variation in total bid quantity per Subsections 109-3 and 109-4 of the Standard Specifications do not apply to work under this item.
No direct measurement or payment will be made for the preparation or the preservation of seeding areas, the cost being considered as included in the cost of the contract item.
Accepted quantities of erosion control blankets, measured as provided for above, will be paid for at the contract unit price indicated in the Bidding Schedule and will be considered as compensation, in full, for the item complete in place including all labor, equipment, materials, tools, supplies and incidentals necessary for the work in conformance with the requirements herein, the project plans or as may be directed by the Engineer.
When multiple mobilizations are required to accomplish seeding as specified herein, the cost will be included in the price bid for the seeding. No adjustments will be made to the contract for the number of seeding mobilization activities. Should the contractor fail to provide seeding for a sub-area as specified herein, the Engineer will immediately notify the contractor of such
non-compliance. Should the contractor fail to immediately remedy the unstabilized area, the Engineer may suspend work until such seeding stabilization has been completed, or proceed to provide the necessary seeding stabilization. The entire cost of such work will be deducted from the monies due or to become due to the contractor. In addition, no adjustment to the contract time will be made for suspensions resulting from the contractor’s failure to provide seeding for a sub-area within the time periods specified herein.
* HYDROSEEDING (CLASS II SEEDING) SHALL BE APPLIED IN 2 APPLICATIONS: ITEM 8050003 SEEDING (CLASS II) & ITEM 8050010 SEEDING (CLASS II) (2ND APPLICATION)*
** WHEN REQUIRED ON THE PROJECT PLANS, SPECIAL ROCK MULCH, ITEM 8030029, OR SPECIAL GRANITE MULCH, ITEM 8030044, IS TO BE APPLIED PRIOR TO CLASS II SEEDING. USE WITH 803ROCK_MULCH_SPECIAL OR GRANITE MULCH SPECIAL. **
(805HYDROSEEDING, 4/7/2016)
SECTION 805 – SEEDING
805-1 DESCRIPTION of the Standard Specifications is modified to add:
The work covered by this section shall also include the preparation of soil within areas to be seeded, the hydroseeding of disturbed area with native plants (Class II), and the installation of a temporary, degradable erosion control blanket (in designated areas).
805-2 MATERIALS
805-2.08 Erosion Control Blanket is hereby added to the Standard Specifications:
Erosion control blankets shall be of the biodegradable blanket type. The blanket shall be a machine produced mat of straw or wood excelsior fiber covered on the top and bottom sides with photo degradable extruded plastic or woven biodegradable nettings having maximum openings of 0.5″ x 1.0″. Erosion control blankets shall have a functional longevity of 10 months. Erosion control blankets shall be as manufactured by North American Green, Model S150, or approved equal.
805-3 CONSTRUCTION DETAILS
805-3.02(B) Seeding (Class II) of the Standard Specifications is modified to add:
In areas specified on the project plans to receive special granite mulch or special rock mulch prior to seed application, see Section 803-3.02(A) – Granite Mulch Special or 803 – 3.03 (A) – Rock Mulch Special of these special provisions.
805-3.05 Erosion Control Blanket is hereby added to the Standard Specifications:
Upon completion of the hydroseeding operations, erosion control blankets shall only be installed over those seeded areas that are indicated on the landscape plans to receive erosion control blanket. The blanket shall be installed as detailed on the project plans and per the manufacturer’s written instructions and recommendations. The blanket shall be installed as soon as possible after seeding. The Contractor shall be responsible for reseeding any seeded areas disturbed by the installation of the blanket or that area eroded prior to the installation of the blanket.
805-4 METHOD OF MEASUREMENT of the Standard Specifications is revised to read:
Seeding (Class I), will be measured for payment by the square foot of ground surface measured to the nearest 1,000 square feet or as a single complete unit of work for each completed seeding application.
Application of Class I seeding using hydroseeding methods shall be measured for payment as provided above.
The initial application for Seeding (Class II) will be measured either by the square yard of ground surface, to the nearest 100 square yards seeded, or by the acre to the nearest 0.1 acre, complete-in- place.
The second application for Seeding (Class II) will be measured either by the square yard of ground surface, to the nearest 100 square yards seeded, or by the acre to the nearest 0.1 acre, complete-in-place.
Seeding (Class III) will be measured for payment by the square foot of ground surface to the nearest 1,000 square feet seeded, by the acre to the nearest 0.1 acre or as a single complete unit of work for each completed seeding application.
Application of Class II and Class III seeding using hydroseeding methods shall be measured for payment as provided above.
Erosion Control Blankets will be measured by the square yard, complete-in-place.
805-5 BASIS OF PAYMENT of the Standard Specifications is revised to read:
Accepted quantities of seeding, measured as provided for above, will be paid for at the contract unit price indicated in the Bidding Schedule and will be considered as compensation, in full, for the item complete in place, including all labor, equipment, materials, tools, supplies and incidentals necessary for the work in conformance with the requirements herein, the project plans or as may be directed by the Engineer. Price adjustments for variation in total bid quantity per Subsections 109-3 and 109-4 of the Standard Specifications do not apply to work under this item.
No direct measurement or payment will be made for the preparation or the preservation of seeding areas, the cost being considered as included in the cost of the contract item.
Accepted quantities of erosion control blankets, measured as provided for above, will be paid for at the contract unit price indicated in the Bidding Schedule and will be considered as compensation, in full, for the item complete in place including all labor, equipment, materials, tools, supplies and incidentals necessary for the work in conformance with the requirements herein, the project plans or as may be directed by the Engineer.
When multiple mobilizations are required to accomplish seeding as specified herein, the cost will be included in the price bid for the seeding. No adjustments will be made to the contract for the number of seeding mobilization activities. Should the contractor fail to provide seeding for a sub-area as specified herein, the Engineer will immediately notify the contractor of such
non-compliance. Should the contractor fail to immediately remedy the unstabilized area, the Engineer may suspend work until such seeding stabilization has been completed, or proceed to provide the necessary seeding stabilization. The entire cost of such work will be deducted from the monies due or to become due to the contractor. In addition, no adjustment to the contract time will be made for suspensions resulting from the contractor’s failure to provide seeding for a sub-area within the time periods specified herein.
* CONTACT PCDOT LANDSCAPE ARCHITECT FOR CURRENT LISTING OF NURSERY AND AGENCY PROVIDED PLANTS AVAILABLE. LIST THE QUANTITIES OF ALL PLANTS REQUIRED FOR YOUR PROJECT ON THE PLANS *
(806AGENCY_TREES_SHRUBS, 3/3/14) SECTION 806 – TREES, SHRUBS, AND PLANTS
806-2 MATERIALS
|
806-2.02 Nursery Stock Plants. of the Standard Specifications is modified to add: Nursery-Provided plants are as follows (unit is EACH):
806-2.03 Agency-Provided Plants. of the Standard Specifications is modified to add:
Agency-Provided plants are as follows:
Trees (Agency Provided) |
|||
Species |
Size |
Quantity |
Bid Item No. |
Acacia constricta (Whitethorn acacia) |
24” treepot |
|
8062024 |
Chilopsis linearis (Desert willow) |
24” treepot |
|
8062024 |
Olneya tesota (Ironwood) |
24” treepot |
|
8062024 |
Parkinsonia floridum (Blue palo verde) |
24” treepot |
|
8062024 |
Parkinsonia microphyllum (Foothills palo verde) |
24” treepot |
|
8062024 |
Prosopis velutina (Velvet mesquite) |
24” treepot |
|
8062024 |
Shrubs (Agency Provided) |
|||
Species |
Size |
Quantity |
Bid Item No. |
Ambrosia deltoidea (Triangle leaf bursage) |
1 gallon |
|
8061295 |
Acacia greggii (Catclaw acacia) |
15” treepot |
|
8062015 |
Atriplex canescens (Fourwing saltbush) |
15” treepot |
|
8062015 |
Atriplex linearis (Narrow leaf) saltbush |
15” treepot |
|
8062015 |
Bothriochloa barbinodis (Cane bluestem) |
1 gallon |
|
8061295 |
Celtis pallida (Desert hackberry) |
15” treepot |
|
8062015 |
Isocoma tenuisecta (Burroweed) |
15” treepot |
|
8062015 |
Larrea tridentata (Creosote) |
15” treepot |
|
8062015 |
Lycium andersonii (Anderson’s wolfberry) |
15” treepot |
|
8062015 |
Psilostrophe cooperi (Paper flower) |
1 gallon |
|
8061295 |
Simmondsia chinensis (Jojoba) |
15” treepot |
|
8062015 |
Sphaeralcea ambigua (Globemallow) |
1 gallon |
|
8061295 |
Sporabolus airoides (Alkali sacaton) |
1 gallon |
|
8061295 |
Trixis californica (American threefold) |
1 gallon |
|
8061295 |
Zinnia grandiflora (Prairie zinnia) |
1 gallon |
|
8061295 |
Ziziphus obtusifolia (Greythorn) |
15”treepot |
|
8062015 |
Cacti & Accents (Agency Provided) |
|||
Species |
Size |
Quantity |
Bid Item No. |
Agave murpheyi (Murphy’s agave) |
3/5 gallon |
|
8061297 |
Cylindropuntia arbuscula (Pencil Cholla) |
3/5 gallon |
|
8061297 |
Cylindropuntia imbricata or substitution |
3/5 gallon |
|
8061297 |
Cylindropuntia versicolor (Staghorn cholla) |
3/5 gallon |
|
8061297 |
Dasylirion wheeleri (Desert Spoon) |
3/5 gallon |
|
8061297 |
Ferocactus wislizenii (Fishhook barrel) |
3/5 gallon |
|
8061297 |
Opuntia engelmannii (Engelmanns prickly pear) |
3/5 gallon |
|
8061297 |
Opuntia leptocaulis (Christmas cholla) |
3/5 gallon |
|
8061297 |
Opuntia santa-rita (Purple prickly pear) |
3/5 gallon |
|
8061297 |
Echinocereus ssp. (fasciculata) (Hedgehog cactus) |
1 gallon |
|
8061295 |
* SEE PCDOT LANDSCAPE ARCHITECT FOR CURRENT LISTING OF NURSERY AND AGENCY PROVIDED PLANTS AVAILABLE. LIST AS A SEPARATE SPECIAL PROVISION *
(806TREES_SHRUBS, 8/20/15)
SECTION 806 – TREES, SHRUBS, AND PLANTS 806-2 MATERIALS
806-2.02 Nursery Stock Plants. of the Standard Specifications is modified to add:
The presence of any noxious or invasive species listed in Section 201-3.04, or any undesirable organism in the soil surrounding the plants, or any of the before mentioned conditions, may be cause for rejection of the plants.
