+ All Categories
Home > Documents > CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts :...

CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts :...

Date post: 19-Jun-2021
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
228
INDIANA DEPARTMENT OF TRANSPORTATION CONTRACT INFORMATION BOOK (CIB) PART I CONTRACT NO. LETTING DATE: Certified By: Date: Covering Items in Table of Contents, PART I For Release for Bidding Purposes
Transcript
Page 1: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

INDIANA

DEPARTMENT OF TRANSPORTATION

CONTRACT INFORMATION

BOOK (CIB) PART I

CONTRACT NO.

LETTING DATE:

Certified By:

Date:

Covering Items in Table of Contents, PART I For Release for Bidding Purposes

Page 2: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

CONTRACT INFORMATIONTABLE OF CONTENTS

CONTRACT NO.

This book shall be examined to determine that each page set out in the Contract Information Table of Contents, and the Special Provisions Table of Contents is attached, legible, and current.

PART I PAGES

PROPOSAL PAGE 1

SCHEDULE OF PAY ITEMS 1 –

RECURRING PLAN DETAILS 1 -

TRAFFIC CONTROL DEVICE REPORT 1

SPECIAL PROVISIONS 1 –

PART II

CONTACT FOR CONTRACTORS

DISTRICT CONSTRUCTION CONTACT:

*QUESTION FORM

Contractors shall submit contract specific questions by completing the Question Form accessed from http://entapps.indot.in.gov/cqa/The Department will attempt to have an answer on-line within two business days.

Retrieve the Question and Answer Form for a specific contract by going on–line in the same manner you retrieve Contract Information Books and Plans. http://erms.indot.in.gov/viewdocs/ will display the interface used for selection of contract letting documents. For the document category, select “Q and A Form”.

CONTACTS FOR DISTRICT PERSONNEL ONLY

PHONE:

PHONE:

cclang
Text Box
*
cclang
Text Box
Page 3: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

DBE GOAL: A contract provision goal of percent of the contract bid price has been established as theminimum amount for contracting to disadvantaged business enterprises.

Indiana Department of Transportation

10:00Date of Letting:

Location of Letting: N725 CONF RM, GOVERNMENT CENTER NORTH100 N. SENATE AVENUEINDIANAPOLIS, INDIANA 46204

July 12, 2017Time of Letting:

Proposal

Project Number(s):

9.00

1173383, 1500040R -35024-A

Counties :Districts : SHELBY

Not Applicable

THIN PCCP OVERLAY AND ASPHALT RESURFACE

Pre-Bid Meeting Date:

Contract Number:

Greenfield

Erosion Control: Erosion Control Level Two

Description:

THE FOLLOWING DOCUMENTS ARE INCLUDED IN THE CONTRACT:2016 STANDARD SPECIFICATIONS EFFECTIVELIST OF APPROVED OR PREQUALIFIED MATERIALSSTANDARD DRAWINGS LISTED ON STANDARD DRAWING INDEX EFFECTIVE 9-1-16ADDITIONAL REFERENCE MATERIAL MAY BE AVAILABLE ON THE INDOT WEBSITE. THEREFERENCE MATERIAL MAY INCLUDE, BUT IS NOT LIMITED TO PERMITS, ASBESTOS REPORTS,GEOTECHNICAL REPORTS, AND PRE-BID QUESTIONS AND ANSWERS. THE CONTRACTOR SHALLCONSIDER THE AVAILABLE ADDITIONAL REFERENCE MATERIAL IN PREPARATION OF THEPROPOSAL BID.

State Certified

Route: SR 9

Location: ON SR 9 FROM SHELBY COUNTY LINE TO SR 44

Time ID Completion Date orNumber of Units Time Type Liquidated Damages RateDescription

00 6/30/2019 DT $2,500.00 per DaysCALENDAR COMPLETIONDATE:

01 8/1/2018 DT $2,500.00 per DaysINTERMEDIATECOMPLETION DATE:SEGMENT 2, STAGE 2B

02 8/28/2018 DT $2,500.00 per DaysINTERMEDIATECOMPLETION DATE:STATION 805+00 TO 825+56

03 10/31/2018 DT $2,500.00 per DaysINTERMEDIATECOMPLETION DATE: ALLWORK EXCEPT NOT

04 3/1/2018 DT $2,500.00 per DaysEARLIEST DATE TO BEGINWORK: SEGMENT 2

05 4/1/2018 DT $2,500.00 per DaysEARLIEST DATE TO BEGINWORK: SEGMENT 1,SECTION F

06 15 CD $2,500.00 per DaysCLOSURE TIME: SEGMENT2, STAGE 2B

(*) - Indicates Cost Plus Time Site. See Schedule of Items for Cost Per Unit

Page 4: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

LUMP SUM _________._____LUMP SUM0001 105-06845

CONSTRUCTION ENGINEERING

1.000002 109-08359

LIQUIDATED DAMAGES DOL1.000

1.00

1.000003 109-08360

CONTRACT LIENS DOL1.000

1.00

1.000004 109-08440

QUALITY ADJUSTMENTS, HMA DOL1.000

1.00

1.000005 109-08441

QUALITY ADJUSTMENTS, PCCP DOL1.000

1.00

1.000006 109-08443

QUALITY ADJUSTMENTS,TEMPORARY TRAFFIC CONTROLDEVICES

DOL1.000

1.00

1.000007 109-08444

QUALITY ADJUSTMENTS, FAILEDMATERIALS

DOL1.000

1.00

1.000008 109-08463

PROJECT ESTIMATE ADJUSTMENT DOL1.000

1.00

1.000009 109-09377

QUALITY ADJUSTMENTS, PAVEMENTTRAFFIC MARKINGS

DOL1.000

1.00

1.000010 109-09489

PAYMENT ADJUSTMENT PG ASPHALTBINDER

DOL1.000

1.00

1.000011 109-11362

QUALITY ADJUSTMENTS, FAILURE TOMAINTAIN TEMPORARY EROSIONAND SEDIMENT CONTROLMEASURES

DOL1.000

1.00

Proposal Schedule of Items Page 1 of 12

Page 5: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

LUMP SUM _________._____LUMP SUM0012 110-01001

MOBILIZATION AND DEMOBILIZATION

LUMP SUM _________._____LUMP SUM0013 201-52370

CLEARING RIGHT OF WAY

_________.______________._____0014 202-02279

CURB AND GUTTER, REMOVE LFT8,000.000

_________.______________._____0015 202-05571

TESTING FOR WASTES , POTENTIALCONTAMINATED SOIL

EACH3.000

_________.______________._____0016 202-06580

CONTAMINATED SOIL, REMOVE CYS90.000

_________.______________._____0017 202-52710

SIDEWALK CONCRETE, REMOVE SYS5,500.000

_________.______________._____0018 202-93741

GUARDRAIL, END TREATMENT,REMOVE

EACH10.000

_________.______________._____0019 203-02000

EXCAVATION, COMMON CYS484.000

15,784.000020 205-12108

STORM WATER MANAGEMENTBUDGET

DOL15,784.000

1.00

LUMP SUM _________._____LUMP SUM0021 205-12111

SWQCP PREPARATION ANDIMPLEMENTATION, LEVEL 2

_________.______________._____0022 207-08264

SUBGRADE TREATMENT, TYPE II SYS2,115.000

_________.______________._____0023 207-08266

SUBGRADE TREATMENT, TYPE III SYS41,502.000

_________.______________._____0024 207-09935

SUBGRADE TREATMENT, TYPE IC SYS2,632.000

Proposal Schedule of Items Page 2 of 12

Page 6: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0025 211-09265

STRUCTURE BACKFILL, TYPE 2 CYS486.000

_________.______________._____0026 301-07448

COMPACTED AGGREGATE NO. 53BASE

TON2,025.000

_________.______________._____0027 302-07455

DENSE GRADED SUBBASE CYS3,506.000

_________.______________._____0028 303-01180

COMPACTED AGGREGATE NO. 53 TON4,106.000

_________.______________._____0029 303-08210

COMPACTED AGGREGATE NO. 53TEMPORARY FOR DRIVEWAYS

TON2,194.000

_________.______________._____0030 304-07490

HMA PATCHING, TYPE B TON1,303.000

_________.______________._____0031 304-07783

HMA PATCHING, TYPE D TON10.000

_________.______________._____0032 306-08039

MILLING, ASPHALT REMOVAL SYS15,414.000

_________.______________._____0033 306-08043

MILLING, TRANSITION SYS4,000.000

_________.______________._____0034 306-08159

MILLING, ASPHALT , VARIABLE, 3" Min. SYS198,481.000

_________.______________._____0035 306-08432

MILLING, APPROACH SYS13,897.000

LUMP SUM _________._____LUMP SUM0036 401-06264

PROFILOGRAPH, HMA

_________.______________._____0037 401-07322

QC/QA-HMA, 3, 64, SURFACE, 9.5 mm TON1,477.000

Proposal Schedule of Items Page 3 of 12

Page 7: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0038 401-07328

QC/QA-HMA, 3, 70, SURFACE, 9.5 mm TON1,279.000

_________.______________._____0039 401-07340

QC/QA-HMA, 3, 64, SURFACE, 12.5 mm TON342.000

_________.______________._____0040 401-07390

QC/QA-HMA, 2, 64, INTERMEDIATE,19.0 mm

TON3,855.000

_________.______________._____0041 401-07398

QC/QA-HMA, 3, 70, INTERMEDIATE,19.0 mm

TON4,239.000

_________.______________._____0042 401-10258

JOINT ADHESIVE, SURFACE LFT22,155.000

_________.______________._____0043 401-10259

JOINT ADHESIVE, INTERMEDIATE LFT23,833.000

_________.______________._____0044 401-11785

LIQUID ASPHALT SEALANT LFT22,155.000

_________.______________._____0045 406-05520

ASPHALT FOR TACK COAT TON26.000

LUMP SUM _________._____LUMP SUM0046 501-06266

PROFILOGRAPH PCCP

LUMP SUM _________._____LUMP SUM0047 501-06727

CORING, PCCP

_________.______________._____0048 501-12182

QC/QA-PCC, THIN BONDED OVERLAY,6 IN.

SYS142,456.000

625.000049 501-12183

QC/QA PCC ADDITIONAL CYS5.000

125.00

_________.______________._____0050 501-12221

QC/QA-PCC, THIN BONDED OVERLAY,8 IN.

SYS41,502.000

Proposal Schedule of Items Page 4 of 12

Page 8: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0051 503-05240

D-1 CONTRACTION JOINT LFT216.000

_________.______________._____0052 503-05310

TERMINAL JOINT LFT236.000

_________.______________._____0053 506-06333

PCCP PATCHING, FULL DEPTH SYS476.000

_________.______________._____0054 601-01700

GUARDRAIL, TERMINAL SYSTEM, W-BEAM CURVED, 1

EACH2.000

_________.______________._____0055 601-01740

GUARDRAIL, TERMINAL SYSTEM, W-BEAM CURVED, 4

EACH1.000

_________.______________._____0056 601-02241

GUARDRAIL, REMOVE LFT4,644.000

_________.______________._____0057 601-06035

GUARDRAIL, RESET LFT2,156.000

_________.______________._____0058 601-06854

GUARDRAIL, W-BEAM, NESTED EACH2.000

_________.______________._____0059 601-94689

GUARDRAIL, END TREATMENT, OS EACH11.000

_________.______________._____0060 601-99105

GUARDRAIL, W-BEAM, 6 FT 3 IN.SPACING

LFT2,488.000

_________.______________._____0061 604-06070

SIDEWALK, CONCRETE SYS3,530.000

_________.______________._____0062 604-08086

CURB RAMP, CONCRETE SYS563.000

_________.______________._____0063 604-12083

DETECTABLE WARNING SURFACES SYS88.000

Proposal Schedule of Items Page 5 of 12

Page 9: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0064 605-06120

CURB, CONCRETE LFT381.000

_________.______________._____0065 605-06140

CURB AND GUTTER, CONCRETE LFT4,942.000

_________.______________._____0066 605-06155

CURB AND GUTTER, CONCRETE,MODIFIED , 2

LFT1,662.000

_________.______________._____0067 606-07484

MILLED HMA CORRUGATIONS LFT1,172.000

_________.______________._____0068 606-11064

MILLED PCCP CORRUGATIONS LFT154,270.000

_________.______________._____0069 610-07487

HMA FOR APPROACHES, TYPE B TON3,057.000

_________.______________._____0070 610-08446

PCCP FOR APPROACHES, 6 IN. SYS309.000

_________.______________._____0071 610-09108

PCCP FOR APPROACHES, 9 IN. SYS1,202.000

_________.______________._____0072 611-08232

MAILBOX ASSEMBLY, SINGLE RESET EACH14.000

_________.______________._____0073 615-06505

MONUMENT, B EACH3.000

_________.______________._____0074 615-06515

MONUMENT, D EACH32.000

_________.______________._____0075 621-06575

SODDING, NURSERY SYS3,288.000

_________.______________._____0076 628-09403

FIELD OFFICE, C MOS19.000

Proposal Schedule of Items Page 6 of 12

Page 10: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0077 628-09409

MOBILE INTERNET SERVICE , 1 EACH MOS19.000

_________.______________._____0078 628-11976

COMPUTER SYSTEM EQUIPMENT EACH1.000

_________.______________._____0079 628-11977

COMPUTER SYSTEM EACH1.000

_________.______________._____0080 715-05149

PIPE, TYPE 2, CIRCULAR, 12 IN. LFT2,119.000

_________.______________._____0081 715-05151

PIPE, TYPE 2, CIRCULAR, 15 IN. LFT140.000

_________.______________._____0082 715-08283

PCCP FOR STRUCTUREINSTALLATION

SYS140.000

_________.______________._____0083 715-08305

HMA FOR STRUCTUREINSTALLATION, TYPE B

TON27.000

_________.______________._____0084 720-03757

MANHOLE, C15 , MODIFIED EACH1.000

_________.______________._____0085 720-44000

CASTING, ADJUST TO GRADE ,MANHOLE

EACH24.000

_________.______________._____0086 720-44296

INLET, CAP EACH10.000

_________.______________._____0087 720-45265

PIPE CATCH BASIN, 15 IN. EACH18.000

_________.______________._____0088 720-45270

PIPE CATCH BASIN, 18 IN. EACH9.000

_________.______________._____0089 720-45410

MANHOLE, C4 EACH8.000

Proposal Schedule of Items Page 7 of 12

Page 11: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0090 720-93409

INLET, B15 MODIFIED EACH7.000

_________.______________._____0091 720-93411

INLET, C15 MODIFIED EACH4.000

_________.______________._____0092 720-98174

INLET, B15 EACH14.000

_________.______________._____0093 720-98555

INLET, C15 EACH12.000

_________.______________._____0094 801-02595

CONTROLLER RESET TIMING EACH3.000

_________.______________._____0095 801-03290

CONSTRUCTION SIGN, C EACH11.000

_________.______________._____0096 801-04308

ROAD CLOSURE SIGN ASSEMBLY EACH41.000

_________.______________._____0097 801-06203

TEMPORARY PAVEMENT MARKING, 4IN.

LFT5,650.000

_________.______________._____0098 801-06207

TEMPORARY PAVEMENT MARKING,REMOVABLE, 4 IN.

LFT11,424.000

_________.______________._____0099 801-06211

TEMPORARY PAVEMENT MESSAGEMARKING, REMOVABLE, LANEINDICATION ARROW

EACH10.000

_________.______________._____0100 801-06212

TEMPORARY PAVEMENT MESSAGEMARKING, REMOVABLE, (ONLY)

EACH1.000

_________.______________._____0101 801-06577

TEMPORARY PAVEMENT MARKING,REMOVABLE, 24 IN.

LFT116.000

Proposal Schedule of Items Page 8 of 12

Page 12: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0102 801-06625

DETOUR ROUTE MARKER ASSEMBLY EACH96.000

_________.______________._____0103 801-06640

CONSTRUCTION SIGN, A EACH139.000

_________.______________._____0104 801-06645

CONSTRUCTION SIGN, B EACH95.000

LUMP SUM _________._____LUMP SUM0105 801-06775

MAINTAINING TRAFFIC

_________.______________._____0106 801-07118

BARRICADE, III-A LFT288.000

_________.______________._____0107 801-07119

BARRICADE, III-B LFT436.000

_________.______________._____0108 801-11642

PORTABLE CHANGEABLE MESSAGESIGN

EACH3.000

_________.______________._____0109 801-94295

SIGNAL HEAD RELOCATE EACH10.000

_________.______________._____0110 802-05704

SIGN POST, SQUARE TYPE 1UNREINFORCED ANCHOR BASE

LFT475.000

_________.______________._____0111 802-07060

SIGN, SHEET, RELOCATE EACH50.000

_________.______________._____0112 805-78470

SIGNAL CABLE, ROADWAY LOOP,COPPER, 1C/14 GA

LFT1,426.000

_________.______________._____0113 805-78485

SIGNAL CABLE, CONTROL, COPPER,5C/14 GA

LFT85.000

Proposal Schedule of Items Page 9 of 12

Page 13: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0114 805-78490

SIGNAL CABLE, CONTROL, COPPER,7C/14 GA

LFT93.000

_________.______________._____0115 805-78795

SAW CUT FOR ROADWAY LOOPDETECTOR AND SEALANT

LFT497.000

_________.______________._____0116 805-92951

SIGNAL DETECTOR HOUSINGADJUST TO GRADE

EACH3.000

_________.______________._____0117 808-05866

PAVEMENT MESSAGE MARKING,REMOVE

SYS16.000

_________.______________._____0118 808-05929

TRANSVERSE MARKING,THERMOPLASTIC, CROSSWALK LINE,WHITE, 8 IN.

LFT1,855.000

_________.______________._____0119 808-06368

TRANSVERSE MARKING, REMOVE LFT60.000

_________.______________._____0120 808-06701

LINE, THERMOPLASTIC, BROKEN,WHITE, 4 IN.

LFT810.000

_________.______________._____0121 808-06703

LINE, THERMOPLASTIC, SOLID,WHITE, 4 IN.

LFT10,559.000

_________.______________._____0122 808-06705

LINE, THERMOPLASTIC, SOLID,WHITE, 8 IN.

LFT572.000

_________.______________._____0123 808-06716

LINE, REMOVE LFT3,606.000

LUMP SUM _________._____LUMP SUM0124 808-09381

RETRO-REFLECTIVITY TESTING

Proposal Schedule of Items Page 10 of 12

Page 14: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0125 808-10033

LINE, MULTI-COMPONENT, SOLID,WHITE, 4 IN.

LFT111,493.000

_________.______________._____0126 808-10034

LINE, MULTI-COMPONENT, SOLID,YELLOW, 4 IN.

LFT38,109.000

_________.______________._____0127 808-10036

LINE, MULTI-COMPONENT, BROKEN,YELLOW, 4 IN.

LFT10,450.000

_________.______________._____0128 808-10058

LINE, MULTI-COMPONENT, SOLID,YELLOW, 8 IN.

LFT4,220.000

_________.______________._____0129 808-10119

TRANSVERSE MARKING, MULTI-COMPONENT, CROSSHATCH LINE,YELLOW, 24 IN.

LFT631.000

_________.______________._____0130 808-12032

GROOVING FOR PAVEMENTMARKINGS

LFT192,479.000

_________.______________._____0131 808-75215

LINE, THERMOPLASTIC, SOLID,WHITE, 12 IN.

LFT262.000

_________.______________._____0132 808-75245

LINE, THERMOPLASTIC, SOLID,YELLOW, 4 IN.

LFT15,504.000

_________.______________._____0133 808-75278

TRANSVERSE MARKING,THERMOPLASTIC, CROSSHATCHLINE, YELLOW, 12 IN.

LFT38.000

_________.______________._____0134 808-75297

TRANSVERSE MARKING,THERMOPLASTIC, STOP LINE,WHITE, 24 IN.

LFT411.000

Proposal Schedule of Items Page 11 of 12

Page 15: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Letting Date: July 12, 2017Indiana Department of Transportation

Proposal ID: R -35024-A Project(s): 1173383, 1500040

1 ASPHALT RESURFACESECTION:

Alt Set ID: Alt Mbr ID:

Unit Price Bid AmountApproximateQuantity and

UnitsDescriptionItem ID

ProposalLine

Number

_________.______________._____0135 808-75320

PAVEMENT MESSAGE MARKING,THERMOPLASTIC LANE INDICATIONARROW

EACH5.000

_________.______________._____0136 808-75325

PAVEMENT MESSAGE MARKING,THERMOPLASTIC ONLY

EACH3.000

_________.______________._____0137 808-75996

SNOWPLOWABLE RAISED PAVEMENTMARKER, REMOVE

EACH1,479.000

_________.______________._____0138 808-75998

SNOWPLOWABLE RAISED PAVEMENTMARKER

EACH1,479.000

_________.______________._____0139 808-92027

LINE, THERMOPLASTIC, SOLID,YELLOW, 8 IN.

LFT500.000

Section: 1 _________._____Total:

Total Bid: _________._____

Proposal Schedule of Items Page 12 of 12

Page 16: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

02-01-15

103-C-584d 1 of 2

103-C-584d DBE JOINT CHECK REQUEST FORM

(Revised 12-11-14)

INDIANA DEPARTMENT OF TRANSPORTATION DBE JOINT CHECK REQUEST FORM

Name of DBE Contract Number

Name of Prime Contractor Item Number(s)

Name of Material Supplier

INDOT will closely monitor the use of joint checks. To receive DBE credit for performing a commercially useful function with respect to obtaining materials and supplies, a DBE must “be responsible for negotiating price, determining quality and quantity, ordering the material and installing (where applicable) and paying for the material itself.” Only when a DBE meets all of these requirements should credit be counted for the procurement of the items by the DBE. Please refer to the attached Procedures for Using Joint Checks under the Disadvantaged Business Program for qualifying conditions. If proper procedures are not followed or INDOT determines that the arrangement results in lack of independence for the DBE involved, no credit for the DBE’s participation as it relates to the material cost will be counted toward the contract goal requirement. I have read and understand the above information and have attached a copy of the Joint Check Agreement relating to this request. I hereby acknowledge that the information provided on this form is true and accurate. Authorized DBE Representative

Signature Title Date Authorized Prime Contractor Representative

Signature Title Date Authorized Material Supplier Representative

Signature Title Date

INDOT USE ONLY

Date Received: INDOT Representative:

Approved Denied Note: Do not process this request without a signed copy (all parties) of the Joint Check Agreement, statement of history, and any related policies.

Comments:

Please send the DBE Joint Check Request Form and supporting documentation to [email protected]

GREENFIELD DISTRICT CONTRACT NO. R -35024

1

Page 17: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

02-01-15

103-C-584d 2 of 2

INDIANA DEPARTMENT OF TRANSPORTATION PROCEDURES FOR USING JOINT CHECKS UNDER THE DISADVANTAGED BUSINESS

ENTERPRISE (DBE) PROGRAM A joint check is a “two party” check payable to two parties. Typically, a joint check is issued by a prime contractor to a subcontractor and to a material supplier or another third party for items or services to be incorporated into a project. INDOT understands that prime contractors, subcontractors and suppliers may wish to use joint check arrangements for a variety of legitimate reasons, such as assuring that timely payment will be for the supplier’s items or dealing with situations in which it is difficult for a subcontractor to obtain bonding at a competitive rate. However, INDOT also understands that that the use of joint checks can raise questions about whether it is proper to count DBE credit for the items purchased using the joint check. When joint checks are utilized, DBE credit toward the contract goal will only be allowed when the DBE is performing a “commercially useful function” in accordance with 49 CFR 26.55(c)(1): “A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to the materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable), and paying for the material itself.” The following conditions will apply to payments to DBE subcontractors and material vendors using joint checks. INDOT will closely monitor the use of joint checks to ensure that such a practice does not erode the independence of the DBE nor inhibit the DBE’s ability to perform a commercially useful function. Joint checks will not be allowed simply for the convenience of the prime contractor. Failure to follow these conditions may disqualify DBE participation or adversely impact a contractor’s bidding status. 1. Any implementation of a Joint Check Agreement must first be approved by INDOT

and requested by the DBE involved using the DBE Joint Check Request Form provided by INDOT;

2. A formalized Joint Check Agreement between the parties involved (including the conditions of the arrangement and expected use of the joint checks) must accompany the DBE Joint Check Request Form;

3. Each party to the Joint Check Agreement must also submit a statement of its history in using joint checks and any related policies with the DBE Joint Check Request Form;

4. Joint checks should be focused on accomplishing the procurement of materials needed for a particular purpose at a particular time (i.e., contract specific).

5. Even with joint checks, the DBE will remain responsible for the other elements of 49 CFR 26.55(c)(1);

6. No requirement by the prime contractor that the DBE is to use a specific supplier nor the prime contractors “negotiated” price;

7. DBE must release the joint check to the material supplier (upon determining that the material supplier or other third party has fulfilled its responsibilities under the contract);

8. DBEs must be more than an extra participant in releasing the check to the material supplier;

9. Prime contractors must make joint checks available to all contract participants, and may not be restrictive to any one participant; and

10. All parties involved in a formalized joint check agreement must provide INDOT (upon request) with any documentation deemed necessary to substantiate compliance.

GREENFIELD DISTRICT CONTRACT NO. R -35024

2

Page 18: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Storm Water, Erosion, and Sediment Control Inspection Report INDOT (4-2012)

Project Information

INDOT Lead Des Number: Inspection Type Inspection Date:

Contract Number: 024 hr (After a > 0.5" Event) Date of Last Precipitation:

Road/County: []weekly DQAlQC Amount of Last Precipitation:

Areas Inspected

Area Type Inspected Area Type Inspected Area Inspected ,;INA ';INA Type -/INA

Disturbed Areas Areas where Water Leaves the Erosion Project Site Controls

Material Storage Areas Other: Sediment Controls

How was inspection conducted? (check D Windshield D Walking D Other all that apply)

Stationing Inspected Sta. to Sta. to Sta. to [JEntire Project DSelect Stations: Sta. Sta. Sta.

Part A: Erosion and Sediment Control Best Management Practices (BMPs Ins!ected Except for the instances listed below, all sediment and erosion controls have been inspected and were found to be in working order and do not require maintenance or conective actions.

BMPType Approximate Station

(see table on From To page 3)

Survey Line: Left, BMP Maintenance or Corrective Action Needed Right or centerline Describe required corrective actions, maintenance, additions, or

directions. Along with description provide image filename here for any reference pictnres provided.

Page 1 of5

108-C-192d

GREENFIELD DISTRICT CONTRACT NO. R -35024

3

Page 19: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Storm Water, Erosion, and Sediment Control Inspection Report

Part B: Additional Quantities or Additional BMPs Needed

INDOT (4-2012)

Any additional control quantities or new BMPs not shown on the SWPPP must be approved by the PEIPS. If multiple locations are involved, identify the exact location of each addition. Justification for the measure must be provided.

BMPType Approximate Station Survey Line: Left, Description/Justification for the additional BMPs (see table on From To

Right or centerline Along with description provide image filename here for any

pa2e 3) reference pictures provided.

Part C: Temporarily or Permanently Suspended Construction Activities Where construction activities (grading, excavating, embankment filling, or other land disturbing activities have been suspended either temporarily or permanently, describe why stabilization measures were not initiated within 7 days.

BMPType Approximate Station Survey Line: Left, Description (see table on From To Right or centerline Along with description provide image ftlename here for any

pa2e 3) reference pictures provided.

Part D: Compliance Evaluation (check only one) yWith the maintenance and improvement actions noted, the areas inspected will meet the intent of the Erosion and Sediment

ontrol Plan and INDOT contract documents and specifications related to temporary erosion and sediment control.

q The areas inspected are not meeting the intent and are in potential noncompliance with the Erosion and Sediment Control Plan

and/or INDOT contract documents and specifications related to temporary erosion and sediment control. There is off site sedimentation and/or a high potential for off-site sedimentation on this project. (If this box is checked, complete the following "Part E: Potential Noncompliance Issues" section of this form)

BMPType (see table on

page 3)

Part E: Potential Noncompliance Issues Approximate Station

From To

Survey Line: Left, Describe the potential noncompliance issue(s) e.g. failure to

Right or centerline adequately inspect the project, repeated failure of a BMP,

failure to install a required BMP, a visible off-site discharge of material (silt, sand, oily water, etc.), or potential off-site discharges or potential failures.

Page 2 of5

108-C-192d

GREENFIELD DISTRICT CONTRACT NO. R -35024

4

Page 20: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Storm Water, Erosion, and Sediment Control Inspection Report

Part F: Inspection Certification

INDOT (4-2012)

I certifY that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assme that qualified personnel properly gather and evaluate the infOlmation submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accmate, and complete.

Inspector Name Printed: I Company: I Title: I Date:

Inspector Signature:

If evaluating an inspection performed by another inspector, please check one of the following boxes: o I concur with the inspector 0 I do not concur with the inspector (please circle any findings that you do not agree with)

Owner Representative Name: Signature: Date: A pennanent copy must be filed with the project records and be provided to lNDOT or IDEM personnel according to requirements or upon request.

Table of Types of Erosion and Sediment Control Best Management Practices (BMPs) 1 Diversion Interceptor 8 Check Dam, 15 Filter Berm 22 Concrete Washout

Traversable

2 Temporary Seeding 9 Slope Drain 16 Filter Sock 23 Secondary Spill Containment

3 Permanent Sod or Seed 10 Splash Pad 17 Turbidity Curtain 24

4 Mulch (hydraulic 01' 11 Sediment Trap 18 Smface Roughening 25 bonded fiber mulch)

5 Straw Mulch 12 Sediment Basin 19 Vegetative Filter Strip 26 (blown/laid)

6 Manufactured Surface l3 Retention Pond 20 Inlet Protection 27 Protection Products

7 Check Dam 14 Silt Fence 21 Construction 28 entrance/exit

cc: Prime Contractor Superintendent (add Prime Contractor OwnerlPresident when appropriate) INDOT Project Engineer (add INDOT Area Engineer when appropriate) INDOT District E&SC Specialist (add INDOT Central Office E&SC Specialist when appropriate)

Page 3 of5

108-C-192d

GREENFIELD DISTRICT CONTRACT NO. R -35024

5

Page 21: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Storm Water, Erosion, and Sediment Control Inspection Report INDOT (4-2012)

Instructions for the Contractor's representative: Fill out this document completely including filling out the Project Information, Areas Inspected and Parts A, B, C, D, E and F the day of your field investigation and put it on file for the project. Submit the signed document to the INDOT project representative the same day. Always provide pictures to document site conditions observed in your report.

Instructions for INDOT's representative:

When you receive a completed and signed inspection report as completed by the contractor, visit the site within 24 hours of receipt of the contractor's inspection to verify the contractor's fmdings. If you concur with the contractor's inspection, fill out part F and sign as the INDOT representative. If you don't concur with the contractor's inspection, fill out parts E, F and circle any areas where you believe the inspection misrepresented the site's state of compliance with the intent ofINDOT standards. If possible, provide pictures to document site conditions observed. Upon completion, sign under Part F, put it on file with the project and copy the prime contractor's representative.

If you are completing this as an evaluation of an INDOT project without regard to the contractor's inspection, fill out all parts of the form including part D, E and sign as the inspector in part F. Always provide pictures to document site conditions observed in your report. Provide a copy to the INDOT PE/PS for the project and the Area Engineer. It is recommended that the inspection report be provided to the contractor immediately for their information (not their concurrence). It is also recommended another INDOT rep. visit the site within 24 hours to verify the inspection for their records and sign concurrence or non-concunence in Part F.

Additional Explanation:

• Part A - Only put BMPs in Part A that were deemed to be in need of maintenance or alteration. Do not provide a list of every BMP inspected on the project. The intent is to document only those which were deemed in need of maintenance or alteration in order to continue to meet the intent of the measure at the location.

• Part B - Only put additional BMPs not yet installed on the project site in Part B. These can be BMPs intended for a different construction phase of the project or BMPs planned for other areas of the project that make sense to be deployed at additional locations. This is also where recommendations of measures would occur that identify new BMPs not in the contract documents.

• Part C - This is a list of known bare/exposed areas of the project and the justification why they are remaining bare or exposed during the review period despite a lack of construction activities. This especially includes any areas that are or are planned to be exposed for greater than 7 days without immediate plans to stabilize.

• Part D - Checking that the project is not in compliance with the intent ofINDOT standards indicates that despite the additional maintenance measures and BMPs, the project's oversight is failing to ensure that sediment is prevented from leaving the project site or has the potential to leave the project site.

• Part E - List principles of storm water or erosion and sediment control that appear to be lacking on the proj ect which demonstrate the lack of oversight of the proj ect by qualified personnel.

• Part F - The "I certify" signature of the inspector is important in order to document whose opinion is being provided by the filling out of this form.

Page 4 of5

108-C-192d

GREENFIELD DISTRICT CONTRACT NO. R -35024

6

Page 22: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

BMPType (see table on

pa2e 3)

Storm Water, Erosion, and Sediment Control Inspection Report

Approximate Station

From To

Additional Information for Part Left, Right or

centerline

Page 5 of5

108-C-192d

Description

INDOT (4-2012)

GREENFIELD DISTRICT CONTRACT NO. R -35024

7

Page 23: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

XW

4-2

-A(L

)

XW

4-2

(L)

XW

4-2

-A(R

)

XW

4-2

(R)

E 801-T-203d 1 of 1

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

LA

NE

EN

DS

WA

RN

ING

SIG

NS

Eff. for Lettings On or After 08-01-15

Recu

rrin

g P

lan

Deta

il 8

01

-R-6

22

d s

hall

ap

ply

.

Th

e c

olo

r an

d s

up

po

rt p

ost

deta

ils p

rov

ided

on

801-T

CT

C-1

0

801-T

CT

C-0

9

801-T

CT

C-0

6

80

1-T

CL

C-1

6

80

1-T

CL

C-1

5

80

1-T

CL

C-1

3

80

1-T

CL

C-1

1

80

1-T

CL

C-1

0

80

1-T

CL

C-0

9

80

1-T

CL

C-0

6

80

1-T

CL

C-0

5

80

1-T

CL

C-0

4

80

1-T

CL

C-0

3

80

1-T

CL

C-0

2

80

1-T

CL

C-0

1

801-T

CF

O-0

3

80

1-T

CC

O-0

1

20

04

ed

itio

n.

in t

he S

tan

dard

Hig

hw

ay

Sig

ns a

nd

Mark

ing

s B

oo

k,

vers

ions s

how

n o

n t

his

sheet

and a

re f

urt

her

deta

iled

Sta

nd

ard

Dra

win

gs s

hall

be s

up

ers

ed

ed

by

th

e

Th

e X

W4

-2 s

eri

es s

ign

s d

ep

icte

d i

n t

he f

oll

ow

ing

1.

:N

OT

ES

GREENFIELD DISTRICT CONTRACT NO. R -35024

8

Page 24: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Not

Less T

han

6'-

0"

Min

.1'-

0"

2'-

0"

2'-

0"

6'-

0" t

o 1

2'-

0"

6'-

0" t

o 1

2'-

0"

Sid

ew

alk

Th

an

No

t L

ess

Pla

que

Ad

vis

ory

Sp

eed

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

Eff. for Lettings On or After 07-01-17

NO

TE

S:

trav

ele

d w

ay

.

min

imu

m s

ign

mo

un

tin

g h

eig

ht

of

7 f

t ab

ov

e t

he

tem

po

rary

mo

un

ted

co

nstr

ucti

on

sig

ns s

hall

hav

e a

On r

oadw

ays w

here

on-s

treet

park

ing i

s a

llow

ed,

sig

n m

ounti

ng h

eig

ht

of

5 f

t ab

ov

e t

he t

rav

ele

d w

ay

.

be m

ou

nte

d o

n p

ort

ab

le s

up

po

rts t

hat

hav

e a

min

imu

m

wo

rk o

r fo

r o

pera

tio

ns w

hic

h a

ffect

traff

ic l

an

es s

hall

Tem

pora

ry m

ounte

d c

onstr

ucti

on s

igns f

or

nig

htt

ime

7

mo

re t

han

4 i

n.

into

th

e 4

ft

useab

le s

idew

alk

wid

th.

su

pp

ort

th

at

is l

ess t

han

7 f

t in

heig

ht

may

pro

tru

de

w

idth

must

be m

ain

tain

ed. N

o p

art

of

the s

ign o

r

6

Wh

en

sig

ns a

re p

laced

on

sid

ew

alk

, a 4

ft

useab

le

sh

all

no

t b

e l

ess t

han

7 f

t.

5 I

n u

rban a

rea o

r on I

nte

rsta

te r

oute

, m

ounti

ng h

eig

ht

4. T

ype A

warn

ing l

ight

requir

ed o

n a

ll c

onstr

ucti

on s

igns.

be l

ow

er

than

th

e t

op

of

the a

dv

iso

ry s

peed

pla

qu

e.

Th

e b

ott

om

of

the c

on

str

ucti

on

warn

ing

sig

n s

hall

no

t

4

ft

above t

he e

dge o

f pavem

ent

adja

cent

to t

he s

ign.

po

st

clo

sest

to t

he r

oad

way

at

a h

eig

ht

no

t le

ss t

han

an

oth

er

co

nstr

ucti

on

sig

n,

may

be m

ou

nte

d o

n t

he

3 A

n a

dvis

ory

speed p

laque, re

quir

ed t

o b

e p

laced w

ith

or

MA

SH

cra

sh

ev

alu

ati

on

cri

teri

a.

2. S

igns, li

ghts

, and s

upport

s s

hall

sati

sfy

NC

HR

P 3

50

no

tes.

1.

See S

tan

dard

Dra

win

g E

80

1-T

CS

N-0

1 f

or

ad

dit

ion

al

E 801-T-218d 1 of 1

CO

NS

TR

UC

TIO

N S

IGN

ST

EM

PO

RA

RY

MO

UN

TE

D

Edge of Pavement

Edge of Pavement

CO

NS

TR

UC

TIO

N S

IGN

TE

MP

OR

AR

Y M

OU

NT

ED

UN

-CU

RB

ED

RO

AD

WA

Y

CU

RB

ED

RO

AD

WA

Y

5'-

0"

Not

Less T

han

5'-

0"

Not

Less T

han

Paved S

hould

er

Type A

Lig

ht

Type A

Lig

ht

Type A

Lig

ht

Type A

Lig

ht

5

5

3

7-0"

Not Less Than

6

Paved S

urf

ace

6 7

GREENFIELD DISTRICT CONTRACT NO. R -35024

9

Page 25: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

09-01-13

805-T-039d

805-T-039d LOOP TESTING TABLE Page _______

(Adopted 09-01-05) INTERSECTION_________________________________________________________ Contract No._______________ TEST PERFORMER-CONTRACTOR (C)____________________________________________ Date___________ TEST PERFORMER-STATE (S)_____________________________________________________ Date___________

LOOP DESIGNATION

NUMBER OF TURNS

INDUCTANCE 80 to 800 µH

READINGS AT DETECTOR HOUSING BEFORE SPLICED

RESISTANCE # 8Ω

VOLTAGE # 3 v

MEGOHM (LOOP) > 100 M Ω

MEGOHM (LEAD IN) >100 M Ω

INDUCTANCE 80 to 800 µH

READINGS AT CABINET AFTER SPLICED

C

S

RESISTANCE

# 8Ω

C

S

VOLTAGE

# 3 v

C

S

MEGOHM WEST SPLICE >100 M Ω

C

S

VEHICLE SIMULATOR

C

S

DISTRIBUTION: Project File, District Traffic, Contractor

GREENFIELD DISTRICT CONTRACT NO. R -35024

10

Page 26: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

E 805-T-215d 1 of 8

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

SIG

NA

L I

ND

EX

AN

D G

EN

ER

AL

NO

TE

S

Eff. for Lettings On or After 01-01-17

GREENFIELD DISTRICT CONTRACT NO. R -35024

11

Page 27: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

1'-

9" M

in.

1'-9"

6" to 12"

2" C

lose N

ipple

2" H

ub

Pla

te

1'-9"

Dia.

1'-3" Min.

1" C

lose N

ipple

1" C

lose N

ipple

1" H

ub

Pla

teCo

ntr

oll

er

1" C

on

du

it

1" H

ub

Pla

te

Clo

se N

ipple

1" H

ub

Pla

te &

1' 0"

Max.

1'-0"

1" W

eath

erh

ead S

erv

ice E

ntr

ance

1" D

ia.

Conduit

1' 0"

2" D

ia. C

onduit

2" C

on

du

it

2" C

lose N

ipple

1/2

" D

ia.

Co

nd

uit

Gro

un

d W

ire i

n

1'-0"

1'-0"

Dia.

1'-3" Min.

2" W

eath

erh

ead

(Ty

p.)

3/4

" S

.S.

Ban

din

g

5 f

t. (

Max. S

pacin

g)

Conduit

Hangers

Every

or

3/4

" S

.S.

Ban

ds w

ith

Tw

o H

ole

Ste

el

Pip

e S

traps

1'-

9" M

in.

6" to 12"

3'-3" ±(Dri

p L

oop)

Pow

er

Cable

(Dri

p L

oop)

Sig

nal

Cab

les

Mete

r (I

f R

equir

ed)

3R

En

clo

su

re

En

tran

ce S

wit

ch

, N

EM

A

Tw

o H

ole

Pip

e S

trap

Top o

f S

idew

alk

Gro

und L

ine o

r

Tw

o H

ole

Pip

e S

traps

Top o

f S

idew

alk

Gro

und L

ine o

r

(Dri

p L

oop)

Sig

nal

Cab

les

Wood P

ole

Cla

ss

(Dri

p L

oop)

Pow

er

Cable

Gro

und

Ro

d

E 805-T-215d 2 of 8

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

MO

UN

TE

D O

N W

OO

D P

OL

ES

IGN

AL

SE

RV

ICE

& C

ON

TR

OL

LE

R

Eff. for Lettings On or After 01-01-17

GREENFIELD DISTRICT CONTRACT NO. R -35024

12

Page 28: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Conduit

hanger

Ste

el

co

nd

uit

Ste

el

str

ain

po

le

3'-3 ±

Max.

1'-0"6"

2" W

eath

erh

ead

Min

.

1'-

0"

1'-0"

1" L

. B

. C

onduit

1" H

ub

Pla

te &

3/4

" S

.S.

Ban

d (

Ty

p.)

Clo

se N

ipple

1" H

ub

Pla

te &

1" D

ia. C

onduit

(See D

eta

il A

)

Hangers

Every

5 f

t (M

ax. S

pacin

g)

3/4

" S

.S.

Ban

ds w

ith

Co

nd

uit

4" H

ub

Pla

te

2" L

.B.

Co

nd

uit

Serv

ice E

ntr

ance

1" W

eath

erh

ead

Top o

f S

idew

alk

Gro

und L

ine o

r

Gro

un

d W

ire

Gro

un

d W

ire

Gro

undin

g L

ug

Handhole

NE

NA

3R

En

clo

sure

En

tran

ce S

wit

ch

,

Mete

r (I

f re

qu

ired

)

Co

ntr

oll

er

(Dri

p L

oop)

Sig

nal

Cab

les

(Dri

p L

oop)

Pow

er

Cable

Ste

el

Pole

Band

1

3/4

" S

.S.

ban

d

DE

TA

IL A

1'-0"

2" C

lose N

ipple

E 805-T-215d 3 of 8

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

See S

tan

dard

Dra

win

g E

80

5-S

GS

P-0

3 f

or

deta

ils o

f b

an

ds.

1NO

TE

S:

Eff. for Lettings On or After 01-01-17

MO

UN

TE

D O

N S

TE

EL

PO

LE

SIG

NA

L S

ER

VIC

E &

CO

NT

OL

LE

R

GREENFIELD DISTRICT CONTRACT NO. R -35024

13

Page 29: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Gro

un

d r

od

12"

6" to

Min

.

1'-

0"

2'-0"

2'-0"

4'-0"

1'-0"

Max.

1'-0"

5 f

t (M

ax

. S

pacin

g)

Bands w

ith C

onduit

Hangers

every

Tw

o H

ole

Pip

e S

traps o

r 3/4

" S

.S.

Clo

se N

ipple

1" H

ub

Pla

te a

nd

Co

nd

uit

Han

gers

or

3/4

" S

.S.

Ban

ds w

ith

Tw

o H

ole

Ste

el

Pip

e S

traps

1" C

on

du

it

1/2

" D

ia.

Co

nd

uit

Gro

un

d W

ire i

n

2" C

on

du

it

Hub P

late

En

tran

ce S

wit

ch

Mete

r (I

f R

equir

ed)

(Dri

p L

oop)

Pow

er

Cable

Serv

ice E

ntr

ance

1" W

eath

erh

ead

35 f

t W

ood P

ole

Cla

ss V

E 805-T-215d 4 of 8

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

SIG

NA

L S

ER

VIC

E O

N W

OO

D P

OL

E

Eff. for Lettings On or After 01-01-17

GREENFIELD DISTRICT CONTRACT NO. R -35024

14

Page 30: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Lug O

n O

ne o

f th

e S

cre

ws o

n t

he T

ri-S

tud

1" G

roundin

g B

ushin

g o

r O

ne G

roundin

g

3/4

" S

.S.

Ban

ds (

Ty

p.)

1' 0

"

1' 0"

6"

1'-3" Min.

Meta

l H

ead O

nly

1c/1

4 G

round W

ire f

rom

Gro

un

d W

ire

Gro

und R

od

1c/1

4 G

rou

nd

ing

Wir

e

each

Meta

l S

ign

al

Head

Insta

ll G

roundin

g L

ug o

n

2" W

eath

erh

ead

Meta

l H

ead O

nly

1c/1

4 G

round W

ire f

rom

Ped

estr

ian

Sig

nal

Head

Teth

er

Gro

un

d L

ug

Pip

e A

rm

Handhole

for

Ste

el

Pole

2

1

3

Assem

bly

Pedestr

ian P

ushbutt

on

Top o

f S

idew

alk

Gro

und L

ine o

r

E 805-T-215d 5 of 8

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

ON

ST

EE

L P

OL

ES

IGN

AL

IN

DIC

AT

ION

MO

UN

TE

D

Eff. for Lettings On or After 01-01-17

pushbutt

on a

ssem

bly

mounti

ng h

eig

ht

and u

nobstr

ucte

d s

ide r

each.

See R

ecurr

ing P

lan D

eta

il E

805-T

-201d S

heet

01 f

or

pedestr

ian

3

and 2

pip

e a

rms.

Each p

edestr

ian s

ignal

and e

ach v

ehic

ula

r sig

nal

requir

es 2

pole

pla

tes

2

ped

estr

ian

sig

nals

.

for

vehic

ula

r sig

nals

and

fro

m 7

'-0

" t

o 1

0'-

0" a

bove t

op o

f sid

ew

alk

for

This

dis

tance s

hall

be 1

0'-

0" t

o 1

5'-

0" a

bove c

ente

rlin

e o

f pavem

ent

1NO

TE

S:

1'-0"

GREENFIELD DISTRICT CONTRACT NO. R -35024

15

Page 31: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

1'-3" Min.P

ed

estr

ian

Sig

nal

Head

Lug O

n O

ne o

f th

e S

cre

ws o

n t

he T

ri-S

tud

1" G

rou

nd

ing

Bu

sh

ing

or

On

e G

rou

nd

ing

1c/1

4 G

rou

nd

ing

Wir

e

each

Meta

l S

ign

al

Head

Insta

ll G

roundin

g L

ug o

n

1'-0"

1" D

ia.

Co

nd

uit

3/4

" S

.S.

Ban

ds (

Ty

p.)

Pip

e A

rm

2" D

ia.

Co

nd

uit

Teth

er

2" W

eath

erh

ead

3

12

(See D

eta

il A

)

Conduit

Hangers

3/4

" S

.S.

Ban

ds w

ith

12"

6" to

Gro

und R

od

1'-0"

3/4

" S

.S. B

and

DE

TA

IL A

Ste

el

Conduit

Co

nd

uit

Han

ger

Wo

od

Po

le

Wir

e

1c/1

4 G

rou

nd

ing

Dow

nguy

Pole

Pla

te2

1c/1

4 G

roundin

g W

ire

Top o

f S

idew

alk

Gro

und L

ine o

r

Pedestr

ian P

ushbutt

on A

ssem

bly

1'-

0"

E 805-T-215d 6 of 8

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

Eff. for Lettings On or After 01-01-17

ON

WO

OD

PO

LE

SIG

NA

L I

ND

ICA

TIO

N M

OU

NT

ED

pushbutt

on a

ssem

bly

mounti

ng h

eig

ht

and u

nobstr

ucte

d s

ide r

each.

See R

ecurr

ing P

lan D

eta

il E

805-T

-201d S

heet

01 f

or

pedestr

ian

3

and 2

pip

e a

rms.