Nursery provided plants shall be as listed in the Special Provisions.
806-2.02(A) Plant Size. of the Standard Specifications is modified to add:
All plants specified as tree pot containers shall have a height of either 15 or 24 inches. Fifteen inch tree pots shall have a root zone at least 13 inches in length. Twenty-four inch tree pots shall have a root zone at least 22 inches in length. The height of tree pot plants shall be as follows: a minimum of 12 inches measured form the top of the soil to the apical tip of the plant for 15 inch tree pots, and a minimum of 24 inches from the top of the soil to the apical tip of the plant for 24 inch tree pots. A maximum height does not apply for plants grown in tree pots as long as the plant is still viable and healthy. Each plant shall be capable of standing erect without support, after planting.
806-2.06 Prepared Soil. of the Standard Specifications is hereby renamed as follows:
806-2.06 Soil backfill. Soil backfill at tree pits and shrub pits, planting trenches and bedding shall consist of a clean, native site soil, with all rocks over 2” in diameter removed.
Backfilling mix for succulents, ocotillo and other cacti shall include 0.25 pounds of soil sulfur blended uniformly and homogeneously into clean, native site soil prior to backfilling of pits, as noted on project plans. Soil sulphur shall be granular or prilled agricultural grade, containing
99.5 percent sulphur and 0.5 percent inert ingredients (“Dispersion” or approved equal).
No mulch shall be included in planting pits.
806-2.08 Mulch. of the Standard Specifications is revised to read:
Mulch shall not be used.
806-2.14 Agency Provided Plants. is hereby added to the Standard Specifications:
In addition to the general requirements listed above, plants listed as Agency Provided shall be provided by the Pima County Native Plant Nursery (PCNPN), located at 3500 W. River Road,
Tucson, Arizona 85741. The contractor shall notify the Nursery Manager at (520) 877-6000 one month prior to the first pickup date, and at least 5 business days for subsequent pickups. The contractor shall arrange for pickup from this site, and delivery to the installation site. The contractor shall be responsible for the return of plant containers to the nursery.
The contractor has the option to refuse selected plants from PCNPN stock due to ill health, poor form or other specific reasons. Placement of PCNPN plants on the delivery vehicle constitutes acceptance of the plant material by the contractor. Any PCNPN provided plants above the 10% margin that die while under the duration of the contractor’s construction and landscape establishment period, shall be replaced in kind by the contractor at no cost to the Agency.
The PCNPN will replace any deceased plant material free of charge regardless of container size. This guarantee covers plant material for a 180 day period after project landscape establishment when plants were properly installed according to county specifications. This guarantee does not include plant mortality due to poor contractor oversight or design flaws. The Engineer is responsible for determining if the plants were installed and maintained per specification or if mortality was due to unforeseen causes not at the fault of the PCNPN, i.e. vandalism. Failure to install plant material per specification, which has been established to ensure plant health and survivability, will void the replacement guarantee. This guarantee is for original plant material and does not cover replaced plant material.
The contractor shall return all containers to the PCNPN. This includes all hardware (wire and screens) associated with the tall pots. Failure to do so will result in the following charges to the contractor: $2.00 per 3 or 5 gallon standard container; $5.00 per 15 gallon container; $5.00 per tall pot unit consisting of tall pot tube, tall pot hardware, and galvanized wire; $2.00 per 15 inch Tree pot; and $5.00 per 24 inch tree pot.
Agency provided plants shall be as listed in the Special Provisions.
806-3 CONSTRUCTION REQUIREMENTS
806-3.01 Planting Season. of the Standard Specifications is revised to read:
806-3.01 Schedule and Planting Season. The contractor shall provide a tentative planting schedule to the Engineer at the pre-construction meeting and shall update this schedule as the project progresses. No later than 30 days after the contract is awarded, the Contractor shall meet with the PCNPN Manager and the Engineer to discuss planting schedule, plant pickup, return of containers, and guarantee limitations. At this meeting the Contractor will provide a time- window for picking up agency provided plants that is agreeable to the Engineer and the PCNPN Manager. The Contractor will provide the Engineer and the PCNPN Manager with meeting notes that include a schedule for picking up agency provided plants. The Contractor is responsible for notifying the Engineer and the PCNPN Manager immediately whenever changes in the planting schedule occur. The Contractor shall be responsible for, delivering, unloading, installing and fulfilling the guarantee requirements of agency provided plants. One month prior to planting, the contractor shall coordinate a firm schedule for picking up plants from the PCNPN that is within the previously agreed upon time-window for pick up
The schedule for planting trees and shrubs, within the contract time shall be at the discretion of the contractor. Planting during extremely cold, hot or windy periods shall be at the sole risk of the contractor. Plants which are damaged or die prior to final acceptance as a result of extreme weather conditions shall be removed and replaced, in kind, at no additional cost to the Agency.
If Agency Provided plants as described in Subsection 806-2.03 become unviable due to project delays, 4-10 active grow months may be necessary to establish replacement plants from the notice of delay. If the contractor cannot pick up agency provided plants from the PCNPN, then the contractor is responsible for payment of the full cost of the unviable plants and the replacement plants.
806-3.02 Excavation. of the Standard Specifications is modified to add:
Planting pits for tree pots shall be excavated to the specified dimensions with the sides of the pit roughened or scarified. Pits to accommodate tree pots shall be sized as follows: planting pits for 24 inch tree pots shall be augured with a 16 inch diameter augur to a depth of 30 inches; planting pits for 15 inch tree pots shall be hand-dug or augured to a diameter of 12 inches and to a depth of 18 inches.
Planting tree pot plants in soft, sandy, or cobble soils requires no special treatment above the afore listed specification for tree pot planting pits. The methods and means required to satisfy the planting pit specifications in soft, sandy, or cobble soils is at the discretion of the landscape contractor. After placing the tree pot plant in the pit, the pit shall then be backfilled with on-site native soil and thoroughly soaked at the end of each days planting session. Tree pot backfill may utilize on-site native soil providing the soil meets the requirements of Subsection 806-2.05.
806-3.04 Planting
806-3.04 (A) General. of the Standard Specifications is modified to add:
The contractor shall pay particular attention to the presence of noxious and invasive species listed in Section 201-3.04 in, or adjacent to, planting areas.
The presence of any noxious or invasive species in the planting pit shall be grounds for immediate removal, disposal, and replacement of that plant.
Should the contractor encounter any unforeseen or unsuitable planting condition, it shall be immediately brought to the attention of the Engineer.
Prior to planting trees and shrubs, the contractor shall remove all container stakes. Stakes shall be removed carefully so as to not damage plants. Under no circumstance shall container stakes be included when trees or shrubs are planted into the ground.
806-3.05 Pruning. All plants shall be pruned at the direction of a Certified Arborist approved by the Engineer. Pruning shall conform to the requirements of ANSI-A-300 (Part I)-2008
Pruning, as published by the Tree Care Industry Association, Inc. (Telephone: 1-800-733-2622, website: www.tcia.org); and Best Management Practices, Tree Pruning (Revised 2008), as published by the International Society of Arboriculture (Telephone: 1-217-355-9411, website: www.isa-arbor.com).
Pruning shall be kept to a minimum and shall only be undertaken to achieve the primary objectives established in ANSI-A-300 (Part 1) as follows:
No more than 25% of the foliage shall be removed by pruning. Excessive branch removal on the lower two-thirds of a branch or stem is to be avoided. If excessive pruning is necessary to avoid conflicts with utilities, traffic, or other site element; the arborist shall notify the Engineer for approval prior to pruning. Pruning equipment that damages living tissues and bark beyond the scope of normal work practices shall be avoided.
Treatments shall not be used to cover wounds or pruning cuts, except when necessary for disease, insect, or mistletoe control.
806-3.06 Staking. of the Standard Specifications is modified to add:
No trees shall be staked except when directed by the Engineer. When staking is specified or directed, the work shall be performed as detailed on the project plans or Standard Details.
806-3.07 Care and Protection of Trees, Shrubs and Plants.
806-3.07 (B) Application of Chemicals. of the Standard Specifications is modified to add: All herbicide application shall be done in accordance with Section 201-3.04.
Herbicides shall not be used in waters of the U.S. These include washes, the edge of the wash, dip crossings and conveyances to waters of the U.S. Only manual removal of noxious and invasive species shall be allowed at these locations. See Section 201-3.04.
806-3.07 (C) Rodent Damage. of the Standard Specifications is modified to add:
Pre-emergent herbicides shall not be used in areas that will be seeded as shown on the project plans.
(807LANDSCP_EST, 3/07/15)
SECTION 807 – LANDSCAPING ESTABLISHMENT
807-1 DESCRIPTION of the Standard Specifications is modified to add:
The work shall also consist of replacing irrigation gel system packets, as soon as depleted and at an interval not to exceed ninety days.
807-3 CONSTRUCTION REQUIREMENTS
807-3.01 General OF the Standard Specifications is modified to add:
The Prime Contractor (or the Landscape/Irrigation Subcontractor responsible for the initial installation) shall be the only contractor that performs the Landscaping Establishment work. Subcontracting of this work will not be permitted except for noxious or invasive species eradication with herbicides, because of special licensing requirements.
(A) Noxious or Invasive Species Eradication. Noxious or invasive species eradication shall be provided over the entire site through the use of herbicides and manual labor in accordance with Section 201-3.04. The contractor shall treat all species listed in Section 201-3.04.
Manual labor/hand removal of noxious or invasive species shall occur when noxious or invasive species are growing around trees and other plants included in this contract. Herbicides shall not be used in this instance as they will cause damage to desirable vegetation. Herbicides employed during the term of the maintenance period shall not cause the extermination of any landscape plant material nor have detrimental residual effects.
No chemical shall stain or cause to stain, nor cause damage to any portion of the site or improvements, including landscape plant material. If staining or damage occurs, requisite repairs or replacements shall be made by the Contractor at his expense.
A record shall be kept of all chemical applications noting date and where applied, rate of application, whether pre-emergent or post emergent and method of application. A copy shall be submitted to the Agency Representative at the end of the maintenance period.
Applications of chemicals shall be in such a manner so as to not cause injury to the personal health of anyone working on the site, observing, or passing by. Care shall be taken such that no puddles or pools of water which may contain toxic amounts of chemicals shall remain after completion of operations. Chemicals shall not be allowed to fall on or translocate to areas other than the site.
Chemicals shall be approved by the EPA for the intended use and applied in strict accordance with EPA guidelines and the manufacturer’s instructions.
(B) Frequency. Establishment work shall be performed a minimum of one time per week. Work that the Contractor fails to do when necessary during the Establishment Period may be performed by others as directed by the Agency Representative, the cost to be borne by the Contractor.
(C) Hand watering of cactus. Provide supplemental hand watering during the establishment period as required and/or directed by the Agency’s Representative to un-irrigated cacti. Supplemental watering shall occur a minimum of twice monthly for the first four weeks after planting and during the months of May, June, July, August, and September except when sufficient rainfall has occurred to support plant health.
(D) Replacement of irrigation gel system packs. Replace irrigation gel system packs when depleted and at an interval not to exceed ninety days between replacements.
807-3.02 Time Period and Schedule of the Standard Specifications is revised to read:
The landscaping establishment period shall be three hundred and sixty-five (365) consecutive calendar days. The time period shall begin after written notice from the Engineer of substantial completion of the landscape portion of the project and when the Engineer is assured that the work can be performed in a continuous and consistent manner without restricting the use of any facilities by the traveling public.
The contractor shall submit a work schedule of operations for approval by the Engineer each month with the dates of work to be completed. The work schedule shall indicate responsibility for the landscaping establishment work, including contact information. The work shall include the tasks specified in Subsection 807-1.
The Engineer, accompanied by the Contractor, will inspect the site monthly during the landscape establishment period and at its expiration; and at other times as deemed necessary by the Engineer or Contractor. The Engineer will send a punchlist to the Contractor that includes items requiring attention and correction. The Contractor shall have 30 calendar days from when the punchlist is sent, to complete these items. If the items on the list are not completed within the 30 day time period, the landscape establishment period will be extended additional days for each day until the work is completed. Should the Contractor fail to carry out the work within thirty days, the Agency may, at its sole discretion, have the work performed. The cost of work performed by the Agency shall be invoiced to, or withheld form funds owed the contractor.
When, in the opinion of the Engineer, the methods being used to control or eradicate pests and noxious or invasive species or perform other maintenance functions are unsatisfactory, the Contractor shall immediately modify his methods, as directed by the Engineer.
A special inspection will be required at any time during the landscaping establishment period when, in the opinion of the Engineer, conditions justify such action.
During any suspension of the work period, the contractor shall properly and continuously maintain, in an acceptable growing condition, all newly established plantings, including
hydroseeded areas, furnished and installed under the contract and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury.
Final acceptance of the project shall be granted after satisfactory completion of the Maintenance Period.
807-3.03 Planted Stock Establishment of the Standard Specifications is modified to add:
(D) Tree Staking. All tree stakes shall be removed by the end of the landscape establishment period, at the latest.
807-3.05 Control of Weeds and Pests of the Standard Specifications is modified to add:
All precautionary provisions of Section 807-3.01(B) “Noxious or Invasive Species Control” of these Special Provisions shall apply for the application of pest and disease control chemicals.
Rodent protection shall be maintained by re-applying chemical rodent repellent in accordance with the manufacturer’s instructions and securing and / or resetting chicken wire fabric cages.
807-3.08 Contractor’s Responsibility
The Contractor shall be bound by all requirements of the General Conditions which in any way apply to his work.
The Contractor will not be held responsible for any damages on or within the site due to vehicular and non-vehicular accidental or malicious causes by the public or an “Act of God”. It shall be the responsibility of the contractor to inform the Engineer of any damage due to these causes as soon as detected.
807-3/3
* THE COST OF THE IRRIGATION WATER METER(S) AND THE SERVICE INSTALLATION FEE FROM THE WATER COMPANY PROVIDING SERVICE WILL BE INVOICED SEPARATELY UNDER ITEM 8080020. *
** CURRENT REVISIONS ARE HIGHLIGHTED, FOR INFORMATION ONLY **
(808LANDSCP_IRRIG, 11/6/15)
SECTION 808 – LANDSCAPE IRRIGATION SYSTEM
808-1 DESCRIPTION of the Standard Specifications shall be modified to add:
All meters, backflow preventers, mainlines and remote control valves shall be installed on one side of the street, to the extent feasible. Extend lateral lines through sleeves below the roadway pavement to the median (where applicable) and to the opposite side of the roadway.
808-2 MATERIALS
808-2.05 Backflow Prevention Devices
808-2.05(A) Security Enclosure of the Standard Specifications is modified to add:
The backflow preventer security enclosure shall be fabricated from 1¼” Schedule 40 ASTM A-53 Grade A pipe and ½ ” spacing #13 flattened diamond pattern steel metal panels. Lock shall be all- weather padlock. A lock shield shall be provided to protect the lock from vandalism. The lock shield shall be constructed of 3/16 inch thick steel and shall measure approximately 2 inches by 4 inches. The lock shield shall be an integral part of the enclosure. Two keys shall be provided to the Engineer. The enclosure shall have minimum internal dimensions of 10 inches wide, 24 inches high and 40 inches long.
808-2.05(B) Freeze Protection Materials for Backflow Prevention Device of the Standard Specifications is modified to add:
The backflow preventer shall be insulated with a cover as specified:
(1) The insulated blanket shall be constructed of Polymeric Resin Coated Polyester Fabric that is 100% polyester plain weave with heat sealable pigmented coating.
(2) The insulated blanket shall have a 5 year UV resistance warranty.
(3) Insulation shall be compressed fiberglass, with a standard R-value of R-13
(4) The insulated blanket shall be machine stitched with reinforced metal grommet on bottom for installation of padlock or sealing with wire.
(5) The insulated blanket shall be sized to fit the backflow preventer without modification and as recommended by the blanket manufacturer.
808-2.06 Pipe and Fittings
808-1/10
808-2.06(B) Polyvinyl Chloride (PVC) Fittings of the Standard Specifications is modified to add:
PVC fittings shall be made from Type I, Grade I PVC compounds. Fittings shall be installed in accordance with the manufacturer’s recommendations and these Specifications.
Solvent weld fittings for main line (pressurized) pipe shall be Schedule 80 PVC and shall comply with the requirements of ASTM D2467. Solvent weld fittings for lateral line pipe shall be Schedule 40 PVC and shall comply with the requirements of ASTM D2466.
Threaded PVC fittings and fittings used in the construction of remote control valve assemblies shall be Schedule 80 PVC fittings and shall comply with the requirements of ASTM D2464.
808-2.06(D) Primer for Polyvinyl Chloride (PVC) Solvent Weld Pipe Joints of the Standard Specifications is modified to add:
Primer shall be Type P-70.
808-2.06(E) Cement for Polyvinyl Chloride (PVC) Solvent Weld Pipe Joints of the Standard Specifications is modified to add:
Solvent weld cement shall be PVC Grade II Type I
808-2.09 Isolation Valves
808-2.09(C) Lateral Isolation Ball Valves is hereby added to the Standard Specifications:
Ball valves shall be the two-piece, full-port type constructed with a brass body, blow-out proof stem, virgin Plytetrafluoroethylene (PTFE) seats, thrust washer, adjustable stem packing gland, stem packing nut, chrome plated brass or stainless steel ball, steel handle, and female pipe threaded (FPT) end connections. Ball valves shall have a service rating of 400 psi for non-shock, cold water applications; Ball valve assemblies shall be as detailed on the project plans.
808-2.10 Remote Control and Master Valves of the Standard Specifications is modified to add:
The Master Valve shall be of the electric remote control valve type. The valve shall have a normally closed configuration. The valve shall have a brass body with threaded (FPT) inlet and outlet. The valve shall be equipped with a contamination proof, self-flushing screen.
808-2.10 (A) Electric Remote Control Valve Assembly for Drip Zones is hereby added to the Standard Specifications:
Remote control valve assemblies for drip zones shall consist of a ball valve (or gate valve for sizes 2″ and larger), screen filter, electric control valve, inline pressure regulator, access box, and related fittings.
Electric remote control valves shall be constructed of heavy duty glass-filled nylon and shall be pressure rated to 200 pounds per square inch. Valve size shall be as noted on the project plans.
Ball valves shall be as specified in Section 808-2.09(B). Gate valves shall be as specified in Section 808-2.09 (A).
Screen filter shall be as specified in Section 808-2.14.
Inline pressure regulator shall be constructed of durable, heat resistant plastic capable of being installed below grade. Regulator shall have a preset outlet pressure of 40 psi and have 1″ FPT threaded inlet and outlet.