Each p

edestr

ian s

ignal

and e

ach v

ehic

ula

r sig

nal

requir

es 2

pole

pla

tes

2

ped

estr

ian

sig

nals

.

for

vehic

ula

r sig

nals

and

fro

m 7

'-0

" t

o 1

0'-

0" a

bove t

op o

f sid

ew

alk

for

This

dis

tance s

hall

be 1

0'-

0" t

o 1

5'-

0" a

bove c

ente

rlin

e o

f pavem

ent

1NO

TE

S:

GREENFIELD DISTRICT CONTRACT NO. R -35024

16

Page 32: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

4

Gro

und r

od

To

Fin

ish

Cro

ssin

g

Watc

h F

or

Veh

icle

s

Fin

ish C

ross

ing

STE

AD

Y

FLA

SHIN

G

ST

AR

T C

RO

SS

ING

DO

N'T

ST

AR

T

DO

N'T

CR

OS

S

TO

CR

OS

S

PUSH

BU

TT

ON

TIM

ER

TIM

E R

EMA

ININ

G

10 ft to 15 ft

7 ft to 10 ft

Min

.

1'-

0"

6" t

o 1

2"

Pedesta

l B

ase

Back o

f B

ase

Gro

undin

g L

ug I

nsid

e,

Gro

un

d W

ire

3

Top o

f S

idew

alk

Ro

ad

Cen

terl

ine

1c/1

4 G

round W

ire

Pedestr

ian S

ignals

Co

mp

art

men

t S

lip

fitt

er

(Meta

l H

eads O

nly

)

1c/1

4 G

rou

nd

ing

Wir

e1

(Meta

l H

eads O

nly

)

1c/1

4 G

rou

nd

ing

Wir

e1

Tra

ffic

Sig

nal

Assem

bly

Ped

estr

ian

Fo

un

dati

on

Ty

pe A

Pedestr

ian P

ushbutt

on A

ssem

bly

E 805-T-215d 7 of 8

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

PE

DE

ST

AL

MO

UN

TE

D S

IGN

AL

IN

DIC

AT

ION

S

Eff. for Lettings On or After 01-01-17

See S

tan

dard

Dra

win

g E

80

5-S

GG

R-0

3 f

or

gro

un

din

g l

ug

deta

ils.

4

pushbutt

on a

ssem

bly

mounti

ng h

eig

ht

and u

nobstr

ucte

d s

ide r

each.

See R

ecurr

ing P

lan D

eta

il E

805-T

-201d S

heet

01 f

or

pedestr

ian

3

to s

ignal

ind

icati

on

s.

Sin

gle

co

nd

ucto

r (h

oo

ku

p)

sh

all

be u

sed

fro

m s

lip

fitt

er

term

inal

blo

ck

2.

lug.

and t

he b

ott

om

gro

undin

g b

ushin

g o

f th

e a

ssem

bly

to t

he g

roundin

g

On m

eta

l sig

nal

heads g

roundin

g w

ire s

hall

connect

each s

ignal

head

1NO

TE

S:

GREENFIELD DISTRICT CONTRACT NO. R -35024

17

Page 33: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

3'-0" 6" to 12"

1'-

0"

1

Ped

estr

ian

Base

Gro

un

din

g L

ug

Thre

e S

et

Scre

ws

Sli

pfi

tter

Pedesta

l F

oundati

on T

ype A

Gro

un

d R

od

4 1

/2" O

uts

ide D

iam

ete

r O

f P

ole

Gro

und W

ire

E 805-T-215d 8 of 8

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

See S

tan

dard

Dra

win

g E

80

5-S

GG

R-0

3 f

or

gro

un

din

g l

ug

deta

ils.

1NO

TE

S:

Eff. for Lettings On or After 01-01-17

ON

PE

DE

ST

AL

CO

NT

RO

LL

ER

CA

BIN

ET

TY

PE

G

GREENFIELD DISTRICT CONTRACT NO. R -35024

18

Page 34: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

PL

AN

(Typ.)

4

Mil

led

Co

rru

gati

on

(T

yp

.)

See D

eta

il A

req’d

.)

(Insta

ll p

att

ern

as

Yell

ow

Cen

terl

ine

Join

t

Pav

em

en

t C

en

ter

Ro

ad

way

an

d

1’-

0"

2’-

0" G

ap

1/2

" –

1/8

"

7" –

1/2

"

DE

TA

IL A

SE

CT

ION

A-A

AA 1

’-4

"

req’d

.)

(Insta

ll p

att

ern

as

4" Y

ell

ow

Cente

rlin

e

Cente

r Join

t

Roadw

ay and P

avem

ent

1’-

0"R

09-01-13

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

RU

MB

LE

ST

RIP

EC

EN

TE

RL

INE

LO

NG

ITU

DIN

AL

E 808-T-190d 1 of 3

clo

ser

than

6 i

n.

to a

co

ncre

te p

av

em

en

t tr

an

sv

ers

e j

oin

t o

r a c

asti

ng

.

There

shall

be a

maxim

um

5-f

t gap w

ith t

he c

orr

ugati

ons b

ein

g n

o

4

edge o

f th

e c

orr

ugati

on.

sh

all

be e

xte

nd

ed

, w

hen

necessary

, to

pro

vid

e c

ov

era

ge b

ey

on

d t

he

min

imu

m o

f 2

4 i

n.

cen

tere

d o

n t

he p

av

em

en

t cen

ter

join

t li

ne,

an

d

For

asphalt

pavem

ents

, th

e l

iquid

asphalt

seala

nt

wid

th s

hall

be a

3.

Rum

ble

str

ipe s

hall

be c

ente

red a

bout

the r

oadw

ay c

ente

rlin

e.

2.

or

rail

road

cro

ssin

g.

See S

heet

3 f

or

rum

ble

str

ipe p

lacem

en

t at

inte

rsecti

on

, d

riv

e,

bri

dg

e,

1.

NO

TE

S:

GREENFIELD DISTRICT CONTRACT NO. R -35024

19

Page 35: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

2"

(Typ.)

42

PL

AN

1’-

0" G

ap

Mil

led

Co

rru

gati

on

(T

yp

.)

Join

t

Sh

ou

lder

4" E

dgeli

ne

See D

eta

il

B

5

Tra

vel

Lan

e

Paved

Sh

ou

lder

Edge o

f

1’-

4"

1/2

" –

1/8

"

SE

CT

ION

B-B

DE

TA

IL B

BB

2"

4" E

dgeli

ne

Should

er

Join

t

7" –

1/2

"

1’-

0"R

Tra

vel

Lan

e

5

09-01-13

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

RU

MB

LE

ST

RIP

EE

DG

EL

INE

LO

NG

ITU

DIN

AL

E 808-T-190d 2 of 3

join

t is

not

appare

nt.

New

ed

ge o

f tr

av

ele

d p

av

em

en

t if

sh

ou

lder

5

clo

ser

than

6 i

n.

to a

co

ncre

te p

av

em

en

t tr

an

sv

ers

e j

oin

t o

r a c

asti

ng

.

There

shall

be a

maxim

um

5-f

t gap w

ith t

he c

orr

ugati

ons b

ein

g n

o

4

min

imum

of

24 i

n. cente

red o

n t

he s

hould

er

join

t li

ne.

For

asphalt

pavem

ents

, th

e l

iquid

asphalt

seala

nt

wid

th s

hall

be a

3.

acco

mm

od

ate

bic

ycle

s.

in t

he m

ille

d c

orr

ug

ati

on

s s

hall

be p

rov

ided

ev

ery

60

ft

to

When t

he p

aved s

hould

er

wid

th i

s a

t le

ast

4 f

t a 1

0-f

t lo

ngit

udin

al

gap

2

or

rail

road

cro

ssin

g.

See S

heet

3 f

or

rum

ble

str

ipe p

lacem

en

t at

inte

rsecti

on

, d

riv

e,

bri

dg

e,

1.

NO

TE

S:

GREENFIELD DISTRICT CONTRACT NO. R -35024

20

Page 36: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

Primary Route

Sid

e S

treet

P.C

.P

.C.

P.C

.

CLRS & ELRS

CLRS & ELRS

ELRS

ELRS25’

25’th

ere

is n

o r

igh

t-tu

rn l

an

e.

P.C

. on a

ppro

ach l

ane i

f

Term

inate

EL

RS

10

0 f

t fr

om

lane w

ith C

LR

S

Beg

in E

LR

S f

or

receiv

ing

lane w

ith C

LR

S

Beg

in E

LR

S f

or

receiv

ing

rig

ht-

turn

lan

e

at

taper

for

a

Term

inate

EL

RS

Railroad Line

EL

RS

Sh

ou

lder

Jo

int

Ed

geli

ne L

on

git

ud

inal

Ru

mb

le S

trip

eE

LR

S =

Cen

terl

ine L

on

git

ud

inal

Ru

mb

le S

trip

eC

LR

S =

KE

Y:

09-01-13

IND

IAN

A D

EP

AR

TM

EN

T O

F T

RA

NS

PO

RT

AT

ION

OR

RA

ILR

OA

D C

RO

SS

ING

AT

IN

TE

RS

EC

TIO

N,

DR

IVE

,L

ON

GIT

UD

INA

L R

UM

BL

E S

TR

IPE

S

E 808-T-190d 3 of 3

100’

RU

MB

LE

ST

RIP

ES

AT

IN

TE

RS

EC

TIO

N

CL

RS

& E

LR

SC

LR

S &

EL

RS

33

55

EL

RS

EL

RS

24" S

top B

ar

RU

MB

LE

ST

RIP

ES

AT

RA

ILR

OA

D C

RO

SS

ING

CL

RS

& E

LR

SC

LR

S &

EL

RS

25

’2

5’

Driveway

44

P.C

.P

.C.

RU

MB

LE

ST

RIP

ES

AT

MA

JOR

CO

MM

ER

CIA

L O

R I

ND

US

TR

IAL

DR

IVE

WA

Y

max

imu

m o

f 5

ft

aft

er

the a

pp

roach

sla

b o

n t

he o

ther

sid

e o

f th

e b

rid

ge d

eck

.

6 i

n. befo

re a

n a

ppro

ach s

lab a

nd r

esum

e c

orr

ugati

ons a

min

imum

of

6 i

n. and a

Fo

r b

rid

ge d

eck

, te

rmin

ate

co

rru

gati

on

s a

max

imu

m o

f 5

ft

an

d a

min

imu

m o

f6.

gate

s o

r sig

nals

.

Gap

is 1

5 f

t fo

r p

assiv

e r

ail

road

cro

ssin

g a

nd

25

ft

for

rail

road

cro

ssin

g w

ith

5

Rum

ble

str

ipe s

hall

be c

onti

nued t

hro

ugh d

rivew

ay a

ccess p

oin

ts f

or

min

or

dri

vew

ays.

4

Rum

ble

str

ipe s

hall

begin

or

end a

t th

e s

top b

ar

locati

on.

3

See S

heet

2 f

or

edgeli

ne c

orr

uati

on p

att

ern

deta

ils.

2.

See S

heet

1 f

or

cente

rlin

e c

orr

ugati

on p

att

ern

deta

ils.

1.

NO

TE

S:

GREENFIELD DISTRICT CONTRACT NO. R -35024

21

Page 37: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

09-01-13

801-T-150d

801-

T-15

0d T

RA

FFIC

CO

NTR

OL

DEV

ICE

REP

OR

T

(Adopted 09-01-05)

CO

NTR

AC

T: _

____

____

____

____

___

PR

OJE

CT:

___

____

____

____

____

____

____

____

____

____

D

ATE

S: _

____

____

___

thru

___

____

____

_

LOC

ATI

ON

D

ESC

RIP

TIO

N

DA

TE

PLA

CED

*

Use

” if

O.K

.D

ATE

R

EMO

VED

*R

EMA

RK

S

S M

T

W

T F

S

*If

dev

ice

is n

ot O

.K.,

desc

ribe

defic

ienc

y un

der R

emar

ks.

Dat

e C

orre

ctiv

e A

ctio

n Ta

ken:

___

____

____

____

____

___

Rep

ort P

repa

red

By:

___

____

____

____

____

____

____

____

___

, Titl

e: _

____

____

____

____

____

____

____

____

__

Page 38: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II i

SPECIAL PROVISIONS TABLE OF CONTENTS

100-C-147 PAYMENT OF PREDETERMINED MINIMUM WAGE DETERMINATION............... 1 100-C-151A FHWA-1273........................................................ 1 100-C-151D EXECUTIVE ORDER 11246........................................... 14 100-C-151E TITLE VI ASSURANCES............................................. 25 100-C-188 STANDARD SPECIFICATIONS.......................................... 26 100-C-214 CONSTRUCTION LETTING E-MAIL BOX.................................. 27 100-C-246 CARGO PREFERENCE ACT............................................. 27 103-C-244 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM........................ 28 103-C-252 LEASES AND RENTALS............................................... 31 103-C-253 GOOD FAITH EFFORTS PRIOR TO AWARD................................ 31 103-C-254 WAGE AND PAYROLLS REQUIREMENTS................................... 32 105-C-248 COOPERATION BY CONTRACTOR........................................ 34 107-B-040 ENVIRONMENTAL RESTRICTIONS....................................... 34 107-C-245 WAIVER OF LEGAL RIGHTS........................................... 36 108-C-234 CONTRACT COMPLETION DUE TO IDEM NOTICE OF TERMINATION, NOT....... 37 109-C-212 PROJECT ESTIMATE ADJUSTMENT...................................... 37 109-C-219 PG ASPHALT BINDER MATERIAL COST ADJUSTMENTS...................... 38 109-C-249 BASIS OF PAYMENT FOR CRI PROPOSAL................................ 40 111-R-594 DOWEL BAR ASSEMBLY STOCKPILED MATERIAL REQUIREMENTS.............. 42 203-R-628 COMPACTION ACCEPTANCE WITH LWD................................... 42 203-R-647 BORROW AND DISPOSAL SITE REQUIREMENTS............................ 43 203-R-651 USE OF RECYCLED CONCRETE PAVEMENT FOR EMBANKMENT CONSTRUCTION.... 51 203-R-653 EMBANKMENT OTHER THAN ROCK, WITH STRENGTH OR DENSITY CONTROL..... 51 205-R-636 STORM WATER MANAGEMENT ........................................... 53 207-R-652 SUBGRADE TREATMENT MATERIALS..................................... 71 211-R-625 STRUCTURE BACKFILL TYPE 3........................................ 71 400-R-641 HMA PAVEMENT..................................................... 72 500-R-623 RECYCLED CONCRETE AGGREGATE...................................... 91 502-R-640 PCC WATER/CEMENTITIOUS RATIO..................................... 92 503-R-654 PCCP LONGITUDINAL JOINT.......................................... 93 506-R-648 PAVEMENT SMOOTHNESS REQUIREMENT FOR PCCP PATCHING................ 93 604-R-633 CURB RAMPS, LANDINGS, AND DETECTABLE WARNING SURFACES............ 94 621-R-637 SEED MIXTURES AND SEED REQUIREMENT.............................. 103 628-C-250 OFFICE EQUIPMENT REQUIREMENTS................................... 110

Page 39: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II ii

629-R-630 PLANT GROWTH LAYER.............................................. 114 720-R-646 CURB INLET CASTING.............................................. 119 801-C-157 CERTIFICATION OF TEMPORARY TRAFFIC CONTROL DEVICES.............. 119 801-M-006 MAINTAINING TRAFFIC FOR MAINTENANCE OR RESURFACE WORK........... 120 801-R-471 MATERIAL USED FOR TEMPORARY INGRESS/EGRESS TO PROPERTIES........ 120 801-R-542 WORKSITE ADDED PENALTY SIGNS.................................... 121 801-T-089 MAINTAINING EXISTING TRAFFIC SIGNAL INSTALLATION................ 122 801-T-194 AUTOMATED FLAGGER ASSISTANCE DEVICE............................. 123 801-T-198 TRAFFIC CONTROL FOR TRAFFIC BREAKS.............................. 125 801-T-218 TEMPORARY MOUNTED CONSTRUCTION SIGNS............................ 126 805-T-078 ELECTRICAL INSULATION SEALANT................................... 127 808-R-644 REMOVAL OF PAVEMENT MARKERS..................................... 127 808-T-190 LONGITUDINAL RUMBLE STRIPES..................................... 128 808-T-208 METHOD OF MEASUREMENT FOR BROKEN OR DOTTED LINES................ 131 808-T-210 GROOVING FOR DURABLE PAVEMENT MARKINGS.......................... 131 901-R-627 PCC AND BLENDED CEMENTS......................................... 139 902-R-645 ASPHALT MATERIALS............................................... 142 904-R-626 AGGREGATES...................................................... 144 914-R-631 FABRIC STAPLES.................................................. 148 105-C-247 BRIDGE INSPECTION COORDINATION.................................. 151 107-R-169 STATEMENTS ABOUT EXISTING CONDITIONS OF UTILITIES, ADDITIONAL

RIGHT-OF-WAY, AND ENCROACHMENTS........................................... 152 108-C-093 FAILURE TO COMPLETE ON TIME FOR ROAD CLOSURE.................... 154 108-C-094 FAILURE TO COMPLETE ON TIME FOR INTERMEDIATE COMPLETION DATE.... 154 108-C-095 FAILURE TO COMPLETE ON TIME FOR CALENDAR COMPLETION DATE........ 155 108-C-127 EARLIEST DATE TO BEGIN WORK..................................... 156 201-C-052 INITIAL PAYMENT FOR CLEARING RIGHT-OF-WAY....................... 156 TALLGRASS ENERGY LP UTILITY COORDINATION.................................. 157 CONTAMINATED SOILS........................................................ 157 MILLING FOR QC/QA PCC THIN OVERLAY........................................ 157 QC/QA, PCC, THIN BONDED OVERLAY........................................... 159 PCCP PATCHING, FULL DEPTH................................................. 179 CURB AND GUTTER, CONCRETE, MODIFIED 2..................................... 184 RESET OF MAILBOXES AND ASSEMBLIES ......................................... 184 CONCRETE MANHOLE COLLAR................................................... 185 INLET B15 MODIFIED........................................................ 185 INLET C15 MODIFIED........................................................ 185 MANHOLE C15 MODIFIED...................................................... 185

Page 40: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II iii

MAINTENANCE OF TRAFFIC.................................................... 186 CONTACT SCHOOL DISTRICTS AND EMERGENCY SERVICES........................... 186 SIGNAL HEAD RELOCATE...................................................... 187 SIGNAL DETECTOR HOUSING ADJUST TO GRADE................................... 187

Page 41: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 1

100-C-147 PAYMENT OF PREDETERMINED MINIMUM WAGE DETERMINATION (DAVIS-BACON ACT)

General Decision Number IN170006

(Revised 02-03-17) General Decision Number IN170006 shall apply to this contract. The above referenced wage determination is available at the Department’s Contract Administration Division website location: http://www.in.gov/dot/div/contracts/letting/index.html. The modification number and publication date for the General Decision effective for the bid opening is posted on the Contract Administration website ten days prior to the bid opening. The bidder shall enter the appropriate modification number, General Decision Number, and publication date in the proposal form.

100-C-151A FHWA-1273

(Revised 05-01-12)

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).

Page 42: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 2

2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 601.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

Page 43: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 3

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

Page 44: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 4

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

Page 45: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 5

III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-ofway of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

Page 46: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 6

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency. (2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

Page 47: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 7

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Page 48: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 8

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

Page 49: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 9

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements.

Page 50: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 10

VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200.

Page 51: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 11

1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

Page 52: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 12

(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification -Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more -2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Page 53: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 13

XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal 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 the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal 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. 2. 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 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A -EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required.

Page 54: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 14

4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work.

100-C-151D EXECUTIVE ORDER 11246

(Revised 07-21-16)

The Standard Specifications are revised as follows: SECTION 103, BEGIN LINE 501, DELETE AND INSERT AS FOLLOWS: 103.03 BlankEqual Employment Opportunity (a) Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause"

and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in

percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

Page 55: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 15

a. Minority Hiring Goals by County COUNTY PCT. COUNTY PCT. COUNTY PCT. Adams 4.4 Hendricks 12.5 Pike 3.5 Allen 4.4 Henry 3.9 Porter 20.9 Bartholomew 9.7 Howard 4.4 Posey 4.8 Benton 1.5 Huntington 4.4 Pulaski 18.4 Blackford 3.9 Jackson 9.7 Putnam 9.7 Boone 12.5 Jasper 18.4 Randolph 3.9 Brown 9.7 Jay 3.9 Ripley 9.2 Carroll 1.5 Jefferson 9.6 Rush 9.7 Cass 3.7 Jennings 9.7 St. Joseph 7.1 Clark 11.2 Johnson 12.5 Scott 9.6 Clay 3.1 Knox 3.5 Shelby 12.5 Clinton 1.5 Kosciusko 6.2 Spencer 3.5 Crawford 9.6 LaGrange 6.2 Starke 18.4 Daviess 9.7 Lake 20.9 Steuben 4.4 Dearborn 11.0 LaPorte 18.4 Sullivan 3.1 Decatur 9.7 Lawrence 9.7 Switzerland 9.2 Dekalb 4.4 Madison 4.9 Tippecanoe 2.7 Delaware 5.3 Marion 12.5 Tipton 4.4 Dubois 3.5 Marshall 7.1 Union 3.9 Elkhart 4.0 Martin 9.7 Vanderburgh 4.8 Fayette 3.9 Miami 3.7 Vermillion 3.1 Floyd 11.2 Monroe 3.1 Vigo 3.1 Fountain 1.5 Montgomery 1.5 Wabash 3.7 Franklin 9.2 Morgan 12.5 Warren 1.5 Fulton 6.2 Newton 18.4 Warrick 4.8 Gibson 4.8 Noble 4.4 Washington 9.6 Grant 3.7 Ohio 9.2 Wayne 3.9 Greene 9.7 Orange 9.6 Wells 4.4 Hamilton 12.5 Owen 9.7 White 1.5 Hancock 12.5 Parke 2.5 Whitley 4.4 Harrison 9.6 Perry 3.5 b. Female Hiring Goal. The female hiring goal is 6.9% throughout the State.

Minority females may be counted both as a minority and as a female. These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contract also is subject to the goals for both its federally involved and non-federally involved construction.

Page 56: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 16

The Contractor's compliance with the Executive Order and the regulations in 41 CFR part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office

of Federal Contract Compliance Programs with 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.

4. As used in this Notice, and in the contract resulting from this solicitation, the

"covered area" as shown in the contract documents. (b) Equal Opportunity Clause The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for

employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

Page 57: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 17

(2) The Contractor will, in all solicitations or advertisements for employees

placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.

(3) The Contractor will not discharge or in any other manner discriminate

against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor’s legal duty to furnish information.

(4) The Contractor will send to each labor union or representative of workers

with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

(5) The Contractor will comply with all provisions of Executive Order 11246 of

September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

(6) The Contractor will furnish all information and reports required by

Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

(7) In the event of the Contractor's noncompliance with the nondiscrimination

clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

Page 58: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 18

(8) The Contractor will include the portion of the sentence immediately

preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States.

The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings.

Page 59: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 19

(c) Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. “Covered area” means the geographical area described in the solicitation

from which this contract resulted; b. “Director” means Director, Office of Federal Contract Compliance

Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. “Employer identification number” means the Federal Social Security

number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

d. “Minority” includes: (i) Black (all persons having origins in any of the Black African racial

groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or

South American or other Spanish Culture or origin, regardless of race);

(iii) Asian and Pacific Islander (all persons having origins in any of the

original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

(iv) American Indian or Alaskan Native (all persons having origins in any

of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a

portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.

Page 60: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 20

3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a

Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor’s or Subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables.

4. The Contractor shall implement the specific affirmative action standards

provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

5. Neither the provisions of any collective bargaining agreement, nor the failure

by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

6. In order for the nonworking training hours of apprentices and trainees to be

counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

Page 61: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 21

7. The Contractor shall take specific affirmative actions to ensure equal

employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment,

intimidation, and coercion at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment

sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations’ responses.

c. Maintain a current file of the names, addresses, and telephone numbers of

each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Director when the union or

unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training

programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the source compiled under 7b above.

Page 62: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 22

f. Disseminate the Contractor’s EEO policy by providing notice of the policy

to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company’s EEO policy and affirmative

action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the Contractor’s EEO policy externally by including it in any

advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor’s EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female,

and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority

persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of the Contractor’s work force.

k. Validate all tests and other selection requirements where there is an

obligation to do so under 41 CFR Part 60-3.

Page 63: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 23

l. Conduct, at least annually, an inventory and evaluation at least of all

minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments, and

other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated except

that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for

subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors’ adherence to and

performance under the Contractor’s EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations which

assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor’s minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance.

9. A single goal for minorities and a separate single goal for women have been

established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority.

Page 64: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 24

Consequently, the Contractor may be in violation of the Executive Order if a

particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized).

10. The Contractor shall not use the goals and timetables or affirmative action

standards to discriminate against any person because of race, color, religion, sex, sexual orientation, gender identity, or national origin.

11. The Contractor shall not enter into any Subcontract with any person or firm

debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of

these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

13. The Contractor, in fulfilling its obligations under these specifications, shall

implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.

14. The Contractor shall designate a responsible official to monitor all

employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

Page 65: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 25

15. Nothing herein provided shall be construed as a limitation upon the

application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

100-C-151E TITLE VI ASSURANCES

(Revised 05-21-15) During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “contractor”) agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the

Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract.

2. Nondiscrimination: The contractor, with regard to the work performed

by it during the contract, shall not discriminate on the grounds of race, color, sex, age, national origin, disability/handicap, religion, sexual orientation, gender identity or income status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations.

3. Solicitations for Subcontracts, Including Procurements of Materials

and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, sex, age, national origin, disability/handicap, religion, sexual orientation, gender identity or income status.

Page 66: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 26

4. Information and Reports: The contractor shall provide all

information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Indiana Department of Transportation or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the Indiana Department of Transportation, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information.

5. Sanctions for Noncompliance: In the event of the contractor’s

noncompliance with the nondiscrimination provisions of this contract, the Indiana Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part.

6. Incorporation of Provisions: The contractor shall include the

provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto.

The contractor shall take such action with respect to any subcontract or procurement as the Indiana Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non-compliance, provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Indiana Department of Transportation to enter into such litigation to protect the interests of the Indiana Department of Transportation, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States.

100-C-188 STANDARD SPECIFICATIONS

(Revised 05-01-15) Wherever in the contract documents the 1999, 2006, 2008, 2010, 2012 or 2014 Standard Specifications are referenced, it shall be interpreted to mean the 2016 Standard Specifications.

Page 67: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 27

100-C-214 CONSTRUCTION LETTING E-MAIL BOX

(Revised 04-23-08)

The Contractor has the option to submit certain contract bid documents, as defined in the proposal, either as original paper copies filed with the proposal or as electronic documents. To submit electronic documents, the Contractor shall attach the documents to an e-mail sent to the following address: [email protected] To ensure that the electronic documents are placed in the correct contract folder with a date and time stamp and that they cannot be altered, the subject line of the e-mail shall contain the following information in the exact format shown: CompanyNameDocumentTitleLettingDate-ContractNumber The subject line shall contain no spaces, periods, commas, apostrophes or other punctuation marks other than the one hyphen indicated between CompanyNameDocumentTitleLettingDate and ContractNumber. LettingDate shall be in the format MMDDYY. ContractNumber shall be in the format AA#####Z, where AA is the 1 or 2 letter prefix, ##### is the 5 digit number and Z is the 1 letter suffix. The following is an example of the subject line for the Jones Construction Co., Inc., submitting a drug testing plan for contract IR-30999-A for a March 15, 2008 letting: JonesConstructionCoIncDrugPlan031508-IR30999A Documents must be time stamped by the INDOT e-mail box prior to the time stated in the advertisement.

100-C-246 CARGO PREFERENCE ACT

(Adopted 01-07-16)

The Contractor shall observe and comply with the current version of the Cargo Preference Act, CPA, and the implementing regulations 46 CFR Part 381, including 381.7(a)-(b), of the Federal-aid highway program in accordance with 107.05.

Page 68: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 28

The CPA requirements shall be effective for the Federal-aid highway program for all Federal-aid projects awarded after February 15, 2016. For additional information, see the FHWA's web page providing guidance for CPA requirements at https://www.fhwa.dot.gov/construction/cqit/cargo.cfm.

103-C-244 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM

(Revised 04-21-16)

The Standard Specifications are revised as follows: SECTION 103, BEGIN LINE 3, DELETE AND INSERT AS FOLLOWS: 103.01 Disadvantaged Business Enterprise Program This requirement will apply only to a federal aid contract. (a) General Requirements Failure to carry out the requirements set forth in 49 CFR 26, as outlined in the Department's DBE Program Manual, shall constitute a breach of contract and, after notification, may result in such contract sanctions as the Department or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) withholding of payments to the Contractor under the contract until the Contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part. The above referenced CFR section requires the following policy and disadvantaged business enterprise obligation to be included in all subsequent agreements between the Contractor and all subcontractors as follows: 1. It will be the policy of the Department to create a level playing field on which

DBE’s can compete fairly for federally funded contracts. Consequently, the disadvantaged business enterprise requirements of 49 CFR Part 26, as outlined in the Department’s DBE Program Manual, apply to this contract.

2. The Contractor shall not discriminate on the basis of race, color, national

origin, orreligion, sex, sexual orientation or gender identity in the award and performance of this contract. The Contractor shall carry out the applicable DBE requirements in the award and administration of federally funded contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as the Department or the Federal Highway Administration deems appropriate, which may include, but is not limited to: withholding progress payments; assessing sanctions; liquidated damages; and/or disqualifying the Contractor from future bidding as non-responsible.

Page 69: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 29

The Contractor shall include language prohibiting discrimination on the basis

of race, color, national origin, orreligion, sex, sexual orientation or gender identity in the performance of this contract in all subcontracts.

SECTION 103, BEGIN LINE 95, DELETE AND INSERT AS FOLLOWS: A written request for changes in utilization of race/gender conscious DBE firms listed in the Affirmative Action Certification shall be approved prior to start of listed services or purchase of listed materials. Requests to reduce or eliminate the services or material provided by a listed race/gender conscious DBE that include written approval by the DBE will be considered sufficient justification if the committed DBE utilization after the requested change will meet or exceed the contract goal or a lesser percentage approved prior to execution of the contract. If the committed DBE utilization after the change does not meet or exceed the contract goal or a lesser percentage approved prior to execution of the contract, or the listed race/gender conscious DBE does not approve the change, the Contractor shall submit documented evidence that the DBE is unable to perform successfully. Disposition of the request for change will be determined on the basis of the affirmative actions taken as required herein. When a race/gender conscious DBE firm is removed from eligibility, the Contractor shall take the following steps: 1) If a subcontract has not yet been executed, the Contractor shall not count work

performed by the firm toward the contract goal. The Contractor will be directed to meet the contract goal with an eligible DBE firm or demonstrate that it has made a good faith effort to do so.

2) If a subcontract has been executed before the firm has been declared ineligible,

the Contractor shall continue to count work performed by the firm toward the contract goal.

The Contractor shall not terminate or reduce a commitment to a DBE, or an approved substitute DBE firm, that was listed on the Affirmative Action Certification without the prior written consent of the Department. This includes, but is not limited to, instances in which the Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm. Unless the Department provides written consent, the Contractor shall not be entitled to any payment for work or materials unless it is performed or supplied by the listed DBE. Written consent will only be provided by the Department if the Contractor has good cause to terminate or reduce its commitment to the DBE firm. Good cause shall consist of any of the following circumstances: 1) The listed DBE subcontractor fails or refuses to execute a written contract.

Page 70: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 30

2) The listed DBE subcontractor fails or refuses to perform the work of its

subcontract in a manner consistent with normal industry standards, unless such failure or refusal of the DBE subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the Contractor.

3) The listed DBE subcontractor fails or refuses to meet the Contractor's

reasonable, nondiscriminatory bond requirements. 4) The listed DBE subcontractor becomes bankrupt, insolvent, or exhibits credit

unworthiness. 5) The listed DBE subcontractor is ineligible to work on public works projects

because of suspension and debarment proceedings pursuant to 2 CFR Parts 180, 215 and 1200 or applicable state law.

6) The Department has determined that the listed DBE subcontractor is not a

responsible contractor. 7) The listed DBE subcontractor voluntarily withdraws from the project and

provides the Department written notice of its withdrawal. 8) The listed DBE is ineligible to receive DBE credit for the type of work

required. 9) A DBE owner dies or becomes disabled with the result that the listed DBE

contractor is unable to complete its work on the contract. 10) Other documented good causes, that the Department will determine, which

compels the termination of the DBE subcontractor. Good cause does not exist, however, if the Contractor seeks to terminate a DBE it relied upon to obtain the contract so that it can self-perform the work for which the DBE contractor was engaged or so that the Contractor can substitute another DBE or non-DBE contractor after the contract has been awarded.

Before transmitting to the Department its request to terminate or reduce a commitment made to a listed DBE, the Contractor shall give written notice to the affected DBE, with a copy to the Department, of its intent to request termination or reduction and the reasons for the request. The DBE shall be given five days to respond to the Contractor and the Department of the reasons, if any, why it objects to the proposed termination or reduction, and why the Department should not approve the Contractor’s action. If required in a particular case, as a matter of public necessity and safety, the Department may specify a response period shorter than five days.

Page 71: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 31

When a DBE subcontractor is terminated as specified herein or fails to complete its work on the contract for any reason, the Department will require the Contractor to make good faith efforts to find another DBE subcontractor to substitute for the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the DBE that was terminated, to the extent needed to meet the contract goal the Department established for the contract. In order to receive DBE credit for commitments made as part of the prime contract award process, a DBE firm shall be certified before the due date for bids on the prime contract. There may be situations after the award of the prime contract in which it is appropriate to count DBE credit for the use of a DBE firm. To be eligible to obtain DBE credit in these situations, the DBE firm shall be certified prior to participation on the contract. If a non-DBE contractor joint ventures with a DBE contractor, the portion of the joint venture which is performed by a DBE may be utilized to achieve the DBE goal. Two types of DBE joint ventures are allowed and are defined as follows: SECTION 108, BEGIN LINE 102, INSERT AS FOLLOWS: During the progress of the work, the Engineer shall be notified at least 24 h in advance of undertaking construction operations. This advance notification shall also apply anytime a DBE is scheduled to work on a project or deliver material or supplies to a project site.

103-C-252 LEASES AND RENTALS

(Adopted 07-21-16) The Standard Specifications are revised as follows: SECTION 103, BEGIN LINE 424, DELETE AS FOLLOWS: The Contractor shall ensure that each DBE trucking firm with whom it has a lease agreement, completes and submits a DBE Trucking Report each time it receives payment from the Contractor. These forms shall be submitted within five business days from receipt of payment. Forms are available on the Department's website or from the Economic Opportunity Division.

103-C-253 GOOD FAITH EFFORTS PRIOR TO AWARD

(Adopted 08-10-16) The Standard Specifications are revised as follows: SECTION 103, BEGIN LINE 242, DELETE AND INSERT AS FOLLOWS: If the apparent low bidder has not achieved the contract DBE goal, the bidder shall respond by email or in writing within five business days after notification by the Department of the failure to meet the DBE goal.

Page 72: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 32

The response shall provide evidence identifying the bidder’s good faith efforts and all affirmative actions taken prior to letting to achieve the required DBE goal. Failure to respond within the five business day period will result in rejection of the bid, and may result in forfeiture of the bid bond, and the referral of the bidder to the Prequalification Committee. Responses shall be sent to the Department’s Division of Contract Administration. The Department will review the bidder’s good faith efforts for compliance with these requirements. If the Department determines that adequate good faith efforts have been made, and the bidder has met all other bidding requirements, the contract will be awarded. If the Department determines that good faith efforts were inadequate, the Department will issue written notification notify the bidder of the determination to the bidder by email. The determination will outline the reasons for determination of non-compliance with good faith effort requirements. The bidder may request a review of a determination of non-compliance by making a email or written submittal within five business days of the bidder’s receipt of notification of non-compliance from the Department. The request for review shall include evidence disputing the Department’s reasons for issuing a determination of non-compliance. The request shall be sent to the Department’s Division of Contract Administration.

103-C-254 WAGE AND PAYROLLS REQUIREMENTS

(Adopted 05-18-17)

The Standard Specifications are revised as follows: SECTION 103, BEGIN LINE 683, DELETE AND INSERT AS FOLLOWS: 103.06 Wage and Labor Requirements These requirements will apply only to a 100% State funded contractto all contracts let by the Department. These requirements will apply to all work performed by the Contractor with its own organization and with the assistance of workers under its immediate superintendence, and to all work performed by piecework, station work, or subcontract, or lease. (a) Non-discrimination of Employees The Contractor and its subcontractors shall not discriminate against an employee or applicant for employment, to be employed in the performance of the contract work, with respect to hire, tenure, terms, conditions, or privileges of employment or matters directly or indirectly related to employment, because of race, religion, color, sex, sexual orientation, sexual identity, disability, national origin, or ancestry. Breach of this covenant may be regarded as a material breach of the contract.

Page 73: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 33

(b) Affidavits and Payrolls All labor shall be paid weekly. The payroll and related records of the Contractor and all subcontractors shall be preserved for a period of three years after completion of the project work, and be open to the inspection of the Department. The wages of labor shall be paid in legal tender of the United States. However, this condition will be considered satisfied if payment is made by means of a negotiable check, on a solvent bank, which may be cashed readily by the employees in the local community for the full amount, without discount or collection charges. If checks are used for payment, the Contractor shall make all necessary arrangements for them to be cashed and shall give information regarding such arrangements. The Contractor on each contract let by the Department shall be responsible for electronically filing certified payroll for its employees and any subcontractors on a weekly basis with the appropriate Department personnel and in a format acceptable to the Department. Failure of the Contractor to timely file certified payroll for its employees or any subcontractors, may result in the withholding of progress estimate payments until the certified payroll is properly submitted. No fee shall be asked or accepted by the Contractor or its agents from a person as a condition of the contract. No laborers shall be charged for tools used in performing their respective duties except for reasonable avoidable loss or damage thereto. Each employee on the work covered by the contract shall be allowed to lodge, board, or trade where or with whom he or she elects. Neither the Contractor nor its agents, nor its employees shall directly or indirectly require as a condition of employment that an employee shall lodge, board, or trade at a particular place or with a particular person. No charge shall be made for transportation furnished by the Contractor or its agents to a person employed on the work. No individual shall be employed as a laborer on the contract except on a wage basis. This shall not be construed to prohibit the rental of trucks or other equipment from individuals. No such rental agreement, or charges for fuel, supplies, or repairs on account of such agreement shall cause deduction from the wages accruing to an employee except as authorized by the regulation cited herein. (c) Wage Stipulations No person employed on a federally funded contract shall be paid less than required by the rate of wages set forth for labor classifications listed in the General Decision as required by the Davis Bacon Act and related Acts. No person employed on thea state funded contract shall be paid at a rate of less than $11.25/h, as required by IC 8-23-9-22 or the rate of wages set forth for labor classifications listed in the General Decision, whichever is greater.

Page 74: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 34

1. General Decision Included in Contract Information Book The Contractor shall pay the workers who are employed in performance of the contract work, rates of wages which are not less than the rates set forth for labor classifications listed in the General Decision. The computations used in arriving at the contract unit prices shall be based on the hourly rates shown in the General Decision and as shown above. The wages herein stipulated shall become and be a part of the contract as provided by law. The following statement, shown in the General Decision, will not apply to state funded contracts.

“Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).” 2. General Decision Not Included in Contract Information Book If the General Decision is not included in the Contract Information book, the requirements of 103.06(c)1 will not apply.

105-C-248 COOPERATION BY CONTRACTOR

(Adopted 01-21-16) The Standard Specifications are revised as follows: SECTION 105, BEGIN LINE 142, DELETE AND INSERT AS FOLLOWS: 105.05 Cooperation by Contractor Four sets of approved plans and Proposal books will be furnishedThe Department will furnish the Contractor all contract documents in electronic format without charge. The Contractor shall be responsible for supplying all necessary information for use by contractor and subcontractor personnel. Two sets shall be available on the worksite at all times.

107-B-040 ENVIRONMENTAL RESTRICTIONS

(Revised 05-23-13)

The Standard Specifications are revised as follows: SECTION 107, AFTER LINE 541, INSERT AS FOLLOWS: 107.14.1 Environmental Restriction The work shall be performed in accordance with the environmental restrictions shown below.

Page 75: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 35

(a) Tree Habitat All trees outside the construction limits shall not be disturbed. (b) Indiana Bat All felling of trees equal to or greater than 3 in. in diameter shall be performed between October 1 and the following March 31, inclusive, so as to minimize project-related impacts on the Indiana bat, Myotis Sodalis. (c) Fish Spawning If the contract contains an in-channel excavation restriction due to impacts upon fish spawning, the Contractor may request a waiver of a portion of the restriction period by means of written contact to the Indiana Department of Natural Resources Division of Fish and Wildlife, Environmental Supervisor. Such request shall be made not more than two weeks prior to anticipated in-channel work during the restriction period shown above. The expected response time from the Indiana Department of Natural Resources will be approximately five work days. The Indiana Department of Natural Resources will consider each waiver on a case-by-case basis. The information and criteria shown below shall be provided with the waiver request. 1. Location of the project, including stream name, route number or road name,

Indiana Department of Natural Resources Certificate of Approval of Construction in a Floodway docket number, and description of the proposed work.

2. Amount of time required to do the work, and the dates requested to be

waived. The amount of time required shall be reasonable to accomplish the proposed work.

3. The amount of in-channel area proposed to be disturbed by the work.

Disturbance across the full width of the stream may result in more negative impacts than disturbance of smaller portions of the stream.

4. Water level at the time of the request. 5. Approximate water temperature at the time of the request. 6. The substrate of the stream bottom at the project site, 100 yd upstream of the

site, and 100 yd downstream of the site. A bedrock substrate is not necessarily beneficial for spawning areas. However, silt, sand, or small gravel is more readily usable. Spawning locations which are downstream of the project may more likely be impacted by disturbances than such locations which are upstream. Sediments may cover eggs.

Page 76: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 36

A waiver of a portion of the in-channel excavation restriction will be cause for the Department to adjust contract times accordingly. Final approval of the waiver will be made by the Department. Such approval will not occur until the contract time adjustment is agreed upon.

107-C-245 WAIVER OF LEGAL RIGHTS

(Adopted 06-02-15) The Standard Specifications are revised as follows: SECTION 107, BEGIN LINE 733, DELETE AS FOLLOWS: 107.23 Waiver of Legal Rights Upon completion of the work, the Department will expeditiously make final inspection and notification of acceptance. Such final acceptance, however, shall not preclude or estop the Department from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Department be precluded or estopped from recovering from the Contractor or its surety, or both, such overpayment as it may sustain by failure on the part of the Contractor to fulfill its obligations under the contract. A waiver on the part of the Department of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Department for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the rights of the Department under any warranty or guaranty. All costs and charges incurred by the Department, including, but not limited to, attorneys’ fees and litigation expenses incurred by the Department with regard to the Contractor’s and/or Surety’s performance under the contract or performance bond, or related to the work to be provided under the contract, together with the cost of remedying the work under the contract to the extent and in the manner decided by the Department, will be deducted from any monies due or which may become due. If there are no monies or insufficient monies still due from the Department to the Contractor, the Contractor and/or Surety shall be liable to the Department for any such costs and charges. SECTION 108, BEGIN LINE 715, DELETE AS FOLLOWS: All costs and charges incurred by the Department, including, but not limited to, attorneys’ fees and litigation expenses incurred by the Department with regard to the Contractor’s and/or Surety’s performance under the contract or performance bond, or related to the work to be provided under the contract, together with the cost of completing the work under the contract, will be deducted from any monies due or which may become due. If such expense exceeds the sum which would have been payable under the contract, the Contractor and the surety shall be liable and shall pay to the Department the amount of such excess.

Page 77: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 37

108-C-234 CONTRACT COMPLETION DUE TO IDEM NOTICE OF TERMINATION, NOT

(Revised 02-20-14)

The time provided between the Intermediate Completion Date and Contract Completion Date is to allow the Contractor time to perform final remediation as well as inspect and report deficiencies for all erosion control features and to allow for the receipt of the IDEM Notice of Termination, NOT, as required under the provisions of Rule 5. All other work on the contract shall be complete before the Intermediate Completion Date. Prior to the Contract Completion Date, the Contractor shall maintain the project in accordance with 108.04 and 205, and complete all necessary erosion and sediment control inspections and reports. If the NOT is not received by the contract completion date, any required maintenance, inspections and reports will be paid as extra work in accordance with 104.03. The Contractor shall establish vegetation in accordance with 621 and 622 and achieve a minimum coverage of 70% uniform vegetation density per Rule 5 requirements and will be based on the lowest density area on the project within any ground area of 9 sq ft. The Department will have sole discretion in verifying the 70% minimum coverage for the groundcover. If this threshold is not met by the Contract Completion Date, the Contractor may be subject to liquidated damages in accordance with 108.09 if the items related to erosion and sediment control have not been accomplished in accordance with the contract documents. The liquidated damages, if assessed, will be charged until such time that the Department is satisfied that the contract requirements have been met. Any agreed upon soil amendments or additional extra work for which no items exist in the itemized proposal and are not covered elsewhere in the contract documents, will be paid for in accordance with 104.03. Final acceptance will not be granted until the IDEM NOT is received and all other work is completed.

109-C-212 PROJECT ESTIMATE ADJUSTMENT

(Adopted 07-27-07) The Department’s construction record management software generates partial payment estimates based on the total contract, inclusive of all projects within the contract. In the event that one or more projects within the contract has a total dollar value less than zero for any given partial payment period, the software will not generate a partial payment estimate for the total contract. If this occurs, the Engineer will apply a project estimate adjustment in order to generate a total contract partial payment estimate. A project estimate adjustment will initially be a positive dollar amount of a value that will adjust a negative project partial payment estimate to zero for the given partial payment period. After application of the project estimate adjustment, the Engineer will track the affected project to determine when sufficient additional work has been completed to offset the project estimate adjustment amount.

Page 78: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 38

At that time, the Engineer will apply a second project estimate adjustment to the project. The second project estimate adjustment will be a negative dollar amount of a value that will adjust the project estimate adjustment item to a balance of zero for the project. The Engineer will apply project estimate adjustments as described above as often as necessary during the life of the contract in order to generate total contract partial payment estimates. The final quantity of the project estimate adjustment item will be zero prior to final payment. The contract unit price for project estimate adjustment will be $1.00. Payment will be made under: Pay Item Pay Unit Symbol Project Estimate Adjustment .................................DOL

109-C-219 PG ASPHALT BINDER MATERIAL COST ADJUSTMENTS

(Revised 05-21-15) The Standard Specifications are revised as follows: SECTION 109, AFTER LINE 896, INSERT AS FOLLOWS: 109.05.3 PG Asphalt Binder Material Cost Adjustments The Contractor shall elect at the time the bid proposal is submitted, in a manner determined by the Department, whether or not to enact PG asphalt binder material cost adjustments. If the Contractor elects not to enact such adjustments, there will be no adjusted payment made to the Contractor for changes in the cost of PG asphalt binder materials used on the project and the provisions of this specification will not be applied to the contract. PG asphalt binder material cost adjustments will not be added to the contract at any time after the Contractor has elected not to enact such adjustments with submittal of the bid proposal. PG asphalt binder material cost adjustments will not be applied to alternate bid pavement items, but may be applied to the common items on contracts containing alternate bid pavement items. When the Contractor elects to enact PG asphalt binder material cost adjustments at the time the bid proposal is submitted, the Department will adjust payment to the Contractor due to an increase or decrease in the cost of PG asphalt binder material used on the project to produce HMA mixtures that are paid in accordance with 304, 401, 402, 410, 414, 610 or 718. Payment will be adjusted when an increase or decrease in the PG asphalt binder index for the contract is greater than or equal to 10.01%. Payment will only be adjusted when the total original or revised quantity of at least one HMA pay item exceeds 2,000 tons. For contracts without any original HMA pay item quantity equal to or greater than 2,000 tons, adjusted payment will not be made until the revised quantity of at least one HMA pay item meets the quantity criteria. No adjusted payment will be made on any quantity of HMA items placed prior to when the 2,000 ton criteria has been met.

Page 79: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 39

The Department will determine a PG asphalt binder index from one or more commercial services that provide regional indices. The PG asphalt binder index will be maintained by the Office of Materials Management and posted on the Department’s website. The posting will include an explanation of how the index is determined. A monthly payment adjustment will be calculated for each HMA pay item placed on the contract during that month. The total PG asphalt binder adjustment applied to the contract each month will be the sum of the calculations for each HMA pay item. The payment adjustment for each HMA pay item will be calculated as follows: For a price increase:

MPA = (Q x Pb)/100 x LI x [(BI-LI)/LI - 0.10] For a price decrease:

MPA = (Q x Pb)/100 x LI x [(BI-LI)/LI + 0.10] Where: MPA = Mixture Payment Adjustment, in dollars, calculated to the nearest 0.01

dollar for each HMA pay item. Q = Quantity of a HMA pay item placed, in tons, entered to the actual 0.01 unit

placed. The quantity will be calculated prior to calculation of any other quantity adjustment.

Pb = Percent of virgin asphalt binder from the DMF, in the adjustment period, or

JMF for the HMA mixture, entered to the nearest 0.1. BI = PG asphalt binder index for the month the HMA pay item is placed, reported to

the nearest whole dollar. LI = PG asphalt binder index for the contract. The LI for all original contract HMA

pay items equals the BI for the month immediately prior to the month of letting for the contract. The LI for any HMA extra work pay item will be the BI for the month the unit price for the pay item is submitted by the Contractor.

The calculation of (BI-LI)/LI will be rounded to the nearest 0.001. Payment will only be adjusted when the absolute value of (BI-LI)/LI is equal to or greater than 0.101. If HMA pay items are placed beyond the specified contract completion date for the contract, the Department will calculate pay adjustments on the BI for the month of the specified completion date or the month of placement, whichever result is less.

Page 80: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 40

The unit price of PG asphalt binder payment adjustment will be $1.00 and the pay quantities will be in units of dollars. Payment will be made under: Pay Item Pay Unit Symbol Payment Adjustment, PG Asphalt Binder ....................................................DOL

109-C-249 BASIS OF PAYMENT FOR CRI PROPOSAL

(Adopted 01-21-16) The Standard Specifications are revised as follows: SECTION 109, BEGIN LINE 581, DELETE AND INSERT AS FOLLOWS: (i) Basis of Payment The work, as revised by the formal CRI proposal, will be paid for as complete and in place and in accordance with the change order. In addition, the Contractor’s Reasonable Design Cost and 50% of the total net savings of the CRI proposal will be paid for separately as follows: 1. An initial amount of 25% of the total estimated savings will be paid to the

Contractor upon approval of the change order. The Contractor’s Reasonable Design Cost for the CRI proposal will be paid for after approving the formal CRI proposal with the change order.

2. Upon completion of all items of work included in the change order, the total

net savings will be calculated and the Contractor will be paid the difference between 50% of the total net savings and the initial payment of 25% of the total estimated savings.

The total net savings resulting from the CRI will be calculated as follows:

TNS = OCW – RCW – CRDC – DC where: TNS = total net savings OCW = original cost of the work required by the original contract RCW = revised cost of the work CRDC = Contractor’s reasonable design cost for the CRI proposal

Page 81: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 41

DC = Department’s cost for investigating, evaluating, and implementing

the CRI proposal. 3. A cost savings of not less than $5,000.00 shall be guaranteed to the

Department. The actual formal CRI proposal net savings will be checked upon completion of the contract and determination of final quantities to determine if any payment adjustment is required. Except for the time savings component of a formal CRI proposal, the total net savings will be determined by the difference between the cost of the revised work and the cost of the related work required by the original plans and specifications. The cost of the revised work includes both the Contractor’s reasonable redesign costs and the administrative costs incurred by the Department to review the proposal. These costs will be agreed to in the change order. Only those work items directly affected by the plan change will be considered in making the determination of net cost savings. Subsequent plan changes affecting the modified work items but not related to the CRI proposal will be excluded from such determination. Upon completion of all work included in the CRI proposal, the final total net savings will be determined by comparing the cost of the work based on the original contract quantities with the cost of the actual CRI proposal work performed. In determining the savings, the Department reserves the right to consider other factors in addition to the contract bid prices and proposed unit prices if, in the judgment of the Department, such prices do not represent a fair measure of the value of the work to be deleted from or added to the contract. The net savings of a CRI proposal to reduce contract time will be determined by multiplying the number of days saved by the daily liquidated damages as set forth in Section 108.08 or as otherwise provided in the contract. Redesign engineering, in accordance with this section, is defined as 50% of the contractor’s reasonable design costs incurred after the Department’s acceptance of the CRI proposal. Redesign eEngineering will be paid when a conceptual CRI has been accepted by the Department but the final proposal is rejected. Payment will be made under: Pay Item Pay Unit Symbol Contractor’s Reasonable Design Cost for CRI Proposal No. ______ ........... LS Cost Reduction Incentive Proposal No. ____ ................................................. LS Redesign Engineering, CRI Proposal No. ____ .............................................. LS

Page 82: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 42

111-R-594 DOWEL BAR ASSEMBLY STOCKPILED MATERIAL REQUIREMENTS

(Revised 05-23-13)

The Standard Specifications are revised as follows: SECTION 111, BEGIN LINE 44, DELETE AND INSERT AS FOLLOWS: 111.04 Dowel Bar Assemblies Partial payment made under the requirements herein will be the delivered cost of the dowel bar assemblies stored within the project limits, or at a storage facility adjacent to the project site, or at a location approved by the Engineer. Basis of payment for the dowel bar assemblies shall be the paid invoices furnished by the Contractor. Prior to authorizing partial payment, verification will be obtained that the dowel bars have been tested and are acceptable.

203-R-628 COMPACTION ACCEPTANCE WITH LWD

(Revised 10-20-16) The Standard Specifications are revised as follows: SECTION 203, AFTER LINE 971, INSERT AS FOLLOWS: The compaction of chemically modified soils and coarse aggregates will be determined by Light Weight Deflectometer, LWD, testing in accordance with ITM 508. The moisture content will be determined in accordance with AASHTO T 255 or ITM 506. The compaction procedures shall be in accordance with 203.23, 215, 301, 302, and 303. Compaction of aggregate shall not occur if the moisture content of the aggregate is greater than 6.0%. The maximum allowable deflection will be determined from a test section or will be specified. Acceptance testing with a LWD will be in accordance with ITM 508. The optimum moisture content and gradation will be determined by performing AASHTO T 99 Method C, AASHTO T 11, and AASHTO T 27 on representative samples of the aggregates. The moisture content of the aggregate shall be between 4.0% and the optimum moisture content when the aggregate is delivered to the project. Water shall not be added to the aggregate on the grade. Samples for moisture content testing will be taken on the grade from the first truck of the day. The frequency of the moisture content test for aggregates will be a minimum of one test for each day of aggregate placement. The maximum allowable deflection for chemically modified soils and aggregate over chemically modified soils shall be in accordance with the following:

Material Type Maximum Allowable Deflection, mm Lime Modified Soil 0.30 Cement Modified Soil 0.27 Aggregates over Lime Modified Soil 0.30 Aggregates over Cement Modified Soil 0.27

Table 1

Page 83: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 43

Test sections shall be constructed in accordance with ITM 514 in the presence of a representative of the Office of Geotechnical Services for other materials not included in Table 1 to determine the maximum allowable deflection. Acceptance of the compaction of chemically modified soils or aggregates will be determined by averaging three LWD tests obtained at a random station determined in accordance with ITM 802. The location of the three tests will be at 2 ft from each edge of the construction area and at 1/2 of the width of the construction area. The average deflection shall be equal to or less than the maximum allowable deflection allowed in Table 1 or determined by the test section. The frequency of the LWD testing will be three tests for each 800 t for compacted aggregate and three tests for each 1,400 cu yd of chemically modified soil. If the average deflection is not equal to or less than the maximum allowable deflection for aggregates, a sample of the aggregate shall be obtained in accordance with AASHTO T 2 and a moisture content test shall be performed in accordance with AASHTO T 255 to determine if the moisture content is within the acceptable limits. If the moisture content is not within the acceptable limits, additional LWD tests may be taken at the same locations after 24 h if the moisture content is within the acceptable limits at the time of testing. The aggregate will be accepted if the LWD tests are equal to or less than the maximum allowable deflection.

203-R-647 BORROW AND DISPOSAL SITE REQUIREMENTS

(Adopted 10-20-16) The Standard Specifications are revised as follows: SECTION 202, BEGIN LINE 13, DELETE AND INSERT AS FOLLOWS: 202.02 General Requirements All buildings and foundations in accordance with 202.06, structures, fences, tanks, and other obstructions, any portions of which are on the right-of-way shall be razed, removed, and disposed of, except utilities and those features for which other provisions have been made for removal. Designated sSalvageable material designated by the Department shall be removed without unnecessary damage in sections or pieces which may be transported readily and shall be stored at specified places within the project limits or as otherwise designated. Except for regulated materials, which shall be disposed of in accordance with 104.06, and bridge painting debris which is subject to 619, non-salvageable material shall be disposed of in accordance with 203.08. Materials not designated by the Department as salvageable and removed from the construction site shall become the property of the Contractor and shall be disposed of in accordance with 203.08, except for regulated materials, which shall be disposed of in accordance with 104.06, and bridge painting debris which is subject to 619.

Page 84: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 44

SECTION 202, BEGIN LINE 52, DELETE AND INSERT AS FOLLOWS: Unless otherwise specified, salvageable itemsmaterials removed from the construction site shall become the property of the Contractor and proper allowance for their value shall be taken into account in the bid price of the item involved. Where a house or building has been removed previously and the existing utilities and drains or sewer connections have not been terminated and sealed, this work shall be performed in accordance with 104.03, or as otherwise provided for in the contract. SECTION 202, BEGIN LINE 77, DELETE AND INSERT AS FOLLOWS: Except for tank content waste, which is classified in accordance with 202.08, the Engineer will classify regulated materials as one of the following Department categories for the purpose of disposal requirements and payment. SECTION 202, BEGIN LINE 111, DELETE AND INSERT AS FOLLOWS: Unless otherwise specified, structural steel and salvageable materials not designated by the Department to be salvaged shall become the property of the Contractor. It shall be removed from the site before completion of the work and proper allowance for its value shall be taken into account in the bid price of the item involved. If the structure is to remain the property of the Department, steel or wood bridges shall be carefully dismantled without unnecessary damage, steel members shall be match marked, and all salvaged material shall be stored in accordance with 202.02. Blasting or other operations necessary for the removal of an existing structure or obstruction, which may damage new construction, shall be completed prior to placing the new work. If stated in the special provisions, all concrete which is of suitable size for riprap and not needed for such use on the project shall be stockpiled on the project in an approved manner, for use by the Department. SECTION 202, BEGIN LINE 168, DELETE AND INSERT AS FOLLOWS: (c) Disposal of Concrete All concrete from complete or partial removals, which is determined to be acceptable for riprap, shall be used on the project as directed. Disposal or placement as riprap will not be paid for directly, but the cost thereof shall be included in the cost of removal. Disposal of concrete from complete or partial removals shall be in accordance with 203.08. 202.04 Removal of Pipe and Tile Drains When so provided in the proposalindicated in the contract documents or as directed, all pipe and tile drains shall be removed and reasonable precaution taken to avoid breaking or damaging them. The pipe or tile shall be stored neatly on the right-of-way, unless it is to be re-laid as a part of the contract. Otherwise, the conditions in accordance with 104.05 shall apply.

Page 85: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 45

Pipes to be re-laid shall be removed and stored so that there is no loss or damage to the pipe. Replacement will be required of sections lost from storage or from damage through negligence or from improper methods in handling. Removal of pipe or drain tile, any necessary cleaning, removal of headwalls, storage of pipe, and disposal of removed headwall material and unsuitable pipe will not be paid for directly, the cost thereof to be included in the various pay items. Sanitary or storm sewers no longer in use shall be removed from under the roadway and shoulders if so specified on the plans or in the proposal or if so directed. No payment will be made for this removal if the removal is shown on the plans and no pay item exists, or if this removal is necessary during the placing of other structures or during other excavation operations. The removal of pipes that are not shown in the contract documents and those that are not being replaced at the same location will be paid for in accordance with 109.05. Disposal of pipe and tile drain material shall be in accordance with 203.08. SECTION 203, BEGIN LINE 51, DELETE AND INSERT AS FOLLOWS: 203.08 Borrow or Disposal Borrow shall consist of approved material required for the construction of embankments or for other portions of the work and shall be obtained from approvedaccepted locations and sources outside the right-of-way. Borrow material shall be free of substances that will form deleterious deposits, or produce toxic concentrations or combinations that may be harmful to human, animal, plant or aquatic life, or otherwise impair the designated uses of a stream or area. Unless otherwise designated in the contract, arrangements shall be made for obtaining borrow. Borrow, as designated herein, shall not include material excavated beyond the right-of-way limits at intersecting public roads, private and commercial drive approaches and material furnished as B borrow. Disposal of waste material, other than regulated material and bridge painting debris, from within the right-of-way shall only be allowed at approvedaccepted locations either within or outside the right-of-way. Disposal of regulated material shall be in accordance with 104.06. Disposal of bridge painting debris shall be in accordance with 619. Proposed borrow and disposal sites shall be accepted by the Engineer prior to the start of any borrow or disposal operations at the site. For each proposed site, an IC-203 Request for Acceptance of Borrow or Disposal Site form, available on the Department's website, shall be submitted to the Engineer a minimum of 14 days prior to the Contractor’s planned start of operations at the site. All requests for acceptance of a borrow or disposal site shall be in accordance with 203.08(a). Acceptance of any proposed borrow or disposal site by the Engineer shall not relieve the Contractor of the responsibility to utilize an appropriate site and to comply with all applicable local, State and Federal laws and regulations. The Contractor shall provide the Engineer a minimum of 14 days notice prior to opening borrow areas in order to obtain original cross sections, measurements, and borrow material samples prior to borrow area use.

Page 86: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 46

No extension of completion time will be granted due to any delays by the Contractor in securing acceptance of borrow and disposal sites. (a) Borrow and Disposal Site Requirements Any proposed borrow or disposal site submitted for acceptance shall be presented as, and meet the requirements of one of the following site definitions. 1. Solid Waste Site A Solid Waste Site shall be defined as a solid waste facility, in accordance with 329 IAC 10-2-176, with a current IDEM operating number. A request for acceptance of a Solid Waste Site shall include the following: a. Name and contact information of the facility operator. b. Address of the facility. c. The IDEM operating number. d. The expiration date of the IDEM operating permit. 2. Established Site An Established Site shall be defined as an established location, other than as defined in 203.08(a)1, proposed for borrow or disposal activity that is disturbed or developed for public, municipal, governmental, commercial, industrial, construction or any other similar or related activity. The Established Site shall be operating under permits required by local, State and Federal laws for the activities proposed by the Contractor. A request for acceptance of an Established Site shall include the following: a. Name and contact information of the site owner. b. Address of the site. c. Copy of a right-of-entry obtained from the property owner. Rights-of-entry

shall include rights for access by Department personnel to the site. d. Aerial view site plan with the location of the borrow or disposal areas

delineated. e. Location of all proposed storm water management features for the

delineated borrow or disposal area. f. List of the documented permits, permit numbers and permit expiration

dates for all permits under which the site operates. g. Documentation that a wetlands delineation and an archaeological field

survey, with record check, have been performed by qualified professionals shall be provided when borrow or disposal activities are identified for areas of the proposed site that remain undeveloped or undisturbed.

Any required wetlands delineation and archaeological field surveys, with

record check, shall be limited to those undeveloped and undisturbed areas identified for borrow or disposal that are greater than 0.1 acres.

Page 87: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 47

3. General Site A General Site shall be defined as a location, other than as defined in 203.08(a)1 and 203.08(a)2, that has not been disturbed or developed for public, municipal, governmental, commercial, industrial, construction, or other similar or related activity. A General Site shall include private, residential, agricultural fields and pastures, or any other similar or related locations. General Sites shall require additional documentation for acceptance. A request for acceptance of a General Site shall include the following: a. Name and contact information of the property owner. b. Address or location of the site. c. Copy of a right-of-entry obtained from the property owner. Rights-of-entry

shall include rights for access by Department personnel to the site. d. Site location plan, site dimensions, adjacent property and right-of-way

lines, all demarcated jurisdictional wetlands or isolated wetlands, all demarcated archeological sites, existing and proposed finished contours and proposed finished slope grades.

e. Site operations plan detailing the operations proposed for the site, what equipment will be utilized, how the site will be accessed and any other information relevant to the operation of the site.

f. Copy of the Rule 5 Notice of Intent, if required in accordance with 327 IAC 15-5.

g. Storm water management plan for the site including the storm water features to be incorporated and the sequencing of the measures with respect to the operations plan for the site.

h. Documentation signed by a wetlands professional verifying that the site has been inspected for the presence of both wetlands and isolated wetlands and, if any are present, specifying the area to be demarcated as jurisdictional or isolated wetlands.

i. Documentation of the archeological field survey, with record check, signed by a qualified archeologist including the limits and border of any archeological site discovered.

j. Copies of all other permits obtained by the Contractor to perform operations at the site.

k. Documentation, in the form of a signed and notarized certification from the property owner, that the proposed site is not currently an active remediation or corrective action site operating under an IDEM or EPA cleanup program, and that there are no environmental liens, easements, deed restrictions, or environmental restrictive covenants against the proposed site location. If environmental liens, easements, deed restrictions, or environmental restrictive covenants exist for the proposed site location, the Contractor shall provide copies of the restriction and written approval from the regulatory agencies having an interest in, or jurisdiction over the proposed site approving use of the site for the borrow or disposal operations.

Page 88: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 48

Except where a licensed commercial site or a permitted siteWhen General Site is utilized identified for borrow or disposal, the Contractor shall obtain all permits required by local, State and Federal laws prior to the start of any operations at the site. Licensed commercial sites and permitted sites are defined as follows: (a) A licensed commercial site is a solid waste facility with a current IDEM operation

number. (b) A permitted site is a location that is operated under permits required by local,

State and Federal laws for the activities proposed by the Contractor. A permitted site shall also have documentation that a wetlands delineation and an archaeological survey have been performed by qualified professionals.

For proposed borrow or disposal sites other than licensed commercial or permitted sites,All proposed General Sites shall have an inspection of areas outsideimpacted by the construction limits shall beborrow or disposal operations conducted by a qualified wetland professional approved by the Department to determine if wetlands are present on the site. An approved wetland professional shall be prequalified with the Department to perform environmental services work type 5.4 Ecological Surveys or shall be certified by the Society of Wetland Scientists as a wetland professional-in-training or professional wetland scientist. A list of approved wetland professionals is maintained on the Department's website. The wetlands inspection shall be in accordance with the current U.S. Army Corps of Engineers Wetland Delineation Manual and the appropriate regional supplement. The inspection shall also determine if isolated wetlands as defined by IDEM are present. The Contractor shall demarcate in a method approved by the Engineer the boundary of all wetlands identified within the proposed borrow or disposal site in a method acceptable to the Engineer. For proposed borrow or disposal sites other than licensed commercial or permitted sites, Proposed General Sites shall have a qualified archaeologist shall perform a record check and field survey, with record check, to determine if any significant archeological sites exist within the proposed site. The Indiana Department of Natural Resources Division of Historic Preservation and Archeology maintains a roster of qualified archeological consultants. If any archaeological sites are identified, the archaeologist shall establish the limits of the site along with a reasonable border. The Contractor shall demarcate in a method approved by the Engineer the border of all identified archeological sites identified within the proposed borrow or disposal site in a method acceptable to the Engineer. Identified archeological sites shall not be disturbed unless the site is cleared by established procedures and written authorization to enter the site has been obtained by the Contractor.

Page 89: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 49

Borrow and disposal sites shall be approved by the Engineer prior to the start of any earth disturbing operations at the site. A request for approval of a borrow or disposal site shall be submitted to the Engineer a minimum of 14 days prior to the Contractor’s planned start of operations at the site. All requests for approval of a borrow or disposal site shall include a description of the Contractor’s planned operations at the site. In the case of disposal sites, the description shall include a listing of the types of material to be disposed of at the site. A request for approval of a licensed commercial site shall include the following: (a) The name and address of the facility. (b) The IDEM operating number. (c) The expiration date of the IDEM operating permit. A request for approval of a permitted site shall include the following: (a) Name of the site owner. (b) Address of the site. (c) A list of the permits, permit numbers and permit expiration dates for all permits

under which the site operates. (d) Documentation that a wetlands delineation and an archaeological survey have

been performed by qualified professionals. A request for approval of a site, other than a licensed commercial or permitted site, shall include the following: (a) Name of the property owner. (b) Address or location of the site. (c) A copy of a right-of-entry obtained from the property owner. Rights-of-entry shall

include rights for access by Department personnel to the site for the purposes of monitoring, measurement, and sampling.

(d) A site plan showing the site location, site dimensions, adjacent property and right-of-way lines, all demarcated jurisdictional wetlands or isolated wetlands, all demarcated archeological sites, existing and proposed finished contours and proposed finished slope grades.

(e) A site operations plan detailing the operations proposed for the site, what equipment will be utilized, how the site will be accessed and any other information relevant to the operation of the site.

(f) A copy of the Rule 5 Notice of Intent, if required in accordance with 327 IAC 15-5.

(g) An erosion control plan for the site including the types of erosion control measures to be incorporated and the sequencing of the measures with respect to the operations plan for the site.

Page 90: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 50

(h) Documentation signed by a wetlands professional verifying that the site has been

inspected for the presence of both wetlands and isolated wetlands and, if any are present, specifying the area to be demarcated as jurisdictional or isolated wetlands.

(i) Documentation of the archeological record check and field survey signed by a qualified archeologist including the limits and border of any archeological site discovered.

(j) Copies of all other permits obtained by the Contractor to perform operations at the site.

The Contractor shall provide the Engineer a minimum of 14 days notice prior to opening borrow areas for the purpose of obtaining original cross section elevations and measurements and to sample the borrow material prior to use. (b) Additional Requirements Identified archeological sites shall not be disturbed unless the site is cleared by established procedures and written authorization to enter the site has been obtained from the Department’s Cultural Recourses office. Archaeological artifacts encountered during operations shall be addressed in accordance with 107.10. No excavation shall occur and no material shall be disposed of within the boundaries of the demarcated wetlands and archeological areas unless the operations are in compliance with all required permits and these specifications. The Contractor shall install all temporary erosion and sedimentstorm water management control measures at accepted borrow or and disposal sites other than licensed commercial and permitted siteslocations designated as Established Sites and General Sites prior to the start of any earth disturbing activity. The Contractor shall develop and construct all mitigation measures necessary to fulfill the requirements of all permits obtained by the Contractor for operation of a borrow and disposal site. No excavation shall occur or no material shall be disposed of within the boundaries of the demarcated wetlands and archeological areas unless the operations are in compliance with all required permits and these specifications.

Page 91: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 51

No extension of completion time will be granted due to any delays by the Contractor in securing approval of borrow and disposal sites. Approval of a proposed borrow or disposal site by the Engineer, whether the proposed site is commercial, permitted, or otherwise, shall not relieve the Contractor of its responsibility to utilize an appropriate site and to comply with all applicable local, State and Federal laws and regulations. Archaeological artifacts encountered during operations shall be addressed in accordance with 107.10.

203-R-651 USE OF RECYCLED CONCRETE PAVEMENT FOR EMBANKMENT CONSTRUCTION

(Adopted 10-20-16) The Standard Specifications are revised as follows: SECTION 203, AFTER LINE 680, INSERT AS FOLLOWS: Recycled concrete pavement may be used in embankment construction. The recycled material shall meet the requirements of B borrow in accordance with 211.02 or rock embankment in accordance with 203.20. The recycled concrete pavement may only be placed below the pavement underdrains and shall be constructed in accordance with 203.23. The recycled concrete pavement shall not be used within 2 ft of the water table. Proofrolling in accordance with 203.26 shall be performed to cover the whole grade for every 5 ft of fill. Any rut greater than 1/2 in. shall be corrected as directed. A geotextile in accordance with 918.02 shall be placed prior to the placement of other material when the material is finer than recycled material. A minimum 18 in. encasement suitable for vegetation growth shall be constructed in accordance with 203.09.

203-R-653 EMBANKMENT OTHER THAN ROCK, WITH STRENGTH OR DENSITY CONTROL

(Adopted 11-18-16) The Standard Specifications are revised as follows: SECTION 203, BEGIN LINE 887, DELETE AND INSERT AS FOLLOWS: 203.23 Embankment other than Rock, with Strength or Density Control The compaction will be determined by dynamic cone penetrometer, DCP, testing in accordance with ITM 509 and the moisture content in accordance with ITM 506. Soil classification will be performed in accordance with the ITM 512 and the following DCP blow counts will be used for compaction control:

Page 92: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 52

Textural Classificat

ion

Maximum Dry

Density (pcf)

Optimum Moisture

Content Range (%)

Acceptable Minimum DCP value

for 6 in. for 95%

compaction

Acceptable Minimum

DCP value for 12 in.

for 95% compaction

Acceptable Minimum

DCP value for 12 in. for 100%

compaction CLAY SOILS

Clay < 105 19 - 24 6

* Clay 105 - 110 16 - 18 7 * Clay 111 - 114 14 - 15 8 *

SILTY SOILS Silty 115 - 116 13 - 14 9 * Silty 117 - 120 11 *

SANDY SOILS Sandy 121 - 125 8 - 12 12 * Sandy > 125 15 *

GRANULAR SOILS – STRUCTURE BACKFILL AND A-1, A-2, A-3 SOILS No. 30

6 9 No. 4 7 10 1/2 in. 11 14 1 in. 16 19 Note: * Test section required in accordance with ITM 514 Three random test locations will be determined in accordance with ITM 802 for each 2,000 cy yd of compacted soil for each two-lane pavement sectionUnless otherwise specified, all material directed to be compacted in accordance with 203.23 shall meet the acceptable minimum DCP value for 95% compaction. Subgrade shall meet the acceptable minimum DCP value for 100% compaction when required. As an alternate, all embankments shall be compacted to at least 95% of their maximum dry density and all subgrade shall be compacted to at least 100% of their maximum dry density. In situ density will be determined in accordance with AASHTO T 191 and the moisture content as specified. For clay, silty, and sandy soils compacted to 100% of their maximum dry density, a test section is required in accordance with ITM 514 for DCP testing. Clay soils shall be constructed and tested with DCP in 6 in. lifts, whereas silty, sandy, and granular soils shall be constructed in 6 in. lifts and tested with DCP for 12 in.

Page 93: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 53

The moisture compaction range for all soils types shall be as follows:

Soil Type Moisture Compaction Range Clay (< 105 lb/cu ft) -2 to +2% of optimum moisture content

Clay (105-114 lb/cu ft) -2 to +1% of optimum moisture content

Silty and Sandy (> 114 lb/cu ft) -3% to optimum moisture content

Granular 5 to 8% DCP testing will be performed in accordance with the Frequency Manual at random locations determined in accordance with ITM 802. Moisture testsing will be performed every four hours for clayey soils and once a day for silty , sandy, and granular soil typesin accordance with the Frequency Manual.

205-R-636 STORM WATER MANAGEMENT

(Revised 11-18-16) The Standard Specifications are revised as follows: SECTION 101, AFTER LINE 33, INSERT AS FOLLOWS: BMP best management practice CESSWI Certified Erosion Sediment and Storm Water Inspector CISEC Certified Inspector of Sediment and Erosion Control CPESC Certified Professional in Erosion and Sediment Control NOI Notice of Intent NOS Notice of Sufficiency NOT Notice of Termination RECP rolled erosion control product SWQCP Storm Water Quality Control Plan SWQM Storm Water Quality Manager SECTION 108, DELETE LINES 114 THROUGH 219. SECTION 108, AFTER LINE 219, INSERT AS FOLLOWS: For those contracts requiring IAC 327 15-5, having waterway permits, and storm water management, the Contractor shall locate, install, maintain and remove temporary sediment and erosion control BMPs, for earth disturbing activity areas, and develop a SWQCP, for the Engineer’s acceptance, in accordance with 205.

Page 94: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 54

Where required by IAC 327 15-5, stockpile and storage sites shall be permitted by an IDEM NOS. An NOI with an IDEM time stamp 48 hours prior to the beginning of operations at the sites shall also meet these requirements. The Contractor shall obtain an NOS, or IDEM time stamped NOI submitted to the Engineer prior to the beginning of operations at those locations. Borrow and disposal sites shall be in accordance with 203.08. For those contracts not requiring IAC 327 15-5, having no waterway permits, and not requiring storm water management, the contractor shall submit a written site plan to the Engineer describing the following: 1. A description of the contract site. 2. The locations of all equipment storage areas, fueling locations, construction

trailers, batch plants, and designated concrete truck washout locations. 3. A material handling and spill prevention plan. The site plan shall be submitted for acceptance 14 calendar days prior to the start of construction activity. The cost of preparation and implementation of the site plan described above shall be included in the cost of the other items of the contract. SECTION 108, BEGIN LINE 243, DELETE AS FOLLOWS: The cost of preparation of the erosion control plan shall be included in the cost of the erosion and sediment control items. SECTION 109, BEGIN LINE 808, DELETE AND INSERT AS FOLLOWS: (g) Erosion and Sediment Control, E&SCStorm Water Management Quality adjustments will be calculated in accordance with 205.08. SECTION 205, DELETE LINES 1 THROUGH 516. SECTION 205, BEGIN LINE 1, INSERT AS FOLLOWS:

SECTION 205 - STORM WATER MANAGEMENT 205.01 Description This work shall consist of furnishing, installing, maintaining, and removing storm water management measures in accordance with the Department’s Design SWPPP, the submitted and accepted Contractor developed SWQCP, and 105.03.

Page 95: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 55

MATERIALS

205.02 Materials Materials shall be in accordance with the following: Coarse Aggregate, Class F or Higher ...................................904 Fertilizer .................................................................................914.03 Filter Sock ..............................................................................914.09(h) Geotextile ...............................................................................918 Grass Seed, Temporary ..........................................................914.02 Manufactured Surface Protection Products ...........................205.04(c) Metal End Sections .................................................................908.06 Mulch ......................................................................................914.05(a) Pipe Drains ............................................................................715.02(d) Plastic Net ..............................................................................914.09(g) Revetment Riprap ...................................................................904* Stakes ......................................................................................914.09(b) Staples ....................................................................................914.09(f) Top Soil ..................................................................................914.01 Water ......................................................................................914.09(a) *The minimum depth does not apply. Straw bales shall not weigh less than 35 lb.

Bales shall be bound with wire or nylon twine.

CONSTRUCTION REQUIREMENTS 205.03 General Requirements The Contractor shall locate, install, maintain and remove storm water management control BMPs for earth disturbing activity areas, and develop a SWQCP, in accordance with IAC 327 15-5. The Contractor’s SWQCP shall be a required contract specific component to the Department’s Design SWPPP. The submitted and accepted Contractor’s SWQCP and the Department’s Design SWPPP shall work in coordination with each other to complete the requirements of IAC 327 15-5. (a) Storm Water Quality Control Plan Development The Contractor’s SWQCP shall be developed by a professional engineer who holds a current CPESC or CPESC In-Training certification or approved equivalent. The SWQCP developer shall be familiar with the project site and be able to develop the SWQCP in accordance with the site conditions. In the event of conflict between requirements, pollution control laws, rules, or regulations of other Federal, State or local agencies, the Contractor’s SWQCP shall adhere to the more restrictive laws, rules, or regulations. The SWQCP developer shall issue clarifications, correct errors and omissions, and revise the SWQCP as required. The Contractor’s SWQCP shall be stamped by the SWQCP developer as defined above.

Page 96: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 56

The Contractor shall develop the project SWQCP for all applicable storm water management measures in accordance with 327 IAC 15-5, Chapter 205 of the Indiana Department of Transportation Design Manual, the IDEM “Indiana Storm Water Quality Manual”, ITM 803, and all other applicable contract documents. The Contractor’s SWQCP shall incorporate all narrative information, plan sheets, and implementation information necessary for storm water management utilized for the project. The SWQCP shall include any revisions to the Department’s Design SWPPP and the plans to comply with all known permit requirements applicable to the construction phase of the project included in the NOI, 401 and 404 permits, and all other permits as well as those required by the Contractor in accordance with 107.01 and 205.03(c). A copy of the Contractor’s offsite operations permits for items such as offsite stockpiles, borrow sites, waste sites, or storage areas shall be submitted to the Engineer prior to operations at those sites. Electronic files of any plan sheets and narratives shall be provided in .pdf format. The Contractor may elect to prepare and submit the SWQCP in multiple phases. The first phase of the SWQCP shall show the location, installation, and maintenance of storm water management BMPs for the existing topography of the project during clearing activities and prior to earth disturbing activities for the remaining construction. The first phase of the SWQCP shall be submitted prior to subsequent phases. Additional phases shall show the progression from the existing topography to the final grade and shall be submitted for review prior to earth disturbing activity for that phase. Each phase of the SWQCP shall be modified to meet existing field conditions as needed. If a governmental agency or a local governmental authority finds a violation of NPDES or any other surface water permits provided in the bid documents, or any BMPs are incomplete, or the Contractor’s SWQCP is incomplete, full responsibility shall be borne by the Contractor to make corrections. In addition if an assessment, damage judgment or finding, agreed order, fine, or any other expense for a violation of the contract requirements is leveled against the Department, the Contractor shall reimburse the State for that amount within 30 days. The Contractor agrees to indemnify and hold harmless the Department and will reimburse the Department for any assessments, damage judgments or finding, fine, penalty or other expense relating to this portion of the contract. The Department may withhold the amount owed from the Contractor’s subsequent pay estimates. Delays caused by stop work orders from regulatory agencies, suspension of work orders from the Department, or any other delays caused by inadequate submittals or implementation will be considered Non-Excusable Delays in accordance with 108.08(c).

Page 97: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 57

(b) Storm Water Quality Manager The Contractor shall designate one person as the contract SWQM. The designated individual shall be trained as a level 1 or level 2 SWQM as indicated within the contract documents. The SWQM training level shall meet or exceed the level required within the contract documents. 1. Level 1 SWQM A level 1 SWQM shall have successfully completed the Department’s Construction Storm Water Training course and hold a current training verification document for that course. 2. Level 2 SWQM A level 2 SWQM shall meet the requirements of 205.03(b)1, and hold a current certification as a CESSWI, or a CESSWI In-Training, or a CISEC, or a CISEC In-Training, or a CPESC, or a CPESC In-Training, or an approved equivalent. The SWQM shall be responsible for ensuring that the Contractor’s SWQCP has been submitted for review prior to implementation. The SWQM shall also be in responsible charge of the implementation of the Contractor’s SWQCP. Implementation of the SWQCP includes installation, maintenance, and removal of all storm water management measures. The SWQM shall also be in responsible charge of the weekly and post-event inspections. The inspections shall be documented electronically using the Storm Water, Erosion, and Sediment Control Inspection Report which is available on the Department’s website or provided by the Engineer. The SWQM shall attend the pre-construction conference and at least one contract scheduling meeting per calendar month. The SQWM shall accompany personnel from IDEM or other governmental agencies, as required, during site visits by those agencies. The name of the SWQM shall be furnished to the Engineer at, or prior to, the pre-construction conference. If the designated individual is replaced during the contract, the replacement shall be designated, and notification given to the Engineer within 24 hours. (c) Storm Water Quality Control Plan Content The Contractor’s developed SWQCP shall include the processes and procedures of how the Contractor intends to meet the requirements as outlined in this section and in accordance with ITM 803, Contractor Quality Control Plan for Storm Water. Any individual phase of the SWQCP shall be submitted to the Engineer for review a minimum of 14 calendar days prior to commencing earth disturbing activities for that phase. Upon receipt, the Engineer will perform a review of the submitted phase of the SWQCP within 14 calendar days for acceptance. At a minimum, the SWQCP shall include the following: 1. Description of the site. 2. Locations of all proposed top soil stockpiles.

Page 98: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 58

3. Locations of all proposed equipment storage areas, fueling locations,

construction trailers, batch plants, and designated concrete truck washout areas.

4. Proposed construction sequence and phasing of storm water management

measures including plans for installation, maintenance, and removal of BMPs.

5. Locations and design flow from offsite areas that drain onto project limits.

The SWQCP design shall include BMPs properly sized and placed to accommodate runoff from outside of the project limits and the drainage quantity from within the project limits.

6. Locations of all construction entrances where vehicles and equipment will

enter and exit the site. 7. Material handling and spill prevention plan. A plan for the collection,

storage, and disposal of concrete washout waste water shall be in accordance with 205.03(d).

8. Statements that the storm water management measures for the project shall,

at a minimum, be inspected on a weekly basis and within 24 h of every 1/2 in. rain event.

9. Provisions to ensure that pollutants such as fuels, lubricants, asphalt,

sewage, wash water, or waste from concrete mixing operations, and other harmful materials shall not be discharged into existing bodies of water.

10. Provisions to ensure that all applicable regulations and statutes relating to

the prevention and abatement of pollution shall be complied with in the performance of the contract.

11. Statements that all appropriate storm water management items shall be in

place prior to disturbing the project site. When Waters of the United States are located within the project limits the following shall also be addressed in the SWQCP: 1. A method for delineating the boundaries of the Waters of the United States as

shown on the plans. 2. A method for conducting work located in or adjacent to bodies of water, and

how the work in those locations shall be conducted in compliance with all conditions within the project 401, and 404 permits.

Page 99: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 59

(d) Temporary Storm Water Management Features Temporary storm water management measures shall be placed as soon as practicable. Perimeter protection and sediment traps shall be installed prior to beginning earth disturbing activities. Pipe end sections and anchors shall be installed when the structure is installed. If the pipe end sections or anchors cannot be placed at the same time, temporary riprap splashpads shall be placed at the outlets of the pipes until end sections or anchors can be installed. Adjustments of the storm water management measures shall be made to satisfy field conditions and shall be subject to the Engineer’s approval. Adjustments made to meet field conditions shall be made as soon as practicable and shall be maintained as necessary. The Contractor shall provide a stable construction entrance at the points where construction traffic will enter onto an existing road. Where there is insufficient space for a stable construction entrance, other measures shall be taken to prevent the tracking of sediment onto the pavement. These temporary entrances shall be the responsibility of the Contractor to completely install, maintain, and remove. Within the SWQCP, the Contractor shall provide a written plan for the collection, storage, and disposal of concrete washout waste water that is adequate for the size of the concrete pour, the environmental conditions of the job site, and in accordance with IAC 327 15-5-7(2) and IAC 327 15-13-17(2)(F). A secondary washout container shall be on site and be part of the material handling and spill prevention plan. Straw bale washout pits will not be allowed. Concrete washout waste water may either be recycled back into the truck, washed out into a lined roll off container or a lined in-ground pit of adequate size, or an approved manufactured product, or taken back to a batch plant. Lining shall consist of a minimum of one sheet of 10 mil plastic, be continuous with no over lapping, and free of leaks. Concrete waste water liquid shall be fully evaporated prior to the planned capacity of the washout container capacity being exceeded. Otherwise the waste water shall be pumped out into a secondary lined container or into a tanker and taken to an approved disposal facility. Concrete waste water shall not be allowed to leak onto the ground, run into storm drains, or into any body of water. Where washout waste water leaks onto the ground, all contaminated soils shall be excavated and disposed of in accordance with 202.08 except that all costs associated with excavation and disposal shall be the responsibility of the Contractor. The installation of storm water management measures shall include those necessary or required by permits at off-site locations such as borrow and disposal areas, field office sites, batch plants, locations where the Contractor’s vehicles enter and leave public roads, and other locations where work pertaining to the contract is occurring. The Contractor’s SWQM shall be responsible for the installation, inspection, and maintenance of these measures. The Contractor shall employ dust control measures in accordance with 107.08(b).

Page 100: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 60

(e) Permanent Storm Water Management Features Permanent storm water management measures shall be incorporated into the work at the earliest practicable time. 205.04 Temporary Surface Stabilization Non-vegetated areas shall be temporary stabilized if the area remains inactive for more than seven days. The area will be considered inactive when no meaningful work toward accomplishing a pay item has been performed at a site of disturbed soil. Stabilization methods shall be as shown in the SWQCP. (a) Seed Temporary seeding shall be placed on disturbed areas that are expected to be inactive for more than seven days, or as agreed to by the Contractor and the Engineer. Seed shall be placed either by drilling in, spraying in a water mixture, or by use of a mechanical method which places the seed in direct contact with the soil. Where inaccessible to mechanical equipment, or where the area to be seeded is small, a hand operated cyclone seeder or other approved equipment may be used. Seed shall not be covered more than 1/2 in. Seed may be distributed by a drill seeder, cyclone seeder, hand or other approved equipment which allows for even distribution of the seed. If as a result of a rain event, the prepared seed bed becomes rutted, crusted or eroded, or depressions exist, the soil shall be reworked until it is smooth. Reworked areas shall be re-seeded. All seeded areas shall be mulched within 24 h after seeding. Temporary seed shall be used for surface stabilization and temporary ground cover. Temporary cover mixtures shall be placed and be subject to seasonal limitations as defined herein. This mixture is not intended to be used as a permanent seed mixture. This mixture shall not be used to satisfy the requirements of the warranty bond. The mix shall be spray mulched where the slope is steeper than 3:1. From June 16 through August 31, mulching alone shall be used to stabilize the soil. (b) Spring Mix Spring mix shall be used from January 1 through June 15. This mixture shall be applied at the rate of 150 lb/ac. The mix shall consist of oats. (c) Fall Mix Fall mix shall be used from September 1 through December 31. This mixture shall be applied at the rate of 150 lb/ac. This mix shall consist of winter wheat. Unless otherwise indicated in the SWQCP, fertilizer shall be spread uniformly over the area to be seeded and shall be applied at 1/2 the rate shown in 621.05(a). Fertilizer shall only be applied during the active growing season March through November.

Page 101: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 61

(d) Mulch Mulch shall be applied uniformly in a continuous blanket at the rate of 2.5 t/ac. If seeded, mulch shall be placed within 24 h after seeding. The percent of moisture in the mulch shall be determined in accordance with 621.14(c). Mulch shall be punched into the soil so that it is partially covered. The punching operation shall be performed longitudinally to the slope. The tools used for punching purposes shall be disks that are notched and have a minimum diameter of 16 in. The disks shall be flat or uncupped. Disks shall be placed a minimum of 8 in. apart. Shaft or axle sections of disks shall not exceed 8 ft in length. The disk for punching shall be constructed so that weight may be added or hydraulic force may be used to push puncher into the ground. An even distribution of mulch shall be incorporated into the soil. On a slope of 3:1 or steeper but flatter than 2:1, or where specified, temporary mulch stabilization shall also be used. Unless otherwise specified, the following types may be used. 1. Type A The mulch shall be held in place by means of commercially produced water borne mulch binder product. The product shall be manufactured and used in accordance with all applicable State and Federal regulations. Such product shall be applied in accordance with the manufacturer’s written instructions. A copy of the written instructions shall be supplied to the Engineer prior to the seeding work. The product shall include a coverage indicator to facilitate visual inspection for evenness of application. If the mulch fails to stay in place, the Contractor shall repair all damaged areas. 2. Type B The mulch shall be held in place with binder twine fastened down with wooden pegs not less than 6 in. long spaced 4 ft apart. The twine shall be placed parallel to and also at 60° to the pavement edge in both directions. The distance between the intersections of the diagonal strands measured along the strands shall be 12 ft. The strand parallel to the pavement shall cross the diagonal strands at their intersections to form equilateral triangles of 12 ft on a side. 3. Type C The mulch shall be held in place with a polymeric plastic net. The plastic net shall be unrolled such that it lays out flat, evenly, and smoothly, without stretching the material. The plastic net shall be held in place by means of staples. The staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be spaced not more than 4 ft apart with rows alternately spaced. The plastic net shall be secured along the top and bottom of the soil slope with staples spaced not more than 1 ft on center. The ends and edges of the plastic net shall be overlapped approximately 4 in. and stapled. Overlaps running parallel to the slope shall be stapled 1 ft on center and overlaps running perpendicular to the slope shall be stapled at least 3 ft on center.

Page 102: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 62

The plastic net shall be placed with the length running from top of slope to toe of slope, or the plastic net shall be placed with the length running horizontally or parallel to the contour. On a slope of 2:1 or steeper, or where specified, a manufactured surface protection product shall be used. (c) Manufactured Surface Protection Products The following manufactured surface protection products may be used for covering an area that has not been seeded. Soil cover shall not be used to cover seeded areas. Prior to placing the manufactured surface protection product, the area to be covered shall be free of all rocks or clods of over 1 1/2 in. in diameter, and all sticks or other foreign material, which prevent the close contact of the blanket with the seed bed. After the area has been properly shaped, fertilized, and seeded, the manufactured surface protection product shall be laid out flat, evenly, and smoothly, without stretching the material. 1. Excelsior Blanket An excelsior blanket may be used as mulch for seeding where seeding is specified or where erosion control blanket is specified. Excelsior blankets shall be placed within 24 h after seeding operations have been completed. Excelsior blankets shall be installed in accordance with the manufacturer’s recommendation. 2. Straw Blanket A straw blanket may be used as mulch for seeding where mulched seeding is specified or where erosion control blanket is specified. Straw blankets shall be placed within 24 h after seeding. The straw blanket shall be unrolled over the designated area so that the plastic mesh is on top and the straw fibers are snugly and uniformly in contact with the soil surface. The rolls shall be butted together and stapled in place. The staples shall be driven through the blanket at a 90° angle to the plane of the ground surface. Each staple shall anchor the plastic mesh. The staples shall be spaced per the manufacturer’s recommendation. For placement on a slope, the straw blankets shall be placed with the length running from the top of slope to the toe of slope and shall extend a minimum of 3 ft over the crown of the slope. The blanket shall be stapled in accordance with the manufacturer’s recommendation. For placement in ditch lines, the straw blanket shall be unrolled parallel to the centerline of the ditch. The blanket shall be placed so that there are no longitudinal seams within 24 in. of the bottom centerline of the ditch. In a ditch line, the blanket shall be stapled in accordance with the manufacturer’s recommendation with a minimum of six staples across the upstream end of each roll. 3. Rolled Erosion Control Products The Contractor shall use degradable RECPs including netting, open weave textile, and erosion control blankets.

Page 103: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 63

Seed shall be applied in accordance with 621 unless soil infilling is required. If soil infilling is required, RECP shall be first installed and then seed applied and brushed or raked 1/4 to 3/4 in. of topsoil into voids in the RECP filling the full product thickness. Staples of at least 6 in. in length shall be used to secure the RECP. The RECP shall be unrolled parallel to the primary direction of flow and placed in direct contact with the soil surface. RECP shall not bridge over surface inconsistencies. Edges of adjacent RECP shall be overlapped by 2 to 4 in. Staples shall be placed to prevent seam separation in accordance with the manufacturer’s recommendations. 4. Geotextile Disturbed soil shall be covered with geotextile. The covering shall be placed over the exposed soil in a shingle like fashion with a 2 ft minimum overlap covering all loose or disturbed soil. The geotextile, if new, shall be in accordance with 918.02. The geotextile used for soil covering need not be new but shall not have holes or unrepaired rips or tears. All repairs shall be made in accordance with the manufacturer’s recommendation. 205.05 Concentrated Flow Protection (a) Check Dam Check dams and modified check dams shall be constructed as shown on the plans. Geotextile for check dams shall be in accordance with 616 unless otherwise specified. Temporary revetment riprap shall be in accordance with 616. No. 5 and No. 8 filter stone shall be in accordance with 904. (b) Check Dam, Traversable Traversable check dams shall be composed of straw bales, 8 in. minimum diameter fiber rolls, or 8 in. minimum diameter socks filled with straw, ground wood chips, shredded bark, or other approved material for site specific conditions. Rolls and socks may be stacked in a triangle pattern as shown on the plans. Check dams shall be staked as shown on the plans or as directed by the manufacturer. Check dams shall be configured to eliminate gaps between sections. Straw bales shall be placed such that the bindings are parallel to and not in contact with the ground. (c) Diversion Interceptors Grading for diversion interceptors shall be in accordance with 203 with the exception that compaction requirements will not apply. The Contractor shall identify the construction areas which shall utilize diversion type A or B. Slope drains shall be provided at the low points of the diversion interceptor. Perimeter diversion, type C shall be installed prior to earth moving activities and shall be immediately stabilized. Type A or B shall be stabilized if anticipated to be left in place for more than seven calendar days. (d) Sediment Traps Sediment traps shall be constructed with revetment riprap, filter stone and geotextile.

Page 104: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 64

(e) Sediment Basins Embankment construction shall be in accordance with 203. Temporary revetment riprap used for overflow protection shall be in accordance with 904, unless otherwise indicated in the SWQCP. Sediment basins shall be constructed as shown on the plans, or as indicated in the SWQCP. Sediment basins shall be designed to provide a minimum storage volume to contain the runoff from a 10 year 24 h storm event. (f) Slope Drains Slope drain pipes shall be lengthened as required due to the construction of the embankment. (g) Vegetative Filter Strips Designated vegetative filter strips shall not be disturbed. Small rills that form shall be repaired. Fertilizer shall be applied as indicated in the SWQCP. (h) Splashpads Splashpads shall be constructed with revetment riprap with geotextile. (i) Inlet Protection All deck and curb drains shall have sediment control measures when the structure or road is to be used for hauling operations or adjacent to disturbed areas. Copies of all current manufacturers’ installation manuals shall be provided prior to installation. 205.06 Perimeter Protection (a) Silt Fence Shipping, handling and storage shall be in accordance with the manufacturer’s recommendations. The silt fence material shall be in accordance with 918.04. The silt fence material will be rejected if it has defects, tears, punctures, flaws, deterioration, or damage incurred during manufacture, transportation, storage, or installation. Each roll shall be labeled or tagged to provide product identification. Joints shall be made from the ends of each section of fence wrapped around a wood stake and joined together or other method recommended by the manufacturer. Copies of all current manufacturer manuals shall be provided prior to installation. (b) Filter Berm Filter berms shall be constructed of organic mulch, filter sock, or No. 5 and No. 8 filter stone. 205.07 Maintenance Storm water management measures shall be inspected, at a minimum, once every seven days and after a 1/2 in. rain event. Inspections shall be documented and records shall be maintained by the Contractor, to be submitted to the Engineer on the next business day following the inspection.