808-2.12 Valve Access Boxes of the Standard Specifications is modified to add: Valve access box sizes and types shall be as follows:
Master Valve |
Jumbo Rectangular with extensions as-needed |
Flow Sensor |
Jumbo Rectangular with extensions as-needed |
Mainline Isolation Valves |
Standard Rectangular with extensions as-needed |
Drip Zone Remote Control Valves |
Jumbo Rectangular with extensions as-needed |
In-Line Pressure Regulator |
Standard Rectangular with extensions as-needed |
Temporary Spray Zone Remote Control Valves |
Standard Rectangular with extensions as-needed |
Emitter Line Flush Caps |
Ten-Inch Round |
Lateral Isolation Ball Valves |
Ten-Inch Round |
808-2.13 Emitters of the Standard Specifications is revised to read Emitter flow rates shall be as shown on the project plans.
(A) Single-Outlet Pressure Compensating Emitters. Emitters shall consist of a ½” PVC riser, emitter, and distribution tubing, as detailed on the project plans. Emitters shall be single-outlet, pressure compensating with self-cleaning flush action. Emitter shall have one 1-GPH outlet and a ½” FPT threaded inlet. Single outlet emitters shall be used for the irrigation of individual shrubs only, and the outlet flow rate shall be as listed on the project plans.
(B) Multi-Outlet Pressure Compensating Emitter Assemblies. Multi-outlet emitter assemblies shall consist of a ½” PVC riser, emitter, and distribution tubing as detailed on the project plans. Emitters shall be multi-outlet, pressure compensating with self-cleaning flush action. Emitter shall have six 1-GPH outlets and a ½” FPT threaded inlet, and the outlet flow rate shall be as listed on the project plans.
(C) Distribution Tubing. Distribution tubing for connecting emitter outlets to designated discharge points shall be extruded from UV resistant polyethylene materials. Tubing shall have an O.D. of .220 inch and an I.D. of .160 inch. Tubing shall be specifically designed for connection to barbed emitter outlets.
808-2.14 Filters of the Standard Specifications is modified to add:
The filter shall be of the “wye” pattern inline screen type filter with FPT threaded inlet and outlet. Filter body shall be constructed of durable non-corrosive components and shall be of the two-piece design to allow for the removal of the filter screen. Filter screen shall be 200 mesh and constructed of stainless steel. Filter shall have a minimum pressure rating of 150 psi. Size of filter shall be 1″ unless otherwise noted.
(C) Circulating Screen Filters for Reclaimed Systems. Circulating screen filters shall be of the “Y” type with a steel body and removable stainless steel screen. The body shall be finished with an electrostatically applied polyester finish for corrosion resistance and shall be equipped with a manually operated flush and drain valve. The body shall be equipped with flanged inlet and outlet. The filter size and the removable screen mesh size shall be as indicated on the project plans or as specified in the Special Provisions. Access to the screen shall be through a removable cap. The circulating screen filter shall be for above-grade installation.
808-2.15 Irrigation Control Systems of the Standard Specifications is modified to add:
The controller shall interface with a two-wire decoder based irrigation system. The controller shall be grounded using a #8 ground wire and two ground rods or as recommended by the controller manufacturer. The size of the grounding rods shall be in accordance with the controller manufacturer’s written instructions and shall be copper clad steel of 5/8″ minimum diameter and eight (8) foot length. All ground rod connections shall be made using the Cadweld (exothermic or approved equal) method.
Wiring between the controller, decoders, and valves shall be Maxi Cable 2×14 gauge.
Appropriately sized field decoders shall be provided at each valve location. A separate ground rod shall be provided where decoders are used.
Surge protectors shall be provided in a separate valve box at 500 foot maximum spacing or 8 valves (whichever is less), with ground rods provided at surge protectors and as recommended by the manufacturer. A surge protector shall be provided in each controller enclosure.
Sensor decoders shall be provided for the flow sensor and ground rods shall be provided at sensor decoders as recommended by the manufacturer.
808-2.15 (E) (2) Cabinet Type Controller Enclosures. of the Standard Specifications is modified to add:
The controller security cabinet shall be fabricated from 3/16” steel plate. The enclosure shall be equipped with ventilated doors and pry resistant lock cover. The enclosure shall be equipped with a 110 volt convenience outlet. Color shall be “Desert Tan.” The control components and controller shall be assembled inside the cabinet by a manufacturer’s Certified Assembler.
808-2.15 (F) Control Wire. of the Standard Specifications is modified to add:
Two wire cable for Type One Irrigation Control Systems shall consist of two No. 14 AWG solid copper conductors conforming to ASTM B33. Each conductor shall be insulated with a 60 mil thick PVC ICC-100 compound. The insulation on one conductor shall be red and the insulation on the second conductor shall be black. Each conductor shall be UL approved, Type UF. The two conductors shall be laid flat and encapsulated in an outer jacket of high density polyethylene (HDPE). The jacket shall have a minimum thickness of 3/64 inch and the material shall completely fill the interstices between the insulated conductors.
(1) Waterproof Wire Splices for Control Cable. Wire splices shall be designed to electrically connect two or more pre-stripped copper wires. It shall consist of a UV-resistant polypropylene tube pre-filled with moisture resistant gel. The gel-filled tube shall have a lid that compresses the wire insulation when closed.
808-2.15 (G) Two-Wire Control Cable. of the Standard Specifications is modified to add:
Control wiring for Type II and Type III control systems shall be UL approved, 600 volt, Type UF, single-conductor wire. Wire shall be solid copper. Wire gauge shall be No. 12 American wire gauge (AWG) for common wire and No. 14 AWG for control wires or as indicated on the project plans or as specified in the Special Provisions. Insulation shall be a 60 mil thick PVC ICC-100 compound. Wire insulation shall be color-coded. Except as indicated on the project plans or specified in the Special Provisions, the insulation on all control wires shall be red and the insulation on the common wire shall be white.
1) Splices for Two-Wire Control Cable. Wire splices for control wire shall be of the two- piece, sealant filled type that allow for the connection of two or three wires of 18 gauge through 10 gauge size. Wire splices shall be UL Listed.
808-2.16 Flow Sensors of the Standard Specifications is revised to read:
Flow sensors shall be of the six-blade, impeller design. The sensor housing shall be of brass or bronze construction. Brass and bronze housings shall be equipped with FPT ends. The sensor shall be equipped with transmitter that is fully compatible with the controller installed.
(A) Cable for Connection of Flow Sensor to Controller. Cable for the connection of the flow sensor to the controller shall be of the type and size recommended by the controller and flow sensor manufacturer. The cable shall be insulated and suitable for underground installation
808-2.23 Flush Cap Assembly of the Standard Specifications is modified to add:
The assembly shall be installed in a ten inch (10″) diameter access box as detailed on the project plans.
808-3 CONSTRUCTION REQUIREMENTS
808-3.01 General of the Standard Specifications is modified to add:
The contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in equipment usage, area dimensions or static water pressure exist that might not have been considered in the engineering. Such obstructions or differences shall be brought to the attention of the Engineer. In the event this notification is not performed, the contractor shall assume full responsibility for any revision necessary.
All scaled dimensions are approximate. The contractor shall check and verify all size dimensions and receive approval prior to proceeding with work under this Section.
Exercise extreme care in excavating and working near existing utilities. The contractor shall be responsible for damage to utilities which are caused by his operation or neglect. Check existing utilities drawings for existing utility locations.
The contractor shall coordinate installation of irrigation materials, including pipe, so there shall be no interference with utilities or other construction or difficulty in planting trees, shrubs, and ground covers. The contractor shall coordinate with other contractors to ensure timely placing of necessary sleeves, wires and pipes under walks, curbs and paving.
808-3.04 Qualifications of Supervisory and Technical Personnel of the Standard Specifications is modified to add:
Care must be taken in the installation of the 2 wire irrigation system. No wiring of the system shall take place without prior training of irrigation installation staff. The installer must be supervised throughout construction by a qualified installer.
808-3.05 Layout of System. of the Standard Specifications is modified to add:
The irrigation system shall be connected to water supply points of connection as indicated on the project plans.
Connections shall be made at approximate locations as shown on the project plans. The contractor is responsible for minor changes caused by actual site conditions.
The Engineer shall approve all emitter discharge locations and reserves the right to request that the contractor make minor adjustments to emitter discharge locations or emitter discharge rate at no cost to the Agency.
All parts of the irrigation system and associated equipment shall be adjusted to function properly and shall be turned over to the Agency in operating condition.
808-3.05 (A) Blue-Staking is hereby added to the Standard Specifications:
The contractor shall request that the project site be Blue-Staked prior to the start of any irrigation excavation or trenching work. Blue Staking shall be kept current during the course of the
project. All utilities damaged by the contractor shall be repaired or replaced by the Contractor, as required by the Agency or appropriate utility company, at the Contractor’s expense.
808-3.06 Installation of Metered Water Service of the Standard Specifications is revised to read:
The water utility serving the site shall be contacted for information pertaining to the Metered Water Service Application. The contractor shall present the project plans to the appropriate water utility personnel. Water company personnel will provide specific information pertaining to the cost of the proposed metered water service(s).
Following the award of contract, the contractor shall contact the Pima County Planning and Development Services Department/Address Issuing Agency, and shall obtain an “address” for each required meter service. After the required address has been obtained, an “Application for Metered Water Service”, along with all applicable fees, including system equity fees, will be filed with the water utility. The cost of the irrigation water meter and the service installation fee from the water utility will not be included in this item of work, but will be invoiced and paid under a separate item. The contractor shall determine whether the water utility or the contractor is to install the water meter. The water utility will then schedule the installation of the required meters and services. The installation of service(s) and meter(s) will be performed by either the water utility forces or the contractor. All water obtained from the new irrigation water service/meter(s) and used for irrigation or other purposes during project construction and during the landscape establishment period shall be paid for by the contractor. Upon completion of the landscape establishment period responsibility for payment of water charges will be transferred to Pima County as directed by the Engineer. The contractor shall notify the Engineer thirty (30) days prior to the end of the landscape establishment period in order for Pima County make all arrangements to assume the responsibility for payment of future water charges.
808-3.07 Water Pressure Verification of the Standard Specifications is modified to add:
This irrigation system has been designed to operate with a minimum static inlet water pressure as shown on the project plans. The contractor shall take a pressure reading prior to beginning construction. The Engineer shall be present at this reading.
808-3.09 Trenching for Irrigation Pipe of the Standard Specifications is modified to add:
Detectable marking tape shall be installed above all mainline piping as detailed on the project plans.
After all curing of solvent weld joint and after having received the approval of the Engineer, the mainline shall be backfilled. Extreme care will be taken to slowly fill the piping while releasing entrapped air at the ends of the mainline.
Manufacturing’s installation recommendations shall be strictly adhered to.
If settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments without cost to the Agency.
Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where 2-inch and larger roots occur shall be done by hand. All roots 2 inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than 2 inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts. Roots 1 inch and larger in diameter shall be painted with two coats of Tree Seal or equal. Trenches adjacent to trees should be closed within 24 hours, and where this is not possible the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas.
Male metallic threaded components are not permitted to be inserted in non-metallic female fittings.
808-3.10 Pipe Installation
808-3.10 (F) Bedding and Cover Material is hereby added to the Standard Specifications:
When required, bedding and cover material for piping, flexible emitter hose and 24 volt wiring shall be sand conforming to the gradation requirements of Subsection 1006-2.03 (B).
808-3.13 Thrust Blocks of the Standard Specifications hereby omitted.
808-3.14 Sleeve Installation of the Standard Specifications is modified to add: Excavation and backfill shall conform to the requirements specified in Section 808-10.
Sleeves shall have a minimum horizontal clearance of 12 inches from each other and other piping. Sleeves shall not be installed parallel and directly over another line. Sleeves shall have a minimum of 6 inches vertical clearance where they cross other lines.
808-3.18 Valve Access Box Installation of the Standard Specifications is modified to add:
All sensors and valves (master valves, gate valves, ball valves, remote control valves, flow sensors, etc.) shall be installed in access boxes as detailed on the project plans. Use teflon tape on male threads of all threaded connections. Install access boxes such that the top of the box is parallel to and flush with the surrounding grade, or as detailed. Provide gravel sumps and brick footings as detailed. In locations where more than one box is to be installed in a given location, group boxes together and keep boxes within a uniform alignment. Provide adequate clearance around enclosed valve to allow for valve operation and/or removal. All valve boxes shall have bottoms and side openings wrapped with an approved geotextile fabric.
All electric control valves shall be tagged with permanent yellow tags made of polyurethane and shall measure 2.25” wide by 2.75 inches long. Manufacturer imprinted markings shall measure
1⅛” tall and shall indicate valve number, controller, and an indication of what the valve is serving, tree or shrub.
808-3.20 Flush Cap Installation of the Standard Specifications is modified to add:
Flush caps shall be installed at the end of lateral lines as shown on the plans. The flush cap shall be installed in a ten inch (10″) diameter access box as detailed on the project plans.
808-23 Control System Installation
808-3.23(A) Electrical Services to the Controllers of the Standard Specifications is modified to add:
The contractor shall be responsible for the installation of the electrical services to the controller including the required connections at the service panel and controller. The conductors required shall be as noted on the project plans or as required by applicable code(s). All wiring shall be installed in one-inch (1″) size (or larger) Schedule 40 PVC conduit. Pull boxes shall be provided and installed along the conduit path at intervals not exceeding two hundred feet (200′). All work shall be in accordance with the Pima Association of Governments (PAG) Standard Specifications for Public Improvements, the special provisions, and applicable codes. The contractor performing the electrical work shall be licensed by the State of Arizona Registrar of Contractors and shall hold a license appropriate for the work to be performed.
808-3.23 (C) Control Wire Installation of the Standard Specifications is modified to add:
An expansion curl shall be provided within 3 feet of each wire connection. Expansion curls shall be of sufficient length at each splice connection at each electric control, so that in case of repair the valve bonnet may be brought to the surface without disconnection of the control wires. Control wires shall be laid loosely in trench without stress or stretching of control wire conductors.
The contractor shall obtain the Engineer’s approval for wire routing when installed in separate ditch. Control wires may be installed in a common ditch with piping; however, wires must be installed a minimum of 4 inches below or to one side of piping.
All wire connections for the two wire system shall be made using DBR-DBY connectors or approved equal as recommended by the controller manufacturer. Splicing shall be in accordance with the manufacturer’s instructions and current industry practices. In case of discrepancy, the manufacturer’s instructions shall govern. Where splices do not occur at a valve location, the location shall be shown on the Record Drawings.
Ground rods shall be placed approximately 8 feet away from any decoder or surge protector. The leads from the decoder or surge protector shall be spliced to a #10 wire and extended to the ground rod and Cadweld connector.
Control system startup shall utilize the services of the controller manufacturer’s authorized system technician.
808-3.26 Operational Testing of the Standard Specifications is modified to add:
The main lines and/or pressure mains shall be subjected to 150 pounds per square inch pressure for a minimum period of 2 hours.
808-6 METHOD OF MEASUREMENT of the Standard Specifications is revised to read:
The landscape irrigation system will be measured on a lump sum basis for the work complete in place.
The cost of the irrigation water meter(s) and the water service installation fee from the utility company providing service will not be included in this item of work, but will be paid under Item 8080020 – IRRIGATION WATER METER SERVICE FEE ALLOWANCE.
808-7 BASIS OF PAYMENT of the Standard Specifications is modified to add:
Payment will be made only after the irrigation system is inspected and certified as fully operational by both the Engineer and by representatives from Pima County Operations. This certification shall be by both parties and shall require written signature for final payment to be received.
The work to secure the necessary water utility company permits and coordinate the water service installation, meter installation and coordination time and expenses borne by the contractor is included in this item of work.
The cost of the irrigation water meter(s) and the water service installation fee from the utility company providing service will not be included in this item of work, but will be paid under Item 8080020 – IRRIGATION WATER METER SERVICE FEE ALLOWANCE.
* USE IN CONJUNCTION WITH SALVAGE WORK ITEMS LISTED UNDER THE MASTER BID ITEM LISTING AND ITEM 2010003 – CLEARING AND GRUBBING (NOXIOUS AND INVASIVE SPECIES CONTROL). REVISE AND/OR ADD SECTIONS AS APPROPRIATE FOR YOUR PROJECT. *
(809NPSALV, 12/5/14)
SECTION 809 – NATIVE PLANT SALVAGE
809-1 DESCRIPTION of the Standard Specifications is revised to read:
The work under this section shall also include the salvaging, transporting, and planting of native trees, shrubs, cacti (including but not limited to Saguaro and Pima Pineapple cacti), succulents and ocotillo residing within the disturbance limits as required per the details shown on the project plans and under the terms and conditions of the Standard Specifications and these Special Provisions. All salvaged local stock shall be “once-moved” to a designated, permanent location, designated as the “Transplant Area” as shown on the project plans.
The work shall also include the layout and preparation of planting pits, including excavating and backfilling, and any additional borrow necessary to backfill planting pits; the storage and protection of all planted and unplanted stock and other materials; soil amendments, fertilizers, tillage, watering, staking, pruning; the cleanup of the area; removal of unwanted grasses and weeds and undesirable vegetation; disposal of unwanted or deleterious materials; and care and maintenance all in accordance with the details shown on the project plans and the requirements of these specifications.
The work shall also include all equipment, labor and materials, the documentation, measurement, and inspection of stock as identified herein.
All landscape items shall be completed within the number of days identified for the project, including documenting the conditions of the plants to be salvaged, salvaging of plant material and replanting and establishment.
809-2 MATERIALS
809-2.01 Plants Designated to be Salvaged of the Standard Specifications is modified to add:
Certificates of Compliance conforming to the requirements of Subsection 106-5.02 shall be submitted to the Engineer for all contractor furnished materials, unless otherwise specified.
The following subsections are hereby added to the Standard Specifications:
809-2.04 Local Stock. Local stock shall be defined as those cacti (including but not limited to Saguaro and Pima Pineapple cacti), succulents, and ocotillo shown on the project plans.
809-2.05 Soil Backfill. Soil backfill at plant pits shall consist of clean, native site soil, amended as follows:
809-2.05 (A) Soil Backfill for Cacti. Backfill mix for cacti, excluding Pima Pineapple Cacti shall include one (1) 50 pound bag of granular Gypsum and 5 pounds of Triple Super 0450 Phosphate, per one cubic yard of native site soil. All amendments shall be blended uniformly and homogeneously into clean, native site soil prior to backfilling of plant pits, as noted on project plans.
All rocks greater than 2” in diameter shall be removed from backfill.
809-2.05 (B) Soil Backfill for Pima Pineapple Cacti. Backfill mix shall include 0.25 pound of Soil Sulfur per plant. All amendments shall be blended uniformly and homogeneously into screened, native site soil prior to backfilling of pits, as noted on project plans.
Soil backfill at plant pits shall be screened to remove all soil clods and all rocks over ½-inch in diameter.
809-2.06 Water. Water shall conform to the requirements of Subsection 805-2.04. Water used during salvaging, planting, maintenance and landscape establishment as described herein to salvage the plants, and to properly plant, maintain, care for and establish the plant material, as described in Section 807, shall be potable and furnished by the contractor. No separate measurement or payment will be made for the water, the cost of which shall be included in other landscape items. It shall be the contractor’s responsibility to secure any necessary sources, permits and approvals.
809-2.07 Paint. Paint used for marking the solar orientation on the cacti shall be water-soluble, and white in color.
809.2.08 Chemical Fertilizer. Soil Sulfur shall be Powdered or Dust (not granular), 98 percent pure. Phosphorus shall be Triple Super 0450, granular. Gypsum shall be soluble, granular, for soil backfill; and soluble, powdered, to seal cacti root cuts.
809-2.09 Wire Cage. Protection from animal damage shall consist of mechanical methods. Mechanical animal control shall be provided by wire fabric having 1-inch size spaces, with a black or dark brown PVC coating; landscape staples consisting of 1/8-inch diameter, stiff, galvanized wire, approximately 12 inches long, bent in half; and 12-gauge, galvanized annealed wire.