Page 105: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 65

The temporary protection measures shall be remedied within 48 h after inspection or as directed. The Contractor shall rebuild or repair damaged storm water management measures. If conditions do not allow the Contractor access to the location of the storm water management features using normal equipment and maintenance, the Contractor shall submit to the Engineer an acceptable written alternate schedule, within 48 h, to bring the storm water management features back into compliance. (a) Silt Fence If the fence fabric tears, starts to decompose, or becomes ineffective, the affected portion shall be replaced. Deposited sediment shall be removed once it reaches 1/2 the height of the fence at its lowest point. Once the contributing drainage area has been stabilized, the Contractor shall remove the fence and sediment deposits, grade the site to blend with the surrounding area, and stabilize the graded area. (b) Sediment Basin Sediment shall be removed once it has accumulated to 1/2 the design volume. The filter stone around the riser pipe shall be replaced if the sediment pool does not drain within 72 h following a stormwater runoff event. (c) Filter Berm Accumulated sediment shall be removed once it reaches 1/4 of the height of the filter berm. The filter berm shall be inspected to ensure that it is holding its shape and allowing adequate flow. Eroded and damaged areas shall be repaired. (d) Inlet Protection Accumulated sediment shall be removed once identified and after each storm event. Flushing with water will not be allowed. The sediment shall not be allowed to re- enter the paved area or storm drains. Curb inlet inserts shall be cleaned in accordance with the manufacturer’s recommendations. (e) Sediment Traps Following each storm event, the Contractor shall repair slope erosion and piping holes as required. Sediment shall be removed once it has accumulated to 1/2 design volume. The Contractor shall replace the coarse aggregate filter stone if the sediment pool does not drain within 72 h following a storm water runoff event. (f) Concrete Washout The containment system shall be inspected for leaks, spills, and tears, and shall be repaired or replaced as necessary. The Contractor shall ensure that each containment system maintains adequate capacity. Solidified waste concrete shall be disposed of in accordance with 202.

Page 106: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 66

(g) Check Dams Sediment shall be removed once it reaches 1/2 the height of the check dam. Sediment shall be removed and disposed of in accordance with 201.03 and 203.08. The Contractor shall rebuild or repair each damaged check dam to maintain the design height, cross section, and control function. 205.08 Quality Adjustments If maintenance deficiencies are not remedied within 48 h after identifying them in the inspection and in accordance with 205.07, the Contractor may be assessed damages for failure to maintain the required storm water management. For each day, during which the following units of storm water management are in an unsatisfactory condition, a quality adjustment, in accordance with 109, will be assessed as shown for each day, per unsatisfactory unit. (a) Silt Fence: $100.00 per each contiguous 100 ft section or portion thereof (b) Check Dam: $100.00 per check dam (c) Sediment Basin: $100.00 per basin (d) Sediment Trap: $100.00 per trap (e) Inlet Protection Devices: $100.00 per unit (f) Failure to inspect site per 327 IAC 15-5 requirements: $100.00 per required

inspection (g) Failure to temporary stabilize non-vegetated areas: $100.00 per acre or portion

thereof (h) Failure to correct identified deficiencies not defined above: $100 per day per

measure. Silt fence will be considered unsatisfactory if the fence material has an exposed cut or tear exceeding 1 ft in length, a seam has separated or the retained sediment exceeds 1/2 of the height of the fence. Check dams, sediment basins and sediment traps will be considered unsatisfactory if they no longer perform their function, or the retained sediment exceeds 1/2 of the design volume. Inlet protection devices will be considered unsatisfactory if they no longer perform their function, or the accumulated sediment exceeds 1/2 of the capacity of the device. 205.09 Removal Storm water management measures shall be removed as soon as an area becomes stable. All storm water management measures shall be removed prior to application for the NOT. The Contractor shall remove and dispose of all excess silt accumulations, dress the area, and reestablish vegetation to all bare areas in accordance with the contract requirements. Use or disposal of storm water management measures shall be as indicated in the SWQCP. 205.10 Method of Measurement Temporary silt fence and traversable check dams will be measured by the linear foot.

Page 107: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 67

Temporary sediment basins, standard metal end sections and temporary inlet protection will be measured by each unit installed. Temporary revetment riprap check dams, temporary revetment riprap, temporary sediment traps, splashpads, temporary filter stone, temporary mulch, No. 2 stone for stable construction entrances, and fertilizer will be measured by the ton. Temporary mulch stabilization, manufactured surface protection products, and temporary geotextile will be measured by the square yard. Temporary seeding will be measured by the pound. Removal of sediment will be measured by the cubic yard. Temporary slope drains will be measured by the linear foot. Measurement will be made for the maximum footage in place at one time, per drain location regardless of the number of times the material is moved. Temporary filter berms and filter sock will be measured by the linear foot complete in place. Revetment riprap and filter stone used in sediment basins will be measured by the ton. Excavation for detention ponds, temporary sediment traps and temporary sediment basins will be measured as common excavation in accordance with 203.27. Diversion interceptors type A and B, and interceptor ditches will not be measured for payment. Diversion interceptors type C will be measured by the linear foot. Mobilization and demobilization for surface stabilization will be measured per each trip as provided in the submitted and accepted SWQCP. Weekly inspections will be measured by each for inspections conducted after the contract completion date. SWQCP Preparation and Implementation Level 1 and Level 2 will not be measured. BMPs used at the off-site locations designated in 205.03 and concrete washouts will not be measured for payment. 205.11 Basis of Payment The accepted quantities of silt fence and traversable check dams will be paid at the established unit price per linear foot.

Page 108: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 68

Temporary sediment basins, standard metal end sections, and temporary inlet protection will be paid at the established unit price per each unit installed. Temporary revetment riprap check dams, temporary revetment riprap, temporary sediment traps, splashpads, temporary filter stone, temporary mulch, No. 2 stone for stable construction entrances, and fertilizer will be paid at the established unit price per ton. Temporary mulch stabilization, manufactured surface protection products, and temporary geotextile will be paid at the established unit price per square yard. Temporary seeding will be paid at the established unit price per pound. Removal of sediment will be paid at the established unit price per cubic yard. Temporary slope drains, temporary filter berms, and filter sock will be paid at the established unit price per linear foot. Revetment riprap and filter stone used in sediment basins will be paid at the established unit price per ton. The accepted quantities of excavation for detention ponds, temporary sediment traps, and temporary sediment basins will be paid for as common excavation in accordance with 203.28. Diversion interceptors type C will be paid at the established unit price per linear foot. Payment for mobilization and demobilization for surface stabilization will be paid at the established unit price per each and will be made for the initial movement to the project site, and for each occurrence as indicated in the submitted and accepted SWQCP, or as directed. Weekly inspections will be paid at the established unit price per each for inspections conducted after the contract completion date. No payment will be made for inspections during the time when liquidated damages in accordance 108.09 are assessed. The Department will include the pay item Storm Water Management Budget, with an established dollar amount, in the proposal to pay for BMP work. This established amount is the Department’s estimate of the total cost of the BMP work required to be performed for the contract. The established amount shown in the proposal is included in the total bid amount. The Department will pay for those items installed and listed with established prices for the quantities installed as indicated in the submitted and accepted SWQCP. If the BMP work exceeds the Department’s estimated amount, the additional BMPs shall be explained and submitted as a revision to the SWQCP. The additional work will be reviewed for acceptance in accordance with 104.03 except that the additional BMP work will be paid at the pre-determined established prices shown.

Page 109: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 69

The Department will pay to replace BMPs that have failed during a rain event at the unit price shown in 205.11 if those BMPs had been adequately designed based on the watershed, installed correctly, and maintained as necessary. The item SWQCP Preparation and Implementation Level 1 will be paid when a Level 1 SWQM is designated in the contract documents. The item SWQCP Preparation and Implementation Level 2 will be paid when a Level 2 SWQM is designated in the contract documents. The item SWQCP Preparation and Implementation Level 1, or Level 2 will be paid as a lump sum. After the SWQCP has been submitted, 25% of the SWQCP Preparation and Implementation bid price will be paid. If the SWQCP is submitted in phases, 25% of the SWQCP Preparation and Implementation bid price will be paid after the first phase of the SWQCP has been submitted. The balance will be paid as the plan is implemented over the life of the contract. Items shown with an established price will be paid at the prices shown. If any of the following items are shown in the schedule of pay items the bid item and price will prevail over the established prices shown. Payment will be made under: Pay Item Pay Unit Established Symbol Price Diversion Interceptor Type C ..............................................LFT .....................$20.00 Fertilizer .............................................................................TON ..................$725.00 Filter Sock ...........................................................................LFT .......................$5.00 Manufactured Surface Protection Product .........................SYS .......................$1.25 Mobilization and Demobilization for Surface Stabilization .....................................................EACH ...............$650.00 No. 2 Stone ..........................................................................TON ....................$25.00 Sediment, Remove ...............................................................CYS .....................$20.00 Splashpad ............................................................................TON ....................$55.00 Standard Metal End Section................................................EACH ...............$340.00 Storm Water Management Budget ......................................DOL SWQCP Preparation and Implementation, Level 1 ............LS SWQCP Preparation and Implementation, Level 2 ............LS Temporary Check Dam, Revetment Riprap .........................TON ....................$50.00 Temporary Check Dam, Traversable .. . . . . . . . . . . . . . . . . . . . . . . . LFT .....................$15.00 Temporary Filter Berm .......................................................LFT ..................... $15.00 Temporary Filter Stone .......................................................TON .................... $40.00 Temporary Geotextile ..........................................................SYS ....................... $2.50 Temporary Inlet Protection .................................................EACH ............... $100.00 Temporary Mulch Stabilization ...........................................SYS ....................... $0.25 Temporary Mulch ................................................................TON .................. $400.00 Temporary Revetment Riprap .............................................TON .................... $50.00 Temporary Sediment Basin .................................................EACH ............ $3,000.00

Page 110: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 70

Temporary Sediment Trap ...................................................TON .................... $40.00 Temporary Seed ..................................................................LBS ....................... $2.50 Temporary Silt Fence ..........................................................LFT ....................... $2.00 Temporary Slope Drain .......................................................LFT ..................... $20.00 Weekly Inspection ................................................................EACH ............... $400.00 The cost associated with revisions to permits shall be included in the cost of SWQCP Preparation and Implementation. The cost for trenching, backfilling, posts, fencing, and all necessary incidentals shall be included in the cost of the pay item for temporary silt fence. The cost for stakes, trenching, backfilling, posts, and all necessary incidentals shall be included in the cost of the pay item for temporary check dams, traversable. The payment for temporary sediment basin shall include all costs involved with construction of the basin except for excavation, revetment riprap, and filter stone. The payment for temporary sediment trap shall include all costs involved with construction of the trap except for excavation. Temporary entrances utilized by the Contractor for borrow and waste areas will not be paid for directly. The costs for diversion interceptor types A and B and interceptor ditches shall be included in the cost of the earth moving items. The cost for anchors and all incidentals necessary to perform the work shall be included in the cost of the pay item for temporary slope drains. The cost of materials, installation, inspection, maintenance, and removal of storm water management measures at off-site locations designated in 205.03 will not be measured for payment. The payment for BMPs in this section shall include materials, installation, maintenance, removal and proper disposal, except for the removal of sediment. The cost associated with sediment removal and temporary filter stone replacement due to BMP maintenance shall be included in the cost of the pay item for sediment removal. The cost of constructing, maintaining, and removal of the construction entrance, other than those constructed by the Contractor for borrow and waste sites, shall be included in the cost of No. 2 stone. No direct payment will be made for construction entrances for borrow and waste sites.

Page 111: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 71

The cost associated with concrete washout shall not be paid for directly, but shall be included in the costs of the concrete pay items. The costs associated with the weekly and post-event inspections and all other inspections conducted prior to the original contract completion date shall be included in the costs of the other pay items of this section.

207-R-652 SUBGRADE TREATMENT MATERIALS

(Adopted 10-20-16) The Standard Specifications are revised as follows: SECTION 207, BEGIN LINE 21, DELETE AS FOLLOWS: Recycled concrete pavement meeting the requirements of coarse aggregate size No. 53 may be used when crushed stone size No. 53 is specified.

211-R-625 STRUCTURE BACKFILL TYPE 3

(Adopted 06-18-15)

The Standard Specifications are revised as follows: SECTION 211, BEGIN LINE 111, INSERT AS FOLLOWS: (c) Type 3 Structure backfill in accordance with 904.05, except only nominal size aggregates 1 in., 1/2 in., No. 4 or No. 30, and coarse aggregate No. 5, No. 8, No. 9, No. 11, or No. 12 shall be stone. ACBF meeting the size requirements for coarse aggregate No. 5 or No. 8 may also be used. A type A certification in accordance with 916 for the additional structure-backfill testing described below shall be furnished to the Engineer prior to use. An approved geotechnical laboratory shall be used to perform the tests. Structure backfill for all retaining walls shall be in accordance with the following criteria:

PROPERTY CRITERIA TEST METHOD pH (Note 1) 5 < pH < 10 AASHTO T 289 Organic Content (Note 2) 1% max. AASHTO T 267 Permeability, min. (Note 3) 30 ft/day AASHTO T 215 Note 1: One pH test is required for each bench of stone, each source of air cooled blast furnace

slag, and each source of gravel. Note 2: One organic content test is required for each source of gravel. Note 3: One permeability test is required for the smallest aggregate size from each source. Sizes

No.5, No.8, and No.9 do not require a permeability test.

Page 112: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 72

The gradation shall be runperformed on the material used in the permeability test. Testing for permeability shall be performed on the sample of the material compacted to 95% in accordance with AASHTO T 99, Method C or D. All of the tests listed above shall be runperformed a minimum of once every 12 months per source. The Office of Materials Management will evaluate the material from each source and determine the appropriate tests to be performed.

400-R-641 HMA PAVEMENT

(Revised 03-31-17)

The Standard Specifications are revised as follows: SECTION 401, BEGIN LINE 1, DELETE AND INSERT AS FOLLOWS:

SECTION 401 – QUALITY CONTROL/QUALITY ASSURANCE, QC/QA, HOT MIX ASPHALT, HMA, PAVEMENT

401.01 Description This work shall consist of one or more courses of QC/QA HMA base, intermediate, or surface mixtures constructed on prepared foundations in accordance with 105.03. 401.02 Quality Control The HMA shall be supplied from a certified HMA plant in accordance with ITM 583; Certified Hot Mix Asphalt Producer Program. The HMA shall be transported and placed according to a Quality Control Plan, QCP, prepared and submitted by the Contractor in accordance with ITM 803; Contractor Quality Control Plans for Hot Mix Asphalt Pavements. The QCP shall be submitted to the Engineer at least 15 days prior to commencing HMA paving operations. When a safety edge is required for a project, the QCP shall identify the device or devices in accordance with 409.03(c) to be used for constructing the safety edge.

MATERIALS 401.03 Materials Materials shall be in accordance with the following: Asphalt Materials PG Binder.........................................................................902.01(a) Coarse Aggregates .................................................................904 Base Mixtures – Class D or Higher Intermediate Mixtures – Class C or Higher Surface Mixtures* – Class B or Higher Fibers ................................................................ AASHTO M 325 Fine Aggregates .....................................................................904 *Surface aggregate requirements are listed in 904.03(d).

Page 113: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 73

401.04 Design Mix Formula A design mix formula, DMF, shall be prepared in accordance with 401.05 and submitted in a format acceptable to the Engineer one week prior to use. The DMF shall be based on the ESAL category identified in the pay item and shall state the mixture designation and maximum particle size in the mixture. No mixture will be accepted for use until the DMF has been assigned a mixture number by the Engineer. The DMF shall state the maximum particle size in the mixture. The DMF shall state the calibration factor, test temperature, and absorption factors to be used for the determination of binder content using the ignition oven in accordance with ITM 586, the binder content by extraction in accordance with ITM 571, the ΔPb determined in accordance with ITM 591 and a Mixture Adjustment Factor, MAF. The DMF shall state the source, type, and dosage rate of any stabilizing additives. Approval of the DMF will be based on the ESAL and mixture designation. A mixture number will be assigned by the Engineer. No mixture will be accepted until the DMF has been approved. The ESAL category identified in the pay item correlates to the following ESAL ranges.

ESAL CATEGORY ESAL 1 < 300,000 2* 300,000 to < 3,000,000 3 3,000,000 to < 10,000,000 4* ≥10,000,000 to < 30,000,000 5 ≥ 30,000,000

*A category 2 mixture shall replace a category 1 mixture and a category 4 mixture shall replace a category 5 mixture.

The plant discharge temperature for any mixture shall not be more than 315°F whenever PG 58-28, PG 64-22, PG 64-28 or PG 70-22 binders are used or not more than 325°F whenever PG 70-28 or PG 76-22 binders areis used. QC/QA HMA may be produced using a water-injection foaming device. The DMF shall list the minimum and maximum plant discharge temperatures as applicable to the mixture. 401.05 Volumetric Mix Design The DMF shall be determined for each mixture from a volumetric mix design by a design laboratory selected from the Department’s list of approved Mix Design Laboratories. A volumetric mixture shall be designed in accordance with AASHTO R 35 and the respective AASHTO reference as listed below. All loose mixture shall be conditioned for 4 h in accordance with AASHTO R 30 prior to testing. Steel furnace slag coarse aggregate, when used in an intermediate or base mixture application, shall have a deleterious content less than 4.0% as determined in accordance with ITM 219. Bulk Specific Gravity and Density of Compacted Asphalt Mixtures Using Automatic Vacuum Sealing ...................... AASHTO T 331

Page 114: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 74

The single percentage of aggregate passing each required sieve shall be within the limits of the following gradation tables:

Dense Graded, Mixture Designation – Control Point (Percent Passing) 25.0 mm 19.0 mm 12.5 mm 9.5 mm 4.75 mm** Sieve Size 50.0 mm 37.5 mm 100.0 25.0 mm 90.0 - 100.0 100.0 19.0 mm < 90.0 90.0 - 100.0 100.0 12.5 mm < 90.0 90.0 - 100.0 100.0 100.0 9.5 mm < 90.0 90.0 - 100.0 95.0 - 100.0 4.75 mm < 90.0 90.0 - 100.0 2.36 mm 19.0 - 45.0 23.0 - 49.0 28.0 - 58.0 32.0 - 67.0* 1.18 mm 30.0 - 55.0 600 µm 300 µm 75 µm 1.0 - 7.0 2.0 - 8.0 2.0 - 10.0 2.0 - 10.0 3.0 - 8.0 * The mix design gradation shall be less than or equal to the PCS control point for all 9.5 mm category 3, 4 and 5

surface mixtures. The mix design gradation can be greater than the PCS control point when used on non-Department maintained facilities.

** The total blended aggregate gradation for the 4.75 mm mixture shall have a fineness modulus greater than or equal to 3.30 as determined in accordance with AASHTO T 27.

PCS Control Point for Mixture Designation (Percent Passing)

Mixture Designation 25.0 mm 19.0 mm 12.5 mm 9.5 mm 4.75 mm Primary Control Sieve 4.75 mm 4.75 mm 2.36 mm 2.36 mm n/a PCS Control Point 40 47 39 47 n/a

Open Graded, Mixture Designation – Control Point (Percent Passing) OG9.5 mm OG19.0 mm OG25.0 mm

Sieve Size 37.5 mm 100.0 25.0 mm 100.0 70.0 – 98.0 19.0 mm 70.0 – 98.0 50.0 – 85.0 12.5 mm 100.0 40.0 – 68.0 28.0 – 62.0 9.5 mm 75.0 – 100.0 20.0 – 52.0 15.0 – 50.0 4.75 mm 10.0 – 35.0 10.0 – 30.0 6.0 – 30.0 2.36 mm 0.0 – 15.0 7.0 – 23.0 7.0 – 23.0 1.18 mm 2.0 – 18.0 2.0 – 18.0 600 µm 1.0 – 13.0 1.0 – 13.0 300 µm 0.0 – 10.0 0.0 – 10.0 150 µm 0.0 – 9.0 0.0 – 9.0 75 µm 0 – 6.0 0.0 – 8.0 0.0 – 8.0

% of Binder > 3.0 > 3.0 > 3.0

Page 115: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 75

Dust/Calculated Effective Binder Ratio shall be taken from 0.6 to 1.2 1.4. , when the aggregate gradation passes above the primary control sieve, PCS, control point and 0.8 to 1.6 when the aggregate gradation is less than or equal to the PCS. The Dust/Calculated Effective Binder Ratio for 4.75 mm mixtures shall be 0.8 to 2.0 in accordance with AASHTO M 323. The optimum binder content shall produce a ΔPb ≤ 0.20 as determined in accordance with ITM 591 and the following air voids at Ndes:

AIR VOIDS AT OPTIMUM BINDER CONTENT Dense Graded Open Graded Mixture Designation

25.0 mm

19.0 mm

12.5 mm

9.5 mm

4.75 mm

25.0 mm

19.0 mm

9.5 mm

Air Voids 4.0% 4.0% 4.0% 4.0% 5.0% 15.0% - 20.0% 10.0% - 15.0% The design for dense graded mixtures shall have at least four points, including a minimum of two points above and one point below the optimum. A one point design may be used for open graded mixtures. The maximum specific gravity shall be mass determined in water in accordance with AASHTO T 209. The bulk specific gravity of the gyratory specimens shall be determined in accordance with AASHTO T 166, Method A or AASHTO T 275, if required, for dense graded mixtures and AASHTO T 331 for open graded mixtures. The percent draindown of open graded mixtures shall not exceed 0.30% in accordance with AASHTO T 305. Open graded mixtures may incorporate recycled materials and fibers. The recycled materials shall be in accordance with 401.06, and the fiber type and minimum dosage rate shall be in accordance with AASHTO M 325. The binder for open graded mixtures may have the upper temperature classification reduced by 6°C from the specified binder grade if fibers are incorporated into the mixture or if a minimum of 3.0% reclaimed asphalt shingles by weight of the total mixture areis used. Dense graded mixture shall be tested for moisture susceptibility in accordance with AASHTO T 283 except that the loose mixture curing shall be replaced by mixture conditioning for 2 h4 h in accordance with AASHTO R 30. The minimum tensile strength ratio, TSR, shall be 80%. The 6 in. mixture specimens shall be compacted in accordance with AASHTO T 312. If anti-stripping additives are added to the mixture to be in accordance with the minimum TSR requirements, the dosage rate shall be submitted with the DMF. A PG binder grade or source change will not require a new mix design. If the upper temperature classification of the PG binder is lower than the original PG grade, a new TSR value is required.

Page 116: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 76

The MAF equals the Gmm from the mixture design divided by the following: 2.465 for 9.5 mm mixtures and 2.500 for 12.5 mm, 19.0 mm, and 25.0 mm mixtures. If the MAF calculation results in a value where 0.980 ≤ MAF ≤ 1.020, then the MAF shall be considered to be 1.000. If the MAF is greater than 1.020, the calculated MAF value shall have 0.020 subtracted from the value. If the MAF is less than 0.980, the calculated MAF value shall have 0.020 added to the value. The MAF does not apply to OG mixtures. Changes in the source or types of aggregates shall require a new DMF. A new DMF shall be submitted to the District Testing Engineer for approval one week prior to use. The mixture design compaction temperature for the specimens shall be 300 ± 9°F for dense graded mixtures and 260°F for open graded mixtures. Design criteria for each mixture shall be based on the ESAL shown in the contract documents and shall be as follows:

GYRATORY COMPACTION EFFORT

ESAL Nini* Ndes* Nmax* Max. % Gmm @ Nini

Max. % Gmm @ Nmax

Dense Graded < 300,000 6 50 75 91.5 98.0

300,000 to < 3,000,000 7 75 115 90.5 98.0 3,000,000 to < 10,000,000 8 100 160 89.0 98.0

≥ 10,000,000 to < 30,000,000 8 100 160 89.0 98.0 ≥ 30,000,000 9 125 205 89.0 98.0

Open Graded All ESAL n/a 20 n/a n/a n/a

* Nini, Ndes, Nmax - definitions are included in AASHTO R 35

VOIDS IN MINERAL AGGREGATE, VMA, CRITERIA @ Ndes Mixture Designation Minimum VMA, %

4.75 mm 16.0 17.0 9.5 mm 15.0 12.5 mm 14.0 19.0 mm 13.0 25.0 mm 12.0

OG19.0 mm n/a OG25.0 mm n/a

Page 117: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 77

VOIDS FILLED WITH ASPHALT, VFA, CRITERIA @ Ndes

ESAL VFA, % < 300,000 70 – 80

300,000 to < 3,000,000 65 – 78 3,000,000 to < 10,000,000 65 – 75

≥ 10,000,000 to < 30,000,000 65 – 75 ≥ 30,000,000 65 – 75

Notes: 1. For 9.5 mm mixtures, the specified VFA range shall be 73% to 76% for design traffic levels ≥ 3 million ESALs.

2. For 25.0 mm mixtures, the specified lower limit of the VFA shall be 67% for design traffic levels < 0.3 million ESALs.

3. For 4.75 mm mixtures, the specified VFA range shall be 66 67% to 79%. 4. For OG9.5 mm, OG19.0 mm, OG25.0 mm mixtures, VFA is not applicable.

401.06 Recycled Materials Recycled materials may consist of reclaimed asphalt pavement, RAP, or reclaimed asphalt shingles, RAS, or a blend of both. RAP shall be the product resulting from the cold milling or crushing of an existing HMA pavement. Before entering the plant, The RAP shall be processed so that 100% will pass the 2 in. (50 mm) sieve and RAS shall be processed so that 100% will pass the 3/8 in. (9.5 mm) sieve when entering the HMA plant. The RAP coarse aggregate shall pass the maximum size sieve for the mixture being produced and the RAS shall be 100% passing the 1/2 in. (12.5 mm) sieve. RAP for the ESAL category 3, 4 and 5 3 and 4 surface mixtures shall be 100% passing the 3/8 in. (9.5 mm) sieve and 95 to 100% passing the No. 4 (4.75 mm) sieve. Recycled materials may be used as a substitute for a portion of the new materials required to produce HMA mixtures. The amount of total binder replaced by binder in the recycled material shall be computed as follows:

Binder Replacement, % = ( ) ( ) 100% x E

D x CBA x +

where: A = RAP, % Binder Content by Mass of RAP B = RAP, % in Mixture by Total Mass of Mixture C = RAS, % Binder Content by Mass of RAS D = RAS, % in Mixture by Total Mass of Mixture E = Total, % Binder Content in Mixture by Total Mass of Mixture RAS may be obtained from either pre-consumer or post-consumer asphalt shingles but the two RAS types shall not be blended together for use in HMA mixtures. Post-consumer asphalt shingles shall be In accordance with AASHTO MP 15 and prepared by a processing company with an IDEM Legitimate Use Approval letter. A copy of this letter shall be submitted to the Engineer. Deleterious material present in post-consumer asphalt shingles shall be limited to the percentages stated in AASHTO MP 15. Pre-consumer and post-consumer asphalt shingles shall not be blended for use in HMA mixtures.

Page 118: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 78

Post-consumer asphalt shingles shall be in accordance with the following: (a) post-consumer asphalt shingles shall be essentially nail-free (b) extraneous metallic materials retained on or above the No. 4 (4.75 mm) sieve

shall not exceed 0.5% by mass (c) extraneous non-metallic materials such as glass, rubber, soil, brick, paper, wood

and plastic retained on or above the No. 4 (4.75 mm) sieve shall not exceed 1.5% by mass

(d) post-consumer shingles shall be prepared by a processing company with an

IDEM Legitimate Use Approval letter. The approval letter shall be submitted with the DMF to the Engineer.

The recycled material percentages shall be as specified on the DMF. HMA mixtures utilizing recycled materials shall be limited to the binder replacement percentages in the following table:

HMA mixtures utilizing RAP or RAS or a blend of RAP and RAS MAXIMUM BINDER REPLACEMENT, %

Mixture Category

Base and Intermediate Surface Dense Graded Open Graded Dense Graded

25.0 mm

19.0 mm

12.5 mm

9.5 mm

25.0 mm

19.0 mm

12.5 mm

9.5 mm

4.75 mm

1 40.0* 25.0 40.0* 2 40.0 25.0 * 25.0* 40.025.0 * 3 40.0 25.0 * 25.0* 25.0* 4 40.0 25.0 * 25.0* 25.0* 5 40.0* 25.0 25.0

* RAS materials shall not contribute more than 25% by weight of the total binder content for any HMA mixture. The contribution of RAS to any HMA mixture shall be ≤ 3.0% by total mass of mixture and ≤ 15.0% binder replacement.

The combined aggregate properties shall be in accordance with 904. The combined aggregate bulk specific gravity shall be determined in accordance with ITM 584 and the combined aggregate gradation shall be in accordance with 401.05 for the HMA mixture specified. HMA mixtures with a binder replacement less than or equal to 25.0% by weight of the total binder content by utilizing RAP or RAS or a blend of RAP and RAS materials shall use the specified binder grade.

Page 119: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 79

HMA mixtures with a binder replacement greater than 25.0% and less than or equal to 40.0% by weight of the total binder content by utilizing RAP or a blend of RAP and RAS shall use a binder grade with upper and lower temperature classifications reduced by 6°C from the specified binder grade. RAS materials shall not contribute more than 25.0% by weight of the total binder content for any HMA mixture. 401.07 Lots and Sublots Lots will be defined as 5,000 t of base or intermediate mixtures or 3,000 t of surface mixture. Lots will be further sub-divided into sublots not to exceed 1,000 t of base or intermediate mixtures or 600 t of surface mixture. Partial sublots of 100 t or less will be added to the previous sublot. Partial sublots greater than 100 t constitute a full sublot. Partial lots of four sublots or less will be added to the previous lot, if available to create an extended lot. 401.08 Job Mix FormulaBlank A job mix formula, JMF, shall be developed by a certified HMA producer. A JMF used in the current or previous calendar year that was developed to Ndes will be allowed. The mixture compaction temperature shall be 300 ± 9°F for dense graded mixtures and 260 ± 9°F for open graded mixtures. The JMF shall list the minimum and maximum plant discharge temperatures as applicable to the mixture. The JMF for each mixture shall be submitted to the Engineer and shall use the same MAF as the DMF. A JMF of the same gyratory compactive effort ESAL category or higher approved in the current calendar year may be submitted for use. 401.09 Acceptance of Mixtures Acceptance of mixtures for binder content VMA at Ndes and air voids at Ndes for each lot will be based on tests performed by the Engineer for dense graded 9.5 mm, 12.5 mm, 19.0 mm and 25.0 mm mixtures with original contract pay item quantities greater than or equal to 300 t. Acceptance of mixtures for binder content and air voids at Ndes will be based on a type D certification in accordance with 402.09 for dense graded mixtures with original contract pay item quantities less than 300 t. Acceptance of mixtures for binder content and air voids at Ndes for each lot will be based on a type D certification in accordance with 402.09 for dense graded 4.75 mm mixtures. Acceptance of mixtures for binder content and air voids at Ndes for each lot will be based on tests performed by the Engineer for open graded mixtures with original contract pay item quantities greater than or equal to 300 t. Acceptance of mixtures for binder content and air voids at Ndes will be based on a type D certification in accordance with 402.09 for open graded mixtures with original pay item quantities less than 300 t, except the air voids tolerance shall be ±3.5% from the DMF or JMF. The Engineer will randomly select the location within each sublot for sampling in accordance with ITM 802. The first 300 t of the first sublot of the first lot for each mixture pay item will not be sampled. An acceptance sample will consist of plate samples obtained in accordance with ITM 802 and ITM 580. The Engineer will take immediate possession of the samples.

Page 120: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 80

Acceptance samples will be reduced to the appropriate size for testing in accordance with ITM 587. The binder content and gradation will be determined in accordance with ITM 586 or ITM 571 as directed by the Engineer. The maximum specific gravity will be mass determined in water in accordance with AASHTO T 209. The effective specific gravity, Gse, of the mixture will be determined in each sublot and reported from the acceptance sample testing. The air voids will be determined in accordance with AASHTO R 35 based on the average bulk specific gravity from two gyratory specimens and the MSG for the sublot. The VMA will be determined in accordance with AASHTO R 35 based on the average bulk specific gravity from two gyratory specimens, the percent aggregate in the mixture from the sublot and the BSG of the aggregate blend from the DMF/JMF as applicable. The gyratory pills will be prepared in accordance with AASHTO T 312. The dust/calculated effective binder ratio and the volume of effective binder in the mixture will be determined and reported from the acceptance sample testing conducted in each sublot. The volume of effective binder will be the difference between VMA and air voids. The Contractor shall take action in accordance with ITM 583 to address a dust/calculated effective binder ratio greater than 1.4 or a volume of effective binder in the mixture below design minimums. The bulk specific gravity of gyratory specimens for dense graded mixtures will be determined in accordance with AASHTO T 166, Method A or AASHTO T 275, if required, except samples are not required to be dried overnight. The bulk specific gravity of gyratory specimens for open graded mixtures, OG19.0 mm, OG25.0 mm will be determined in accordance with AASHTO T 331. A binder draindown test in accordance with AASHTO T 305 for open graded mixtures shall be completed once per lot in accordance with 401.07 and shall not exceed 0.50%. The Contractor shall make available the sublot quality control results within seven calendar days from the date the acceptance sample was taken. The Engineer’s acceptance test results for each sublot will be available after the sublot and testing are complete. The Engineer will make available the sublot acceptance test results after receiving the sublot quality control results from the Contractor. SECTION 401, BEGIN LINE 301, DELETE AND INSERT AS FOLLOWS: 2. CedarrapidsCedarapids HMA pavers shall be those that were manufactured in

1989 or later.

Page 121: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 81

SECTION 401, BEGIN LINE 358, DELETE AND INSERT AS FOLLOWS: 401.14 Spreading and Finishing The mixture shall be placed upon an approved surface by means of laydown equipment in accordance with 409.03(c). Prior to paving, both the planned quantity and lay rate shall be adjusted by multiplying by the MAF. When mixture is produced from more than one DMF or JMF for a given pay item, the MAF will be applied to the applicable portion of the mixture for each. The temperature of each mixture at the time of spreading shall not be more than 18°F below the minimum mixing temperature as shown on the JMF for mixtures compacted in accordance with 402.15 315°F whenever PG 64-22 or PG 70-22 binders are used or not more than 325°F whenever PG 76-22 binder is used. SECTION 401, BEGIN LINE 649, DELETE AND INSERT AS FOLLOWS: 401.19 Pay Factors (a) Dense Graded Mixture ≥ One Lot Pay factors, PF, are calculated for the binder content, air voids at Ndes VMA at Ndes and in-place density, % Gmm. The Percent Within Limits, PWL, for each lot will be determined in accordance with ITM 588. The appropriate pay factor for each property is calculated as follows: Estimated PWL greater than 90:

PF = (105.00-0.50 x (100.00-PWL))/100 PF = ((0.50 x PWL) + 55.00)/100

Estimated PWL greater than or equal to 50 and equal to or less than 90:

PF = (100.00 – 0.000020072 x (100.00 - PWL) 3.5877)/100 PF = ((0.625 x PWL) + 43.75)/100

If the Lot PWL for any one of the properties is less than 50 or a sublot has an air void content less than 1.0% or greater than 7.0%, the lot will be referred to the Office of Materials Management for adjudication as a failed material in accordance with normal Department practice as listed in 105.03. Binder content, aAir voids, VMA, and in-place density, % Gmm, PF values will be reported to the nearest 0.01. Rounding will be in accordance with 109.01(a). A composite pay factor for each lot based on test results for mixture properties and density is determined by a weighted formula as follows:

Lot PF = 0.20(PFBINDER) + 0.35 0.30(PFVOIDS) + 0.10 0.35(PFVMA) + 0.35(PFDENSITY)

Page 122: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 82

where: Lot PF = Lot Composite Pay Factor for Mixture and Density PFBINDER = Lot Pay Factor for Binder Content PFVOIDS = Lot Pay Factor for Air Voids at Ndes PFVMA = Lot Pay Factor for VMA at Ndes PFDENSITY = Lot Pay Factor for In-Place Density, %Gmm The lot quality assurance adjustment for mixture properties and density is calculated as follows:

q = L x U x (Lot PF – 1.00)/MAF where: q = quality assurance adjustment for mixture properties and density of the lot L = Lot quantity U = Unit price for the material, $/ton Lot PF = Lot Pay Factor Lot test results for binder content, air voids at Ndes, VMA at Ndes, and density will be used to determine the Lot Pay Factors. The specification limits for binder content, air voids at Ndes, VMA at Ndes, and density will be as follows:

SPECIFICATION LIMITS MIXTURE

LSL* USL** Binder Content, % - 0.40 from JMF + 0.40 from JMF Air Voids at Ndes, % 2.60 5.40 Voids In Mineral Aggregate at Ndes, %

Greater of Lesser of Spec - 0.50 JMF - 1.20 Spec + 2.00 JMF + 1.20

DENSITY LSL* USL** Roadway Core Density (% Gmm), % 91.00 n/a * LSL, Lower Specification Limit ** USL, Upper Specification Limit

(b) Dense Graded Mixture < One Lot and Open Graded Mixture A composite pay factor for each sublot based on test results for mixture properties and density is determined in a weighted formula as follows:

Page 123: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 83

Dense Graded Mixture:

SCPF = 0.20(PFBINDER) + 0.35 0.30(PFVOIDS) + 0.10 0.35(PFVMA) + 0.35(PFDENSITY) Open Graded Mixture:

SCPF = 0.20(PFBINDER) + 0.35(PFVOIDS) + 0.45 where: SCPF = Sublot Composite Pay Factor for Mixture and Density PFBINDER = Lot Pay Factor for Binder Content PFVOIDS = Sublot Pay Factor for Air Voids at Ndes PFVMA = Sublot Pay Factor for VMA at Ndes PFDENSITY = Sublot Pay Factor for Density If the SCPF for a sublot is less than 0.85, the Office of Materials Management will evaluate the pavement. If the Contractor is not required to remove the mixture, quality assurance adjustments of the lot will be assessed or other corrective actions taken as determined by the Office of Materials Management. The sublot quality assurance adjustment for mixture properties and density is calculated as follows:

q = L x U x (SCPF – 1.00)/MAF where: q = quality assurance adjustment for the sublot L = sublot quantity U = unit price for the material $/ton SCPF = sublot composite pay factor

Page 124: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 84

Sublot test results for mixture properties will be assigned pay factors in accordance with the following:

BINDER CONTENT Dense Graded Open Graded

Pay Factor Deviation from JMF (± %)

Deviation from JMF DMF (± %)

≤ 0.2 ≤ 0.2 1.05 0.3 0.3 1.04 0.4 0.4 1.02 0.5 0.5 1.00 0.6 0.6 0.90 0.7 0.7 0.80 0.8 0.8 0.60 0.9 0.9 0.30 1.0 1.0 0.00

> 1.0 > 1.0 Submitted to the Office

of Materials Management*

* Test results will be considered and adjudicated as a failed material in accordance with normal Department practice as listed in 105.03.

VMA

Dense Graded Open Graded Pay Factor Deviation from JMF

(± %) Deviation from

JMF (± %) ≤ 0.5 1.05

> 0.5 and ≤ 1.0 All 1.00 > 1.0 and ≤ 1.5 0.90 > 1.5 and ≤ 2.0 0.70 > 2.0 and ≤ 2.5 0.30

> 2.5 Submitted to the Office

of Materials Management*

* Test results will be considered and adjudicated as a failed material in accordance with normal Department practice as listed in 105.03.

Page 125: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 85

VMA

Dense Graded Open Graded Pay Factor Deviation from

Spec Minimum Deviation from Spec Minimum

> + 2.5 Submitted to the Office of Materials Management*

> + 2.0 and ≤ + 2.5 0.25 > + 1.5 and ≤ + 2.0 0.65 > + 0.5 and ≤ + 1.5 1.05

≥ 0.0 and ≤ + 0.5 All 1.00 ≥ - 0.5 and < 0.0 0.85

≥ - 1.0 and < - 0.5 0.65 ≥ - 1.5 and < - 1.0 0.45 ≥ - 2.0 and < - 1.5 0.25 ≥ - 2.5 and < - 2.0 0.00

< - 2.5 Submitted to the Office of Materials Management*

* Test results will be considered and adjudicated as a failed material in accordance with normal Department practice as listed in 105.03.

AIR VOIDS

Dense Graded Open Graded Pay Factor Deviation from JMF

DMF (± %) Deviation from JMF

DMF (± %) ≤ 0.5 ≤ 1.0 1.05

> 0.5 and ≤ 1.0 > 1.0 and ≤ 3.0 1.00 1.1 3.1 0.98 1.2 3.2 0.96 1.3 3.3 0.94 1.4 3.4 0.92 1.5 3.5 0.90 1.6 3.6 0.84 1.7 3.7 0.78 1.8 3.8 0.72 1.9 3.9 0.66 2.0 4.0 0.60

> 2.0 > 4.0 Submitted to the Office of Materials Management*

* Test results will be considered and adjudicated as a failed material in accordance with normal Department practice as listed in 105.03.

For mixtures produced during a plant’s adjustment period, pay factors based on the JMFDMF with the above tolerances will be used to compute quality assurance adjustments.

Page 126: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 86

SECTION 401, BEGIN LINE 803, DELETE AND INSERT AS FOLLOWS: 401.20 Appeals If the QC test results do not agree with the acceptance test results in a sublot, a request, along with a comparison of the QC and acceptance test results, may be made in writing for additional testing of that sublot. The appeal sample will be analyzed in a lab different than the lab that analyzed the original sample when requested by the Contractor at the discretion of the Engineer. Additional testing may be requested for one or more of the following tests: MSG, BSG of the gyratory specimens, binder content, or BSG of the density cores. The request for the appeal for MSG, BSG of gyratory specimens, binder content or BSG of the density cores shall be submitted within seven calendar days of receipt of the Department’s written results for the lot accepted under 401.19(a) or the sublot accepted under 401.19(b). The sublot and specific test(s) shall be specified at the time of the appeal request. Only one appeal request per lot for mixture accepted under 401.19(a) or sublot for mixture accepted under 401.19(b) is allowed. Upon approval of the appeal, the Engineer will perform additional testing as follows. The Contractor may appeal an individual sublot for the binder content, the MSG, the BSG of the gyratory specimens or the BSG of the density cores when the QC results are greater than one standard deviation from the acceptance test results as follows: 0.25 for binder content, 0.010 for the MSG and 0.010 for both the BSG of the gyratory specimens and the density cores. A $500.00 credit adjustment will be included in a quality adjustment pay item in accordance with 109.05.1(e) for each appealed sublot that did not result in an improvement to the SCPF or Lot PF. A written request for an appeal shall be submitted within seven calendar days of receipt of the Department’s written results for the lot accepted under 401.19(a) or the sublot accepted under 401.19(b). The conditions for an extended lot appeal are as follows: 1. One appeal will be allowed for the entire extended lot if the Contractor

informs the Department of the anticipated extended lot condition within seven calendar days of receipt of the lot results, or;

2. One appeal will be allowed only for the extended sublots if the Contractor did

not inform the Department of the anticipated extended lot condition within seven calendar days of receipt of the lot results.

The backup or new sample will be tested in accordance with the applicable test method for the test sublot requested for all tests exceeding the sublot standard deviation criteria. SECTION 402, BEGIN LINE 32, DELETE AND INSERT AS FOLLOWS: 402.04 Design Mix Formula A DMF shall be prepared in accordance with 402.05 401.04 and submitted in a format acceptable to the Engineer one week prior to use. The DMF shall state the maximum particle size in the mixture, the calibration factor and test temperature to be used for the determination of binder content using ITM 586 or ITM 571, and a MAF. Approval of the DMF will be based on the ESAL and mixture designation as follows.

Page 127: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 87

The DMF will be based on the ESAL and mixture designation as follows:

Mixture Type Type A Type B* Type C Type D Design ESAL 200,000 2,000,000

<3,000,000 9,000,000

3,000,000 to <10,000,000

11,000,000 ≥10,000,000

Surface 4.75 mm 4.75 mm 4.75 mm 4.75 mm 9.5 mm 9.5 mm 9.5 mm 9.5 mm 12.5 mm 12.5 mm 12.5 mm 12.5 mm

Surface – PG Binder 64-22 64-22 70-22 70-22

Intermediate

9.5 mm 9.5 mm 9.5 mm 9.5 mm 12.5 mm 12.5 mm 12.5 mm 12.5 mm 19.0 mm 19.0 mm 19.0 mm 19.0 mm 25.0 mm 25.0 mm 25.0 mm 25.0 mm

Intermediate – PG Binder 64-22 64-22 64-22 70-22

Base 19.0 mm 19.0 mm 19.0 mm 19.0 mm 25.0 mm 25.0 mm 25.0 mm 25.0 mm

Base – PG Binder 64-22 64-22 64-22 64-22 *A type B mixture shall replace a type A mixture. Surface 4.75 mm mixtures shall not be used when the required lay rate shown on the plans is greater than 100 lb/sq yd. Surface 12.5 mm mixtures shall not be used when the required lay rate shown on the plans is less than 195 lb/sq yd. The plant discharge temperature for any mixture shall not be more than 315°F whenever PG 58-28, PG 64-22, PG 64-28 or PG 70-22 binders are used or 325°F whenever PG 70-28 or PG 76-22 binders are used. HMA may be produced using a water-injection foaming device. The DMF shall list the minimum and maximum plant discharge temperatures as applicable to the mixture. The Engineer will assign a mixture number. No mixture will be accepted until the DMF has been approved. No mixture will be accepted for use until the DMF has been assigned a mixture number by the Engineer. SECTION 402, BEGIN LINE 69, DELETE AND INSERT AS FOLLOWS: 402.06 Job Mix FormulaBlank The job mix formula, JMF, shall be an approved JMF in accordance with 401.08. of the same gyratory compaction effort ESAL category or higher, and submitted in a format acceptable to the Engineer and shall use the same MAF as the DMF. The JMF shall state the maximum particle size in the mixture and the calibration factor and test temperature to be used for the determination of binder content using the ignition oven. Approval of the JMF will be based on the ESAL and mixture designation. No mixture will be accepted until the JMF has been approved.

Page 128: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 88

All changes in the type or source of aggregate shall require the submittal of a new DMF for approval. 402.07 Mix Criteria (a) Composition Limits for HMA Transverse Rumble Strip Mixtures Transverse rumble strip mixtures shall be type A type B surface in accordance with 402.04. A MAF in accordance with 402.05 will not apply. Aggregate requirements of 904.03(d) do not apply. (b) Composition Limits for HMA Wedge and Leveling Mixtures The mixture shall consist of surface or intermediate mixtures in accordance with 402.04. Aggregate requirements of 904.03(d) do not apply when the wedge and leveling mixture is covered by a surface or intermediate mixture. (c) Composition Limits for Temporary HMA Mixtures Temporary HMA mixtures shall be the type specified in accordance with 402.04. A MAF in accordance with 402.05 will not apply. (d) Composition Limits for HMA Curbing Mixes The mixture shall be HMA surface type A type B in accordance with 402 except 402.05 shall not apply and RAP shall not be used. The binder content shall be 7.0% and the gradations shall meet the following. SECTION 402, BEGIN LINE 108, DELETE AND INSERT AS FOLLOWS: 402.08 Recycled Materials Recycled materials may consist of reclaimed asphalt pavement, RAP, or reclaimed asphalt shingles, RAS or a blend of both. RAP shall be the product resulting from the cold milling or crushing of an existing HMA pavement. The RAP shall be processed so that 100% will pass the 2 in. (50 mm) sieve when entering the HMA plant. The RAP coarse aggregate shall pass the maximum size sieve for the mixture being produced and the RAS shall be 100% passing the 1/2 in. (12.5 mm) sieve. RAP for the type C and D surface mixtures shall be 100% passing the 3/8 in. (9.5 mm) sieve and 95 to 100% passing the No. 4 (4.75 mm) sieve shall be in accordance with 401.06 except type B mixtures shall correspond to category 2 mixtures, type C mixtures shall correspond to category 3 mixtures and type D mixtures shall correspond to category 4 mixtures. Recycled materials may be used as a substitute for a portion of the new materials required to produce HMA mixtures. The amount of total binder replaced by binder in the recycled material shall be computed as follows:

Binder Replacement, % = ( ) ( ) 100% x

ED x CBA x +

Page 129: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 89

where: A = RAP, % Binder Content B = RAP, % in Mixture C = RAS, % Binder Content D = RAS, % in Mixture E = Total, % Binder Content in Mixture RAS may be obtained from either pre-consumer or post-consumer asphalt shingles. Post-consumer asphalt shingles shall be in accordance with AASHTO MP 15 and prepared by a processing company with an IDEM Legitimate Use Approval letter. A copy of this letter shall be submitted to the Engineer. Deleterious material present in post-consumer asphalt shingles shall be limited to the percentages stated in AASHTO MP 15. Pre-consumer and post-consumer asphalt shingles shall not be blended for use in HMA mixtures and shall be stockpiled separately from other materials. The recycled material percentages shall be as specified on the DMF. HMA mixtures utilizing recycled materials shall be limited to the binder replacement percentages in the following table: HMA mixtures utilizing RAP or RAS or a blend of RAP and RAS

MAXIMUM BINDER REPLACEMENT, %

Mixture Category

Base and Intermediate Surface Dense Graded Dense Graded

25.0 mm

19.0 mm

12.5 mm

9.5 mm

12.5 mm

9.5 mm

4.75 mm

A 40.0* 40.0* B 40.0* 40.0* C 40.0* 25.0 D 40.0* 25.0

* RAS materials shall not contribute more than 25% by weight of the total binder content for any HMA mixture.