809-3 CONSTRUCTION DETAILS of the Standard Specifications is revised to read:
No vehicles, equipment and machinery required to perform the work shall trespass outside the boundaries of the clearing limits, approved limits of grading, and planned access routes approved by the Engineer. Vehicular access to plants from areas outside the approved limits is prohibited. The contractor shall adhere to the Standard Specifications with respect to parking of all vehicles.
All plants and natural areas outside the limits of grading, or designated as to be preserved-in- place, shall be protected during the implementation of the native plant salvage work. Damage or destruction of any local stock pioneering, clearing or other means shall be replaced with equal-
sized like-kind nursery stock. All labor and costs for replacing the damaged plants shall be at the contractor’s expense.
If necessary, plants not scheduled for salvage may be trimmed or, if within the limits of grading, removed as needed to obtain access and safe working conditions around individual plants to be salvaged. Removal and trimming work shall be as approved by the Engineer.
The contractor performing the work as specified herein shall have a minimum of 8 years’ experience in relocating native plants and cacti similar to those shown in the project plans and special provisions.
The contractor shall meet the following requirements and shall submit the necessary written documentation to the Engineer at the preconstruction conference as herein specified:
(1) Must be an Arizona licensed landscape contractor in good standing.
(2) Submit a list of a minimum of five native plant salvaging and relocation projects satisfactorily completed. The list shall include the dates of the project work, type of equipment used, description of the project and work performed, the name and phone number of a contact person representing the agency, company or owner for which the work was completed.
(3) Project records shall show successful Saguaro replanting and survival of at least 80 percent for 3 years after replanting.
(4) Submit a list of the contractor’s key personnel (minimum one) who will supervise and perform the actual relocation operations. Personnel listed must be on site and in responsible charge during all operations. This list shall be accompanied with resumes for all key personnel. The resumes shall include at the minimum the following information and demonstrate compliance with any requirements requested: Level of and number of years of applicable training/ experience, detailed work experience including work performed, equipment operated, dates of work and work references (one project minimum), specialist skills or equipment qualifications, degree of participation on actual projects listed in (2) above or other projects similar to (2) above. Any substitution of key personnel will need to meet the requirements under this section and need prior review and approval by the Engineer.
(5) The contractor shall be responsible to review the project, these specifications and visit the site. The subcontractor’s signature on the proposal form shall certify that the contractor performing the work described in Section 809 of the Standard Specifications and these Special Provisions, whether the prime contractor or a subcontractor, has completed this review.
Pima County reserves the right to reject at any time the contractor based on the review of the qualifications statement and/or performance of the work herein.
809-3.01 Schedule and Planting Season. The contractor shall provide a tentative salvage and planting schedule to the Engineer at the pre-construction meeting and shall update this schedule
as the project progresses. No later than 30 days after the contract is awarded, the Contractor shall meet with the Engineer to discuss salvage and planting schedule. The Contractor shall notify the Engineer immediately whenever changes in the salvaging and planting schedule occur.
The schedule for salvaging and planting cacti, within the contract time shall be at the discretion of the contractor, with approval from the Engineer. Planting during extremely cold, hot, wet or windy periods shall be at the sole risk of the contractor. Plants which are damaged or die prior to final acceptance as a result of extreme weather conditions shall be removed and replaced, in kind, at no additional cost to the Agency.
It is recommended that Pima Pineapple Cacti be salvaged and planted during the months of April, May, or June. Pima Pineapple Cacti shall not be salvaged or planted during active monsoon seasons or winter rains. Transplanting shall be avoided during active flower and fruit production (first rain after June 15 through November 1).
809-3.02 Excavation. The Engineer is responsible for staking the locations of the planting pits to receive the salvage material in reasonably close conformity to the locations shown on the project plans. The Engineer shall approve the plant pit locations prior to any excavating of planting pits. The contractor shall lay out the planting pits in accordance with the project staked locations. Planting pits shall be dug prior to any salvaging activities.
Plant pits shall be located in an open area, away from the canopy of trees or large shrubs. Do not plant in sites that support dense stands of perennial grasses or non-native grasses. Do not plant in wash bottoms or slopes. Look for open site along ridge lines with little vegetative cover.
Prior to commencing plant pit or trench excavation activity, the contractor shall contact Arizona Blue Stake (800-STAKE-IT) in conformance with the requirements of Subsection 203-2. It shall be the contractor’s responsibility to determine the exact location of the utilities prior to any construction operations and to notify the utility companies at least two working days prior to commencing any work on the project.
The contractor shall pay particular attention to the presence of noxious and invasive species listed in Section 201-3.04 in, or adjacent to, planting areas. Planting pits excavated in areas where the presences of noxious or invasive species are observed shall be inspected to assure complete eradication of any roots or rhizomes which may have grown into the area of the pit. All eradication work and material shall be provided by the contractor, at no additional cost to the Agency.
In the event that existing field conditions such as subsurface utilities, pipes, structures, impervious materials or inadequate drainage necessitate relocation of planting pits, the Engineer will designate new locations. Adequate drainage for planting pits shall be based on a minimum percolation rate for the pit of 6 inches per hour.
Planting pits shall be excavated to the dimensions indicated on the project plans or in the Special Provisions and shall have horizontal bottoms. When dimensions are not specified, the pits and trenches shall be excavated to a depth equivalent to the depth of the root ball, plus 6 inches. The
width of pits for cacti shall be the following: width of the root ball plus 12 inches, with the plant centered in the pit (i.e. provide 6 inches additional width around all sides of root ball).
Subsequent to excavation, each plant pit shall be flagged and labeled for each plant it is to receive. No separate payment will be made by the Agency for the staking, flagging or labeling of plant pits.
Excavation of planting pits shall not be done when, in the opinion of the Engineer, the moisture content of the soil is excessive with respect to accepted horticultural practice.
809-3.03 Handling Plants. The contractor shall use care to avoid scarring or damage to plants. All plants shall be dug, handled, prepared, moved and planted with care and skill, in accordance with recognized standard practice for the kind of plant involved. The methods and/or materials shall not damage and/or mar the surface or internal structure of any plant.
Plants shall be protected at all times against freezing temperatures, the sun and the wind while in transit. All temporarily stored plants shall be protected from extreme weather.
Plants showing damage from salvaging, transporting, planting and maintenance activities or from animals shall be determined as acceptable or unacceptable by the Engineer. Should sufficient damage occur to plants, the contractor shall replace the stock with the same species of equal size, at no additional cost to the Agency.
Plants shall not be salvaged, transported or removed during rainy weather conditions as determined by the Engineer. This work may resume with approval by Engineer.
If slings or cables are used to support stock during transporting and planting, the plant shall be protected at the points of contact with the slings or cables by the use of burlap, canvas, sections of automobile tire casing, or other suitable protective material.
Cables shall be so placed as to maintain proper support and balance at all times. The contractor shall be responsible for the care of the plants and any damage caused by improper support.
809-3.04 Salvaging. The contractor shall provide the Engineer at least three days’ notice prior to the requested field review with the Engineer. The local stock plants to be salvaged shall be as noted on the project plans. Plants identified for salvaging and replanting shall be determined at the discretion of the Engineer. During the field review, the contractor shall flag the individual plants to be salvaged. The work will be paid for under the applicable salvage bid item as directed by the Engineer. No separate measurement or payment will be made for field reviews.
Local stock that does not display a healthy vigorous appearance and/or displays poor health symptoms as specified in these Special Provisions shall be determined as unacceptable by the Engineer.
The contractor shall be responsible to do an investigation of underground soil, rock and surrounding area conditions near the plants using approved methods and equipment. If upon this investigation a flagged plant is found to have a decreased chance of being successfully relocated, the contractor shall contact the Engineer for a review of the field conditions. A decision will be
made for each plant in question. Substitutions such as using local nursery stock from within the project limits may be considered. If the contractor is directed to salvage another plant, in lieu of the flagged plant, the contractor shall document the conditions of the substituted plant using the inventory form approved by the Engineer. Removal of the substituted plant shall not commence until the Engineer has approved the inventory data for the alternative plant.
The excavation and removal for all local stock shall be approved by the Engineer. The method shall demonstrate that the excavation process for the local stock will provide the minimal acceptable root lengths as specified herein these Special Provisions; locate and expose the roots without damaging the local stock with the equipment or machinery used for the excavating; expose the roots to appropriate lengths by the use of hand tools prior to cutting the roots.
The contractor shall mark the north exposed surface of all Saguaro and Pima Pineapple cacti to be transplanted by a method acceptable to the Engineer. The mark or its installation process shall not damage or deface the local stock. The mark must be capable of withstanding poor weather and expected working conditions without the possibility of erasure or detachment throughout the duration of the contract.
Transporting of any plant materials for the project shall be in compliance with all State and local requirements. Should the contractor need any permits, the contractor shall be responsible to obtain all necessary permits and tags for transporting plant materials on public roadways; no separate payment will be made to the contractor for the permits. Permits and tags shall be made available to the Engineer upon request.
809-3.04 (A) Pima Pineapple Cacti Salvage. When removing plants from the ground, care shall be taken to include intact lateral and basal roots. Contractor shall hand excavate to a minimum depth of 10 inches and a minimum width of 16 inches in each direction from the center of plant. Contractor shall keep as much of the root ball intact as possible to minimize disturbance to the root structure.
All damaged roots shall be cut back to a non-damaged area on roots and immediately sealed with either powdered Gypsum or dusting Sulfur.
Salvaged Pima Pineapple cacti shall be once-moved, and placed immediately in pre-dug planting pit. Do not backfill; allow roots to seal for a duration of 24 hours prior to backfill.
Cover with 75% shade cloth.
809-3.04 B) Saguaro and other Cacti Salvage. When removing plants from the ground, care shall be taken to minimize damage to the roots. The contractor shall excavate to a minimum depth of 12 inches and a minimum width of 18 inches in each direction from the center of plant. The contractor shall keep as much of the root ball intact as possible to minimize disturbance to the root structure.