The combined aggregate properties shall be in accordance with 904. The combined aggregate bulk specific gravity shall be determined in accordance with ITM 584 and the combined aggregate gradation shall be in accordance with 401.05 for the HMA mixture specified. HMA mixtures with a binder replacement less than or equal to 25.0% by weight of the total binder content by utilizing RAP or RAS or a blend of RAP and RAS materials shall use the specified binder grade.

Page 130: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 90

HMA mixtures with a binder replacement greater than 25.0% and less than or equal to 40.0% by weight of the total binder content by utilizing RAP or a blend of RAP and RAS shall use a binder grade with upper and lower temperature classifications reduced by 6°C from the specified binder grade. RAS materials shall not contribute more than 25.0% by weight of the total binder content for any HMA mixture. 402.09 Acceptance of Mixtures Acceptance of mixtures will be in accordance with the Frequency Manual on the basis of a type D certification in accordance with 916. The test results shown on the certification shall be the quality control tests representing the material supplied and include air voids and binder content. Air voids tolerance shall be ± 1.5% and binder content tolerance shall be ± 0.7% from DMF or JMF. SECTION 402, BEGIN LINE 233, DELETE AND INSERT AS FOLLOWS: 402.13 Spreading and Finishing The mixture shall be placed upon an approved surface by means of laydown equipment in accordance with 409.03(c). Prior to paving, both the planned quantity and lay rate shall be adjusted by multiplying by the MAF. When mixture is produced from more than one DMF or JMF for a given pay item, the MAF will be applied to the applicable portion of the mixture for each. Mixtures in areas inaccessible to laydown equipment or mechanical devices may be placed by other methods. The temperature of each mixture at the time of spreading shall not be more than 18°F below the minimum mixing temperature as shown on the DMF or JMF315°F whenever PG 64-22 or PG 70-22 binders are used. SECTION 402, BEGIN LINE 272, DELETE AS FOLLOWS: The finished thickness of each course shall be at least two times but not more than four times the maximum particle size as shown on the DMF or JMF. The finished thickness of wedge and level mixtures shall be at least 1 1/2 times but not more than six times the maximum particle size as shown on the DMF or JMF. Feathering may be less than the minimum thickness requirements. SECTION 507, BEGIN LINE 114, DELETE AND INSERT AS FOLLOWS: The milled areas shall be filled with HMA partial depth patching. Partial depth patches shall consist of HMA Surface, type A type B in accordance with 402.04. MAF in accordance with 402.05 will not apply. The mixture shall be compacted by a vibratory roller in accordance with 409.03(d). A minimum of four passes of the rollers shall be completed. Partial depth patches shall be completed during work hours and opened to traffic at the close of the workday. Mixtures will be accepted in accordance with 402.09.

Page 131: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 91

SECTION 610, BEGIN LINE 25, DELETE AND INSERT AS FOLLOWS: 610.03 General Requirements Subgrade for approaches shall be prepared in accordance with 207. Aggregate base shall be constructed in accordance with 301. HMA for approaches shall be constructed in accordance with 402. HMA mixture for approaches shall be HMA surface or intermediate, type A, B, C, or D in accordance with 402.04. A MAF in accordance with 402.05 will not apply.

500-R-623 RECYCLED CONCRETE AGGREGATE

(Adopted 06-18-15) The Standard Specifications are revised as follows: SECTION 501, BEGIN LINE 23, INSERT AS FOLLOWS: 501.03 Materials Materials shall be in accordance with the following: Admixtures .............................................................................912.03 Coarse Aggregate, Class AP, Size No. 8* .............................904 Fine Aggregate, Size No. 23** ..............................................904 Fly Ash ...................................................................................901.02 Ground Granulated Blast Furnace Slag ..................................901.03 Portland Cement .....................................................................901.01(b) Rapid Setting Patch Materials ................................................901.07 Water ......................................................................................913.01 * Or gradation as identified in the QCP. Recycled concrete aggregate ,RCA,

in accordance with ITM 223 may be used. ** Or gradation as identified in the QCP. SECTION 501, AFTER LINE 156, INSERT AS FOLLOWS:

Recycled concrete aggregate, RCA, may be added up to 30% of the coarse aggregate by weight when no fly ash is used as an additive in the concrete mix and up to 50% of the coarse aggregate by weight when fly ash is used as an additive in the concrete mix. SECTION 502, BEGIN LINE 9, INSERT AS FOLLOWS:

502.02 Materials Materials shall be in accordance with the following: Admixtures .............................................................................912.03 Coarse Aggregate, Class AP, Size No. 8* .............................904 Fine Aggregate, Size No. 23 ..................................................904 Fly Ash ...................................................................................901.02 Ground Granulated Blast Furnace Slag ..................................901.03 Portland Cement .....................................................................901.01(b) Rapid Setting Patch Materials ................................................901.07 Water ......................................................................................913.01 * Recycled concrete aggregate, RCA, in accordance with ITM 223 may be used.

Page 132: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 92

SECTION 502, AFTER LINE 61, INSERT AS FOLLOWS: Recycled concrete aggregate, RCA, may be added up to 30% of the coarse aggregate by weight when no fly ash is used as an additive in the concrete mix and up to 50% of the coarse aggregate by weight when fly ash is used as an additive in the concrete mix.

502-R-640 PCC WATER/CEMENTITIOUS RATIO

(Adopted 06-16-16) The Standard Specifications are revised as follows: SECTION 502, BEGIN LINE 62, DELETE AND INSERT AS FOLLOWS: (a) Portland Cement Concrete The CMD shall produce workable concrete mixtures, with the minimum amount of water, and having the following properties. Portland cement content ...............................................................564 lbs/cu yd Maximum water/cementitious ratio .................................................0.4870.450 Maximum cement reduction for GGBFS replacement ..................30% Fly Ash/portland cement substitution ratio ......................................1.25 by weight Maximum cement reduction for fly ash replacement ....................20% GGBFS/portland cement substitution ratio ......................................1.00 by weight Slump, formed..................................................................................2 to 4 in. Slump, slipformed ............................................................................1.25 to 3 in. Air ....................................................................................................5.0% to 8.0% Minimum flexural strength, third point loading, with fly ash ...............................................................550 psi at 28 days Relative yield ...................................................................................0.98 to 1.02 SECTION 702, BEGIN LINE 7, DELETE AND INSERT AS FOLLOWS: 702.02 Classes of Concrete The following classes of concrete shall be used where specified. Class of Concrete A B C Cement content in lbs/cu yd 564 470 658 Maximum water/cement ratio in lbs of water per lbs of cement 0.4900.450 0.620 0.443

Page 133: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 93

503-R-654 PCCP LONGITUDINAL JOINT

(Adopted 01-19-17)

The Standard Specifications are revised as follows: SECTION 503, BEGIN LINE 67, DELETE AS FOLLOWS: (b) Longitudinal Joint Longitudinal joints shall be created by sawing slots in the pavement unless alternative methods are approved. The longitudinal joint spacing shall be as shown on the plans or as directed, but shall not exceed 16 ft. Tie bars shall be placed by mechanical equipment in accordance with 508.04(a), or rigidly secured in place by chairs, or other approved methods. Longitudinal joints shall be cut to the depth, width, and line shown on the plans. The longitudinal joint slots shall be sawed concurrently with the initial D-1 contraction joint slots. If random cracking occurs ahead of sawing, the sawing operations shall be discontinued in that area. A second saw cut shall be made when construction traffic uses the PCCP prior to sealing. Joint sealing shall be in accordance with 503.05. Longitudinal joints may be replaced with longitudinal construction joints when approved by the Engineer.

506-R-648 PAVEMENT SMOOTHNESS REQUIREMENT FOR PCCP PATCHING

(Adopted 10-20-16) The Standard Specifications are revised as follows: SECTION 506, BEGIN LINE 244, INSERT AS FOLLOWS: 506.10 Placing Concrete The concrete shall be placed level to the adjacent PCCP and consolidated by internal vibration. The concrete shall be hand finished in accordance with 504. Texturing and tining are not required if the PCCP is to be resurfaced with HMA or diamond ground in accordance with 507.06. The PCCP patch shall be cured in accordance with 504.04(a). In addition, polyethylene film shall be placed over the patch and covered with a 4 in. layer of rigid or flexible insulation and firmly anchored. Small dimension lumber weighted with sandbags may be used, but large objects such as rocks or concrete blocks shall not be used. The PCCP patch shall be inspected in accordance with 502.17. For patches which are not to be overlaid and have a length greater than 20 ft, pavement smoothness will be accepted in accordance with 501.25 except profilograph requirement will not apply.

Page 134: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 94

SECTION 506, AFTER LINE 335, INSERT AS FOLLOWS: The cost of corrections for pavement smoothness and re-texturing shall be included in the cost of PCCP patching.

604-R-633 CURB RAMPS, LANDINGS, AND DETECTABLE WARNING SURFACES

(Revised 06-16-16)

The Standard Specifications are revised as follows: SECTION 604, BEGIN LINE 1, DELETE AND INSERT AS FOLLOWS:

SECTION 604 – SIDEWALKS, CURB RAMPS, STEPS, AND HANDRAILS 604.01 Description This work shall consist of constructing HMA or PCC sidewalks, curb ramps, concrete steps, or the reconstruction of PCC sidewalks in accordance with 105.03.

MATERIALS 604.02 Materials Materials shall be in accordance with the following: Coarse Aggregate, Class D or Higher, Size No. 53 ...............904 Concrete, Class A ...................................................................702 Detectable Warning ElementsSurfaces ..................................905.05 Fine Aggregate, Size No. 23, No. 24, or No. 15 ....................904 Joint Filler ..............................................................................906.01 Joint Sealing Materials ...........................................................906.02 Paint........................................................................................909.05 Reinforcing Bars ....................................................................910.01 Silica Sand ..............................................................................ASTM C 778 Hand railing shall be aluminum pipe in accordance with ASTM B 221, alloy 6063, temper T52 or galvanized steel pipe in accordance with ASTM A 53, grade B, all as specified. The detectable warning surface in concrete curb ramps shall be selected from the Department’s list of approved Detectable Warning ElementsSurfaces in accordance with 905.05. The mortar bed material shall be high-strength mortar in accordance with ASTM C 387. Part of the mix water shall be replaced with a Type II polymer modifier meeting the requirements of ASTM C 1438. The proportioning of water and polymer modifier shall be as recommended by the manufacturer of the polymer modifier. A type C certification in accordance with 916 shall be furnished for the masonry mortar and polymer modifier prior to use of the material.

Page 135: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 95

A type C certification in accordance with 916 for the silica sand shall be furnished prior to use of the material.

CONSTRUCTION REQUIREMENTS 604.03 Portland Cement Concrete Sidewalks and Curb Ramps (a) General Requirements The location of curb ramps shall take precedence over the location of drainage structures and signal, utility, or light poles. Drainage structures and poles shall not be located within the limits of the curb ramp, exclusive of flared sides. Poles shall be located so as not to impede the usage or safety of the curb rampsPoles located within a sidewalk shall not reduce the clear width to less than 4.0 ft. Crosswalk markings shall be located such that the curb ramps shall beand curb ramp clear spaces are contained within the markings unless otherwise specified. The flared sides need not fall within the crosswalk lines. The normal gutter flow line shall be maintained throughout the curb ramp area, and appropriate drainage structures shall be used, as needed, to intercept the flow prior to the curb ramp area. Positive drainage shall also be provided to carry water away from the intersection of the curb ramp and the gutter line. The bottom edge of curb ramps and the top of curb shall be flush with the edge of the adjacent pavement or the gutter line. Vertical surface discontinuities shall be a maximum of 1/2 in. Vertical surface discontinuities greater than 1/4 in. up to 1/2 in. shall be beveled at a slope no steeper than 1V:2H. The curb ramp running slope shall not exceed 12:18.33%, except where conditions necessitate, a 10:1 slope may be utilized for a maximum rise of 6 in. Curb ramp and sidewalk cross slope shall not exceed 50:12.00% except where infeasible. The slope of the turning space shall not exceed 2.00% in any direction. A running slope or cross slope that exceeds the maximum shall be as shown on the plans. Construction tolerance shall not apply to running slope and cross slope percentages. (b) Excavation Excavation shall be made to the required depth and to a width that will enable the installation and bracing of the forms. The foundation shall be shaped and compacted to a firm even surface in accordance with the section shown on the plans. All soft and yielding material shall be removed and replaced with acceptable material. (c) Forms Forms shall be of wood, metal, or other approved material and shall extend for the full depth of the concrete. Forms shall be straight, free from warp, and of sufficient strength to resist the pressure of the concrete without springing. Bracing and staking of forms shall be such that the forms remain in both horizontal and vertical alignment until their removal.

Page 136: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 96

(d) Placing Concrete The foundation shall be thoroughly moistened immediately prior to the placing of the concrete. The proportioning, mixing, and placing of the concrete shall be in accordance with 702. The thickness of the concrete in the curb ramp, including flared sides, shall be as shown on the plans for the type specified. (e) Finishing Immediately after striking off, the grade, running slopes and cross slopes shall be checked with a 2 ft level and a long handled straightedge of light construction that can completely span the surface. The level and straightedge shall be laid parallel and perpendicular to the grade or running slope at intervals of no more than 2 ft on curb ramps and 10 ft along sidewalks. All high spots shall be removed and depressions filled with fresh concrete and then leveled. Checking and leveling shall be continued until the surface has the required grade, running slope and cross slope and is free of voids. The surface shall be finished with a wooden float. No plastering of the surface will be allowed. The final surface shall be free from porous spots caused by the disturbance of coarse aggregate particles. Curb Rramp surfaces shall be coarse broomed and corrugated transverse to the running slope as shown on the plans. The surface texture of the flared sides shall be coarse broomed with the striations transverse to the slope. All exposed edges shall be finished with a 1/4 in. radius. (f) Joints The type and location of joints and the size of preformed joint filler shall be as shown on the plans. All concrete joints shall be finished with a 1/4 in. radius. Preformed 1/2 in. joint filler shall be placed around all appurtenances, such as manholes and utility poles which extend into and through the sidewalk, and between the sidewalk and any fixed structure, such as a building or bridge. The preformed joint filler shall extend for the full depth of the sidewalk or curb ramp, and shall be flush with the surface of the adjacent concrete. (g) Detectable Warning ElementsSurfaces Detectable warning surfaces shall be placed the full width of the curb ramp. Where forming is required for installation of the detectable warning surfaces, the border width shall not exceed 2 in. within the ramp width, as shown on the plans. Detectable warning elementssurfaces shall be manufactured or field cut to completely fill the area of the curb ramp as shown on the planscontrast visually from the adjacent surfaces. The surface shall consist of truncated domes aligned in a square or radial grid pattern as shown on the plans.

Page 137: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 97

ElementsSurfaces shall be installed to be level across joints or seams and shall be flush with the edges of adjoining concrete. Surfaces from various manufacturers shall not be mixed in any individual curb ramp. 1. Brick Surfaces Brick elementssurfaces shall be placed in a mortar setting bed within the hardened concrete block out. The concrete base of the block out shall have a rough textured finish, such as would be produced by a screed or wood float. The depth of the block out shall be such that a mortar bed thickness of 3/8 to 3/4 in. is achieved for the nominal depth of the elementbrick. The hardened concrete base shall be free of all material which might prevent the mortar setting bed from adhering. The concrete base shall be dampened with water, but be surface dry immediately prior to the placing the mortar setting bed. The mortar setting bed shall be laid out the desired thickness, no more than 2 ft ahead of laying the elementsbricks. The elementsbricks shall be buttered with mortar on the bottom before placement into the setting bed. Elements from various manufacturers shall not be mixed at any individual concrete ramp location. Brick elementssurfaces shall be laid out in a running or stacked bond pattern with a 1/16 in average joint width. The joint width shall not exceed 1/8 in. Whole elementsbricks should be laid first, followed by elementsbricks cut to size, keeping the number of joints to a minimum. A masonry saw shall be used to produce a clean, accurate, straight cut. The joint between elementsbricks shall be completely filled with a dry fine aggregate. The fine aggregate may be obtained from a non-Certified Aggregate Producer, but it shall be natural sand having a gradation where at least 95% of the material passes the No. 4 sieve. Excess fine aggregate shall be removed from the surface of the elementsbricks. 2. Cast Iron Surfaces Cast iron elementssurfaces shall be installed in accordance with the manufacturer’s recommendations. When required, cutting of the elementscast iron shall be in accordance with the manufacturer’s recommendations. Cut edges shall be ground to a smooth shape consistent with the manufactured edges. Approved elements other than brick or cast iron shall be installed in accordance with the manufacturer’s recommendations. (h) Curing Concrete shall be cured for at least 72 h. Curing shall be in accordance with 504.04 except curing compound shall not be used in the area where detectable warning elementssurfaces are to be installed. During the curing period all pedestrian traffic shall be excluded. (i) Painting The exposed surfaces of the curb throughout the width of curb ramps shall be painted yellow in accordance with 808.06. Silica sand shall be applied to the wet paint along the top of the curb at the rate of 6.0 lb/gal.

Page 138: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 98

604.04 PCC Steps PCC steps shall be in accordance with the applicable provisions of 604.03. In addition, all exposed edges shall be rounded to a 1/4 in. radius. 604.05 Reconstructed PCC Sidewalk and Curb Ramp Where existing concrete sidewalk is to be reconstructed, all disintegrated concrete, brick, stone, or other material shall be completely removed and replaced with new concrete sidewalk in accordance with 604.03. Such sidewalk shall be constructed to a minimum depth of 4 in. unless another depth is designated and to the width of the adjoining walk, or to a width of no less than 48 in. from the back face of curb, or to such other width as directed. The removal of concrete sidewalk shall be to uniform lines as directed. The sidewalk to be removed shall be cut in a straight line with an approved power driven concrete saw. The sawing shall be such that the portion of sidewalk to remain in place shall not be damaged. All portions which are damaged or removed back of the established line shall be replaced. Unless otherwise directed, sidewalk which must be removed shall be removed between tool marks or joints. At locations where the sidewalk and curb are adjacent and the curb is deteriorated, the curb shall also be replaced as directed. The new sidewalk shall have a joint pattern similar to the surrounding sidewalk. Sidewalk placed at drives shall be 6 in. thick, or the same depth of the existing drive, whichever is greater. Where existing curb ramp is to be reconstructed for placement of detectable warning surfaces, all concrete, brick, stone, or other material shall be completely removed and replaced in accordance with 604.03. 604.06 Re-Laid Sidewalk This work consists of the removal and re-laying of concrete, stone-slab, or brick sidewalk at the locations shown on the plans or as directed. In the operations of removing and re-laying, care shall be taken not to damage any of the sidewalk. Before re-laying, a cushion of fine aggregate shall be spread on the prepared subgrade to a depth of no less than 2 in. Cracked or damaged sections shall not be re-laid but shall be disposed of as directed. The cross slope of the re-laid sidewalk shall be checked with a 2 ft level in accordance with 604.03(e). 604.07 HMA Sidewalk (a) Excavation and Forms Excavation and forms, when required, shall be in accordance with 604.03(b) and 604.03(c). (b) Bed Course Bed course material shall be coarse aggregate No. 53 and shall be placed in lifts not exceeding 4 in. in depth. Each lift shall be thoroughly compacted.

Page 139: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 99

(c) Placing HMA Sidewalk HMA sidewalk material shall be placed on a compacted bed course in one or more courses. The mixture shall consist of HMA base, intermediate, or surface, type Atype B in accordance with 402 except the 9.5 mm surface gradation can go above or below the PCS control point in accordance with 401.05. A MAF in accordance with 402.05 will not apply. Aggregate requirements of 904.03(d) do not apply. Compaction shall be accomplished by means of a hand operated or power roller of an acceptable type and weight in accordance with 402.15. In areas inaccessible to the roller, hand tamping will be allowed. In any case, the HMA sidewalk material shall be uniformly compacted. The grade and cross slope shall be checked with a 2 ft level in accordance with 604.03(e). If the finished compacted surface is too open or remains sticky, the surface shall be given a coating of fine aggregate, well broomed over the surface, leaving no excess. 604.08 Backfilling and Finishing Shoulders and Slopes After forms have been removed, the space on each side of the sidewalks shall be filled to the required elevation with suitable material which shall be firmly compacted and neatly graded. Adjacent shoulders and slopes shall be finished to the required grade and cross section. 604.09 Hand Rails This railing shall be erected in a workmanlike manner, straight and true to grade. Posts shall be vertical and railings shall be parallel to the walk surface or the plane of the steps and spaced as shown on the plans. Fastenings shall be as indicated on the plans. Railing posts on masonry shall be held in place in a manner that develops the full strength of the railing post in bending. Fabrication and placement of railings shall be completed in accordance with the applicable requirements of 711. Ends of tube sections shall be milled or sawed. Cut ends shall be true, smooth, and free from burrs and ragged edges. Welds shall be ground smooth. The rail system shall be continuous except as shown on the plans. Joints shall be spliced as detailed on the plans. Welding of steel shall be in accordance with 711.32 and welding of aluminum shall be in accordance with the applicable requirements of 803. Radiographic, magnetic particle, and dye penetrant inspection will not be required. All aluminum surfaces in contact with concrete shall be coated with an aluminum impregnated caulking compound prior to installation. After installation and alignment, openings between metal surfaces and concrete shall be sealed in a watertight manner with the caulking compound. Steel pipe railing not designated to be painted shall be galvanized after fabrication and prior to installation. Railing designated to be painted shall receive one shop coat of paint after fabrication and two field coats after installation. The type and color of paint shall be as specified on the plans. Cleaning and painting shall be in accordance with 619.

Page 140: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 100

604.10 Method of Measurement Concrete sidewalk, reconstructed concrete sidewalk, and re-laid concrete sidewalk will be measured by the square yard of finished surface. HMA for sidewalk will be measured by the ton of mixture placed. Bed course material will be measured by the ton. Concrete curb ramps will be measured by the square yard in accordance with the pay limits shown on the plansand will include the ramp, turning space, flared side, and setback. Turning spaces shared by more than one curb ramp will be measured only once. Detectable warning surfaces and retrofitted detectable warning surfaces will be measured by the square yard. Concrete steps will be measured by the cubic yard based on the neat lines shown on the plans. Hand rails will be measured by the linear foot in accordance with the dimensions shown on the plans or as directed. Measurements will be made from end to end of the railing along the centerline. Curb and curb and gutter will be measured in accordance with 605.09. Reinforcing bars, if used, will be measured in accordance with 703.07. Joint material will not be measured. 604.11 Basis of Payment The accepted quantities of concrete sidewalk will be paid for at the contract unit price per square yard for sidewalk, concrete. HMA for sidewalk will be paid for at the contract unit price per ton, complete in place. Bed course material will be paid for at the contract unit price per ton. Concrete steps will be paid for at the contract unit price per cubic yard for steps, concrete. Reconstructed sidewalk and re-laid sidewalk will be paid for at the contract unit price per square yard for sidewalk, reconstruct, or sidewalk, re-lay. Detectable warning surfaces and retrofitted detectable warning surfaces will be paid for at the contract unit price per square yard. The accepted quantities of curb ramps will be paid for at the contract unit price per square yard for curb ramp, concrete, per the type, complete in place. Hand rails will be paid for at the contract unit price per linear foot. Curb and curb and gutter will be paid for in accordance with 605.10. Reinforcing bars, if used, will be paid for in accordance with 703.08. Curb, if directed to be replaced, will be paid for in accordance with 605.10.

Page 141: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 101

Payment will be made under: Pay Item Pay Unit Symbol Bed Course Material ................................................................................... TON Curb Ramp, Concrete, _____ ....................................................................... SYS type Detectable Warning Surfaces ........................................................................ SYS Detectable Warning Surfaces, Retrofit ......................................................... SYS Hand Rail, _____ ......................................................................................... LFT type HMA for Sidewalk ...................................................................................... TON Sidewalk, Concrete ...................................................................................... SYS Sidewalk, Concrete, Reconstruct ................................................................. SYS Sidewalk, Concrete, Re-Lay ........................................................................ SYS Steps, Concrete ............................................................................................. CYS The cost of the ramp, including border, turning space, flared side, return curb, and setback shall be included in the cost of the curb ramp. The cost of excavation, backfill, joint material, and necessary incidentals shall be included in the cost of the pay items in this section. The removal and disposal of concrete sidewalk which is unsuitable for re-laying and which has not been damaged due to negligence will be paid for in accordance with 202.14. Concrete sidewalk which is specified to be re-laid or to remain in place and which is damaged shall be removed and disposed of and replaced with no additional payment. If directed, concrete sidewalk shall be constructed to a depth greater than that shown on the plans. Such additional thickness will be converted into the equivalent square yards quantity of concrete sidewalk of the thickness shown on the plans and will be paid for as such. The cost of furnishing and applying sand to finished compacted surfaces shall be included in the cost of HMA for sidewalk. The cost of the concrete base, detectable warning elementsurfaces, thin set mortar, and fine aggregate for filling joints, and the painting of curb through the width of the curb ramp including the silica sand shall be included in the cost of the curb rampdetectable warning surfaces. The cost of removal, disposal, and replacement of portions of the concrete curb ramp, concrete base, including border, detectable warning surfaces, thin set mortar, and fine aggregate for filling joints shall be included in the cost of the detectable warning surfaces, retrofit.

Page 142: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 102

The cost of aluminum impregnated caulking compound and the painting of steel hand railing shall be included in the cost of the hand rail. SECTION 905, BEGIN LINE 36, DELETE AND INSERT AS FOLLOWS: 905.05 Detectable Warning ElementsSurfaces The detectable warning surface in concrete curb ramps shall be constructed using materials from the Departments approved list of Detectable Warning ElementsSurfaces, which is maintained by the Office of Materials Management. An elementsurface manufacturer wishing to add a product to the approved list shall comply with Procedure L of ITM 806. (a) Brick detectable warning elementssurfaces shall consist of clay, shale, or

similarly naturally occurring earthy substance, subjected to heat treatment at elevated temperatures to form bricks or pavers. The dimensions of the elementbrick shall be 8 in. in length, 4 in. in width including any spacing lugs. The thickness of the elementbrick shall be 2 in., excluding dome height and edge chamfers. The truncated domes on the surface shall be formed integral with the main body of the detectable warning elementsurface and be present on the elementbrick prior to heat treatment. The size and physical requirements of the elementsbricks shall be in accordance with ASTM C 902 for weather and traffic environment classifications Class SX, Type II, respectively. The truncated domes may be ground off to meet the cap thickness requirement for compressive strength testing.

(b) Brick detectable warning elementssurfaces shall be predominantly red-brown in

color and shall be uniform throughout the elementbrick. The color will be determined from the average of five color readings for detectable warning elementssurfaces when measured at the top surface between the raised truncated domes and determined in accordance with ASTM E 1349, CIE Illuminant D65, 10° Standard Observer, using instrument geometry of 45°/0°, and the CIE L*a*b* color system. The tested elementsbricks shall be within the limits as follows:

Minimum Maximum L* 35.0 50.0 a* 6.0 36.0 b* 0.0 30.0

The value of a* shall not be less than 90% of the value of b*. The color difference

of any installed elementbrick after one year of exposure or of an individual detectable warning elementsurface from the average color for any product or model from a manufacturer shall not be greater than 5.0 ΔE* units. The color shall be uniform throughout the detectable warning elementssurfaces.

Page 143: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 103

(c) Cast iron detectable warning elementssurfaces shall be manufactured from gray

iron in accordance with AASHTO M 105, Class 30A as a minimum. The truncated domes shall be as shown on the plans. The tops of the domes and the space between domes shall have a non-slip textured surface. The minimum thickness of the casting shall be 0.300 in. The minimum thickness shall not be measured within the area of integral reinforcing ribs or bracing, domes or the textured surface.

(d) The height tolerancerange of the truncated domes shall be withinbetween 0.18 in.

to 0.26 in. The base diameter, dome top diameter and dome spacing shall be within ± 1/16 in. of the design value. The design values shall be within the ranges identified in the Standard Drawings. No more than two truncated domes per elementsurface may be out of tolerance for dimensions.

(e) Detectable warning elementssurfaces that are not classified as brick in accordance

with 905.05(a) or cast iron in accordance with 905.05(c) will be considered. The detectable warning elementssurfaces shall meet the color requirements of 905.05(b) and the truncated dome requirements of 905.05(d).

621-R-637 SEED MIXTURES AND SEED REQUIREMENT

(Adopted 04-21-16) The Standard Specifications are revised as follows: SECTION 621, BEGIN LINE 219, DELETE AND INSERT AS FOLLOWS: 621.06 Seed Mixtures Seed mixtures are classified as follows. Mixes including warm season grasses, forbs, or aquatic species will be specified in the plans. (a) Seed Mixture R This seed mixture shall be applied at the rate of 170 lb/ac consisting of 95 lb/ac of low endophyte Kentucky 31 Fescue or approved equal, 65 lb/ac perennial ryegrass, and 10 lb/ac Jasper Red Fescue or approved equal.This seed mixture shall be applied at the rate of 205 lb/ac consisting of 100 lb/ac of low endophyte Tall Fescue, 50 lb/ac of turf type Perennial Ryegrass, 50 lb/ac of Creeping Red Fescue, and 5 lb/ac of White Dutch Clover. Seed used in this mixture shall be drought tolerant. Fertilizer and mulching material, where specified or directed, shall be applied in accordance with 621.05. (b) Seed Mixture U This seed mixture shall be applied at the rate of 150 lb/ac consisting of 95lb/ac of a 4-way blend of turf type tall fescues such as Tribute, Rebel II, Trailblazer or approved equal, 20lb/ac Jasper Red Fescue, or approved equal, and 35 lb/ac certified fine bladed perennial ryegrass such as Regal, Blazer, or approved equal.

Page 144: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 104

This seed mixture shall be applied at the rate of 200 lb/ac consisting of 100 lb/ac of a 4-way blend of turf type Tall Fescue, 50 lb/ac Creeping Red Fescue, 45 lb/ac Perennial Ryegrass and 5 lb/ac White Dutch Clover. Fertilizer and mulching material, where specified or directed, shall be applied in accordance with 621.05. (c) Seed Mixture P This seed mixture shall be applied at the rate of 80 lb/ac consisting of 30 lb/ac of “Fults” Puccinella Distans, 30 lb/ac of Jasper Red Fescue, or approved equal, and 20 lb/ac of perennial ryegrass.This seed mixture shall be applied at the rate of 130 lb/ac consisting of 35 lb/ac of Weeping Alkaligrass, 35 lb/ac of Creeping Red Fescue, 35 lb/ac of Slender Creeping Red Fescue, and 25 lb/ac of Perennial Ryegrass. Seed used for this mixture shall be salt tolerant. Fertilizer shall be applied at the rate of 400 lb/ac. Fertilizer and mulching material, where specified or directed, shall be applied in accordance with 621.05. (d) Blank (e) Seed Mixture D This seed mixture is intended for ditch situations which experience seasonal to chronic saturated soils. This seed mixture shall be used on maintenance contracts or where otherwise specified. This mixture shall be applied at the rate of 1416 lb/ac. It shall consist of the materials and be applied at the rates shown below.

Material Application Rates Fowl Mana Grass 1 oz/ac Wetland Carex Species

3 oz/ac

Rice Cut Grass 2 oz/ac Bullrush 2 oz/ac Leptochloa Fasicularis

2 oz/ac

Barnyard Grass 2 oz/ac Prairie Wild Rye 2 oz/ac Perennial Ryegrass 10 lb/ac Jasper Red Fescue 2 lb/ac “Fults” Puccinella Distans

2 oz/ac

Redtop 1 lb/ac

Page 145: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 105

Common Name Botanical Name Application Rates Alkaligrass Puccinellia distans 3 oz/ac Bearded Strangletop Leptochloa fascicularis 3 oz/ac Creeping Bentgrass Agrostis stolonifera 2 lb/ac Fowl Manna Grass Glyceria striata 2 oz/ac Perennial Ryegrass Lolium perenne 5 lb/ac Red Fescue Festuca rubra 2 lb/ac Redtop Agrostis gigantea 1 lb/ac Rice Cut Grass Leersia oryzoides 2 oz/ac Virginia Wild Rye Elymus virginicus 5 lb/ac Wetland Carex Species Carex spp. 3 oz/ac Wetland Rush Species Juncus spp. 3 oz/ac

Seed used in this mixture shall be wet tolerant. If certain species in this mix are unavailable, substitutions may be submitted for approval. The mix shall be applied as specified per acre. The method of planting shall be by means of hydroseeding or by means of a hand method with a minimal amount of mulch applied in a separate operation. Fertilizer shall not be added to this seed mixture. (f) Blank (g) Seed Mixture Grass This seed mixture shall be placed when specified as shown below. 1. Type 1 This seed mixture shall be placed at the rate of 195235 lb/ac consisting of 15 lb/ac of Smooth BromegrassBrome Grass, 10 lb/ac of OrchardgrassOrchard Grass, and the mixture specified in 621.06(a). 2. Type 2 This seed mixture shall be placed at the rate of 110125 lb/ac consisting of 1520 lb/ac of Smooth BromegrassBrome Grass, 10 lb/ac of OrchardgrassOrchard Grass, 40 lb/ac of Certified Common Kentucky Bluegrass, 3035 lb/ac of Creeping Red Fescue, and 1520 lb/ac of Perennial Rye Grass. (h) Seed Mixture Legume This seed mixture shall be placed when specified as shown below. Mulched seeding, when specified, shall be in accordance with 621.07. Legume mixtures shall only be used from February 1 to May 31. 1. Type 1 This seed mixture shall be placed at the rate of 190230 lb/ac consisting of 107 lb/ac of Sericea Lespedeza or Korean Lespedeza, 106 lb/ac of medium Red Clover or Alsike Clover, 7 lb/ac of Partridge Pea, and the mixture specified in 621.06(a).

Page 146: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 106

2. Type 2 This seed mixture shall be placed at the rate of 100150 lb/ac consisting of 107.5 lb/ac of Sericea Lespedeza or Korean Lespedeza, 107.5 lb/ac of medium Red Clover or Alsike Clover, 107.5 lb/ac of Birdsfoot Trefoil, 7.5 lb/ac of Partridge Pea, 4050 lb/ac of Certified Kentucky Bluegrass, 3045 lb/ac of Creeping Red Fescue, and 1025 lb/ac of AnnualPerennial Rye Grass. “Do Not Spray” signs shall be placed near the beginning and end of this work, at 200 ft intervals, or as otherwise directed. The sign shall be 16 gagegauge aluminum. The size and message arrangement shall be as shown on the plans. The sign background shall be white. The sign lettering shall be black. The sign shall not be reflectorized. Paint and primer shall be in accordance with 909.04. The sign post shall be placed as shown on the plans. The post shall otherwise be in accordance with 910.15.

Page 147: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 107

SECTION 914, BEGIN LINE 91, DELETE AND INSERT AS FOLLOWS: Percentages of VARIETY Weed Seed Content (Not more than) Alfalfa ....................................Medicago sativa .................................0.5 Alkaligrass .............................Puccinellia distans .............................0.5 Alsike Clover .........................Trifolium hybridum ...........................0.5 Alta Fescue or Ky. 31 Festuca elatior Fescue .................................. (var. arundinacea) ............................0.75 Birdsfoot Trefoil ....................Lotus corniculatus ..............................0.5 Chewings Fescue ...................Festuca rubra (var. fallax) ..................0.5 Creeping Bentgrass ................Agrostis stolonifera ............................0.5 Creeping Red Fescue .............Festuca rubra spp. rubra ...................0.5 Fowl Manna Grass ................Glyceria striata ..................................1.0 English Perennial Rye ............Lolium perfenne .................................0.5 Kentucky Bluegrass ...............Poa prateusispratensis ........................0.5 Korean Lespedeza ..................Lespedeza stipulacea ..........................0.75 Sericea Lespedeza ..................Lespedeza sericea...............................0.75 Ladino Clover ........................Trifolium repens (var. latum) .............0.5 Lemons Alkali Grass..............Puccinellia airoides (Lemons)............0.5 Orchard Grass ........................Dactylis glomerata .............................0.5 Perennial Rye Grass ..............Lolium perenne ..................................0.5 Red Clover .............................Trifolium pratense ..............................0.5 Red Fescue .............................Festuca rubra ......................................0.5 Red Ttop.................................Agrostis albagigantea ........................0.75 Rice Cut Grass .......................Leersia oryzoides ...............................1.0 Rough Stalked Meadowgrass .Poa trivialis ........................................0.5 Rye, Agricultural....................Secale cereale .....................................0.5 Rye, Annual ...........................Lolium multiforum.............................0.5 Sheeps Fescue ........................Festuca orina ......................................0.5 Smooth Brome Grass .............Bromus inermis ..................................0.95 Sweet Clover-white (Scarified) ............................Melilotus alba.....................................0.5 Sweet Clover-yellow (Scarified) ............................Melilotus officinalis ...........................0.5 Tall Fescue .............................Festuca arundinacea ..........................0.5 Timothy ..................................Phleum pratense .................................0.5 Virginia Wild Rye ...................Elymus virginicus ...............................1.0 White Dutch Clover ...............Trifolium repens.................................0.75

Page 148: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 108

Percentages VARIETY of Purity (Not less than) Alfalfa ....................................Medicago sativa .................................99 Alkaligrass .............................Puccinellia distans .............................90 Alsike Clover .........................Trifolium hybridum ...........................97 Alta Fescue or Ky. 31 Festuca elatior Fescue .................................. (var. arundinacea) ............................98 Birdsfoot Trefoil ....................Lotus corniculatus ..............................98 Chewings Fescue ...................Festuca rubra (var. fallax) ..................97 Creeping Bentgrass ................Agrostis stolonifera ............................98 Creeping Red Fescue .............Festuca rubra spp. rubra ...................95 English Perennial Rye ............Lolium perfenne .................................95 Fowl Manna Grass ................Glyceria striata ..................................95 Kentucky Bluegrass ...............Poa prateusispratensis ........................85 Korean Lespedeza ..................Lespedeza stipulacea ..........................98 Sericea Lespedeza ..................Lespedeza sericea...............................98 Ladino Clover ........................Trifolium repens (var. latum) .............98 Lemons Alkali Grass..............Puccinellia airoides (Lemons)............85 Orchard Grass ........................Dactylis glomerata .............................85 Perennial Rye Grass ..............Lolium perenne ..................................95 Red Clover .............................Trifolium pratense ..............................98 Red Fescue .............................Festuca rubra ......................................95 Red Ttop.................................Agrostis albagigantea ........................90 Rice Cut Grass .......................Leersia oryzoides ...............................98 Rough Stalked Meadowgrass .Poa trivialis ........................................85 Rye, Agricultural....................Secale cereale .....................................99 Rye, Annual ...........................Lolium multiforum.............................95 Sheeps Fescue ........................Festuca orina ......................................97 Smooth Brome Grass .............Bromus inermis ..................................85 Sweet Clover-white (Scarified) ............................Melilotus alba.....................................98 Sweet Clover-yellow (Scarified) ............................Melilotus officinalis ...........................98 Tall Fescue .............................Festuca arundinacea ..........................98 Timothy ..................................Phleum pratense .................................90 Virginia Wild Rye ...................Elymus virginicus ...............................90 White Dutch Clover ...............Trifolium repens.................................97

Page 149: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 109

Percentages Actual Germination VARIETY (Not less than) Alfalfa ....................................Medicago sativa ...........................85* Alkaligrass .............................Puccinellia distans .......................80 Alsike Clover .........................Trifolium hybridum .....................85* Alta Fescue or Ky. 31 Festuca elatior Fescue .................................. (var. arundinacea) ......................85 Birdsfoot Trefoil ....................Lotus corniculatus ........................80* Chewings Fescue ...................Festuca rubra (var. fallax) ............75 Creeping Bentgrass ................Agrostis stolonifera ......................85 Creeping Red Fescue .............Festuca rubra spp. rubra .............80 English Perennial Rye ............Lolium perfenne ...........................90 Fowl Manna Grass ................Glyceria striata ............................90 Kentucky Bluegrass ...............Poa prateusispratensis ..................80 Korean Lespedeza ..................Lespedeza stipulacea ....................80* Sericea Lespedeza ..................Lespedeza sericea.........................80* Ladino Clover ........................Trifolium repens (var. latum) .......85* Lemons Alkali Grass..............Puccinellia airoides (Lemons)......80 Orchard Grass ........................Dactylis glomerata .......................80 Perennial Rye Grass ..............Lolium perenne ............................90 Red Clover .............................Trifolium pratense ........................90* Red Fescue .............................Festuca rubra ................................85 Red Ttop.................................Agrostis albagigantea ..................80 Rice Cut Grass .......................Leersia oryzoides .........................80 Rough Stalked Meadowgrass .Poa trivialis ..................................75 Rye, Agricultural....................Secale cereale ...............................80 Rye, Annual ...........................Lolium multiforum.......................90 Sheeps Fescue ........................Festuca orina ................................75 Smooth Brome Grass .............Bromus inermis ............................80 Sweet Clover-white (Scarified) ............................Melilotus alba...............................85* Sweet Clove r-yellow (Scarified) ............................Melilotus officinalis .....................85* Tall Fescue .............................Festuca arundinacea ....................85 Timothy ..................................Phleum pratense ...........................85 Virginia Wild Rye ...................Elymus virginicus .........................70 White Dutch Clover ...............Trifolium repens...........................90* * including not more than 25% hard seeds For all other seed indicated to be used but not shown in the charts above, that seed shall be placed at the indicated rate and be 100% pure live seed.

Page 150: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 110

628-C-250 OFFICE EQUIPMENT REQUIREMENTS

(Adopted 04-21-16)

The Standard Specifications are revised as follows: SECTION 628, BEGIN LINE 197, DELETE AND INSERT AS FOLLOWS: (c) Computer System and Computer System Equipment When specified in the Schedule of Pay Items, the Contractor shall provide the computer system and computer system equipment in accordance with the minimum requirements listed below for the Department’s exclusive use for each field office. 1. Computer System a. Laptop computer b. Processor – Intel or AMD compatible, 2.0 GHz c. Memory – 4.08.0 GB, 1333 MHz d. Hard Drive – 250500 GB, 5,400 rpm or 128 GB SSD (Solid State

Drive) e. Module Bay Device – 24X CD-RW drive f.e. Ports – Two USB 2.0 compliant ports g.f. Network/Wireless – Ethernet or wireless card to be compatible with the

selected internet and office network connections h.g. Graphics – Integrated graphics card i.h. Display - 15 in. WX GA LCD panel j.i. Battery - Nine cell Lithium ion k.j. Miscellaneous - One compatible port replicator with AC adapter, one

additional AC adapter, one DC adapter and one padded carrying case. The initial condition of the computer system shall be nearly pristine. All owner installed e-mail accounts, games, spyware, online services, applications, network or other profiles previously set up on the system shall be removed prior to placement in the field office. If the system was provided for a previous Department contract, all software not specified shall be removed prior to placement in the current field office. The Contractor shall provide a minimum 900 J, six-outlet surge protector for each computer system specified in the contract. 2. Computer System Equipment a. Monitor – 22 in. widescreen digital flat panel with VGA and DVI

connections b. Keyboard – USB enhanced multimedia keyboard c. Mouse – Optical USB 2-button scroll mouse d. Miscellaneous - One port replicator with AC adapter, one additional AC

adapter, one DC adapter that is compatible with the Department’s provided laptop or mobile device.

Page 151: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 111

3. Computer Software The Contractor shall provide software for the computer system in accordance with the minimum requirements listed below. a. Operating System Software – Windows 710 Professional. b. Productivity Software – Microsoft Office 20072013 Small Business and

Adobe Acrobat Professional XI. c. Security Software – McAfee Virus Scan Plus. All software shall include the most current updates and patches at the time the computer system is provided to the Department. The Contractor shall provide for installation of updates and patches for the operating system, productivity and security software during the term of use of the computer system by the Department. Updates and patches shall be provided by an automatic update method. The Department may install and maintain proprietary software on the computer in order to run the Department’s construction management programs. 4. Miscellaneous Computer Requirements The Contractor shall provide all cables, connections and software required to connect the computer system provided by the Contractor or by the Department to the printer and the scanner. The Contractor shall provide an Ethernet and a wireless office network to enable all computer systems in the field office to access the field office internet service, the printer and the scanner. The Contractor shall provide all manuals necessary for operation of the computer system, computer system equipment and software with the system and shall include all documentation normally furnished with the equipment and software when purchased. The Department will be utilizing the computer system to run or access Department provided construction management software applications. These applications are known to run on Intel and AMD compatible equipment when using the Windows 710 Professional operating system. If the Department experiences problems running these applications due to hardware or software compatibility, the Contractor shall replace the equipment to ensure compatibility to the satisfaction of the Engineer within five business days. The computer system shall be maintained in good working order. If a portion of the system becomes defective, inoperable, damaged, or stolen, that portion shall be repaired or replaced within five business days after the Contractor is notified by the Engineer. If the computer system and related accessories are not maintained by the Contractor as required, the Engineer may withhold partial payments until the computer system is operational to the Department’s satisfaction.

Page 152: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 112

(d) Field Office Internet Service The Contractor shall provide broadband internet service for the field office. Broadband internet service shall be capable of a minimum average upload speed of 65 Mbps and a minimum download speed of 2550 Mbps, unless otherwise approved by the Engineer. (e) Field Office Machines The Contractor shall provide a fully operational copier, printer, and document scanner for the Department’s exclusive use in the field office in accordance with the minimum requirements listed herein. In lieu of separate copier, printer, and scanner, the Contractor may provide an all-in-one unit that meets all the requirements for any combination of the individual machines being provided. Separate machines shall be provided for those machine functions that are not included in an all-in-one type machine. 1. Copier The copier shall be compatible with, and shall be connected to, the computer system provided by the Contractor or the Department for use by the Department in the field office. The copier shall be capable of using plain paper and of making full size, black and white copies of letter, legal and ledger US paper size original documents. The copier shall be capable of reducing and increasing copy sizes. The copier shall have a self-feeding paper tray, an automatic document feeder and be capable of producing at least 20 copies per minute. 2. Printer The printer shall be compatible with, and shall be connected to, the computer system provided by the Contractor or by the Department for use by the Department in the field office. The printer shall be capable of printing single-sided, black and white letter, legal and ledger US paper size documents at a rate of 20 pages per minute and capable of automatic duplex printing. More than one printer may be used to meet this requirement. All printers shall be set to accommodate wireless printing from the Department's iPads using AirPrintTM technologyprovided laptop or mobile device. 3. Document Scanner The document scanner shall be compatible with, and shall be connected to, the computer system provided by the Contractor or the Department for use by the Department in the field office. The scanner shall be capable of scanning letter and legal size documents and shall have an automatic document feeder and be capable of 200 to 600 dpi black and white resolution, preset to 200 dpi. SECTION 628, BEGIN LINE 390, DELETE AND INSERT AS FOLLOWS: 628.04 Cellular Telephones The Contractor shall provide cellular telephone equipment and services, as specified below, for use by the Department on the contract.

Page 153: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 113

Each cellular telephone unit shall have a service coverage area that includes the project limits. Each cellular telephone unit shall include a belt clip system, a 120V AC charger, a 12V DC mobile charger, and a hands-free kit consisting of a speaker and a microphone enabling the user to operate the unit with minimal need for the use of their hands. The hands-free kit may be either wired or wireless. All equipment shall be covered by normal manufacturer's warranties. All cellular telephone units and associated equipment will remain the property of the Contractor and will be returned to the Contractor upon completion of the contract. Cellular telephone units shall meet the following minimum requirements: (a) Type A 1. internet ready device with minimum 3.5 in. display, measured diagonally 2. cellular telephone anytime minutes per month as shown in the Schedule of

Pay Items 3. unlimited nights and weekends service 4. voice mail and caller ID 5. protective case to prevent damage to the unit 6. rear facing camera with a minimum 4 MP resolution 7. minimum 720 p video capture 8. 25 GB or higher data plan per unit 9. internal memory of 816 GB or higher 10. USB port for computer connection. (b) Type B 1. a cellular telephone with anytime minutes per month as shown in the

Schedule of Pay Items 2. unlimited nights and weekends service 3. voice mail and caller ID 4. build-in camera with a minimum 3.2 MP resolution. The Department will be responsible for damage or loss of the units beyond that covered by normal manufacturer's warranties, while in use by the Department. The Contractor shall provide replacement cellular telephone units, batteries, chargers, and equipment within one business day of notification of need for the item. The Contractor shall not enter into any agreement with any service provider or purchase any cellular telephone units for use by the Department until authorized by the Engineer. The Engineer will notify the Contractor a minimum of 10 business days prior to the need for the units.

Page 154: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 114

629-R-630 PLANT GROWTH LAYER

(Revised 04-25-16)

The Standard Specifications are revised as follows: SECTION 629, BEGIN LINE 1, INSERT AS FOLLOWS:

SECTION 629 – PLANT GROWTH LAYER 629.01 Description This work shall consist of developing, furnishing, and placing an approved plant growth layer suitable for supporting the growth of permanent vegetation in accordance with 105.03.

MATERIALS 629.02 Materials Materials shall be in accordance with the following: Clay ..............................................................................................903.01 Compost........................................................................................914.03(b) Fertilizer .......................................................................................As Defined* Lime ..............................................................................................913.04(b)1 Sand ..............................................................................................903.01 Silt ................................................................................................903.01 Topsoil ..........................................................................................914.01 Water ............................................................................................913.01 * Fertilizer shall be a blend of commercially available materials such that when

used, the requirements for phosphorus and potassium are in accordance with 914.01(a), Table 1.

Soils for the plant growth layer shall be obtained from one or more of the following approved sources: (a) existing soils within the construction limits; (b) commercial sources; (c) project specific borrow pits. The plant growth material shall be a fertile, friable and loamy soil of uniform quality in accordance with 914.01. The pH requirements for compost shall be in accordance with 914.03(b). The materials used shall be free from any objectionable plant material or undesirable vegetative debris which would be harmful to plant life or may prevent the formation of a suitable seedbed. All material used for the plant growth layer shall be stored in a manner that minimizes the potential for erosion.

Page 155: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 115

The Contractor shall provide all necessary components for the plant growth layer.

CONSTRUCTION REQUIREMENTS 629.03 General Requirements The plant growth layer shall consist of materials suitable for the healthy growth of permanent vegetation in accordance with 327 IAC 15-5. Growth layer components shall be blended in accordance with 914.01. If necessary, prior to placement, growth layer materials shall be treated with a broad spectrum herbicide with no residual effect in a manner that assures that all noxious weeds and invasive plants are killed. 629.04 Process Control An estimate of the existing top soil profile conditions shall be obtained from the geotechnical report. The Contractor shall be responsible for all tests required to determine the recommended component type and content for the growth layer. Prior to installation, the Contractor shall prepare and submit to the Engineer a list of all proposed growth layer components, their application rates, their material sources, and an installation timeline. This list shall provide specifics describing all components necessary to bring the plant growth layer into compliance with 914.01. The list shall be specific to the contract, and be signed and dated by the Contractor. 629.05 Installation and Finishing When modifications are necessary for the existing surface to meet the requirements of 914.01, the plant growth layer shall be installed uniformly in the locations shown on the plans. The area on which the plant growth layer is to be placed shall be free of all loose and foreign material greater than 1 in. in diameter. Prior to placement of the growth layer, the existing surface shall be scarified to a nominal depth of 3 in. to ensure bonding of the growth layer with the existing surface. The Contractor shall have the option of placing the plant growth layer for any designated area using one of the following methods: (a) Placement of the necessary components directly on the existing scarified soil then

tilling to produce a minimum uniformly consistent 6 in. depth of plant growth layer.

(b) Placement of 3 in. of prepared growth layer material on the existing scarified soil

and tilling to thoroughly mix the soils. The Contractor shall then spread 2 in. of comparably prepared growth layer material over the tilled soil in a uniform manner.

(c) If existing soils are found to meet the requirements of 914.01 without adding

additional components, the soils shall be tilled to produce a minimum uniformly consistent 6 in. depth.

Page 156: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 116

Within 24 h after final tilling, acceptance samples shall be taken in accordance with ITM 515. All acceptance testing of growth layer materials shall be performed by a Department approved geotechnical lab. The growth layer shall then be lightly compacted in order to produce a uniform final graded surface conducive to plant growth. Seeding or sodding shall take place within seven calendar days after final growth layer compaction. Seeding of the growth layer shall be in accordance with 621.05(b) and 621.05(c). Sodding of the growth layer shall be in accordance with 621.09. 629.06 Method of Measurement Plant growth layer will be measured by the square yard, complete in place. 629.07 Basis of Payment The accepted quantity of the plant growth layer will be paid for at the contract unit price per square yard, complete in place. Payment will be made under: Pay Item Pay Unit Symbol Plant Growth Layer....................................................................................... SYS The cost of all soil sampling, testing, component recommendations, preparation of the growth layer component list, placing, tilling, compaction, and final grade preparation shall be included in the cost of the plant growth layer. The cost of furnishing of all materials and equipment, and all necessary incidentals shall be included in the costs of plant growth layer. Erosion control methods used for the protection of stockpiled plant growth layer materials will not be measured for payment and shall be included in the cost of plant growth layer. SECTION 914, BEGIN LINE 3, DELETE AND INSERT AS FOLLOWS: 914.01 Special Topsoil for Roadside Development This topsoil shall consist of loose friable soil, free of refuse, stumps, large roots, rocks over 2 in. in diameter, brush, weeds, or other material which would be detrimental to the proper development of vegetative growth. It shall be capable of supporting normal vegetation as demonstrated by the growth of healthy vegetation on it. It shall not be taken from a source known to contain any of the noxious weeds defined as such in the Indiana State Seed Law, IC 15-4-1. Topsoil shall have a pH value of 6.2 to 7.4. Testing for pH value shall be performed in accordance with AASHTO T 289. Agricultural limestone may be added to topsoil in order to raise the pH to meet specification requirements. The addition of agriculture limestone shall be determined based on tests performed by a laboratory approved by the Office of Geotechnical Services. Topsoil shall not be incorporated into the work until it is approved.

Page 157: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 117

All material shall be limited to loose friable soil, free from refuse, stumps, large roots, rocks over 1 in. in diameter, brush, asphalt, concrete, heavy clay clumps, toxic substances, weeds or other material which would be detrimental to plant establishment. All materials shall be capable of supporting the required vegetation in accordance with 327 IAC 15-5 as demonstrated by the growth of installed, healthy vegetation. All materials used shall be free of known weeds and productive plant parts classified in the IC 15-16-7-2 as a noxious weed species, and any plants listed on the Indiana Invasive Species Council Invasive Plant List under the high invasive rank category. (a) Topsoil Requirements The clay, silt and sand components may be composed of existing materials from the construction site, commercial source materials, or an approved composition of existing and manufactured materials. Topsoil shall meet the requirements shown in Table 1 below. All acceptance testing shall be performed by a Department approved geotechnical lab. The sum of the combined percentages of all sand, silt, and clay components utilized in any topsoil mixture shall be no less than 90% of the total weight of the mixture.

Table 1 (b) Certification Topsoil furnished under this specification shall be covered by a type A certification in accordance with 916.

TOPSOIL REQUIREMENTS AFTER INSTALLATION Requirement Measurement Range Test Method

pH 6.0 - 7.3 AASHTO T 289 Clay Weight 5% - 30% AASHTO T 88 and T 89 Silt Weight 30% - 80% AASHTO T 88 and T 89

Sand Weight 5% - 50% AASHTO T 88 and T 89

Organic Material Weight 3% - 10%*** AASHTO T 267 and AASHTO T 21***

Phosphorus Weight 46-110 ppm* North Central Regional

Research Publication 221, Chapter 6, Bray P-1

Potassium Weight 105-250 ppm** North Central Regional

Research Publication 221, Chapter 7

* Alternatively 92-220 lb/ac ** Alternatively 210-500 lb/ac

*** In the counties of Daviess, Gibson, Knox, Pike, Posey, and Vanderburgh AASHTO T 21 shall also be performed and the organic material content shall be from 4% - 10%

Page 158: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 118

914.02 Temporary Seed Temporary seed will be approved for use by visual inspection of the Engineer. Temporary seed may be purchased from any commercial source provided the seed’s package is clearly marked and labeled by the manufacturer as to its content and weight. 914.03 FertilizerSoil Amendments (a) Fertilizer Fertilizer shall be standard commercial fertilizer with an analysis of 12-12-12. Tests will not be required, but fertilizer standards shall be governed by the rulings of the Indiana State Seed Commissioner. (b) Compost Compost shall be well decomposed, stable organic matter. It shall be derived from agricultural, food, or industrial residuals; bio-solids including treated sewage sludge, yard trimmings, vegetable matter or source-separated or mixed solid waste. The product shall contain no substances toxic to plants and shall be well composted so as not to possess objectionable odors or resemble the raw material from which it was derived. Compost shall be 98% free of any inert objects such as textiles, glass, plastics, and metal objects. Compost used shall be free of known weeds and productive plant parts classified in the IC 15-16-7-2 as a noxious weed species, and any plants listed on the Indiana Invasive Species Council Invasive Plant List under the high invasive rank category. Compost shall have a pH range of 5.5 to 8.0. Compost shall have a minimum of 30% organic matter in accordance with AASHTO T 267. The moisture content shall range from 30 to 60% by dry weight in accordance with AASHTO T 265. Compost particle size shall have 98% passing the 3/4 in. sieve. All bio-solids, industrial and yard waste compost suppliers shall be IDEM certified. Certification of compost suppliers shall be as follows: 1. Bio-solids and industrial waste compost suppliers shall possess an IDEM

Marketing and Distribution Permit. 2. Yard waste compost suppliers shall be an IDEM Registered Yard Waste facility. All bio-solids shall be in accordance with 40 CFR Part 503 and 327 IAC 6.1.

Page 159: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 119

720-R-646 CURB INLET CASTING

(Adopted 08-18-16)

The Standard Specifications are revised as follows: SECTION 910, AFTER LINE 407, INSERT AS FOLLOWS: Where a 6 in. curb height is specified, a monolithic frame and curb box may be used in place of one with modular components, provided the monolithic casting’s dimensions match those shown on the plans.

801-C-157 CERTIFICATION OF TEMPORARY TRAFFIC CONTROL DEVICES

(Revised 05-23-13)

Category I Devices The Contractor shall certify that the following temporary traffic control devices to be used do not exceed the maximum values shown in the table below, and are considered crashworthy at Test Level 3 in accordance with NCHRP 350.

Device Composition Max. Weight Max. Height Single Piece Rubber 20 lb 36 in. Traffic Cones Plastic 20 lb 48 in. Tubular Markers Rubber 13 lb 36 in. Plastic 13 lb 36 in. Single Piece Drums High Density Plastic 77 lb 36 in. Low Density Plastic 77 lb 36 in. Delineators Plastic, Fiberglass N/A 48 in.

No lights, signs, flags, or other auxiliary attachments are included in the weight of the devices listed above. Reflective sheeting or reflective buttons are included on delineators. Maximum weights, including ballast, do not exceed the values shown in the table. “Single piece” refers to the construction of the body of the drum exclusive of a separate base, if any. Type A or type C warning lights in accordance with the following specifications will be allowed on drums if they are firmly attached with vandal resistant 1/2 in. diameter by 4 in. cadmium plated steel bolt with nut and a 1 1/2 in. high cup washer. 1. The weight shall be no more than 5 lb. 2. The lens diameter shall be 7 to 8 in. 3. The height of the light shall be 11 to 14 in. Category II Devices Category II temporary traffic control devices include type III barricades, vertical panels, portable sign standards, and other light-weight traffic control devices.

Page 160: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 120

Category II temporary traffic control devices shall be in accordance with the NCHRP 350, Test Level 3. A form will be provided at the preconstruction conference for the Contractor to complete and return to the Engineer prior to the placement of category I or II traffic control devices.

801-M-006 MAINTAINING TRAFFIC FOR MAINTENANCE OR RESURFACE WORK

(Revised 09-01-05)

The Standard Specifications are revised as follows: SECTION 801, AFTER LINE 150, INSERT AS FOLLOWS: Traffic shall be maintained for maintenance activities or for HMA resurface work as shown on the plans or as described herein. The Contractor shall have an extra set of construction signs and an extra flashing arrow sign on the project site so that the taper may be moved forward without suspending the operations and clearing the work area. Additional traffic control devices shall be furnished for situations determined to be more complex, for protection in hazardous areas, and when traffic conditions warrant. All non-fixed signs shall be removed at the completion of each day’s operations. All lanes shall be open to normal traffic during hours other than daylight hours. If a traffic lane is directed to remain closed during hours other than daylight hours, traffic shall be maintained on the remaining lanes as shown on the plans. All fixed signs shall remain in place until all temporary pavement markings have been removed. Work days will not be charged from the time of completion of other work until the markings have been removed.

801-R-471 MATERIAL USED FOR TEMPORARY INGRESS/EGRESS TO PROPERTIES

(Revised 05-23-13)

Description This work consist of constructing temporary access drives to properties shown on the plans where access is affected by work on the contract. Materials Materials shall be in accordance with the following: Coarse Aggregate, Size No. 53 ...................904.03

Page 161: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 121

Construction Requirements A good, well-maintained approach shall be provided to homes and businesses affected by the work on the project. An undistributed quantity of material has been assigned to this item and shall be used as determined in the field when needed so that all approaches are well maintained. The Contractor shall inform the Engineer when materials are being placed for this purpose. The Contractor shall provide the Engineer with material delivery tickets. As driveways are completed, excess material shall be removed. If the Engineer determines that the removed material is still acceptable, the Engineer may direct the Contractor to use the material for other temporary access drives currently being maintained on the contract. The Contractor may also choose to incorporate excess material in other portions of the work if the Engineer agrees that the material is not out of specification by being too contaminated. Disposal of any excess material shall be in accordance with 203.08. Method of Measurement Compacted aggregate No. 53, Temporary for Driveways will be measured by the ton based on the quantity delivered to the jobsite and used for that purpose. Basis of Payment The accepted quantities of compacted aggregate No. 53, Temporary for Driveways will be paid for at the contract price per ton. Payment will be made under: Pay Item Pay Unit Symbol Compacted Aggregate No. 53, Temporary for Driveways .........TON The cost of removal of the material is included in the cost of this pay item. The cost of disposal of the material is included in the cost of this pay item. The cost of removing and re-placing the material at another location in accordance with this provision is included in the cost of this pay item.

801-R-542 WORKSITE ADDED PENALTY SIGNS

(Revised 05-21-15)

Worksite Added Penalty signs shall be placed as shown on the plans or as directed by the Engineer. The signs shall typically be placed in advance of the first Road Construction Ahead signs at either end of the project. The actual location and quantity of the signs will be determined by the Engineer in coordination with the Worksite Traffic Control Supervisor. The XW2-6-A Worksite Added Penalty sign, 78 in. by 42 in., shall be installed on all projects in all cases not otherwise described below.

Page 162: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 122

The XW2-6 Worksite Added Penalty sign, 60 in. by 36 in., shall only be installed on projects in urban areas that have a posted speed limit of 35 MPH or less and also meet one of the following conditions:

1. The existing surfaces outside the edge of pavement make installation of driven posts impractical, or

2. The width of the Right-of-Way outside of the edge of pavement is not sufficient to accommodate the larger XW2-6-A, Worksite Added Penalty sign, 78 in. by 42 in.

The XW2-6a-B Speeding and XW2-6b-B Reckless Driving signs, 48 in. by 48 in., shall be used in series with each other and shall only be used on projects that meet one of the following conditions:

1. Rural projects where the width of the Right-of-Way outside of the edge of pavement is not sufficient to accommodate the larger XW2-6-A Worksite Added Penalty sign, 78 in. by 42 in., or

2. Contracts using only moving operations where construction signs are set and removed each day to accommodate the changing location of the work.

The XW2-6a-A Speeding and XW2-6b-A Reckless Driving signs, 36 in. by 36 in., shall be used in series with each other and shall only be used on projects in urban area where the width of the Right-of-Way outside of the edge of pavement is not sufficient to accommodate the larger XW2-6-A Worksite Added Penalty sign, 78 in. by 42 in. Worksite Added Penalty, Speeding, Reckless Driving signs will be measured and paid for as Construction Sign, Type C in accordance with 801.17 and 801.18.

801-T-089 MAINTAINING EXISTING TRAFFIC SIGNAL INSTALLATION

(Revised 09-01-05)

The Contractor shall maintain the existing traffic signal installation as a temporary fully operating traffic signal installation at all times during each of the construction phases. The temporary signal installation shall be in accordance with 801 and the requirements herein. In each phase of construction, the Contractor may be required to reset the timing of the existing controller. Timing setting will be provided. The Contractor may also be required to relocate existing signal heads, bag other signal heads, or set wood poles as directed. In order for the Contractor to be paid for relocating a signal head, such signal head or signal head assembly shall be moved only as directed. Temporary traffic signal installation maintenance will not be measured for payment. Temporary wood pole with down guys and anchors, relocate signal heads, and reset controller timing will be measured per each.

Page 163: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 123

Temporary traffic signal installation maintenance will be paid for at a contract lump sum price. Temporary wood pole with down guys and anchors, and relocated signal head will be paid for at the contract unit price per each. In order for the Contractor to maintain the timing of the existing controller, payment for reset controller timing will be made for each time such resetting is required. Payment will be made under: Pay Item Pay Unit Symbol Temporary Traffic Signal Installation, Maintain ..............LS Temporary Pole, Wood, with Down Guys and Anchors ...........EACH Signal Head, Relocate ......................................EACH Controller, Reset Timing ...................................EACH The costs of all wiring and other miscellaneous equipment required to maintain the traffic signal installation shall be included in the cost of temporary traffic signal installation, maintain.

801-T-194 AUTOMATED FLAGGER ASSISTANCE DEVICE

(Revised 06-08-15) The Standard Specifications are revised as follows: SECTION 801, BEGIN LINE 11, INSERT AS FOLLOWS:

801.02 Materials Materials shall be in accordance with the following: Automated Flagger Assistance Devices .................................923.08 SECTION 801, AFTER LINE 794, INSERT AS FOLLOWS: (e) Automated Flagger Assistance Devices An Automated Flagger Assistance Device, AFAD, may be used to control a single lane of approaching traffic on a two-lane highway for flagging operations. Only qualified flaggers who have been trained on the operation of the AFAD shall operate the AFAD. AFAD operators shall be able to provide written proof that they have been trained by the AFAD manufacturer. Two trained flaggers shall be available on-site to provide flagging in case of an AFAD malfunction. The flagger operating the AFAD shall be positioned to have unobstructed line of sight to approaching traffic and the AFAD. A single flagger may be used to control both approaches to the work site if adequate, unobstructed sight distance exists between the AFAD operator and both approaching directions of traffic and both AFADs. The flagger operating the AFAD shall not leave the device unattended at any time while the AFAD is in use. The operating flagger shall be positioned at such point to be in full view of oncoming traffic and the AFAD at all times the AFAD is in use. The flagger operator shall keep a back up hand held remote readily available at all times when the device is being operated.

Page 164: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 124

The AFAD shall be positioned so that the end of the gate arm, if used, shall extend at least to the center of the lane being controlled but shy of the roadway centerline. A drum shall be placed immediately in front of the AFAD trailer at both corners for delineation. SECTION 801, BEGIN LINE 1148, INSERT AS FOLLOWS: The cost of necessary flaggers; automated flagger assistance devices; protection of traffic at structure foundations; and furnishing, erecting, placing, maintaining, relocating, and removing lights, cones, flexible channelizers, tubular markers, drums, delineators, or other devices as directed shall be included in the cost of maintaining traffic. SECTION 923, AFTER LINE 229, INSERT AS FOLLOWS: 923.08 Automated Flagger Assistance Device The Automated Flagger Assistance Device, AFAD, shall alternately display a STOP sign and a SLOW sign to control traffic while being operated by a hand held remote control. AFADs shall meet the requirements of the Indiana Manual on Uniform Traffic Control Devices, Chapter 6E. Each AFAD shall be equipped with two hand held remote controls. Trailer mounted AFAD’s shall be equipped with a gate arm. Only automated flagger assistance devices from the List of Approved Solar Powered Traffic Control Devices shall be used. Automated flagger assistance devices will be placed and maintained on the list of approved Solar Powered Traffic Control Devices in accordance with ITM 955. (a) Signs The STOP and SLOW signs shall have a minimum width of 24 in. with lettering that is at least 8 in. in height. The WAIT ON STOP sign shall be visible along the same line of view of the STOP sign face. (b) Supplemental Conspicuity Devices The STOP sign face shall be supplemented by a circular, red stop beacon. The SLOW sign face shall be supplemented by either: a circular, yellow warning beacon, or Type B warning lights with a minimum viewing distance of 1000 ft. (c) Gate Arm Gate arms shall be made of reinforced thermoplastic or tubular aluminum. When in the horizontal positions the arm shall have a 2 ft to 4 ft mounting height above the pavement surface (d) Cabinets and Controller The battery and controller cabinets shall be in accordance with NEMA Standard 250 Enclosure 3R requirements and be provided with a hasp and lock. The AFAD shall include a manual override of the hand held remote at the device. The AFAD shall not have any means by which it can operate on a pre-set or pre-timed basis.

Page 165: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 125

(e) Remote Control Device Two hand held, cordless remote controls shall be provided with each AFAD. The remote control shall be waterproof and display signal receipt confirmation. The remote shall use a frequency hopping, spread spectrum radio signal with frequencies outside the 700MHz band, 698 MHz to 806 MHz. The remote control device shall be programmable to control either one unit or two units simultaneously and shall control the units over a one-mile range. Remote control batteries shall be rechargeable. A recharging device shall be provided with each remote. (f) Batteries and Charging System Batteries shall be deep cycle type and be capable of operating the AFAD continuously for two days, 24 hrs per day without a need of re-charging. An audible low battery voltage alarm sound system shall be provided. The battery charging system shall consist of a solar panel. Solar panels shall be UL 1703 certified. (g) Trailer The trailer, if used, shall be designed to withstand a 60 mph wind loading with a 1.3 gust factor when the AFAD is set up in operating position. The trailer shall be painted safety orange, Federal Standard 595, color No. 12300. The trailer shall be provided with a minimum of two leveling jacks, each operated by a crank which locks in place. 923.089 Acceptance of Temporary Traffic Control Devices Temporary traffic control devices will be accepted by visual inspection unless otherwise indicated.

801-T-198 TRAFFIC CONTROL FOR TRAFFIC BREAKS

(Adopted 07-17-13)

The Standard Specifications are revised as follows: SECTION 801, BEGIN LINE 795, DELETE AND INSERT AS FOLLOWS:

801.16 Temporary Traffic Control Zone A temporary traffic control zone is a work zone with frequently changing operation, a

maximum duration of seven calendar days; mobile operation; or a temporary traffic stoppagebreak. SECTION 801, BEGIN LINE 829, DELETE AND INSERT AS FOLLOWS: (c) Traffic Control for Temporary Traffic StoppageBreaks Traffic shall not be allowed to pass directly beneath personnel or equipment working on an overhead structure. Traffic breaks, when approved by the Engineer, may be implemented for moving equipment or materials over the traveled way. Traffic breaks shall be accomplished by temporary stoppage, rolling slowdown or other approved method. Traffic stoppagebreaks during an overhead operation shall not exceed 20 minutes at one time. There shall be enough time between consecutive stoppagesbreaks to allow traffic to return to normal flow.

Page 166: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 126

Three working days prior to commencing work which necessitates temporary stoppagebreaks of traffic, written notice shall be given to the Department and the Indiana State Police that highway traffic shall be stopped, slowed or diverted temporarily at a specific location, time, and date to accomplish specified work. Traffic shall be safely controlled during the stoppagetraffic break. The following minimum requirements shall be met. 1. On Multi-Lane Divided Highways Advance warning signs and pilot vehicles shall be located as specified or as otherwise directed. For each direction of road closure two flaggers shall be located at the site of the work and a minimum of two additional flaggers shall be used to warn approaching traffic. 2. On Non-Divided Highways Advance warning signs shall be located as specified or as otherwise directed. For each direction of road closure, a minimum of one flagger shall be located at the site of the work and a minimum of one additional flagger shall be used to warn approaching traffic.

801-T-218 TEMPORARY MOUNTED CONSTRUCTION SIGNS

(Adopted 02-16-17) The Standard Specifications are revised as follows: SECTION 801, BEGIN LINE 35, INSERT AS FOLLOWS: Non-ground mounted temporary traffic sign backing material and supports shall both be certified to meet NCHRP 350 crash test standards and approved for use by the FHWA. Roll-up materials will not be allowed. A copy of the FHWA acceptance letter shall be provided to the Engineer upon request. Roll-up materials will not be allowed except as specified in 801.16. SECTION 801, BEGIN LINE 190, DELETE AS FOLLOWS: Temporary mounted construction signs shall not be used for operations which affect traffic lanes or paved shoulders. Temporary mounted construction signs shall not be used or left in place during nighttime hours. SECTION 801, BEGIN LINE 795, DELETE AND INSERT AS FOLLOWS: 801.16 Temporary Traffic Control Zone A temporary traffic control zone is a work zone with frequently changing operation, a maximum duration of seven calendar days; mobile operation; or a temporary traffic stoppage. Daytime lane closures on two-lane two-way roads shall be limited in length to a maximum of 1 mi or the length of a half day’s operation, whichever is less, or as shown on an approved alternate traffic control plan. (a) Temporary Traffic ControlMounted Construction Signs Temporary traffic control signs, TTCS, are construction signs in a temporary traffic control zone.

Page 167: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 127

Trailer mounted TTCS shall be positioned such that the tongue and the method of pinning shall minimize the hazard to motorists. Wheel chocks other than sandbags shall not be used. During non-working hours, trailers with signs that do not apply to existing conditions shall be stored in accordance with 107.08. TTCS shall not be mounted on barricades or other non-approved supports. When the vertical mounting height for TTCS is between 12 in. and 18 in. to the bottom of the sign, tripod supports may be used. Temporary mounted construction signs, which are mounted on portable supports such as sign stands and tripods may be used for the construction signs in a temporary traffic control zone. The bottom of a temporary mounted construction sign shall be at least 12 in. above the traveled way. When allowed for use, the sSigns on tripod supports shall be installed so that the angle from vertical does not exceed 30°. Roll-up materials will only be allowed for mobile, short duration, or short-term stationary work which will not exceed one daytime period. Roll-up materials shall be selected from the Department’s List of approved reflective sheeting. Roll-up sign supports shall be ballasted in accordance with the manufacturer’s recommendations.

805-T-078 ELECTRICAL INSULATION SEALANT

(Adopted 09-01-05)

The electrical insulation sealant for this contract shall be chosen from the following list: (a) Aquaseal (b) Electrical 430 (c) 3M Electrical Insulation Putty (d) Plyseal Insulating Mastic (e) or approved equal

808-R-644 REMOVAL OF PAVEMENT MARKERS

(Adopted 06-16-16) The Standard Specifications are revised as follows: SECTION 808, BEGIN LINE 544, DELETE AND INSERT AS FOLLOWS: The resulting holes shall be filled with the appropriate patching material as described herein or as otherwise directed. Concrete pavement which is to be overlaid as part of the contract and HMA pavement shall be patched with HMA intermediate materials.

Page 168: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 128

Concrete pavement which is not to be overlaid as part of the contract and concrete bridge decks shall be patched with magnesium phosphate concrete patching material from the Department’s approved list for Rapid Setting Patch Materials. Overlaid bridge decks and bridge decks which are to be overlaid as part of the contract shall be patched with patching material which is compatible with the deck overlay material. All patching material shall be placed in accordance with the appropriate specifications for the patching material.

808-T-190 LONGITUDINAL RUMBLE STRIPES

(Revised 12-18-14) The Standard Specifications are revised as follows: SECTION 606, BEGIN LINE 1, DELETE AND INSERT AS FOLLOWS:

SECTION 606 – PAVEMENT CORRUGATIONS 606.01 Description (a) All Corrugations This work shall consist of placing corrugations in the pavement in accordance with 105.03. Corrugations shall not be constructed within the limits of reinforced concrete bridge approaches or on bridge decks. The operation shall be coordinated such that milled materials do not encroach on the pavement lanes carrying traffic and all milled materials are disposed of in accordance with 104.07. When corrugations are installed for center line and edge line rumble stripes, milled materials shall be swept and vacuumed following the milling operation. The corrugation shall be constructed by cutting smooth strips in existing or newly constructed pavement. The operation shall be conducted by means of a cutting machine that provides a series of smooth cuts without tearing or snagging. The equipment shall include guides to maintain uniformity and consistency in the alignment of the strips. Longitudinal rumble stripes are the combination of either the center line pavement marking placed in the center line corrugation or the edge line pavement marking placed in the edge line corrugation. They shall be installed as shown in the plans and as specified herein. (b) BlankCenter Line and Edge Line Corrugations When corrugations are installed for center line and edge line rumble stripes control points that are required as a guide for milling corrugations shall be spotted with paint for the full length of the road to be milled. Control points along tangent sections shall be spaced at a maximum interval of 100 ft. Control points along curve sections shall be spaced to ensure the accurate location of the milled corrugations. The location of control points shall be approved prior to the milling operations.

Page 169: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 129

If snowplowable raised pavement markers exist where center line corrugations are being placed into the existing surface, the prismatic reflectors in these markers shall be removed and corrugations gapped a maximum of 60 in. and not within 6 in. of the markers. In the presence of D-1 pavement joints or castings which conflict with the location of the corrugations, the corrugations shall be gapped a maximum of 5 ft and not within 6 in. of the joint or casting. Corrugations retrofitted within the HMA traveled way and on HMA shoulder contiguous with a HMA traveled way or a HMA auxiliary lane shall be sealed using liquid asphalt sealant in accordance with 401.15. 1. Installation Tolerances Lateral deviation of milled center line or edge line corrugations shall not exceed 1 in. in 100 ft. The alignment of all pavement markings placed within rumble stripes shall be ± 1/2 in. of its specified location. 2. Maintenance of Traffic The rumble stripe traffic control procedures shall be submitted to the Engineer and shall be in accordance with 808.08. Vehicles used in performing the milling, sweeper, vacuum or sealing operations shall have a rear escort vehicle that follows at a distance of 100 to 500 ft.

MATERIALS 606.02 Materials Materials shall be in accordance with the following: Pavement Markings ................................................................808 606.023 Method of Measurement HMA and PCCP pavement corrugations will be measured by the linear foot, measured parallel to the center line of the roadway. Gaps longer than 20 ft will not be included in the measurement for milled corrugations. 606.034 Basis of Payment HMA and PCCP pavement corrugations will be paid for at the contract unit price per linear foot, when specified. Payment will be made under: Pay Item Pay Unit Symbol Milled HMA Corrugations ........................................................................... LFT Milled PCCP Corrugations .......................................................................... LFT

Page 170: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 130

The cost of removal of existing prismatic reflectors in rumble strip retrofit sections shall be included in the cost of the pay items. Milling, sweeping, vacuum cleaning, operation protection and maintenance of traffic associated with these pay items and all necessary incidentals shall be included in the cost of the pay items. Where corrugations are placed in an existing HMA surface, liquid asphalt sealant shall be included in the cost of the pay items. SECTION 808, BEGIN LINE 53, INSERT AS FOLLOWS: 808.04 Longitudinal Markings and Milled Corrugations SECTION 808, AFTER LINE 93, INSERT AS FOLLOWS: The center line shall be placed within the milled corrugation when center line rumble stripes are specified. Placement of the center line marking in the milled corrugation does not alter the pavement marking performance requirements of section 808.07. SECTION 808, AFTER LINE 109, INSERT AS FOLLOWS: The edge line shall be placed in the milled corrugation when edge line rumble stripes are specified. Placement of the edge line marking in the milled corrugation does not alter the pavement marking performance requirements of section 808.07. (d) Barrier Lines Barrier lines shall be used as specified or directed. Barrier line markings shall be solid lines of the size and color specified or as directed. (e) Markings in Retrofitted Corrugations In sections where corrugations are being placed in the existing surface all existing pavement markings shall be removed in accordance with 808.10 and any existing sealants shall be routed or grinded out. Temporary pavement markings placed in accordance with 801.12 shall be offset a sufficient distance from the longitudinal joint so as to not to obstruct the installation of the corrugations or the application of the liquid asphalt sealant. The Contractor shall make a record of the existing pavement marking locations so that such markings may be replicated later with the appropriate adjustments for edge line rumble stripes. This record shall show longitudinal and transverse dimensions. The record shall be submitted to and approved by the District Traffic Engineer prior to the removal of existing pavement markings. The District Traffic Section shall be notified two weeks prior to applying pavement markings so as to allow the District Traffic Section to verify the pavement marking plan.

Page 171: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 131

808-T-208 METHOD OF MEASUREMENT FOR BROKEN OR DOTTED LINES

(Adopted 05-21-15)

The Standard Specifications are revised as follows: SECTION 808, BEGIN LINE 564, DELETE AND INSERT AS FOLLOWS: 808.12 Method of Measurement Broken or dotted lines, placed or removed, will be measured as 1/4 of the total distance in linear feet of the broken or dotted line pattern after excluding gaps for intersections or other openingsby counting the number of broken or dotted lines placed and multiplying the number of counted lines by the length of the broken or dotted line. Solid lines will be measured as the total distance in linear feet of solid lines placed or removed. The material, type, color, or width of broken, dotted, or solid lines to be removed will not be considered when measuring such lines for payment.

808-T-210 GROOVING FOR DURABLE PAVEMENT MARKINGS

(Revised 12-17-15)

The Standard Specifications are revised as follows: SECTION 808, BEGIN LINE 17, DELETE AS FOLLOWS: Extended Warranty Preformed Plastic ...................................921.02(b) SECTION 808, BEGIN LINE 114, DELETE AND INSERT AS FOLLOWS: 808.05 Transverse Markings and Pavement Message Markings (a) Transverse Markings (a) Transverse marking lines shall be used as specified or directed to delineate channelizing lines, stop lines, crosswalk lines, and parking limit lines. Parking lines for ADA accessible parking spaces shall be 4 in. wide and blue in color. Unless otherwise specified or directed, all other parking lines shall be 4 in. wide and white in color. TheAll other transverse markings shall consist of all necessary lines, of the width specified or directed and shall be in accordance with the MUTCD. (b) Pavement Message Markings (b) Pavement message marking shall be used as specified or directed for railroad crossing approaches, intersection approaches, crosswalk approaches, handicap parking spacesADA accessible parking space symbol, and other messages applied to the pavement with pavement marking material. The markings shall consist of all necessary lines, words, and symbols as specified or directed, and shall be in accordance with the MUTCD.

Page 172: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 132

SECTION 808, BEGIN LINE 135, DELETE AND INSERT AS FOLLOWS: 808.07 Pavement Marking Material Application, Equipment, and Performance Requirements All double line markings, such as a no passing zone or the center line of an undivided multi-lane roadway, shall be applied in one pass. When a hand propelled machine is used, the single pass application of double line markings will not be required and control points shall be spaced at a maximum of 10 ft longitudinally. For contracts with completion dates when conditions do not enable application of the specified marking materials, or grooving for durable marking materials, other materials may be substituted with an appropriate unit price adjustment if approved by the Engineer. Markings shall be installed in accordance with the manufacturer’s recommendations, except that the minimum requirements stated herein shall also apply. Products specifically designed for application temperatures below the stated minimums herein are not required but may be used if approved by the Engineer. When directed, the Contractor shall provide the Department with original copies of all necessary current manufacturer’s installation manuals prior to beginning installation work, and no installation work shall begin prior to the Department’s receipt of these manuals. These manuals shall become the property of the Department. The markings shall be protected from traffic until dry to eliminate tracking. The markings shall meet or exceed the following performance criteria: 1. Color. The daytime and nighttime color of the applied markings shall be in

accordance with ASTM D 6628 when determined in accordance with ASTM E 811 and E 1349.

2. Durability. The pavement markings shall have a minimum resistance to wear

of 97% in accordance with ASTM D 913. 3. Retro-reflectivity. Contracts with 50,000 lft or more of longitudinal paint line

or 10,000 lft or more for each type of longitudinal durable marking line applied shall have retro-reflectivity measured, except markings placed on seal coat pavements placed in accordance with 404. Longitudinal lines shall meet required minimum initial and retained average retro-reflectivity measurements. All other contracts and markings, except parking lines, shall meet the required longitudinal line minimum measurements and will be measured by the Department at the discretion of the Engineer, except that quality adjustments will not apply. Retained retro-reflectivity is the value at the time of the warranty expiration in accordance with 808.09 and will be measured by the Department at the discretion of the Engineer.

Page 173: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 133

Retro-reflectivity testing equipment shall be furnished, calibrated, and operated in accordance with ITM 931. The markings shall be tested in a period of not less than 14 days to not more than 30 days after the materials are applied. The retro-reflectivity equipment shall remain the property of the Contractor. The measurement of retro-reflectivity shall be supervised or performed at all times by an operator trained and certified by the unit’s manufacturer. A report as described in the ITM and including the specified test results and calculations shall be prepared and provided to the Engineer within three days of each day of testing. Quality adjustments will be applied to the payment of markings which fail to meet the required minimum initial average retro-reflectivity valuesas indicated in the table below. The required minimum initial and retained average retro-reflectivity values for longitudinal line measured in mcd/m²/lx are as follows:

Material Type White Yellow Quality Adjustment*

Retained White

Retained Yellow

Paint ≥ 250 ≥ 175 1.00 N/A N/A Required Minimum 150 to 249 125 to 174 0.70

Thermoplastic ≥ 300 ≥ 200 1.00 200See 808.09

150See 808.09

Required Minimum 250 to 299 150 to 199 0.70

Multi-Component ≥ 300 ≥ 200 1.00 200See 808.09

150See 808.09

Required Minimum 250 to 299 150 to 199 0.70

Preformed Plastic ≥ 300650 ≥ 200450 1.00 200See 808.09

150See 808.09

Required Minimum 250 to 299 550 to 649

150 to 199 350 to 449 0.70

Extended Warranty Preformed Plastic ≥ 650 ≥ 450 1.00 See

808.09.1 See

808.09.1 Required Minimum 550 to 649 350 to 449 0.70

* Quality Adjustments do not apply to the retained retro-reflectivity values SECTION 808, BEGIN LINE 246, DELETE AND INSERT AS FOLLOWS: (b) Durable Pavement Marking Material Durable pavement marking material consists of thermoplastic, preformed plastic or multi-component markings. Durable pavement marking materials used for center lines, lane lines, or edge lines shall be installed within a groove in the pavement unless otherwise indicated on the plans. Durable pavement marking materials used for barrier lines, pavement message, and transverse markings shall be surface applied unless otherwise indicated on the plans.

Page 174: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 134

1. Grooving for Durable Pavement Markings a. Application The pavement shall be grooved prior to the placement of longitudinal durable pavement markings, excluding bridge decks and approach slabs. The groove or recess shall be installed in a single pass using dry cut equipment that utilizes diamond cutting blades and that is approved by the pavement marking manufacturer. If there are no markings on the pavement, a guide line shall be placed using paint without glass beads as a template for the grooving operation. The groove shall be at least 1 in. and no more than 2 in. wider than the pavement marking to be placed. The Contractor may leave a gap in the grooving for longitudinal lines that delineate the radii of lane usage transitions, driveways, intersections, or adjacent to a curb that does not have a curb offset to the marking of at least 12 in. The depth of the groove shall be in accordance with the manufacturer’s recommendations and shall be at minimum 5 mils greater than the thickness of the marking material including exposed glass beads, up to a maximum allowable depth of 150 mils. A continuous groove shall not be allowed for broken or dotted lane lines. The groove may extend up to 3 in. at either end of a lane line. Grooves shall be no closer than 2 in. to the edge of a longitudinal joint. b. Groove Finish and Cleaning The grooved surface shall be cleaned with vacuuming equipment immediately following the grooving operation. The surface shall be clean and dry prior to pavement marking installation. The finished groove surface shall have a fine corduroy-like appearance with a maximum variation in depth of 10 mils. 12. Thermoplastic a. Application Thermoplastic marking shall be applied in molten form by conventional extrusion when the pavement and ambient air temperatures are a minimum of 50°F or aboveand rising; or by ribbon type extrusion or spray when the pavement and ambient air temperatures are a minimum of 6050°F or aboveand rising. Heat bonded preformed thermoplastic may be used for transverse or message markings. The average final thickness of each 36 in. length of thermoplastic marking shall be no less than 90 mils and no more than 125 mils. Immediately following the application of the thermoplastic markings, additional retro-reflectorization shall be provided by applying beads to the surface of the molten material at a uniform minimum rate of 8 lb/100 sq ft of marking. Individual passes of markings shall not overlap or be separated by gaps greater than 1/4 in. longitudinally. b. Equipment The equipment used for the application of thermoplastic markings shall consist of a kettle for melting the material and an applicator for applying the markings. All of the equipment required for melting and applying the material shall maintain a uniform material temperature within the manufacturer specified limits, without scorching, discoloring or overheating any portion of the material.

Page 175: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 135

A truck-mounted machine shall be equipped with the following: an air blast device for cleaning the pavement ahead of the marking operation; a guide pointer to keep the machine on an accurate line; at least two spray guns which can be operated individually or simultaneously; agitators; a control device to maintain uniform flow and application; an automatic device which will provide a broken line of the required length; and an automatic bead dispenser which is synchronized with the marking application. A hand-propelled machine may be used to apply markings. The equipment for applying heat bonded preformed plastic shall be in accordance with the manufacturer’s recommendations. An open flame shall not come into direct contact with the pavement. c. Performance Requirements When the initial average retro-reflectivity measurement is below the required minimum the segment of line shall be removed and replaced with no additional payment. Pavement markings segments which have more than five of 20 individual readings below the minimum required shall be removed and replaced with no additional payment. 23. Preformed Plastic and Extended Warranty Preformed Plastic a. Application The installation method for extended warranty preformed plastic markings shall be the overlay method for PCCP and the inlay or overlay method for HMA. The overlay method is defined as placement of preformed plastic markings on the finished pavement surface. The inlay method is defined as placing preformed plastic markings on newly placed HMA immediately prior to the last roller pass. The pavement shall be grooved prior to the placement using the overlay method. This groove shall not exceed 110 mils in depth or 1 in. wider than the pavement marking to be placed. The equipment used for grooving shall not damage pavement joints. For non-extended warranty preformed plastic, the overlay installation method is acceptable for both HMA and PCCP pavements, and no grooving is required. There is no minimum temperature requirement for preformed plastic installed by the inlay method. When installed by other methods, the markings shall be applied when the air temperature is a minimum of 60°F and rising, and the pavement temperature is a minimum of 70°F. The markings shall not be applied if the ambient air temperature is expected to drop below 40°F within 24 h after application. The markings shall be applied when the air temperature is a minimum of 40°F and rising. A primer is required if the ambient air temperature is below 50°F. The pavement surface shall be primed with a binder material in accordance with the manufacturer’s recommendations. If there is a dispute regarding installation, the manufacturer shall provide a trained representative to ensure that the installation is properly performed.

Page 176: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 136

b. Performance Requirements When the initial average retro-reflectivity measurement is below the required minimum the segment of line shall be removed and replaced with no additional payment. Pavement markings segments which have more than five of 20 individual readings below the minimum required shall be removed and replaced with no additional payment. 34. Multi-Component a. Application This material shall be applied only when the pavement and ambient air temperatures are 40°F or aboveand rising. The wet film thickness of the marking material shall be a minimum of 20 mils. Immediately following the application of the markings, additional reflectorization shall be provided by applying beads to the surface of the wet marking at a uniform minimum rate of 20 lb/gal. of marking. b. Equipment The machine used to apply the marking material shall precisely meter each component, and produce and maintain the necessary mixing head temperature within the required tolerances. The machine shall be equipped in accordance with 808.07(a)2. c. Performance Requirements Pavement marking segments which are found to have an average retroreflectivity reading below the required minimum shall be re-striped with no additional payment. Pavement markings segments which have more than five of 20 individual readings below the minimum required shall be re-striped with no additional payment. The re-striping shall begin within 14 calendar days of the completion of the retro-reflectivity measurement. Line segments may be re-striped with no additional payment. Following each re-striping, additional retro-reflectivity measurements shall be made with no additional payment. Quality adjustments will be based on the final retro-reflectivity measurements. The alignment of all re-striped markings shall be placed within ±1/4 in. in width and ±2.0 in. in length of the original placed markings. Re-striping will not be allowed more than two times, after which removal and replacement of the markings will be required. SECTION 808, BEGIN LINE 417, DELETE AND INSERT AS FOLLOWS: 808.09 Warranty for Durable Pavement Marking Material Durable pavement marking material shall be warranted against failure resulting from material defects or method of application, or the result of snowplowing and deicing activities. The material shall be warranted to retain its color, retroreflectivity, durability adherence to the pavement, and shall be free of other obvious defects or failures. Grooved durable pavement markings shall also be warranted to retain retroreflectivity as specified below. All pavement traffic markings which have failed to meet the warranted conditions shall be replaced with no additional payment. For the terms of the warranty a unit shall be defined as a 1,000 ft section of line of specified width in any combination or pattern.

Page 177: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 137

(a) Surface Applied Durable Pavement Marking Warranty The warranty period for surface applied durable markings shall be 180 days beginning with the substantial completion date for the contract as defined in 101.59, but not prior to November 1 of the calendar year in which the last pavement markings were installed. If more than 3% of a unit or 3% of the total of any one intersection or set of transverse markings fails, the failed portion shall be replaced. All pavement markings required to be replaced under the terms of this warranty shall be replaced within 60 days of the notification of failure. (b) Grooved Durable Pavement Marking Warranty The warranty period for durable markings placed in a groove shall be 2 years beginning with the substantial completion date for the contract as defined in 101.59, but not prior to November 1 of the calendar year in which the last pavement markings were installed. The retained retro-reflectivity, mcd/m2/lx, as determined by ITM 931 shall meet or exceed the minimum values at all times during the warranty period as follows:

Material Year White Yellow

Thermoplastic 1 225 150 2 175 125

Multi-Component 1 225 150 2 175 125

Preformed Plastic 1 400 300 2 300 200

If more than 5% of a unit or 5% of the total fails, the failed portion shall be replaced. All pavement markings required to be replaced under the terms of this warranty shall be replaced within 60 days of the notification of failure. 808.09.1 Extended Warranty for Preformed Plastic Pavement Marking Material Extended warranty markings shall be warranted for a period of two years beginning with the substantial completion date for the contract as defined in 101.59. The markings will be subject to snowplowing and deicing chemicals. The material shall be warranted to retain its color, retro-reflectivity, and durability and shall be free of other obvious defects or failures. For the terms of the warranty a unit shall be defined as a 1,000 ft section of line of specified width in any combination or pattern. The retained retro-reflectivity, mcd/m2/lx, as determined by ITM 931 shall meet or exceed the minimum values at all times during the warranty period as follows:

Year White Yellow 1 400 300 2 300 200

Page 178: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 138

When a unit of markings is found to have an average retro-reflectivity reading below the required value, the entire unit of markings shall be removed and replaced. If more than 5% of a unit of markings fails due to color or durability, the entire unit shall be removed and replaced. All pavement markings required to be replaced under the terms of this warranty shall be replaced within 60 days of the notification of failure. SECTION 808, BEGIN LINE 572, DELETE AND INSERT AS FOLLOWS: TransverseExcept as otherwise specified, transverse marking lines will be measured as the total distance in linear feet of lines placed or removed. Transverse marking yield lines will be measured transversely including the entire extent of the marking line and gaps. Curb markings will be measured by the linear feet along the front face of the curb. Grooving for pavement markings will be measured as the total distance of grooving for each pavement marking line in linear feet. Pavement message markings will be measured by the total number of each type placed. A railroad crossing pavement message marking shall include the two R’s, the X, and the three stop lines per traffic lane. Railroad crossing pavement message markings will be measured by the total number of each marking place. Lane indication arrow pavement message markings will be measured by the number of lane indication arrowheads placed. Removal of pavement message markings will be measured in square yards using areas shown in the following table. The material will not be considered when measuring such markings for pavement. SECTION 808, BEGIN LINE 622, INSERT AS FOLLOWS: 808.13 Basis of Payment Lines and transverse markings placed will be paid for at the contract unit price per linear foot for the material, type, color, and width specified. Grooving for pavement markings will be paid for at the contract unit price per linear foot. Curb markings will be paid for at the contract unit price per linear foot for curb painting, of the color specified. Pavement message markings placed will be paid for at the contract unit price per each, for the material and message specified. Lines and transverse markings removed will be paid for at the contract unit price per linear foot. Pavement message markings removed will be paid for at the contract unit price per square yard. SECTION 808, BEGIN LINE 608, DELETE AND INSERT AS FOLLOWS: Payment for furnishing, calibrating, and operating retro-reflectivity testing equipment will be paid for at the contract price for lump sum. The cost of report preparation shall be included in the cost of retro-reflectivity testing. Adjustments to the contract payment with respect to retro-reflectivity of performance based pavement markings will be included in a quality adjustment in accordance with 109.05.1. The Engineer may waive retro-reflectivity testing due to weather limitations. Retro-reflectivity testing will be waived for markings applied after October 31 and before April 1. If retro-reflectivity testing is waived, no payment will be made for retro-reflectivity testing and no quality adjustment for retro-reflectivity will be made. If retro-reflectivity testing is not performed and is not waived by the Engineer due to weather or waived by the seasonal time restriction and retro-reflectivity testing is not performed, no payment will be made for retro-reflectivity testing and payment for the marking items will be made at 70% of the unit price.