All damaged roots shall be cut back to a non-damaged area on roots and immediately sealed with either powdered Gypsum or dusting Sulfur.
Salvaged Saguaro cacti shall be once-moved, and placed immediately in pre-dug planting pit, and backfilled.
809-3.05 Pruning. All final cuts made to the lateral roots shall be accomplished by the use of sterile clippers. All cuts shall be treated with powdered Gypsum or dusting Sulfur on the same day that the cut and/or wound was made.
No cuts shall be made to the basal root of the Pima Pineapple cactus.
809-3.06 Planting.
809-3.06 (A) General. Should the contractor encounter any unforeseen or unsuitable planting condition, it shall be immediately brought to the attention of the Engineer.
All salvaged plants shall be transplanted into the designated Cacti Transplant area, as shown on the project plans.
Backfill of planting pits shall be well worked about the roots and settled by tamping so as to remove all air pockets. Backfill planting pit in 6-inch lifts, and tamp between lifts. Care shall be taken to not damage root structure during soil placement and tamping.
All plants are to be replanted in the same solar orientation and as near as possible to their vertical growth habit found prior to their initial removal.
After planting, the contractor shall maintain all local stock in established positions during construction and landscaping establishment periods.
809-3.06 (B) Saguaro and other Cacti Planting. Saguaro cacti shall be replanted at their original growing depth to not more than 2 inches deeper than their original growing depth. The root collars of all Saguaro cacti replanted deeper than their original growing depth shall be in a callused condition. No air roots or old root system shall be visible after planting in the final planting location.
If planting occurs between May and September, cacti may be covered with 75% shade cloth, at the discretion of the Engineer. Avoid planting during winter rainy season.
Final cuts to roots shall provide no less than 12-inch root lengths. After the final cut, the remaining roots shall be structurally intact with no signs of splintering or shredding. All wounds and/or cuts made to the roots shall be treated with powdered Gypsum or powdered Sulfur immediately after that the cut and/or wound was made.
Local stock shall also be required to be planted with soil backfill, as described in Section 809-2.03(A) in its final location.
All stock shall be planted to ensure positive drainage away from base of plant.
Do not irrigate at the time of transplanting. Irrigate approximately 3 weeks after transplanting to saturate the soil. Irrigation shall continue every 3 weeks for the duration of the landscape establishment period. Irrigate plants in a manner that does not result in exposure of roots or stem.
809-3.06 (C) Pima Pineapple Cacti Planting. Plant shall be replanted at its original growing depth. Local stock shall also be required to be planted with soil backfill, as described in Section 809-2.03(B) in its final location. Mound sandy soil around the lower ¼ to ⅓ of the plant. Maintain this mound around the base of the plant. Remove Shade Cloth prior to installing hardware cage over the plant.
Do not irrigate at the time of transplanting. Irrigate approximately 2 weeks after transplanting at a rate of 1 gallon per plant. Irrigation shall continue every 3 weeks for the duration of the landscape establishment period. Irrigate plants in a manner that does not result in exposure of roots or stem.
809-3.07 Care and Protection of Plants.
809-3.07 (A) General. Prior to the beginning of work under Section 807 – Landscaping Establishment; the contractor shall be responsible for maintaining and protecting all planting areas, as specified in Subsection 807-3.03. Such care and protection shall include, but not be limited to, the watering of stock, removal of construction trash and debris, eradicating and removing noxious or invasive species as specified in the Special Provisions, repairing, adjusting, or replacing stakes and support wires, repairing weather damage or damage caused by the public, furnishing and applying sprays, dust, and/or cages to combat vandalism, disease, insects, rodents and pests and taking such precautions as necessary to prevent damage from cold, frost, sunburn or other hazards. All undesirable noxious or invasive species listed in Section 201-3.04 shall be eradicated with herbicides or manual methods during Phase I, and disposed of by the contractor in accordance with Subsection 807-3.03.
Transplanted stock that does not display a healthy vigorous appearance in close conformity to its appearance prior to its initial removal and/or displays poor health symptoms as specified in these Special Provisions shall be determined as unacceptable by the Engineer.
The Engineer will also inspect the transplanted stock for symptoms that indicate poor health. Poor health symptoms will include items such as presence of rot, wrinkled or loose epidermis; no measurable increases to the diameter or adjacent separation after the local stock has received adequate irrigation or rain; change in color not consistent with color changes to identical species existing in the given area. These criteria shall be used by the Engineer to determine if the transplanted stock is in close conformity in health and/or vigor and acceptable for payment; or determined unacceptable for no payment by the Agency.
After replanting, all stock within a species that becomes unacceptable as determined by the Engineer shall be cumulatively added to any previous totals of unacceptable local stock for a new cumulative total. The new total shall then be used to determine the additional quantities of local stock to be replaced by the contractor as per the details shown on the project plans and as specified in the Standard Specifications and these Special Provisions.
The Engineer will perform visual inspections each month in the presence of the contractor, unless the Engineer and the contractor agree to other arrangements in writing. Local stock measurements
identified in these Special Provisions will be conducted as part of these monthly inspections, as applicable.
No further payment will be made to the contractor for any local stock determined as unacceptable by the Engineer until the unacceptable local stock quantities are replaced with nursery stock as specified in the Standard Specifications and these Special Provisions.
(B) Application of Chemicals. Any person or persons applying herbicides will be considered as doing so for hire and shall be required to be licensed in accordance with the requirements of Title 3, Chapter 2, Arizona Revised Statutes, Article 6, Section 3-377.
All herbicide application shall be done in accordance with Section 201-3.04. The contractor shall notify the Engineer and obtain prior approval of the use of any chemicals for noxious or invasive species eradication. The types of herbicide to be used and the methods of application shall be in conformity with the Environmental Protection Agency requirements, labeling instructions, and shall be approved by the Engineer. The contractor shall keep a record of all applications, the type of herbicide used such as pre- or post-emergent, the rate and method of application and the date and location of such applications on forms acceptable to the Engineer. A copy of this record shall be submitted to the Engineer after each application.
Pre-emergent herbicides or manual control shall be used on noxious or invasive species in planting areas located within the project limits; but noxious or invasive species control within granite mulch, decomposed granite, or rock mulch shall be as specified under those items of work. All areas shall be kept free of noxious or invasive species. All planting areas within the project limits shall receive an approved pre-emergent herbicide, as specified under Subsection 803-3.02. The application of herbicide shall include all areas not covered under other items of the specifications.
Herbicides shall not be used in waters of the U.S. These include washes, the edge of the wash, dip crossings and conveyances to waters of the U.S. Only manual removal of noxious and invasive species shall be allowed at these locations. Refer to Section 201-3.04.
(C) Wire Cage. The contractor shall inspect newly installed plants daily for damage caused by animals. At the first sign of such damage, and/or under the direction of the Engineer, the contractor shall protect the plants. The contractor shall construct wire perimeter protection around the plants as follows:
Install wire fabric around cacti with a minimum 12-inch distance between the plant to the wire fabric cage in all directions. Secure the wire fabric to itself with 12-gauge, galvanized annealed wire and to the ground with landscape staples driven to full depth into the soil through the bottom wire of the wire fabric.
All Wire Cages shall be removed at the end of the Landscape Establishment period.
(D) Water. The contractor shall adequately irrigate plants to maintain a healthy and vigorous growing condition during the landscape establishment period, as determined by the Engineer.
809-3.08 Plant Guarantee. The Contractor shall guarantee the survival and health of all plants salvaged and replanted as part of this contract. The salvaged native plant guarantee period shall extend through the end of the Landscaping Establishment Period. All plants which die during the guarantee period, for reasons other than acts-of-God and/or causes deliberate shall be replaced by the Contractor with plants of the same size and species.
Replacements shall be provided at the Contractor’s expense. To satisfy the plant guarantee requirements, the plant shall:
(1) Exhibit healthy growth throughout the plant structure;
(2) Be reasonably free from insects or other infestations that would reduce the plant’s long-term potential for survival;
(3) Be reasonably free from physical damage that would reduce the plant’s long term potential for survival.
809-4 METHOD OF MEASUREMENT
The native plant salvage work for the Saguaro will be measured on a lineal foot basis for the plant type listed in the Bidding Schedule.
The native plant salvage work for the Pima Pineapple cactus will be measured on a per each basis for the plant type listed in the Bidding Schedule.
809-5 BASIS OF PAYMENT
The accepted quantities of salvaged plants, measured as provided above, will be paid for at the contract unit price each for the pay unit designated in the bidding schedule, complete in place.
No payment will be made for plants that are delivered to the transplant location area in a dead, damaged, or unhealthy condition.
Protecting cacti from animal damage will be paid in accordance with Subsection 104-3.
* INCLUDE ITEM 8100001 AZPDES/NPDES (ORIGINAL) TO COVER THE COST OF THE SWPPP, AND ADD ITEM 8100005 SEDIMENT LOG (DISCRETIONARY), ITEM 8100006 SEDIMENT WATTLE (DISCRETIONARY) AND ITEM 8100012 AZPDES/NPDES ALLOWANCE (MODIFIED) IN ORDER TO COVER WORK BEYOND THE SCOPE OF THE PROJECT SWPPP PLAN DURING CONSTRUCTION, AT THE DISCRETION OF THE ENGINEER.*
(810EROS_CON, 3/31/15)
SECTION 810 – EROSION CONTROL AND POLLUTION PREVENTION
810-1 DESCRIPTION of the Standard Specifications is modified to add:
810-1.01 General. On projects where an Arizona Pollutant Discharge Elimination System or equivalent National Pollutant Discharge Elimination System (AZPDES/NPDES) permit is required, the contractor shall implement the requirements of the permit for sediment and erosion control due to stormwater runoff during construction, as specified under the current AZPDES/NPDES Construction General Permit. The Agency and the contractor shall prepare and submit separate Notices of Intent (NOI) and Notices of Termination (NOT) forms for the project. The contractor shall copy their AZPDES NOI Application and NOI Certification to the owner of the Municipal Separate Storm Sewer System (MS4) (i.e. Pima County Department of Environmental Quality, City of Tucson Stormwater Management, Town of Marana Environmental Engineering, or the Town of Oro Valley Stormwater Utility). The contractor shall copy their AZPDES NOT Acknowledgement to the owner of the MS4 upon project stabilization. Copies of all NOI and NOT documentation shall be placed in to the SWPPP, along with verification that these were sent to the owner of the MS4. If the project lies in multiple MS4s, the NOI Application, Authorization, notification of sending the permit, and NOT shall be sent to all MS4s in which the project is located.
The Agency has prepared a Stormwater Pollution Prevention Plan (SWPPP), which includes a narrative description of the proposed measures to be implemented, sequence of construction activities, and a site-specific diagram indicating the proposed locations where erosion and sediment control devices or measures may be required during construction. The SWPPP also includes pollution prevention controls.
This SWPPP is included in the Special Provisions. A list of subcontractors and key field personnel contact numbers shall be placed into the SWPPP. The contractor shall also be responsible for assembling member(s) of a Stormwater Team. The Stormwater Team shall be responsible for modifications to the SWPPP, and for compliance with the requirements in the AZPDES permit. Members of the Stormwater Team shall be listed in the SWPPP, along with title, responsibility, and qualifications. A member of the contractor’s Stormwater Team shall be available for inspections with an Agency Representative. Prior to the start of construction, each contractor and all subcontractors shall be asked to sign a certification that they understand all requirements of the AZPDES/NPDES permit. Signed certifications shall be placed into the SWPPP.
Documentation in the SWPPP book required by the AZPDES permit shall also be included. This includes updating project maps and all appendices as required in the permit. It also includes placing the inspection report in the SWPPP book within 7 calendar days of completing the inspection.
Permanent erosion control will be constructed under the specific items found in the plans and listed in the Special Provisions and bid schedule.
810-2 MATERIALS
810-2.09 Track Out Pad is hereby added to the Standard Specifications:
Track Out Pads shall consist of clean fractured aggregate between 1” and 3” in size and 6” in depth.
810-2.10 AZPDES Sign Information is hereby added to the Standard Specifications:
The contractor shall post the AZPDES Authorization number near entrances to the project. The Authorization number can be added to existing project signs near project entries, such as the RTA sign. Lettering is to be a simple and legible font, minimum 2” height. If the job trailer is not on the project site, the location of the job trailer shall also be provided on the sign using similar lettering. Lettering shall be of a waterproof type, such as ready to apply, waterproof, vinyl letters.
810-3 CONSTRUCTION REQUIREMENTS
810-3.01 General of the Standard Specifications is modified to add:
Prior to the start of construction, the Engineer and contractor will jointly review the Stormwater Pollution Prevention Plan (SWPPP), make any revisions needed, and approve and sign the SWPPP. The contractor shall use the signed SWPPP provided at the pre-construction meeting, and implement the SWPPP as required throughout the construction and establishment periods. The Engineer and contractor will perform a minimum of one routine inspection of disturbed areas that have not been stabilized at least once every 14 calendar days and within 24 hours of the end of a 0.5 inch rainfall. Reduced inspection frequency can occur when the site has been temporarily stabilized. The reduced inspection frequency is once every 28 days and before predicted rainfall events and after 0.5 inch rainfall events.
After each inspection, the contractor shall document the findings and revise the SWPPP as necessary. The Engineer and contractor shall jointly approve and sign each revision to the SWPPP before implementation. The contractor shall complete revisions to the SWPPP within 15 calendar days following notification if ADEQ determines the SWPPP is deficient. The contractor shall amend the SWPPP, as needed and record inspection results in the SWPPP within 7 calendar days after an inspection by local, state or federal officials. Changes to the SWPPP must be implemented in the field within 7 calendar days, or before the next rainfall event.
Final stabilization is met when all soil disturbing activities have been completed, temporary Best Management Practices have been removed and disposed of, and either a uniform perennial vegetative cover with a density of 70% of the native background has been established on all unpaved areas, or equivalent permanent stabilization measures are in place. Until final stabilization of the project, the contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part thereof by the action of the elements, or from the nonexecution of the work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to
any portion of the work occasioned by any of the above causes before final stabilization. No reimbursement shall be made for work necessary due to the contractor’s failure to comply with the requirements of the SWPPP. The original completed SWPPP shall be returned to the Agency.
Except as specifically provided under Subsection 108-4, in the case of suspension of work from any cause whatsoever, the contractor shall be responsible for the project and shall take such precautions as may be necessary to prevent damage to the project, provide for normal drainage and shall erect any necessary temporary structures, signs, or other facilities. During such period of suspension of work, the contractor shall properly and continuously maintain, in an acceptable growing condition, all newly established plantings, seedlings and soddings, furnished under its contract and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury.
810-3.04 Other Pollution Controls of the Standard Specifications is modified to add:
The contractor shall document all treatment chemicals, i.e. polymers, flocculants or other cationic treatment chemicals used on the project. Documentation shall be in accordance with the current AZPDES/NPDES Construction General Permit and shall include a list of treatment chemicals used, justification for use, training provided in appropriate use, description of how they will be stored, dosage used, and a copy of Material Safety Data Sheets (MSDS).
Storage, handling and disposal of construction products, materials, and wastes shall comply with the current AZPDES/NPDES Construction General Permit. Control measures include the use of plastic sheeting under containers or bags of chemicals stored outside, providing adequately sized secondary containment under drums of chemicals, storing chemicals in water-tight, sealed containers that are labeled in accordance with applicable federal, state, tribal, or local requirements, and separating and labeling hazardous and non-hazardous waste. The contractor shall implement measures to minimize the potential for leaks and spills by installing barriers between material storage and traffic areas.
The contractor shall provide waste containers (e.g. dumpster or trash receptacles with covers/lids) of sufficient size and number to contain construction and domestic wastes. Domestic waste shall be cleaned up and disposed of daily in designated waste containers, and cleaned up immediately if overflowing.
810-3.06 Off Site Staging and Storage Yard of the Standard Specifications is modified to add:
If the contractor has entered into a separate agreement with an owner or lessee of private property to obtain property for use as a storage or staging area, both the Agency and the contractor shall state in its SWPPP that this area is under the control of the contractor.
810-3.07 SWPPP Implementation Plan of the Standard Specifications is modified to add:
The contractor will provide an implementation plan describing the SWPPP activities associated with the construction sequencing of the project and how all requirements of the SWPPP will be accomplished during all phases of construction, including housekeeping requirements. All disturbed slopes that will not be stabilized within the SWPPP mandated 14 days must have
temporary stabilization installed.
The implementation plan shall also include the contractor’s training plan for their own Stormwater Team, as well as for remaining staff and sub-contractors. The contractor shall provide new employee training at least one (1) time per year and shall provide refresher training for existing employees directly involved in SWPPP activities at least once every two (2) years. The contractor’s training plan shall cover all requirements included in the most current version of the AZPDES Construction General Permit and shall include at minimum:
810-3.08 (H) Track Out Pad is hereby added to the Standard Specifications:
The work under this item shall consist of furnishing all materials, tools, equipment, and labor necessary to install and remove the Track Out Pads at all construction entrances; locations to be determined by the contractor and approved by the Engineer.
At the completion of the project, the contractor shall remove the Track Out Pads and restore/re- grade the area to return the ground elevation and grading to existing conditions as close as possible.
810-3.10 (J) AZPDES Sign Information is hereby added to the Standard Specifications:
The work under this item shall consist of furnishing all materials and labor necessary to add the AZCON authorization number to signs at all major entrances to the project site. The wording shall read “AZCON – ”. Wording or diagrams showing the location of the job trailer shall also be provided. If there is no sign which this information can be added to, the contractor shall furnish a sign for this purpose.
* GUARDRAIL RUSTICATION IS GENERALLY A SPECIALTY ITEM, USED ON A CASE BY CASE BASIS, AND REQUIRES PRIOR APPROVAL. MAINTENANCE & OPERATIONS ONLY STOCKS STD. GALVANIZED GUARDRAIL ITEMS FOR DAMAGE OR REPLACEMENT. *
(905GRDRL_RUSTICATION, 11/18/14)
SECTION 905 – GUARDRAIL
905-2 MATERIALS of the Standard Specifications is revised to add:
Materials for guard rail shall conform to the requirements of Section 1012, except that all W-Beam guard rail elements shall be Weathering Steel conforming to the requirements of AASHTO Specifications M180, Class A, Type 4 and all guard rail hardware shall be Weathering Steel. All guard rail terminals shall be Weathering Steel conforming to the requirements of AASHTO Specification M180, Class A, Type 4.
(908ADA DOMES, 12/5/14) SECTION 908 – CONCRETE CURBS, GUTTERS, SIDEWALKS AND DRIVEWAYS
908-1 DESCRIPTION of the Standard Specifications is modified to add:
The work under this section shall also include the installation of Detectable Warning Surfaces at sidewalk ramps, median refuge areas and concrete landing areas.
908-2 MATERIALS
908-2.06 Detectable Warning Surface of the Standard Specifications is modified to add:
The detectable warning panel shall be a minimum of one quarter of an inch (1/4 inch) thick, exclusive of the truncated domes and the anchoring system. The panel shall include an anchoring system, such as metal or composite anchors, or composite ribbing or a combination thereof, with a minimum depth of three quarters of an inch (¾ inch) measured from the underside of the panel, in sufficient numbers so the panel will resist movement (i.e. sliding, rocking or lifting) once in service.
Detectable warning panels shall be non-flammable, skid resistant, rigid, non-flexible, non- yielding and shall not be subject to spalling, chipping, delamination, cracking, or separation throughout the manufacturer’s warranty period. The manufacturer’s warranty period shall be 10 years from the date of installation and be issued to the agency.