Page 179: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 139

Payment will be made under: Pay Item Pay Unit Symbol Curb Painting, _____ ........................................................... LFT color Grooving for Pavement Markings ........................................ LFT Line, _____, _____, _____, _____ in. ................................ LFT material type color width Line, Remove ...................................................................... LFT Pavement Message Marking, ________, ________ ........ EACH material message Pavement Message Marking, Remove ................................ SYS Prismatic Reflector ........................................................... EACH Retro-Reflectivity Testing ...................................................... LS Snowplowable Raised Pavement Marker ......................... EACH Snowplowable Raised Pavement Marker, Remove ......... EACH Transverse Marking, _____, _____, _____, _____ in. ........ LFT material type color width Transverse Marking, Remove ............................................. LFT SECTION 808, BEGIN LINE 662, DELETE AND INSERT AS FOLLOWS: Beads, binder material for thermoplastic and preformed plastic, adhesive for snowplowable markers, patching material for snowplowable marker removal, guide lines for grooving operations, pavement cleaning and surface preparation, and all necessary incidentals shall be included in the cost of the pay items. The cost of grooving prior to placing extended warranty preformed plastic shall be included in the cost of the pay item. SECTION 921, BEGIN LINE 27, DELETE AS FOLLOWS: (b) Preformed Plastic and Extended Warranty Preformed Plastic

901-R-627 PCC AND BLENDED CEMENTS

(Revised 06-16-16) The Standard Specifications are revised as follows: SECTION 501, BEGIN LINE 146, DELETE AND INSERT AS FOLLOWS: Fly ash or GGBFS used as an additive, or blended portland cements may only be incorporated in the concrete mix between April 1 and October 15 of the same calendar year. If type IP, type IP-A, type IS or type IS-A cements are to be used, the minimum portland cement content shall be increased to 500 lbs/cu yd. The use of fly ash or GGBFS as an additive will not be allowed when blended portland cements types IP, IP-A, IS, or IS-A are used.

Page 180: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 140

SECTION 502, BEGIN LINE 85, DELETE AND INSERT AS FOLLOWS: Fly ash or GGBFS used as an additive, or blended portland cements may only be incorporated in the concrete mix between April 1 and October 15 of the same calendar year. If type IP, type IP-A, type IS or type IS-A cements are to be used, the portland cement content shall be increased to 598 lbs/cu yd. The use of fly ash or GGBFS as an additive will not be allowed when blended portland cements types IP, IP-A, IS, or IS-A are used. SECTION 502, BEGIN LINE 102, INSERT AS FOLLOWS: Minimum portland cement content (types I, IL or III) .................564 lbs/cu yd Maximum fly ash addition .............................................................10% of cement content Maximum water/cementitious ratio (types I or IL)..........................0.42 SECTION 702, BEGIN LINE 67, INSERT AS FOLLOWS: 702.05 Proportioning Control of PCC for air content, slump, or relative yield will be determined on the basis of tests performed by the Engineer. Concrete and necessary labor for sampling shall be furnished by the Contractor as required by the Engineer. Testing will be in accordance with the Frequency Manual. A CMDS shall be submitted seven calendar days prior to production and be approved by the Engineer except utilization of the Department provided spreadsheet is not required for the CMDS. The absolute volume of the mix design shall be 27.0 cu ft at the design air content of 6.5%. The proportion of ingredients of each batch shall be within the following limits, and shall be approved. SECTION 702, BEGIN LINE 82, INSERT AS FOLLOWS: Fly ash from an approved source may be used as a partial replacement for portland cement. The substitution of fly ash for portland cement will not be allowed in conjunction with the use of blended portland cement or ground granulated blast furnace slag or blended cement types IP, IP-A, IS, or IS-A. Mix designs will be based on using a maximum 20% cement reduction with a minimum 1.25:1 ash-to-cement replacement ratio by weight. Ground granulated blast furnace slag from an approved source may be used as a partial replacement for portland cement. The substitution of ground granulated blast furnace slag for portland cement will not be allowed in conjunction with the use of blended portland cement types IP, IP-A, IS, or IS-A or fly ash. Mix designs will be based on using a maximum 30% cement substitution with a 1:1 slag-to-cement ratio, by weight. SECTION 702, BEGIN LINE 103, DELETE AS FOLLOWS: When fly ash or ground granulated blast furnace slag is used, an acceptable concrete mix design shall be submitted. Fly ash or ground granulated blast furnace slag and all other material sources proposed for portland cement concrete mix designs shall be furnished at least 15 days prior to the initiation of work. Prior to use, it shall be demonstrated by trial batch that the concrete mix design will produce concrete complying with all requirements.

Page 181: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 141

A concrete mix design will not be considered approved until this trial batch demonstration is successfully completed, including flexural strength data. The required minimum 550 psi flexural strength shall be obtained at an age consistent with the contract work schedule, but not to exceed 28 days. Once a mix design has demonstrated for the contract that the concrete mix design with a specific fly ash source or a specific ground granulated blast furnace slag source produces a concrete which is in accordance with the mix design requirements, further trial batch demonstration will be at the Engineer’s discretion for this contract and subsequent contracts. All concrete shall have an air content of 6.5% ± 1.5% by volume. Air content shall be determined in accordance with 505. When fly ash is used, the first concrete truck on the contract will be tested by the Department for complete compliance with plastic concrete requirements for air content, slump, and yield. If not in complete compliance, the concrete will be rejected and no further concrete with fly ash in it will be considered on the contract until it is demonstrated by an additional trial batch that the concrete mix design, or modification thereof, complies. All demonstration testing shall be conducted by the Contractor. During the placement of concrete containing fly ash, the air content of the concrete shall be determined to be at least equal to the testing requirements set out in the Department’s Manual for Frequency of Sampling and Testing and Basis for Use of Materials. Additional testing may be required, as conditions warrant. All such air content testing of the concrete shall be performed by a certified technician. A certified technician must have successfully completed a concrete course offered by the Department’s Human Resources Division, the National Ready Mix Concrete Association, the American Concrete Institute, or approved equal. Portland cement concrete with fly ash or ground granulated blast furnace slag which does not consistently comply with Department concrete requirements will be grounds for rejection of its further use. In the event of such a rejection of further use, all unsatisfactory work shall be corrected with no additional payment and the contract shall be completed using portland cement without fly ash or ground granulated blast furnace slag. SECTION 901, BEGIN LINE 22, INSERT AS FOLLOWS:

(b) Portland Cement Portland cement shall conform to the requirements of the following cited specifications except as noted. 1. Requirements Cement Specifications Air-Entraining Portland Blast-Furnace Slag Cement .............................................. AASHTO M 240, Type IS-A Air-Entraining Portland Cement ....................... AASHTO M 85, Type IA or IIIA Air-Entraining Portland-Pozzolan Cement ...................................................... AASHTO M 240, Type IP-A Portland Blast-Furnace Slag Cement .............. AASHTO M 240, Type IS

Page 182: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 142

Portland Cement ................................................ AASHTO M 85, Type I, II, or III Portland-Limestone Cement ............................. AASHTO M 240, Type IL Portland-Pozzolan Cement .............................. AASHTO M 240, Type IP Slag Modified Portland Cement ...................... AASHTO M 240, Type ISM SECTION 901, BEGIN LINE 286, DELETE AND INSERT AS FOLLOWS: 1. Requirements The ground granulated blast furnace slag shall be in accordance with ASTM C 989 for grade 100 or 120. For each 2,0002,500 t produced, a complete ASTM C 989 analysis shall be performed on a sample composited randomly from the daily samples. The method of randomization shall be subject to approval by the Department.

902-R-645 ASPHALT MATERIALS

(Adopted 06-16-16)

The Standard Specifications are revised as follows: SECTION 902, BEGIN LINE 69, INSERT AS FOLLOWS: (b) Asphalt Emulsions Asphalt emulsions shall be composed of an intimate homogeneous suspension of a base asphalt, an emulsifying agent, and water. Asphalt emulsions may contain additives to improve handling and performance characteristics. Failure of an emulsion to perform satisfactorily in the field shall be cause for rejection, even though it passes laboratory tests. The grade used shall be in accordance with the table for asphalt emulsions as shown herein. A type A certification for the asphalt emulsion shall be furnished in accordance with ITM 804.

Page 183: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 143

SECTION 902, BEGIN LINE 120, DELETE AND INSERT AS FOLLOWS:

Characteristic (1) (2) AASHTO

Test Method

RS- 2

HFRS- 2

AE- 90

AE- 90S

AE- T

AE- NT

AE- F

SS- 1h

AE- 150

AE- 150L

AE- PL

AE- PMT(6)

AE- PMP(6)

Test on Emulsion Viscosity, Saybolt Furol at 25°C, min.

T 59 50 15 20 50 20+

Viscosity, Saybolt Furol at 25°C, max.

T 59 100 100 100 100 100 115 100

Viscosity, Saybolt Furol at 50°C, min.

T 59 75 75 50 75

Viscosity, Saybolt Furol at 50°C, max.

T 59 400 400 300

Demulsibility w/35 mL, 0.02N CaC12, % min.

T 59 50 50 30 25

Demulsibility w/50 mL, 0.10N CaC12, % min.

T 59 75 75 25+ 25+

Oil Distillate by Distillation, mL/100 g Emul (3) max.

T 59 4.0 4.0 4.0 3.0 4.0 4.0 4.0 4.0 7.0 7.0 3.0 3.0 3.0

Residue by Distillation, % min.

T 59 68 65 68 65 68 65 65(5) 54 50 27 57 68 65 60 30

Residue by Distillation, % max.

T 59 62 35 65

Sieve Test, % max. T 59 0.10 0.10 0.10 0.10 0.10 0.30 0.10 0.10 0.10 0.10 0.10 0.10 0.10 Penetrating Ability, mm, min.

902.02(w) 6

Stone Coating Test, % 902.02(t)3a 90 90 90 Settlement, % max. T 59 5 5 5 5 Storage Stability, % max.

T 59 1

Asphalt Content by Distillation at 204°C, % min.

54 45

Asphalt Content by Distillation at 204°C, % max.

62

Tests on Residue Penetration (0.1 mm) at 25°C, 100g, 5 s, min. (4)

T 49 100 100 100 90 50 40 40 50 300+

Penetration (0.1 mm) at 25°C, 100g, 5 s, max. (4)

T 49 200 200 200 150 200 40 90 90 200

Penetration (0.1 mm) at 25°C, 50g, 5 s, min. (4)

T 49 100 100

Penetration (0.1 mm) at 25°C, 50g, 5 s, max. (4)

T 49 300 300

Ductility at 25°C, mm, min.

T 51 400 400 400 400 400

Solubility in Org. Sol., % min.

T 44 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5

Float Test at 60°C, s, min. (4)

T 50 1200 1200 1200 1200 1200 1200

Force Ratio T 300 0.3 Elastic Recovery, at 4°C

T 301 58

Polymer Content by Infrared

1.5+ 1.5+

Notes: (1) Broken samples or samples more than 10 days old will not be tested. (2) Combined percentage of the residue and oil distillate by distillation shall be at least 70% (note the different units – ml for oil and % for residue). (3) Oil distillate shall be in accordance with ASTM D 396, table 1, grade no. 1 (4) The Engineer may waive the test. (5) Maximum temperature to be held for 15 minutes at 200 ± 5°C. (6) Asphalt shall be polymerized prior to emulsification.

(c) Cutback Asphalts Cutback asphalts shall be composed of an intimate homogeneous mixture of an asphalt base and a suitable distillate designed for medium, or slow curing. Cutback asphalts may also contain an additive as an aid in uniformly coating wet, damp, or dry aggregates used in patching mixtures or HMA pavements. These asphalts shall not contain more than 0.3% water as determined by ASTM D 95, shall not separate when allowed to stand, and shall not foam when heated to permissible temperatures. When an additive is used, it shall be incorporated homogeneously in the asphalt at the point of manufacture. The temperature of the cutback asphalt shall not be higher than shown for that grade in 902.03. A type A certification for the cutback asphalt shall be furnished in accordance with 916.

Page 184: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 144

SECTION 902, AFTER LINE 148, INSERT AS FOLLOWS: A type A certification for the utility asphalt shall be furnished in accordance with 916. SECTION 902, AFTER LINE 153, INSERT AS FOLLOWS: A type A certification shall be submitted to the pipe fabricator in accordance with 908.07. 902.02 Sampling and Testing Asphalt Materials The tests and AASHTO references are as follows: (a) Sampling Bituminous Materials ................... AASHTO T 40 R 66 The following exceptions to AASHTO T 40 R 66 shall apply:

904-R-626 AGGREGATES

(Revised 11-09-16)

The Standard Specifications are revised as follows: SECTION 904, BEGIN LINE 87, DELETE AND INSERT AS FOLLOWS: Composite stockpiling of natural sand fine aggregate from multiple sources into one stockpile will be allowed provided the fine aggregates are within a range of 0.10 0.030 for the bulk specific gravity (dry) and a range of 1.0% 0.5% for the absorption. The range of bulk specific gravity (dry) and absorption values shall be the difference between the highest and lowest value, respectively, average values for each of the fine aggregate sources within the stockpile as determined by the Office of Materials Management. A written request for the composite stockpiling shall be made to the Office of Materials Management. SECTION 904, BEGIN LINE 123, DELETE AND INSERT AS FOLLOWS: The fine aggregate angularity value of the total blended aggregate material from the fine and coarse aggregates, and recycled materials shall meet or exceed the minimum values for the appropriate ESAL category and position within the pavement structure as follows:

FINE AGGREGATE ANGULARITY TRAFFIC

ESAL DEPTH FROM SURFACE

≤ 4 in. > 4 in. < 300,000 (Note 1)

300,000 to < 3,000,000 40 (Note 1) 40 3,000,000 to < 10,000,000 45 40

≥ 10,000,000 to < 30,000,000 45 40 ≥ 30,000,000 45 45

Note 1: For 4.75 mm mixtures, the fine aggregate angularity shall be 40 for < 300,000 ESAL and 45 for 300,000 to < 3,000,000 ESAL.

Page 185: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 145

Fine Aggregate Angularity, Method A ............. AASHTO T 304 The fine aggregate angularity value shall not apply to OG mixtures. The clay content of the blended aggregate material from the fine and coarse aggregates shall meet or exceed the minimum values for the appropriate ESAL category as follows:

CLAY CONTENT TRAFFIC

ESAL SAND EQUIVALENT,

MINIMUM < 300,000 40

300,000 to < 3,000,000 40 3,000,000 to < 10,000,000 45 10,000,000 to < 30,000,000 45

≥ 30,000,000 50

Clay Content, Sand Equivalency ....................... AASHTO T 176 SECTION 904, BEGIN LINE 156, DELETE AND INSERT AS FOLLOWS: (f) Mineral Filler for SMA Mineral filler shall consist of dust produced by crushing stone, portland cement, or other inert mineral matter having similar characteristics. Mineral filler shall be in accordance with the gradation requirements of 904.02(h) for size No. 16 or as approved by the Engineer. Mineral filler shall be in accordance with ITM 203 or from an ABF ACBF slag source. The sieve analysis of mineral filler shall be conducted in accordance with AASHTO T 37 except as noted in 904.06. Mineral filler shall be non-plastic in accordance with AASHTO T 90.

Page 186: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 146

SECTION 904, BEGIN LINE 209, DELETE AS FOLLOWS: (a) Classification of Aggregates

Characteristic Classes AP AS A B C D E F Quality Requirements: Freeze and Thaw Beam Expansion, % max. (Note 1) ......... .060 Los Angeles Abrasion, % max. (Note 2) ............................. 40.0 30.0 40.0 40.0 45.0 45.0 50.0 Freeze and Thaw, AASHTO T 103, Procedure A,

% max. (Note 3) ........................................................ 12.0 12.0 12.0 12.0 16.0 16.0 20.0 25.0 Sodium Sulfate Soundness, % max. (Note 3) ...................... 12.0 12.0 12.0 12.0 16.0 16.0 20.0 25.0 Brine Freeze and Thaw Soundness, % max. (Note 3) ......... 30 30 30 30 40 40 50 60 Absorption, % max. (Note 4) 5.0 5.0 5.0 5.0 5.0 Additional Requirements: Deleterious, % max. Clay Lumps and Friable Particles ....................... 1.0 1.0 1.0 1.0 2.0 4.0 Non-Durable (Note 5) ......................................... 4.0 2.0 4.0 4.0 6.0 8.0 Coke .................................................................... (See Note 6) Iron ..................................................................... (See Note 6) Chert (Note 7) ..................................................... 3.0 3.0 3.0 5.0 8.0 10.0 Weight per Cubic Foot for Slag, lbs, min. .................. 75.0 75.0 75.0 70.0 70.0 70.0 Crushed Particles, % min. (Note 8) Asphalt Seal Coats...................................................... 70.0 70.0 Compacted Aggregates ............................................... 20.0 20.0 20.0 20.0 Additional SMA Mixture Requirements: Micro-Deval Abrasion, %, max. ................................. (Note 9) Aggregate Degradation, %, max. ................................ (Note 10) Notes: 1. Freeze and thaw beam expansion shall be tested and re-tested in accordance with ITM 210. 2. Los Angeles abrasion requirements shall not apply to BF. 3. Aggregates may, at the option of the Engineer, be accepted by the Sodium Sulfate Soundness or Brine

Freeze and Thaw Soundness requirements. 4. Absorption requirements apply only to aggregates used in PCC and HMA mixtures except they shall not

apply to BF. When crushed stone coarse aggregates from Category I sources consist of production from ledges whose absorptions differ by more than two percentage points, the absorption test will be performed every three months on each size of material proposed for use in PCC or HMA mixtures. Materials having absorption values between 5.0 and 6.0 that pass AP testing may be used in PCC. If variations in absorption preclude satisfactory production of PCC or HMA mixtures, independent stockpiles of materials will be sampled, tested, and approved prior to use.

5. Non-durable particles include soft particles as determined by ITM 206 and other particles which are structurally weak, such as soft sandstone, shale, limonite concretions, coal, weathered schist, cemented gravel, ocher, shells, wood, or other objectionable material. Determination of non-durable particles shall be made from the total weight (mass) of material retained on the 3/8 in. (9.5 mm) sieve. Scratch Hardness Test shall not apply to crushed stone coarse aggregate.

6. ACBF and SF coarse aggregate shall be free of objectionable amounts of coke, iron, and lime agglomerates.

7. The bulk specific gravity of chert shall be based on the saturated surface dry condition. The amount of chert less than 2.45 bulk specific gravity shall be determined on the total weight (mass) of material retained on the 3/8 in. (9.5 mm) sieve for sizes 2 through 8, 43, 53, and 73 and on the total weight (mass) of material retained on the No. 4 (4.75 mm) sieve for sizes 9, 11, 12, and 91.

8. Crushed particle requirements apply to gravel coarse aggregates used in compacted aggregates, and seal coats except seal coats used on shoulders. Determination of crushed particles shall be made from the weight (mass) of material retained on the No. 4 (4.75 mm) sieve in accordance with ASTM D 5821.

9. Micro-Deval Abrasion testing will be required for each coarse aggregate. A coarse aggregate or a blend of coarse aggregates shall have a maximum Micro-Deval Abrasion loss value of 18.0% as determined in accordance with ITM 220.

10. A coarse aggregate or a blend of coarse aggregates shall have a maximum Aggregate Degradation loss value of 3.0% as determined in accordance with ITM 220.

Page 187: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 147

(b) Coarse Aggregate Angularity for HMA and SMA The coarse aggregate angularity, CAA of the total blended aggregate, including recycled materials, shall meet or exceed the minimum values for the appropriate ESAL category and position within the pavement structure as follows.

COARSE AGGREGATE ANGULARITY TRAFFIC

ESAL DEPTH FROM SURFACE

≤ 4 in. > 4 in. < 300,000 55

300,000 to < 3,000,000 75 50 3,000,000 to <

10,000,000 85/80* 60

≥ 10,000,000 to < 30,000,000

95/90* 80/75* 95/90*

≥ 30,000,000 100/100* 100/100* * Denotes two faced crush requirements.

SECTION 904, BEGIN LINE 245, DELETE AND INSERT AS FOLLOWS: 1. HMA Coarse Aggregate

Coarse Aggregate Type Traffic ESALs < 3,000,000 < 10,000,000 ≥ 10,000,000

Air-Cooled Blast Furnace Slag Yes Yes Yes Steel Furnace Slag Yes Yes Yes Sandstone Yes Yes Yes Crushed Dolomite Yes Yes (Note 1) Polish Resistant Aggregates Yes Yes (Note 1) Crushed Stone Yes (Note 2) (Note 2) Gravel Yes (Note 2) (Note 2) Note 1. Polish resistant aggregates or crushed dolomite may be used when blended with ACBF or

sandstone but cannot exceed 50% of the coarse aggregate by weight or cannot exceed 40% of the coarse aggregate by weight when blended with steel furnace slag.

Note 2. Crushed stone or gravel in accordance with ITM 221 may be used. a. ESAL Category 2 and type B surface mixtures. All coarse aggregate types

including ACBF slag, SF slag, sandstone, crushed dolomite, polish resistant aggregate, crushed stone and gravel may be used.

b. ESAL Category 3 and type C surface mixtures. ACBF slag, SF slag,

sandstone, crushed dolomite, polish resistant aggregate or any combination thereof shall be used. Crushed stone or gravel shall not be used unless the aggregate is classified as a crushed dolomite or polish resistant aggregate.

Page 188: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 148

c. ESAL Category 4 and type D surface mixtures. High friction aggregates

including ACBF slag, SF slag, sandstone or aggregates in accordance with ITM 221 shall be used.

Crushed dolomite and polish resistant aggregates may be used up to a

maximum 50% by volume of material retained on the No. 4 (4.75 mm) sieve when blended with a high friction aggregate.

Crushed stone and gravel may be used up to a maximum 20% by volume of

material retained on the No. 4 (4.75 mm) sieve when blended with a high friction aggregate.

2. SMA Coarse Aggregate

Coarse Aggregate Type Traffic ESALs < 3,000,000 < 10,000,000 ≥ 10,000,000

Air-Cooled Blast Furnace Slag No No No Steel Furnace Slag (Note 1) (Note 1) Yes Sandstone (Note 1) (Note 1) Yes Crushed Dolomite (Note 1) (Note 1) (Note 2) Polish Resistant Aggregates (Note 1) (Note 1) (Note 2) Crushed Stone No No No Gravel No No No Notes: 1. Steel furnace slag, sandstone, crushed dolomite, polish resistant aggregates or any blend of these

aggregates may be used provided the aggregates are in accordance with 904.03(a). 2. Polish resistant aggregates or crushed dolomite may be used when blended with sandstone but shall

not exceed 50% of the coarse aggregate by weight (mass), or shall not exceed 40% of the coarse aggregate by weight (mass) when blended with steel furnace slag. The aggregates shall be in accordance with 904.03(a).

SF slag, sandstone, crushed dolomite and polish resistant aggregates in accordance with 904.03(a) may be used in SMA mixtures provided the mixture is designed in accordance with ITM 220.

914-R-631 FABRIC STAPLES

(Adopted 08-20-15) The Standard Specifications are revised as follows: SECTION 205, BEGIN LINE 25, DELETE AS FOLLOWS: Water ......................................................................................914.09(a) Wire Staples ...........................................................................914.09(f)

Page 189: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 149

SECTION 205, BEGIN LINE 146, DELETE AS FOLLOWS: 3. Type C The mulch shall be held in place with a polymeric plastic net. The plastic net shall be unrolled such that it lays out flat, evenly, and smoothly, without stretching the material. The plastic net shall be held in place by means of wire staples. The wire staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be spaced not more than 4 ft apart with rows alternately spaced. The plastic net shall be secured along the top and bottom of the soil slope with staples spaced not more than 1 ft on center. The ends and edges of the plastic net shall be overlapped approximately 4 in. and stapled. Overlaps running parallel to the slope shall be stapled 1 ft on center and overlaps running perpendicular to the slope shall be stapled at least 3 ft on center. The plastic net shall be placed with the length running from top of slope to toe of slope, or the plastic net shall be placed with the length running horizontally or parallel to the contour. On a slope of 2:1 or steeper, or where specified, a manufactured surface protection product shall be used. SECTION 621, BEGIN LINE 22, DELETE AS FOLLOWS: Water ......................................................................................914.09(a) Wire Staples ...........................................................................914.09(f) SECTION 621, BEGIN LINE 127, DELETE AS FOLLOWS: 4. Method D The mulch may be held in place with a polymeric plastic net. The plastic net shall be unrolled such that it lays out flat, evenly, and smoothly, without stretching the material. The plastic net shall be held in place by means of wire staples. The wire staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be spaced not more than 4 ft apart with rows alternately spaced. The plastic net shall be secured along the top and bottom of the soil slope with staples spaced not more than 1 ft on center. The ends and edges of the plastic net shall be overlapped approximately 4 in. and stapled. Overlaps running parallel to the slope shall be stapled 1 ft on center and overlaps running perpendicular to the slope shall be stapled at least 3 ft on center. The plastic net shall be placed with the length running from top of slope to toe of slope, or the plastic net shall be placed with the length running horizontally or parallel to the contour. SECTION 621, BEGIN LINE 145, DELETE AS FOLLOWS: (d) Excelsior Blankets Excelsior blankets may be used where mulched seeding is specified or where erosion control blanket is specified. Excelsior blankets shall be placed within 24 h after seeding operations have been completed. The ground shall be prepared in accordance with 621.04. After the area has been properly shaped, fertilized, and seeded, the blanket shall be laid out flat, evenly, and smoothly, without stretching the material. Excelsior blankets shall be held in place by means of wire staples. The staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be spaced not more than 5 ft apart in three rows for each strip, with a row along each edge and one row alternately spaced in the middle. The upslope edge shall be fastened by staples spaced 12 in. apart.

Page 190: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 150

The ends and edges of the blankets shall be tightly butted together, but not lapped. When excelsior blanket is used, the blanket shall be placed with the length running from top of slope to toe of slope, or the blanket shall be placed with the length running horizontally or parallel to the contour. The staples used for stapling shall be in accordance with 914.09(f). SECTION 621, BEGIN LINE 167, DELETE AS FOLLOWS: After the area has been properly shaped, fertilized, and seeded, two anchor trenches shall be dug, one along the foot of the slope and the other 1 ft back from the crown of the slope. These anchor trenches shall be 4 in. deep and at least 6 in. wide. One edge of the paper mat shall be placed into the top trench and stapled 9 in. on center. The trench shall then be filled with soil. The paper mat shall then be unrolled such that it lays out flat, evenly, and smoothly, without stretching the material. Paper mat shall be held in place by means of wire staples. The staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be placed not more than 3 ft apart with rows alternately spaced. The paper mat shall be secured in the bottom anchor trench in the same manner as it was secured in the upper anchor trench. The ends and edges of the mat shall be overlapped at least 4 in. and stapled. SECTION 914, BEGIN LINE 492, DELETE AND INSERT AS FOLLOWS: (f) Staples Wire Sstaples shall be made from No. 11 gage (3 mm) or heavier wire, 1 or 2 in. wide at the throat and 6 in. from top to bottom after bending. Biodegradable staples shall be in accordance with ASTM D 6400 and be 4 in. or longer with a head suitable for securing the fabric in place. The staples shall be packaged in cartons.

Page 191: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 151

105-C-247 BRIDGE INSPECTION COORDINATION

(Adopted 01-21-16)

The following routine, fracture critical, underwater or special bridge inspections are due to be performed by the Department’s Bridge Inspection Office, or its authorized representative, on each bridge within the construction limits of the contract.

Structure Number

NBI Number Location Inspecti

on Type

Last Inspection

Date (MM/DD/YY)

Frequency

(Mos.)

First Scheduled Inspection (MM/YY)

Second Scheduled Inspection (MM/YY)

009-73-08586

002411

8.82 Miles S. of SR 44

Routine

2-13-15

24

4-17

4-19

009-73-04002 A

002420

6.65 Miles S of SR 44

Routine

2-13-15

24

4-17

4-19

009-73-09112

080424

4.54 Miles S of SR 44

Routine

2-13-15

24

4-17

4-19

Each bridge inspection shall be identified in the schedule of work in accordance with 108.04. Portions of each bridge replaced, reconstructed, or repaired and subsequently used for maintenance of traffic will be inspected within 90 days of being opened to traffic. Notice will be given no less than seven days prior to each bridge inspection. Access, coordination and cooperation for the required bridge inspections shall be in accordance with 105.05.

Page 192: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 152

107-R-169 STATEMENTS ABOUT EXISTING CONDITIONS OF UTILITIES, ADDITIONAL

RIGHT-OF-WAY, AND ENCROACHMENTS

(Revised 06-08-15)

The Standard Specifications are revised as follows: SECTION 107, AFTER LINE 764, INSERT AS FOLLOWS: 107.26 Existing Conditions of Utilities, Additional Right-of-Way, and Encroachments Such existing conditions are as described below. (a) Utilities There is no known involvement of utility companies or organizations located within the project limits. (a) Utilities The status of all utility companies and organizations potentially involved with the work to be performed are described below as know at the time this contract was prepared. The facilities of AT&T Long Distance exist within the project limits, but are not expected to be affected by the proposed construction. The utility has a fiber optic crossing located at approximate station 579+80 that shall not be disturbed. The work plan was approved on January 31, 2017. If questions arise, Dean Norwich of the utility may be contacted at 574-842-8830. The facilities of Frontier Communications exist within the project limits, but are not expected to be affected by the proposed construction. The utility currently has a fiber optic crossing at CR 1000N/CR 1200S that shall not be disturbed. The work plan was approved on March 27, 2017. If questions arise, Mark Gibson of the utility may be contacted at 812-522-1502. The facilities of TDS Telecom exist within the project limits, but are not expected to be affected by the proposed construction. The utility currently has facilities between stations 245+00 and 556+00. The work plan was approved on March 21, 2017. If questions arise, Matthew Shulte of the utility may be contacted at 262-764-3063. The facilities of TallGrass Energy Partners exist within the project limits, but are not expected to be affected by the proposed construction. The utility currently has a 42 inch natural pipeline operating at 1480 PSI between Stations 590+00 and 600+00. Tallgrass will need to be onsite to monitor any work within 50’ of the facility per federal obligations. The field operations personnel will contact the contractor once the one call ticket is called in and coordinate a Tallgrass employee to be on site at the time they will be near the pipeline. The INDOT contractor shall follow the TallGrass provisions attached herein and will obtain the proper insurance to work within 50 feet of the pipeline. The work plan was approved on April 4, 2017. If questions arise, Jennifer Reams of the utility may be contacted at 419-250-1730.

Page 193: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 153

The facilities of Vectren Energy exist within the project limits. The utility will be able to complete its involvement with the contract when the Contractor has completed Staking of the inlet elevations in the location of where the gas service line cross the new storm sewer such that the utility may adjust its facilities. It is anticipated that the utility will take approximately 75 calendar days to adjust its facilities in such area. The work plan was approved on March 21, 2017. If questions arise, Ron Spain of the utility may be contacted at 765-736-2965. The facilities of Indiana American Water exist within the project limits. The utility will be able to complete its involvement with the contract when the Contractor has completed staking of the Storm Sewers and rim elevations in the location of water lines and services such that the utility may adjust its facilities. Stage 1 construction will include lowering service lines at Hammond, Fourth, Taylor and 2 locations East of Third Street for the storm sewer installation. Stage 2 construction will include lowering service lines in several locations and 2 locations where the main needs to be lowered for the storm sewer installation. It is anticipated that the utility will work with the contractor and will take approximately 30 calendar days after the section roadway is closed to adjust its facilities in each area. The work plan was approved on March 30, 2017. If questions arise, Jacquelyne Sanders of the utility may be contacted at 317-807-2462. The facilities of Duke Energy exist within the project limits. The utility will be able to complete its involvement with the contract when the Contractor has completed staking of the edge of sidewalks and R/W in the location of the poles to be relocated such that the utility may adjust its facilities. It is anticipated that the utility will take approximately 60 calendar days to adjust its facilities in these areas. The work plan was approved on April 3, 2017. If questions arise, Jay Hale of the utility may be contacted at 765-593-2139. (b) Right-of-Way There is no involvement of additional right-of-way for the contract. (c) Encroachments There is no involvement of encroachments for the contract. (d) Other Noteworthy Conditions There are no other noteworthy conditions which may affect the prosecution and progress of the contract. (e) Preconstruction Conference Notification The Contractor shall provide notification during the preconstruction conference about known corrections to or omissions of the information presented in 107.26(a) through 107.26(d) above. Otherwise, notification shall be provided as required in 105.06. Notifications regarding such corrections or omissions shall not alleviate the Contractor's inquiry or interpretation obligations as contained in 105 IAC 11-3-7.

Page 194: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 154

108-C-093 FAILURE TO COMPLETE ON TIME FOR ROAD CLOSURE

(Revised 06-08-15)

The Standard Specifications are revised as follows: SECTION 108, AFTER LINE 669, INSERT AS FOLLOWS: The work specified shall be arranged and prosecuted such that Segment 2 Stage 2B is closed to traffic for not longer than the number of calendar days shown on the Proposal sheet. The road shall not be closed before June 1, 2018. If the necessary work is not completed and Segment 2 Stage 2B is not reopened to traffic within the number of calendar days for closure shown on the Proposal sheet, $2500.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained for each calendar day for which Segment 2 Stage 2B remains closed to traffic in excess of the number shown on the Proposal sheet. Extension of contract time, if required, shall be in accordance with 108.08.

108-C-094 FAILURE TO COMPLETE ON TIME FOR INTERMEDIATE COMPLETION DATE

(Revised 06-08-15)

The Standard Specifications are revised as follows: SECTION 108, AFTER LINE 669, INSERT AS FOLLOWS: The work specified shall be arranged and prosecuted such that the Segment 2, Stage 2B work and appurtenances specified shall be completed and opened to traffic on or before the intermediate completion date shown on the Proposal sheet. If the Segment 2, Stage 2B work and appurtenances are not completed and all required lanes are not opened to traffic on or before the intermediate completion date shown on the Proposal sheet, $2500.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained for each calendar day that lanes required to be open remain closed to traffic after such intermediate completion date. An extension to the intermediate completion date, as set out above, may be granted if the award of the contract is not made within 30 days of the date of the letting and if the delay in award is not due to the failure of the Contractor to provide necessary information or documents. The work specified shall be arranged and prosecuted such that the all work from Sta. 805+00 to Sta. 825+56 and appurtenances specified shall be completed and opened to traffic on or before the intermediate completion date shown on the Proposal sheet.

Page 195: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 155

If the all work from Sta. 805+00 to Sta. 825+56 and appurtenances are not completed and all required lanes are not opened to traffic on or before the intermediate completion date shown on the Proposal sheet, $2500.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained for each calendar day that lanes required to be open remain closed to traffic after such intermediate completion date. An extension to the intermediate completion date, as set out above, may be granted if the award of the contract is not made within 30 days of the date of the letting and if the delay in award is not due to the failure of the Contractor to provide necessary information or documents. The work specified shall be arranged and prosecuted such that the all contract work (except for work required to obtain NOT) and appurtenances specified shall be completed and opened to traffic on or before the intermediate completion date shown on the Proposal sheet. If the all contract work (except for work required to obtain NOT) and appurtenances are not completed and all required lanes are not opened to traffic on or before the intermediate completion date shown on the Proposal sheet, $2500.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained for each calendar day that lanes required to be open remain closed to traffic after such intermediate completion date. An extension to the intermediate completion date, as set out above, may be granted if the award of the contract is not made within 30 days of the date of the letting and if the delay in award is not due to the failure of the Contractor to provide necessary information or documents.

108-C-095 FAILURE TO COMPLETE ON TIME FOR CALENDAR COMPLETION DATE

(Revised 06-08-15)

The Standard Specifications are revised as follows: SECTION 108, DELETE LINES 647 THROUGH 659. SECTION 108, AFTER LINE 660, INSERT AS FOLLOWS: If the contract is not completed on or before the contract completion date shown on the Proposal sheet, $2500.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained, for each calendar day that the contract is not complete. Extension of contract time, if required, shall be in accordance with 108.08.

Page 196: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 156

108-C-127 EARLIEST DATE TO BEGIN WORK

(Revised 10-20-16)

The Standard Specifications are revised as follows: SECTION 108, AFTER LINE 611, INSERT AS FOLLOWS: (e) Earliest Date to Begin Work For a contract for which the completion time is a specified number of work days, calendar days, or is a calendar completion date, the earliest date to begin work will be as agreed upon by the Contractor and the Engineer. Such date shall not be earlier than the date shown on the Proposal sheet. If the Contractor begins work before the earliest date to begin work as shown on the Proposal sheet, $2500.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained, for each workable calendar day on which the Contractor does work. Time will then be charged in accordance with 108.03. Preliminary field work, such as the placement of construction signs, staking, or verifying cross sections necessary to obtain information to initiate procurement of materials with lengthy delivery schedules, will not constitute work warranting time charges. Requests for extensions to completion dates or intermediate completion dates due to delay in issuance of the notice to proceed beyond 30 days after the letting will not be considered unless the notice to proceed is issued less than 14 calendar days prior to the earliest date to begin work stated in the contract on the Proposal sheet.

201-C-052 INITIAL PAYMENT FOR CLEARING RIGHT-OF-WAY

(Revised 06-08-15)

The Standard Specifications are revised as follows: SECTION 201, AFTER LINE 159, INSERT AS FOLLOWS: The initial payment for clearing right-of-way will be limited to 2% of the original total bid. If the contract lump sum price for clearing right-of-way is greater than 2% of the original total bid, the amount over 2% will be paid when the contract work is 50% complete, or when the clearing work is complete, whichever is later.

Page 197: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 157

TALLGRASS ENERGY LP UTILITY COORDINATION

A 42 inch natural pipeline operating at 1480 PSI at approximately Station 597+25. The Contractor shall be responsible for marking the pipeline during construction in accordance with 107.20. The Contractor shall contact Tallgrass prior to any construction activity within the area of the facility. Tallgrass Damage Prevention staff will be onsite to monitor the project during construction within the area of the facility.

CONTAMINATED SOILS The following locations have potential for contaminated soils in the area:

1. Miller’s Phillips 66, 704 S Harrison Street 2. Compton Dairy Inc., 1500 S Harrison Street 3. Shelby County Sheriff’s Office, 407 S Harrison Street

Should the Contractor encounter contaminated soils during the work,

these shall be remediated in accordance with 202.09.

MILLING FOR QC/QA PCC THIN OVERLAY

SECTION 306, AFTER LINE 3, DELETE AND INSERT AS FOLLOWS: This work shall consist of the milling of asphalt pavement and concrete pavement and

removal of milled materials as preparation for placement of QC/QA PCC thin bonded overlay in accordance with 105.03. SECTION 306, AFTER LINE 23, DELETE AND INSERT AS FOLLOWS:

Localized weak areas uncovered by the milling process of composite pavement shall be patched in accordance with 304 or 305 to the top of the concrete pavement. Localized weak areas uncovered by the milling process of full depth HMA pavements shall be patched in accordance with 304, with the exception that any remaining surface irregularities measuring a maximum depth of 2 in. after cleaning, and covering less than 25 sq ft within a 12 ft by 12 ft pavement area, may be allowed to remain in place if approved by the Engineer. Such minor surface irregularities shall then be filled with the same material used during QC/QA PCC thin bonded overlay placement. The final surface of an HMA patch in a weak area shall be prepared by scarification milling to impart the specified texture. SECTION 306, AFTER LINE 71, DELETE AND INSERT AS FOLLOWS:

306.04 Asphalt or PCCP Scarification Milling Scarification milling shall consist of preparing a base for resurfacing by roughing the

entire existing asphalt or PCCP surface or a newly placed HMA patch. The milled pavement profile shall have a surface finish that does not vary longitudinally more than ¼ in. from a 16 ft straight edge or as described in the QCP in accordance with 401.02. ITM 803 section 5.3. The straight edge surface finish shall not apply to minor surface irregularities encountered in weak areas that are allowed to remain in place, as determined by the Engineer.

Page 198: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 158

SECTION 306, AFTER LINE 85, DELETE AND INSERT AS FOLLOWS:

(a) equal to or greater than 1.8, but not to exceed 2.2, for the final prepared bond surface of newly placed HMA patch prior to placement of thin PCC overlay.

(a b) equal to or greater than 5.0 when using a fine milling cutting drum for a single course HMA overlay, or

(b c) equal to or greater than 2.2 for a single course HMA overlay, or (c d) equal to or greater than 1.8 for multiple course HMA overlays

SECTION 306, AFTER LINE 168, DELETE AND INSERT AS FOLLOWS:

306.07 Asphalt or PCCP Milling to a Specified Depth Milling shall consist of preparing a base for resurfacing by removing the existing asphalt

pavement material, existing concrete patches below the existing asphalt surface, or PCCP HMA material from newly placed composite patches to the specified average depth as shown on the plans. Unless otherwise approved by the Engineer, Tthe milled pavement shall provide a minimum of 3 in. of existing asphalt pavement or pre-overlay repairs to remain in place and have a surface finish that does not vary longitudinally more than ¼ in. from a 16 ft straight edge or as described in the QCP in accordance with 401.02 ITM 803 section 5.3. If an existing concrete patch is encountered during the milling of existing asphalt pavement, the Engineer will contact the Pavement Division to determine if any adjustments to joint spacing in the thin PCC bonded overlay are necessary.

Construction Engineering shall be provided in accordance with 105.08 to control milling operations, except that the frequency of complete cross sections shall not be limited to 500 ft intervals. The Contractor shall develop a design centerline profile that optimizes pavement smoothness, maintains minimum overlay depth across the width of the pavement, does not exceed the maximum allowable change in profile grade as shown on the plans, and optimizes the quantity of the additional QC/QA PCC, as it relates to the material between the milled irregular surface of the asphalt pavement and the bottom of the thin PCC overlay shown on the plans. The Engineer will monitor the quantity of the additional QC/QA PCC. SECTION 306, AFTER LINE 184, DELETE AND INSERT AS FOLLOWS:

(a) equal to or greater than 1.8, but not to exceeding 2.2, for the final prepared bond surface of existing asphalt pavement prior to placement of thin PCC overlay.

(a b) equal to or greater than 5.0 when using a fine milling cutting drum for a single course HMA overlay, or

(b c) equal to or greater than 2.2 for a single course HMA overlay, or (c d) equal to or greater than 1.8 for multiple course HMA overlays

SECTION 306, AFTER LINE 244, INSERT AS FOLLOWS: price per square yard. Scarification milling to provide a surface texture to newly place HMA patching will not be measured for payment. SECTION 306, AFTER LINE 274, INSERT AS FOLLOWS: The cost of scarification milling of newly place HMA patches shall be included in the cost of HMA Patching.

Page 199: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 159

QC/QA, PCC, THIN BONDED OVERLAY

Description

This work shall consist of constructing a new QC/QA, thin bonded PCC overlay placed on a prepared existing composite or full depth asphalt pavement or concrete widening in accordance with 105.03. The requirements of 501 shall apply except as modified herein. Quality Control

The mixture for PCC overlay shall be produced by an approved plant in accordance with ITM 405, transported, and placed according to a Quality Control Plan, QCP, prepared and submitted by the Contractor in accordance with ITM 803, for PCCP. The QCP shall be submitted to the Engineer at least 15 days prior to commencing PCC thin overlay paving operations. The QCP shall also include, but not limited to, details concerning the following critical aspects of thin bonded PCC overlay that are not typically encountered in conventional PCCP paving:

(a) Construction Survey identified in the special provision entitled “Milling For QC/QA PCC Thin Overlay”.

(b) Milling operations and pre-overlay repairs of existing asphalt pavement and subsequent scarification to apply texture. Reference is made to Section 5.3 of ITM 803.

(c) Placement and secure fastening of epoxy coated steel reinforcing tie bars.

(d) Monitoring and maintaining surface temperature and moisture condition of the asphalt pavement, prior to overlay placement.

(e) Curing practices to be put in place to address increased curling and warping stresses.

(f) Sawing operation needed to efficiently handle the large number of joints that must be completed in sinc with the increase in PCC overlay placement.

An American Concrete Institute certified concrete field testing technician, grade I, shall be on site to direct all sampling and testing. A common testing facility shall be provided for both production control and acceptance testing. Materials

Materials shall be in accordance with the following: Admixtures.............................912.03 Coarse Aggregate, Class AP, Size No. 8A 904 Fine Aggregate, Size No. 23A ...........904 Fly Ash................................901.02 Joint Filler...........................906.01B Ground Granulated Blast Furnace Slag...901.03 Portland Cement........................901.01(b) Rapid Setting Patch Materials..........901.07 Reinforcing Bars, Epoxy Coated and Fasteners 910.01C Silica fume………………………………..………………...901.04 Synthetic fibers………………………………..…………………D Water..................................913.01 A - Or gradation as identified in the QCP

Page 200: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 160

B - flexible foam expansion joint filler may be used. It shall meet the

requirements of ASTM D 5249, Type 2. A type C certification in accordance with 916 shall be provided as the basis for use. The thickness of the foam joint filler shall be ¼ in. or 3/8 in.

C -The fasteners used to anchor the tie bars to the milled HMA surface shall be

approved by the Engineer. They fasteners shall be of sufficient capacity and security to withstand construction equipment and concrete placement without movement. The product, method of installation and orientation with respect to the tie bar shall be as recommended by the manufacturer of the fastener.

D -Synthetic fibers shall be one of the following products:

1. TUF-MAX DOT manufactured by ABC Polymer Industries. Dosage rate of 4.5

lbs/cu yd. 2. MASTERFIBER MAC MATRIX manufactured by the BASF Corporation. Dosage rate

of 4 lbs/cu yd. 3. TUF-STRAND SF manufactured by The Euclid Chemical Company. Dosage rate of

5 lbs/cu yd. 4. ADVANTANGE STRUCTURAL FIBER, or ADVANTAGE MACROSYNTHETIC FIBER,

manufactured by General Resource Technology. Dosage rate of 4 lbs/cu yd. 5. STRUX 90/40 manufactured by GCP Applied Technologies. Dosage rate of 4

lbs/cu yd. 6. FIBERMESH 650 manufactured by Propex Concrete Systems Corp. Dosage rate

of 5 lbs/cu yd. 7. FORTA-FERRO ONE, manufactured by FORTA Corporation. Dosage rate of 4

lbs/cu yd. Concrete Mix Design

A concrete mix design submittal, CMDS, shall be in accordance with Concrete Mix Criteria. The CMDS shall be submitted to and approved by the DTE. The CMDS shall be submitted a minimum of seven calendar days prior to the trial batch utilizing the Department provided spreadsheet and shall include the following: (a) a list of all ingredients (b) the source of all materials (c) the fine to total aggregate ratio (d) the gradation of the aggregates (e) the absorption of the aggregates (f) the SSD bulk specific gravity of the aggregates (g) the specific gravity of each supplementary cementitious material (SCM) (h) the batch weights (i) the names of all admixtures (j) the admixture dosage rates and the manufacturer’s recommended range. The CMDS is used to conduct a trial batch in accordance with this special provision. Upon completion of the trial batch, the Contractor shall submit the concrete mix design for production, CMDP. The CMDP shall be submitted to the DTE utilizing the Department furnished spreadsheet a minimum of three work days prior to production. Production shall not commence without an approved CMDP. Both the Contractor’s and Engineer’s test results from the trial batch will be included in the CMDP submittal. A CMDP may be changed or adjusted in accordance with the following:

Page 201: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 161

Change in Materials

A change in a previously approved CMDP, for a given contract, to any of the following shall be submitted to the DTE as a CMDS, referencing the original CMDP. 1. cement source or type 2. SCM source or type 3. coarse aggregate source or type 4. admixture type. A trial batch shall be conducted in accordance with this special provision, or verification of the new CMDS may be made during the first day of production by tests conducted by the Contractor and the Engineer. Acceptance test results may be used for the Engineer’s verification tests. Production may continue until flexural strength tests are completed, provided all other properties are in accordance with the section entitled “Trial Batch”. The test results shall be submitted to the DTE utilizing the Department spreadsheet no later than one day after the flexural strength test results are complete. If the 7-day flexural strength does not meet specification, production shall stop and all PCC thin bonded overlay constructed with the new CMDS will be adjudicated as a failed material in accordance with normal Department practice as listed in 105.03. Adjustments to Materials

An adjustment in a previously approved CMDP, for a given contract, to any of the following shall be submitted to the DTE as a CMDS, referencing the original CMDP. 1. admixture source 2. admixture product of the same type and from the same source

designated in the original CMDP 3. fine aggregate source 4. target unit weight due to change in aggregate properties 5. fine to total aggregate ratio in excess of ± 3% from the value

designated by the original CMDP The new CMDS shall be submitted to the DTE utilizing the Department spreadsheet a minimum of one work day prior to production. A trial batch or verification testing is not required for approval. Production shall not commence without an approved CMDP. Other Adjustments

Other adjustments in an approved CMDP, for a given contract, to any of the following will be allowed and DTE notification and approval prior to use is not required. 1. admixture dosage rate 2. fine aggregate to total aggregate ratio within ± 3% of the value

designated by the original CMDP. An approved CMDP from a previous contract may be used on additional contracts. The CMDP shall be submitted to the DTE for review and approval prior to use.

Page 202: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 162

Concrete Mix Criteria

The CMD shall contain at least one, but no more than two SCM’s, and produce workable concrete mixtures having the following properties: Minimum total cementitious content defined by CMDP………………………………….....500 lbs/cu yd Allowable amount of single SCM defined by CMDP, % of total cementitious, by weight....20.0 - 40.0% A Allowable amount of two SCM’s defined by CMDP, % of total cementitious, by weight.....25.0 – 40.0% B Minimum portland cement content defined by CMDP………………………………………350 lbs/cu yd Allowable amount of silica fume SCM defined by CMDP, % of total cementitous content….3.0 – 7.0% Maximum allowable water/cementitious ratio of concrete mixture with fly ash SCM …………..0.440 Maximum allowable water cementitious ratio of concrete mixture with ggbfs SCM……………0.450 Target air content defined by CMDP .................................. ….7.0% Minimum flexural strength, third point loading .............. 570 psi at 7 days

A - For binary binder system that contains fly ash or ggbfs combined with cement

B - For ternary mixes, the amount of fly ash or ggbfs in the binder system

shall not be less than 15.0% of the total cementitious defined by the CMDP. Silica fume may be a SCM component of a ternary binder system.

The minimum dosage rate of synthetic fibers shall be at the amount defined

for the product listed in the Material Section of this special provision. The dosage rate may be increased, but shall not exceed 5 lbs/cu yd, unless the Contractor can conduct a field demonstration to successfully verify that the concrete mixture is workable and fiber clumping is not a problem. A lower dosage of synthetic fiber product may be considered by the Engineer for use if it is verified as meeting the 20.0 percent residual strength ratio (R-1150,3), when tested according to ASTM C 1609, as modified by the Illinois Department of Transportation.

The Contractor may elect to use fine and coarse aggregates in accordance with 904, or may propose the use of alternate gradations. If alternate gradations are proposed, the QCP shall specify the tolerances of material passing each sieve. In either case, 100% of the coarse aggregate shall pass the 1 in. (25 mm) sieve. The combined amount of fine and coarse aggregates passing the No. 200 (75 µm) sieve shall be from 0% to 2.0% for fine aggregate and gravel, and from 0% to 2.5% for fine aggregate and crushed stone or crushed slag. The fine aggregate shall be at least 35% but not more than 50% of the total weight of the aggregate in each cubic yard. Proportions will be based upon saturated surface dry aggregates. Absorption tests shall be performed on the fine aggregate in accordance with AASHTO T 84 and on the coarse aggregate in accordance with AASHTO T 85. Absorption test results for a particular size of aggregate that differ by more than 1.0 percentage point from the Department’s source value shall be investigated. The Contractor shall report any differences that exceed 1.0% to the Department. The Contractor’s results shall be used when calculating the water/cementitious ratio.

Page 203: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 163

SCM’s may be used in concrete for slip-form paving operations without calendar restriction. If a Type IP, IP-A, IS, or ISA blended cement is used in the concrete, the additional use of a SCM, other than silica fume, is not allowed. This restriction does not apply to Type IL blended cement. In formed paving operations, fly ash or ggbfs SCM’s may only be used in concrete that is placed between April 1 and October 15 of the same calendar year. Silica fume SCM may be used in slip-formed and formed PCC thin overlay without calendar restriction. If a Type IP, IP-A, IS of ISA blended cement is used in the concrete, the additional use of a SCM, other than silica fume, is not allowed. This restriction does not apply to Type IL blended cement.

Water reducing admixture type A, or water reducing and retarding admixture type D, may be used in PCCP. However, admixture type A shall not be used in conjunction with admixture type D. Chemical admixtures Types B, C, and F may be used with prior written approval. The Type F chemical admixture shall be a polycaboxylate. Trial Batch A trial batch shall be produced and tested by the Contractor’s certified

technician to verify that the CMDS meets the concrete mix criteria. A representative from the manufacturer of the synthetic fiber identified in the CMDS shall also be present for the trial batch to provide technical assistance. The equipment used to introduce the fibers to the concrete mixer at the trial batch shall be the same as used during production. Concrete produced at a plant shall be batched within the proportioning tolerances of 508.02(b). Concrete batched in a laboratory shall be in accordance with ASTM C 192. The Engineer will test the trial batch and provide the Contractor with the results. The trial batch shall be of sufficient quantity to allow the Contractor and the Engineer to perform all required tests from the same batch. Trial batch concrete shall not be used for more than one test, except the concrete used for the unit weight may be used to conduct the air content test. The air content shall be 5.5% to 10.0%. The plastic unit weight shall be within ± 3.0% from the target plastic unit weight of the CMDS. The water/cementitious ratio shall be within ± 0.015 of the target value of the CMDS and shall not exceed the maximum amount allowed for the appropriate mix in accordance with the section entitled “Concrete Mix Criteria”. The flexural strength shall be determined by averaging a minimum of two beam breaks and shall be a minimum of 570 psi. Test results shall be added to the Department spreadsheet and submitted to the DTE in accordance with 501.04. Adjustments to the target unit weight and the target water/cementitious ratio may be made. Lots and Sublots

Lots represented by acceptance samples that measure air content, air content range and flexural strength will be defined as 14,400 sys of thin PCC overlay. Such standard size lots of thin PCC overlay will be further subdivided into sublots of 4,800 sys within a lot. A remainder quantity of 960 sys or less will be added to the previous sublot. A remainder quantity greater than 960 sys constitute a separate sublot. Partial lots of one or two sublots will constitute a complete lot.

Page 204: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 164

Lots represented by acceptance cores that measure thickness will be defined as 14,400 sys of thin PCC overlay. A standard size sublot for thickness will be defined as 2400 sys of thin PCC overlay. A remainder quantity of 480 sys or less will be added to the previous sublot. A reminder quantity greater than 480 sys and less than 2400 sys will constitute of separate sublot. Lots and sublots will be numbered and tested for a given pay item regardless of the number of CMD’s used and will be closed out at the end of the paving season or construction phase. Acceptance

Acceptance of PCC thin overlay for flexural strength, air content, unit weight, water/cementitious ratio, and thickness will be determined on the basis of tests performed by the Engineer in accordance with 505. The Engineer will randomly select the location within each sublot for sampling in accordance with ITM 802, except the thickness cores will be determined as specified in the section entitled “PCC, Thin Overlay Thickness”. The random sample per sublot shall be of sufficient quantity to perform all required tests and obtained in accordance with AASHTO R 60. Concrete and necessary labor for sampling shall be furnished as required by the Engineer. The test results of the sublots for each lot will be averaged and shall be in accordance with the sections entitled “Concrete Mix Criteria” and “Trial Batch”. The sublot value for thickness will be the average of all the cores obtained within the sublot boundaries Test results are to be shared in a timely manner.

Test or Determination Frequency Test Method Precision 7-Day Flexural Strength two beams per sublot AASHTO T 97 1 psi

Air Content one per sublot AASHTO T 152 or ASTM C 173

0.1

Unit Weight one per sublot AASHTO T 121 1 Water/Cementitious Ratio one per two lots ITM 403 0.001 Thickness two per sublot A ITM 404 0.1

A - A standard sublot size of 2400 sys shall be represented by 2 cores.

A non-standard sublot size greater than 480 sys but less than 2400 sys shall be represented by 2 cores. A non-standard sublot size greater than 2400 sys, but less than 2880 sys shall be represented by 3 cores.

Rounding will be in accordance with 109.01(a). In the event that an acceptance sample is not available to represent a sublot, all test results of the previous sublot will be used for acceptance. If the previous sublot is not available, the subsequent sublot will be used for acceptance. Construction Requirements General

Equipment for PCC thin overlay shall be in accordance with 508.

Page 205: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 165

Preparation of Grade The subgrade shall be shaped to the required grade and section, free from

all ruts, corrugations, or other irregularities, and uniformly compacted and approved in accordance with 207.

Preparation of the existing asphalt pavement shall be in accordance with the special provision entitled “Milling For QC/QA PCC Thin Bonded Overlay”. Preparation of Subbase

Subbase, if required, shall be placed and shaped to the required grade and section in accordance with 302. Construction traffic shall not be allowed on the aggregate drainage layer of the subbase, except where PCCP placement is restricted. Exceptions shall be submitted for approval. Placement Placement of the PCC thin overlay shall be in accordance with 501.12 and

501.16. If forms are used they shall be firmly supported by the underlying HMA pavement for the entire length of the form at the specified alignment grade. The alignment of the forms shall not deviate more than 1/4 in. in the horizontal direction from the planned PCCP overlay width for tangent sections.

The surface temperature of the asphalt shall not exceed 120°F at the time

the concrete overlay is placed. Water shall be applied to reduce the temperature or improve bonding. Standing water shall not remain on the milled surface at the time the concrete overlay is placed. Water ponded on the milled surface may be broomed off or blown off with compressed air from equipment that utilizes an oil trap.

Subgrade or subbase shall be uniformly moist at the time of PCC placement.

Excessively dry subgrade or subbase shall be sprinkled with water.

A safety edge shall be constructed at locations where a pavement edge is located adjacent to an aggregate or earth shoulder in accordance with the details in the plan. When a safety edge is required for a project, the QCP shall identify the device or devices to be used for constructing the safety edge. No additional payment will be made for the installation of the safety edge. Process Control

The Engineer and Contractor will jointly review the operations to ensure compliance with the QCP. Continuous violations of compliance with the QCP will result in suspension of paving operations. Concrete Mixing and Transportation

Concrete shall be mixed and delivered by one of the following: (a) Central mixed concrete shall be completely mixed in a stationary

mixer and transported in a truck agitator, truck mixer at agitating speed, or non-agitating equipment.

(b) Shrink mixed concrete shall be partially mixed in a stationary

mixer and the mixing completed during transportation in a truck mixer.

Page 206: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 166

(c) Transit mixed concrete shall be completely mixed in a truck mixer. The batch ticket for contract dedicated plants and delivery tickets for ready mix plants shall include the approved CMDP number. The tickets shall be delivered to the Engineer. When the concrete temperature is 90°F or above, discharge from non-agitating equipment shall be completed within 30 minutes of mixing the water, cement, and aggregates. For concrete temperature below 90°F, discharge from non-agitating equipment shall be completed within 45 minutes of mixing the water, cement, and aggregates. The concrete temperature shall be measured in accordance with ASTM C 1064 at the point of delivery. A watertight cover shall be used for a truck agitator and non-agitating equipment. The concrete shall be incorporated into the paving equipment within 15 minutes of discharge by the truck mixer, truck agitator, or non-agitating equipment. Discharge from a truck agitator or a truck mixer shall be completed within 90 minutes of mixing the water, cement, and aggregates. Concrete shall be uniformly mixed when delivered to the job site. The Engineer may conduct additional testing to verify uniformity of the mixture. Additional testing will consist of slump tests taken in accordance with AASHTO T 119 at approximately the 1/4 and 3/4 points of a load. If the slumps differ by more than 1 in. when the average slump is 3 in. or less, or by more than 2 in. when the average slump is greater than 3 in., paving operations may be suspended while the mixing process is jointly reviewed and problems resolved by the Engineer and the Contractor. Wash water shall not be used as a portion of the mixing water. When concrete is delivered in transit mixers, additional water to increase the workability of a load may be added within 45 minutes of initial mixing per the QCP. Any addition of water shall be noted on the batch ticket and shall not occur as a continuing operation. Weather Limitations

PCCP shall not be placed on frozen subgrade or subbase. PCC overlay shall be placed when the ambient temperature is 35°F and above. If the local forecast predicts an average minimum temperature below 40 °F for 10 consecutive days, the QCP shall provide details prior to the cold weather to address changes in materials, concrete batching and mixing processes, construction methods, curing, and protection of the in situ concrete to insure that the necessary quality characteristics will not be compromised as a result of the cold weather. Prior to attaining opening to traffic strengths, sufficient means shall be taken to prevent the PCCP from freezing. Joints Joints shall be constructed in accordance with the type and dimensions and

at the locations shown on the plans or as directed. All joints shall be perpendicular to the subgrade.

Page 207: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 167

Longitudinal joints shall be parallel to the centerline. The longitudinal

joint shall not deviate from the true line shown on the plans by more than ¼ in. Transverse joints shall be at right angles to the centerline and be continuous for the full width of the overlay.

Longitudinal and transverse construction joints shall not be saw cut. The

vertical surface of transverse construction joints shall be formed to match contraction joint spacing as shown in the plans. A joint filler shall be applied to the face of a transverse construction joint prior to placing the adjacent PCC overlay. The joint filler serves as a pressure relief joint. In gap areas that are 60 feet or longer in length, a pressure relief joint shall be installed at each end of the gap. An adhesive, as recommended by the manufacturer of the joint filler, shall be used to hold the joint filler in place during overlay placement. The joint filler in a pressure relief joint shall be removed to a depth of 7/8 in. ± 1/16 in, as measured from the top of the PCC overlay. The joint shall be cleaned in accordance with 503.05 and filled with hot pour joint sealant in accordance with 906.02(a)2., except that a backer rod shall not to be used. The top of the sealant within the pressure relief joint shall be ¼ in ± 1/16 in. below the surface of the PCC overlay.

Joints, other than construction joints, shall be made by sawing equipment

in accordance with 508.07 at the locations shown on the plans. Should an existing concrete pavement patch be encountered during the milling of existing asphalt pavement, the Engineer will contact the Pavement Division to determine how the spacing of the transverse joints are to be adjusted. Joints shall be perpendicular to the finished surface of the PCC thin overlay, shall be 1/8 in. in width and shall have a minimum depth of T/3, where T is the design thickness of the PCC thin bonded overlay.

Tie bars shall be placed along longitudinal joints at locations shown on the plans. The tie bars shall be securely anchored to the asphalt pavement with approved fasteners. The method of installation and orientation of the anchors with respect to the tie bar shall be as recommended by the manufacturer of the fastener and approved by the Engineer. Finishing

Finishing of the thin PCC overlay shall be in accordance with 501.19. Curing

Curing of the thin PCC overlay shall be in accordance with 501.20 except that each of the two applications of white pigmented curing compound shall be at a rate not less than on gallon/100 sq. ft. Form Removal

Form removal shall be in accordance with 501.21. Thin PCC Overlay Inspection

The Contractor and Engineer will conduct an inspection of the PCC overlay in accordance with 501.22, except that random, partial depth cracks shall be routed, cleaned and sealed in accordance with 507.03(a). Full depth cracks shall be repaired by removing and replacing the cracked panel of PCC thin bonded overlay. The longitudinal and transverse joints that define the perimeter of the cracked panel shall be saw cut to the depth of the overlay prior to removal of the cracked panel. The adjacent PCC overlay panels shall not be damaged during the removal of the cracked panel.

Page 208: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 168

When the overlay has been removed the existing asphalt base will be inspected to determine if it is deficient. If the existing asphalt base is deficient, it shall be remove and replaced with concrete. The replacement concrete may be placed in a separate layers or poured monolithically with PCC overlay material. The lower layer may be partial depth PCCP patching concrete per 506. If panel replacement involves removal of the existing asphalt base, a pressure relief joint shall be installed at each end of the panel. Opening to Traffic

The Contractor shall be responsible for controlling the opening of the thin PCC overlay to construction and non-construction traffic. The procedures shall be included in the QCP. Pavement inspection will be completed as described previously. (a) Construction

Construction vehicles or equipment will be allowed on the thin PCC overlay when flexural tests indicate a modulus of rupture greater than 550 psi and a minimum cure time of 24 hours after placement. ITM 402 may be used as an alternate method to determine the flexural strength except for mixes that target opening to traffic in less than 48 hours. All construction vehicles or equipment that may damage the thin PCC overlay shall not be allowed on the overlay unless the concrete has achieved the minimum strength and adequate protection is provided to the edge of the thin overlay. Approved joint cutting saws may be operated on the thin PCC overlay. (b) Non-Construction

Thin PCC overlay may be opened to non-construction, local access traffic when flexural strength tests indicate a modulus of rupture of at least 350 psi. ITM 402 may be used as an alternate method to determine the flexural strength except for mixes that target opening to traffic in less than 24 hours. The Contractor shall provide suitable means for local access traffic to cross new PCC overlay at an approximate right angle and shall limit the length of the new overlay opened to local access traffic to the minimum necessary to provide access to residents. The means of providing local access for residents shall be described in the QCP in addition to the requirements of ITM 803 for PCCP. If adequate opening to traffic strengths are not achieved, an investigation by the Engineer and Contractor will be conducted to determine if the PCC overlay is deficient. Resolutions for all deficiencies will be developed at the completion of the investigation. Pressure relief joints shall be sealed prior to opening to traffic. Pavement Corrugations

Pavement corrugations shall be in accordance with 606. Thin PCC Overlay Smoothness

Thin PCC overlay smoothness will be accepted by means of a profilograph, a 16 ft long straightedge, or a 10 ft long straightedge as described below.

Page 209: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 169

(a) Profilograph

When a pay item for Profilograph, PCCP is included in the contract, the Contractor shall furnish, calibrate, and operate an approved profilograph in accordance with ITM 912 for the acceptance of longitudinal smoothness on the mainline traveled way and ramps, including adjacent acceleration or deceleration lane, where both of the following conditions are met: 1. The design speed is greater than 45 mph. 2. The traveled way or ramp lane width is constant and is 0.1 mi in

length or longer. The profilogram produced shall become the property of the Department. The profilograph shall remain the property of the Contractor. The project area, less paving exceptions and areas exempt from profilograph operation in accordance with ITM 912, will be divided into individual smoothness sections measuring 0.1 mi in length for each lane. Partial length smoothness sections adjacent to project limits, paving exceptions, or areas exempt from profilograph operation will be considered in accordance with ITM 912. If the posted speed limit for an entire smoothness section is less than or equal to 45 mph, the section will be exempt from profilograph operation and the smoothness within the section will be accepted by a 16 ft straightedge. If the posted speed limit is greater than 45 mph for a portion of a smoothness section and is less than or equal to 45 mph for the remainder, the section smoothness acceptance will be as follows: 1. By profilograph for the portion of the section with a posted

speed limit greater than 45 mph. 2. By 16 ft straightedge for the portion of the section with a

posted speed limit less than or equal to 45 mph. At locations where the profilograph is required, all high or low point deviations which are greater than 0.3 in. shall be corrected. Corrections shall be made in accordance with 501.25(c). (b) 16 ft Straightedge and 10 ft Straightedge The Department will furnish and operate 16 ft and 10 ft straightedges as described below. The 16 ft straightedge is used to accept smoothness along the direction of mainline traffic and the 10 ft straightedge is used to accept smoothness transverse to the direction of mainline traffic. This includes longitudinal smoothness on public road approaches and median crossovers.

Page 210: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 170

For contracts which include the profilograph, PCCP pay item, the 16 ft long straightedge will be used to accept longitudinal smoothness at the following locations: 1. All mainline traveled way lanes shorter than 0.1 mi. 2. All mainline traveled way lanes within smoothness sections with

posted speed limits less than or equal to 45 mph throughout the entire section length.

3. All mainline traveled way lanes at locations exempted from

profilograph operation in accordance with ITM 912. 4. All tapers. 5. All turn lanes, including bi-directional left turn lanes. 6. All ramps with design speeds of 45 mph or less. 7. All acceleration and deceleration lanes associated with ramps

with design speeds of 45 mph or less. 8. All shoulders. For contracts where the profilograph is not used for smoothness acceptance, the 16 ft straightedge will be used to accept longitudinal smoothness at the above locations and on all mainline traveled way lanes and ramps with design speeds greater than 45 mph. Smoothness acceptance on ramp acceleration or deceleration lanes will also be accepted by the 16 ft straightedge. The 10 ft long straightedge shall be used for transverse slopes, approaches, and crossovers. As soon as the thin PCC overlay has cured sufficiently, the smoothness may be checked. The Department may direct that the pavement profile be evaluated within 24 h following placement. When profile testing is consistently outside pavement surface tolerances the paving operation shall be discontinued until an amended QCP is submitted. (c) Smoothness Correction

Thin PCC overlay smoothness variations outside specified tolerances shall be corrected by grinding with a groove type cutter or by replacement. Grinding will not be allowed until the PCC overlay has attained a flexural strength test of 550 psi or greater. The grinding of the PCC overlay to correct the profile shall be accomplished in either the longitudinal or the transverse direction. The PCC overlay texture after grinding shall be uniform. If the grinding operation reduces the tining grooves to a depth of less than 1/16 in. and the longitudinal length of the removal area exceeds 15 ft, or two or more areas are within 30 ft of each other, the PCC overlay shall be re-textured in accordance with 504.03.

Page 211: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 171

At locations where the profilograph is used, all areas having a high or low point deviation in excess of 0.3 in. shall be corrected. In addition, smoothness sections with a deficient profile index in accordance with item (d) with the section entitled “Pay Factors” shall be corrected. After the corrective action is complete, the profilograph shall be operated throughout the entire affected smoothness section to verify the adequacy of the corrective action. At locations where the 16 ft straightedge is used, the pavement variations shall be corrected to 1/4 in. or less. At locations where the 10 ft straightedge is used, the pavement variations shall be corrected to 1/8 in. or less. PCC Thin Overlay Thickness

Thin PCC overlay thickness shall be determined after all corrective grinding. The Contractor shall obtain cores at the locations determined by the Engineer in accordance with ITM 802, except that cores shall not be taken within 1 ft of a joint or edge. In addition, if there are any areas of corrective grinding within a standard or adjusted sublot, the core location will be adjusted such that the thickness measurement will be near the center of the ground area. Cores of 4 in. diameter shall be taken in the presence of the Engineer for the full depth of the thin PCC thin overlay, plus ¼ in. into the asphalt pavement. The Engineer will take immediate possession of the cores. Cores shall be taken and measured in accordance with ITM 404. All core holes shall be filled with PCC or rapid setting patch material within 24 h of drilling. The width of adjudicated thin PCC overlay shall be the width of pavement lane in which the deficiency occurs. PCC overlay that has been replaced shall be investigated for thickness. The thickness of the thin PCC overlay for each sublot shall be the average lengths of all cores within the sublot. Calculations shall be to the nearest 0.1 in. Tolerance

Plastic unit weight, water/cementitious ratio, flexural beam, and air content tests will be performed during thin PCC overlay operations. (a) Plastic Unit Weight

Sublots shall not vary by more than ± 3.0% from the target unit weight. A stop paving order will be issued if the plastic unit weight exceeds ± 3.0% from the target plastic unit weight. Paving operations shall not resume until satisfactory changes are made or an alternate CMDP is used. Calculations for the plastic unit in lbs/cu yd will be made and reported to the nearest figure in the tenth. (b) Water to Cementitious Ratio

The weekly water to total cementitious materials ratio shall not vary more than ± 0.030 of the target value or exceed the maximum allowed for the appropriate mix as specified in the Section entitled Concrete Mix Criteria. A stop paving order will be issued if the test results exceed these values. Paving operations shall not resume until satisfactory changes are made or an alternate CMDP is used.

Page 212: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 172

Calculations for water to cementitious ratio will be made and reported to the nearest figure in the third decimal place. (c) Flexural Strength

Average lot values of 570 psi and above shall be achieved. Price adjustments for values outside the tolerance limits will be in accordance with 501.28. Calculations for flexural strength in psi will be made and reported to the nearest whole unit. (d) Air Content

The average lot air content values shall not vary more than - 1.2% to + 2.2% from the 7.0% target air content. The range of sublot air content values shall not exceed 2.5%. Price adjustments for values outside the tolerance limits or range will be in accordance with 501.28. Calculations for air content percentage will be made and reported to the nearest figure in the first decimal place. (e) Additional PCC Overlay

The Engineer will monitor the quantity of QC/QA PCC, Additional, that is placed between the irregular surface of the milled asphalt pavement to the bottom of the thin PCC overlay as shown on the plans. This quantity will be determined for every 12 foot wide lane, of 0.5 mile length of thin PCC overlay. If the additional quantity exceeds 68 cubic yards, the Engineer will notify the Contractor and they shall review the survey data to determine the cause and what adjustments need to be made. The additional quantity will not include concrete volumes placed to construct safety edges, nor concrete pavement widening. Pay Factors

When the PCC overlay test results for flexural strength, air content, air content range, smoothness, and thickness exceed the allowable tolerances, pay factors will be determined. The pay factors will be used to calculate a quality assurance adjustment quantity for the lot. The adjustment for flexural strength, air content, and air content range will be calculated as follows: q = L x U x (P – 1.00) where: q = quality assurance adjustment quantity L = lot quantity U = unit price for QC/QA-PCC Thin Bonded Overlay, $/sq yd P = pay factor. For sublot thickness determination: qT = lT x U x (P – 1.00)

Page 213: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 173

where: qT = quality assurance adjustment quantity lT = sublot quantity for thickness U = unit price for QC/QA-PCC Thin Bonded Overlay, $/sq yd P = pay factor. The quality assurance adjustment points for smoothness, Qs, will be calculated in accordance with 501.28(d). The total quality assurance adjustments will be calculated as follows: QT = Σ (qT1 + qT2 + qT3 + qT4 + qT5 + qT6), and Q = Σ (qF + qA + qR + QT) + QS where: Q = total quality assurance adjustment quantity QS = quality assurance adjustment for smoothness qF = lot quality assurance adjustments for flexural strength QT = sublot quality assurance adjustments for thickness qA = lot quality assurance adjustments for air content qR = lot quality assurance adjustments for range. If the Contractor is not required to remove the thin PCC overlay or take other corrective actions, quality assurance adjustments of the lot will be assessed as determined by the Office of Materials Management. (a) Flexural Strength

When test results for flexural strength exceed the allowable tolerance, a pay factor will be assessed as follows: 1. Lots

LOT AVERAGE FLEXURAL STRENGTH Psi Pay Factors

570 and above 1.00 565 – 569 0.98 560 – 564 0.96 555 – 559 0.94 550 – 554 0.92 545 – 549 0.89 540 – 544 0.86 535 – 539 0.83 525 – 534 0.78 515 – 524 0.72

514 or less * * The PCCP will be adjudicated as a failed material in accordance with normal Department practice as listed in 105.03. The thin PCC overlay may be subject to removal and replacement or left in place with reduced or no payment.

Page 214: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 174

2. Sublots

If a sublot value is less than 570 psi, the thin PCC overlay will be adjudicated as a failed material in accordance with normal Department practice as listed in 105.03. For a sublot completely removed, the sublot test value from the replacement sublot will replace the original test value. (b) Air Content

When test results for air content exceed the allowable tolerance or range, a pay factor will be assessed as follows: 1. Lots

LOT AVERAGE AIR CONTENT Percent, % Pay Factors

> 9.8 * 9.7 − 9.8 0.85 9.5 – 9.6 0.95 9.3 – 9.4 0.99 5.8 – 9.2 1.00

5.7 0.93 5.6 0.90 5.5 0.85 5.4 0.79

< 5.4 * * The thin PCC overlay will be adjudicated as a failed material in accordance with normal Department practice as listed in 105.03. The PCCP may be subject to removal and replacement or left in place with reduced or no payment.

LOT RANGE FOR AIR CONTENT

Percent, % Pay Factors 0.0 – 2.5 1.00 2.6 – 3.0 0.99 3.1 – 3.5 0.97

> 3.5 * * The thin PCC overlay will be adjudicated as a failed material in accordance with normal Department practice as listed in 105.03. The thin PCC overlay may be subject to removal and replacement or left in place with reduced or no payment.

2. Sublots

If a sublot value is less than 5.5% or greater than 10.0%, the thin PCC overlay will be adjudicated as a failed material in accordance with normal Department practice in accordance with 105.03. For a sublot completely removed, the sublot test value from the replacement sublot will replace the original test value. (c) Thickness

When test results for pavement thickness do not meet the specified thickness, a pay factor or Department action will be assessed as follows:

Page 215: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 175

SUBLOT PAY FACTORS FOR THICKNESS

Average core depth, ACD Design depth of thin PCC overlay, DD ACD minus DD Pay Factor

≥ 0.0in. 1.00 − 0.1 in. 0.96

< − 0.1 in. * * The thin PCC overlay will be adjudicated as a failed material in accordance with normal Department practice as listed in 105.03. The thin overlay may be subject to removal and replacement or left in place with reduced or no payment.

In no case shall an individual core depth measure less than the value DD

minus 0.1 in. In such a case the sublot shall be adjudicated as a failed material. Any individual core that measures more than the value DD plus 0.5 in. shall be investigated by the Contractor and Engineer as a check of the quality control aspects of the Construction Survey as defined in the QCP. (d) Smoothness

When the thin PCC overlay smoothness is tested with a profilograph, pavement will be based on a zero blanking band on the final profile index. A Quality Assurance Pay Factor, PFs, for smoothness will apply to the planned thickness of the PCC overlay. The quality assurance adjustment for each section will include the total area of each pavement lane measured by the profilograph for 0.1 mi long section represented by the profile index calculated by the following formula: qs = (PFs – 1.00) x A x U where: qs = quality assurance adjustment for smoothness for one section PFs = pay factor for smoothness A = area of the section, sq yd U = unit price for the material $/sq yd. For smoothness sections that are less than 0.1 mi in length or require profilograph operation along both lane edges, the profile index used to obtain the smoothness pay factor used in the above formula will be determined in accordance with ITM 912. The quality assurance adjustment for smoothness, Qs, for the contract will be the total of the quality assurance adjustments for smoothness, qs, on each section by the following formula:

Qs = Σ qs

Page 216: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 176

Regardless of the tabulated value, the maximum pay factor for a smoothness section where corrective action has been performed will be 1.00.

PAY FACTORS FOR SMOOTHNESS (PI0.0) ZERO BLANKING BAND

Design Speed greater than 45 mph Profile Index, in./0.1 mi. Pay Factor, PFs

over 0.00 to 1.40 1.06 over 1.40 to 1.60 1.05 over 1.60 to 1.80 1.04 over 1.80 to 2.00 1.03 over 2.00 to 2.40 1.02 over 2.40 to 2.80 1.01 over 2.80 to 3.60 1.00 over 3.60 to 3.80 0.96

All thin PCC overlay with a Profile Index, PI0.0, greater than 3.80 in. shall be corrected to a profile index less than or equal to 3.80 in.

Appeals

If the Contractor does not agree with the acceptance test results, a request may be made in writing for additional tests for a sublot or lot. The basis of the appeal shall include applicable QC test results showing acceptable quality results and shall be submitted within five calendar days of receipt of the Department’s written results for that lot. Upon review of the appeal, the Engineer may accept the thin PCC overlay in accordance with 105.03 or accept the appeal. (a) Flexural Strength

Appeals will not be considered unless QC test results indicate greater than a 50 psi difference between the Department’s and the Contractor’s tests. Upon approval for the additional testing, the Contractor shall obtain cores, as directed, in the presence of the Engineer. The Engineer will determine the location of the cores within the appealed and adjacent sublots using the same CMD. The location of the cores will be at the center of a lane at the acceptance sample location. Cores shall not be taken over tie bars or within 2 ft of a joint. Two cores shall be taken in each sublot for the full depth of overlay and shall be 4 in. in diameter. All core holes shall be filled with portland cement concrete or rapid setting patch material within 24 h of drilling. If adjacent sublots were produced using different CMDs, the matter will be adjudicated as a failed material in accordance with normal Department practice. Each core will be tested for split tensile strength in accordance with ASTM C 496. The cores will be submerged in lime saturated water prior to testing for a minimum of 40 h. The average core split tensile strength will be determined for the appealed and adjacent sublots. Flexural strength will be calculated as follows:

Page 217: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 177

+=

2A

2A

1A

1ADD S2

FS2F x SF

where: FD = flexural strength of the appealed sublot FA1 = flexural strength of the previous adjacent sublot FA2 = flexural strength of the subsequent adjacent sublot SD = split tensile strength of the appealed sublot SA1 = split tensile strength of the previous adjacent sublot SA2 = split tensile strength of the subsequent adjacent sublot. (b) Air Content

Appeals will not be considered unless QC test results indicate greater than a 0.5% difference between the Department’s and the Contractor’s tests. Upon approval for the additional testing, the Contractor shall obtain core as directed in the presence of the Engineer. The Engineer will determine the location of the core within the appealed sublot. The location of the core will be at the center of a lane at the acceptance sample location. A core shall not be taken over tie bars or within 2 ft of a joint. One 4 in. diameter full depth core shall be taken from the pavement for each sublot appealed. All core holes shall be filled with PCC or rapid setting patch material within 24 h of drilling. The air content for a sublot will be the hardened concrete air content determined from the core in accordance with ITM 401. When ACBF aggregates are used, the hardened concrete air content will be determined in accordance with ASTM C 457. Method of Measurement

QC/QA-PCC thin bonded overlay will be measured by the square yard for the thickness specified. The area of QC/QA-PCC thin bonded overlay will be the planned width of the thin PCC overlay multiplied by the length of the pavement, or as directed in writing. The width of the pavement will be as shown on the typical cross section of the plans. The length of the pavement will be measured parallel to the surface of the pavement along the centerline of the roadway or ramp, excluding paving exceptions as shown on the plans. QC/QA-PCC, Additional will be measured by the cubic yard. This quantity shall include material needed to fill the gap between the surface irregularities of the milled asphalt pavement and the bottom of the overlay as shown on the plans, material for placing safety edge beyond the planned width of the thin overlay, and material for concrete pavement widening from the prepared subbase to the theoretical bottom of the thin overlay as shown on the plans. The amount will be determined by subtracting the volume of concrete representing the thin PCC overlay from the quantity of concrete delivered using the following equation: V = D – [A(T/12)] Where: V = volume of QC/QA-PCC, Additional, in cubic yards D = total volume of QC/QA–PCC delivered, in cubic yards, in

accordance with 109.01(c) and 106.01(b)2. A = area of QC/QA-PCC thin bonded overlay, in square yards,

calculated as described above

Page 218: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 178

T = thickness of QC/QA-PCC Thin Bonded Overlay, in inches, as shown on the plans Milled pavement corrugations will be measured in accordance with 606.02. Basis of Payment

The accepted quantities of QC/QA-PCC thin bonded overlay will be paid for at the contract unit price per square yard for the thickness specified, complete in place. The accepted quantities of QC/QA-PCC Additional will be paid for at the contract unit price per cubic yard, complete in place. Payment for furnishing, calibrating, and operating the profilograph, and furnishing profile information will be in accordance with 501.31. Adjustments to the contract payment with respect to flexural strength, thickness, air content, range and smoothness will be included in a quality assurance adjustment pay item in accordance with 109.05.1. Milled pavement corrugations will be paid for in accordance with 606.03. Payment for pavement thickness determinations will be made at the contract lump sum price for coring, PCCP in accordance with 501.31. A change order in accordance with 109.05 will be developed to adjust the cost of coring when the final QC/QA-PCC Thin Bonded Overlay quantity differs from the bid quantity by more than 2,400 sq yd. This adjustment covers the cost of cores for the adjusted quantity of QC/QA-PCC Thin Bonded Overlay. The adjustment, plus or minus, will be based on the difference in the number of sublots, times $100. Payment will be made under: Pay Item Pay Unit Symbol QC/QA-PCC Thin Bonded Overlay, __________ in....SYS thickness QC/QA- PCC, Additional .........................CYS The cost of trial batch demonstrations shall be included in the cost of QC/QA-PCC Thin Bonded Overlay. Tie bars and fasteners shall be included in the cost of QC/QA-PCC thin bonded overlay, complete in place. Sawing of transverse and longitudinal joints shall be included in the cost of QC/QA-PCC thin bonded overlay. Pressure relief joints placed at transverse construction joints shall be included in the cost of QC/QA-PCC thin bonded overlay. No additional payment will be made for routing, cleaning and sealing of partial depth random cracks in QC/QA-PCC thin bonded overlay. No additional payment will be made for full depth repairs to panels that exhibit full depth cracks.

Page 219: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 179

The price of profilograph, PCCP will be full compensation regardless of how often the profilograph is used or how many profilograms are produced. The cost of corrections for pavement smoothness and re-texturing shall be included in the cost of QC/QA-PCC Thin Bonded Overlay. The cost of coring and refilling of the pavement holes for appeals shall be included in the cost of QC/QA-PCC Thin Bonded Overlay. Traffic control for appeals shall be supplied with no additional payment. Removal and replacement of QC/QA-PCC thin overlay damaged by freezing shall be with no additional payment.

PCCP PATCHING, FULL DEPTH

Materials shall be in accordance with 506.02, except that concrete used in patches greater than 15 ft in length shall contain a limestone or dolomite coarse aggregate of Class AP quality.

The concrete mix designs for PCCP patches of any length shall be in accordance with 506.03. Change in Materials (a), Adjustments to Materials (b) and Other Adjustments (c) as stated in 506.03, except for admixture dosage rate, will not be allowed for concrete used in patches greater than 15 ft in length.

The concrete mix criteria for PCCP patches less than or equal to 15 ft shall be in accordance with 506.04.

The concrete mix criteria for PCCP patches longer than 15 ft shall be in accordance with 502.04. If high-early strength, HES, concrete is to be used, the requirements of 502.04(b) shall be modified as follows:

a. The water cementitious ratio shall not be greater than 0.020 over the target stated in the CMDP and shall not exceed the maximum allowed by 502.04(b).

b. The design flexural strength of each CMD shall be set such that the minimum opening to traffic strength is achieved at an age consistent with the CMD use in the proposed work, including any lane closure restrictions. The HES modified concrete shall achieve a minimum of 500 psi in three days.

c. Chemical admixtures types A, B, C, D, E, F and type G will be allowed with prior written approval. A Type C or Type E chemical admixture containing minimal amounts of chloride may be considered by the Engineer for approval. Calcium chloride, Type L, shall not be used in HES modified concrete.

d. If types F or G chemical admixture are used in the HES modified concrete, the maximum slump for formed PCCP shall be 7 ½ in.

HES modified concrete can be utilized for patches of 16 ft or less in length.

Page 220: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 180

A trial batch shall be conducted on concrete meeting the mix critiera of either 502.04 or 506.04. Trial batches shall be in accordance with 506.05, except HES concrete shall include the following:

a. Flexural strength for HES modified concrete will be determined at a minimum of 4 hours, 24 hours and 3 days. Three beams will be cast for each beam set tested up to and including 24 hours for the purpose of establishing the rate of strength gain for the HES modified concrete and, if approved by the Engineer, for maturity. An alternate break schedule at ages prior to 24 hours may be adjusted, as directed by the Engineer.

b. If maturity is to be determined, it will be as directed by the Engineer. All molds, facilities and materials necessary to prepare and initially cure the beams shall be provided. In addition, internal vibrators, per section 5.5 of AASHTO T 23, shall be provided for the purpose of consolidating concrete in the beams. The Department will provide the apparatus to test the beams for flexural strength. Personnel shall be provided to assist the Department in casting, curing and testing the beams.

Job Control shall be in accordance with 506.06 except as follows:

a. Plastic properties will be measured on each sample of concrete from which beams are made.

b. Air content, slump and relative yield for HES modified concrete will be tested on the first load of the day and at least once every 50 cu yds.

c. For concretes meeting the requirements of 502.04(b) HES modified and 506.04, at least one set, each set consisting of two beams, will be cast for every 150 cu yds of concrete placed. The beams will be tested to validate the minimum strength of 500 psi at an age of three days.

d. Additional beams will be cast for the purpose of opening to traffic for concrete meeting the requirements of 502.04(a), 502.04(b) HES modified concrete, and 506.04. Such beams will be cast from sampling the last load to finish the patching operations for the day’s production for each of the concrete mixes used.

Transverse joint spacing shall not be more than 15 ft. Transverse joints shall not be closer than 6 ft.

Placement of patches shall not create remnants of existing panels less than 6 ft in length. If a patch location will create a remnant less than 6 ft in length, the patch shall be extended a minimum of 1 ft beyond the existing D-1 joint location to good solid concrete.

Patches that are less than 6 ft from an existing D-1 shall be extended a minimum of 1 ft beyond the existing D-1 joint location to good solid concrete.

The concrete mixing and transportation shall be in accordance with 506.08, except that for patches greater than 15 ft in length, the concrete mixing and transportation shall be in accordance with 502.10.

Page 221: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 181

Concrete shall be placed, finished, textured, cured and inspected in accordance with 506.10, except as follows:

a. Patches longer than 6 ft shall be textured by tining in accordance with 504.03.

b. Patches longer than 15 ft shall be cured in accordance with 504.04(a) unless ambient air and concrete temperatures warrant following the requirements in 506.10.

c. PCCP patches shall not be anchored to adjacent CRC pavement. PCCP patches that cover both lanes, shall not be anchored to more than one adjacent PCCP slab, and no PCCP patching slab shall be anchored to more than one adjacent patch. If the situation arises that one patch cannot be anchored, the non-anchored patch shall be the shortest of the available patches.

d. All patches greater than 15 ft and shall be placed in accordance with 502.12.

e. Patches longer than 15 ft shall have joints in accordance with 503. f. Patches longer than 15 ft shall be finished in accordance with 504. g. For all PCCP patching, one pressure relief joint consisting of 1/4 in.

foam board shall be installed on one end of each patch that is less than 64 feet long. Additional pressure relief joints shall be placed so that no pressure relief joint is further than 64 ft from adjacent pressure relief joints. Patches that are an exact multiple of 64 ft shall have one foam board on the leading edge, the trailing edge, and as required within the interior transverse joints.

Patch Length Number of 1/4 in. foam boards required

0 ft to <64 ft 1

64’ to <128’ 2

128’ to < 192’ 3

192’ to < 256’ 4

256’ to <320’ 5

h. Dowel bars for load transfer shall be installed in the existing concrete at a 12 in. interval across the width of the patch with the first dowels offset from the edge of pavement a maximum of 1 ft. Additional placement details and dowel bar size requirements shall follow the standard drawing E 506-CCPP-01.

i. Existing D-1 contraction joints shall only be re-established where PCCP patches are equal to or longer than 16 ft.

Page 222: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 182

j. When possible given all other constraints, for patches equal to or over 16 ft, new D-1 Contraction Joints shall be located at existing adjacent D-1 joint locations or adjacent mid-panel cracks.

k. Each proposed concrete panel shall only be longitudinally tied to one adjacent PCCP panel. If a panel is adjacent to more than one existing PCCP panel, the patch shall be tied only to the longest contiguous panel.

Opening to traffic shall be in accordance with 506.11 except that patches longer than 15 ft shall be controlled as follows:

a. Construction vehicles, equipment, or traffic may be allowed on the PCCP containing HES concrete, when a flexural strength of 425 psi is achieved. The flexural strength shall be determined by averaging two beams cast from each of the job control samples cast for that purpose.

b. Concrete meeting the mix criteria requirement of 502.04(a) shall be in accordance with 502.18 except that the modulus of rupture value shall be 425 psi or greater for all cases.

c. Any construction vehicle or equipment that may damage the PCCP shall not be used on the PCCP unless adequate protection is provided. Approved joint cutting saws may be operated on the PCCP as determined by the Contractor.

SURFACE PREPARATION AND PCCP PATCHING, PARTIAL DEPTH IN HMA

Description

This work shall consist of the milling of asphalt pavements and removal of distressed HMA below the milling operations, replacement of distressed HMA with PCCP in accordance with 105.03 and 506, and surface preparation associated with the Thin PCCP Overlay.

Materials

Materials shall be in accordance with 506.02. Concrete Mix Design

Concrete mix design shall be in accordance with 506.03. Concrete Mix Criteria

Concrete mix criteria shall be in accordance with 506.04. Trial Batch

Trial Batch in accordance with 506.05 is not required for partial depth patching in this contract. Job Control Job control shall be in accordance with 506.06.

Page 223: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 183

Construction Requirements

Preparation of Existing Asphalt Pavement The requirements of 501.10, 501.11 and 501.12 shall not apply. Preparation of the existing asphalt pavement shall be in accordance with the requirements of 306 except as modified herein. Asphalt milling shall be performed on the existing asphalt pavement in accordance with 306.05 except that the QCP for milling shall be in accordance with ITM 803 section 5.3. The macrotexture of the milled surface shall be equal to or greater than 1.8 in accordance with ITM 812. The Contractor may leave milled surfaces open for an indefinite period of time. Liquidated damages will not be assessed in accordance with 306.04 for milled mainline areas left open to traffic for longer than five work days or for non-mainline areas left open to traffic longer than 10 work days. Prior to placement of PCCP, the milled asphalt pavement shall be clean and free of loose material. The surface of the milled asphalt pavement shall be uniformly moistened with water just prior to placement of PCCP. Excess standing water will not be allowed.

Transverse thermal cracks in the existing asphalt pavement that are more than 1 in. in width shall be filled with sand or other material as approved by the Engineer.

After milling the existing pavement surface, any visible crack on the

shoulders or auxiliary lanes which are to be overlaid with HMA only and that is 1/4 in. wide or wider, shall be sealed prior the application of the tack coat. Crack sealing shall be performed in accordance with 408. except that the materials used to fill the crack shall be PG-64-222 only. No hot-pour sealant or emulsion shall be used.

Requirements of 506.07 shall not apply. Instead, after milling, the

exposed asphalt surface shall be inspected for deteriorated areas that require further repair. Areas with moderate-to-severe alligator cracking or existing pot hole cavities that extend more than 1 in. below the final milled surface will be evaluated by the Engineer for spot repair to achieve load-carrying capacity and long term durability. Such distressed areas shall be patched in accordance with 506 except that removal shall be in accordance with 507.05(b). If the removal depth exceeds 2 in., the milled area shall be patched with concrete in accordance with 506.04. If the milled area is 2 in. or less in depth, the milled area can be filled with PCCP overlay material during placement. Concrete Mixing and Transportation

Concrete mixing and transportation shall be in accordance with 506.08. Weather Limitations Cold weather limitations shall be in accordance with 506.09.

Page 224: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 184

Placing Concrete Placement of the concrete patch shall be in accordance with 506.10

except that the concrete shall be level to the adjacent HMA. A non-vapor barrier bonding agent is not required, and there are no joints to consider. Areas patched prior to the placement of the PCCP overlay shall have the exposed surface finished to the same texture as the milled surface.

Opening to Traffic

Opening to traffic shall be in accordance with 506.11. Method of Measurement Asphalt Milling will be measured in accordance with 306.09. Crack sealing will be not be measured for payment. Partial depth patching will be measured in accordance with 506.12. Basis of Payment Asphalt Milling will be paid for in accordance with 306.10. PCCP patching will be paid for in accordance with 506.13. The cost of crack sealing shall be included in the cost of the other pay items. Repair or replacement of adjacent HMA damaged by the Contractor shall be made at no additional cost to the Department.

CURB AND GUTTER, CONCRETE, MODIFIED 2

Curb and Gutter, Concrete, Modified shall be constructed as shown on the plans and in accordance with 605. The cost of individual dowel bars, field drilled holes, and chemical anchoring system shall also be included in the cost of the concrete curb and gutter in accordance with 605.10.

RESET OF MAILBOXES AND ASSEMBLIES

SECTION 611, LINE 27, INSERT AS FOLLOWS: Existing mailboxes and assemblies that are to be reset shall be removed and reinstalled without damage. If the existing mailboxes and assemblies are damaged during removing and resetting, they shall be replaced in kind at no additional cost. SECTION 611, LINE 44, INSERT AS FOLLOWS: Reset of mailbox assemblies will be measured by the number of units reinstalled. SECTION 611, LINE 48, INSERT AS FOLLOWS: Reset of mailbox assemblies will be paid for at the contract unit price per each, complete in place.

Page 225: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 185

SECTION 611, LINE 55, INSERT AS FOLLOWS: Mailbox Assembly, Single, Reset……………………………………………………..EACH SECTION 611, LINE 59, INSERT AS FOLLOWS: The cost of all materials, labor, equipment and incidentals required to remove and reset the existing mailboxes shall be included in the cost of mailbox assembly, reset.

CONCRETE MANHOLE COLLAR

Concrete Manhole Collars shall be installed on all Sanitary and Storm Manholes as detailed in the plans and shall be constructed as per the plans and in accordance with Section 715 of the Standard Specifications. Cost of the collar should be included in the cost of the structure or adjusting of the structure.

INLET B15 MODIFIED

The Contractor shall remove the 3 ft 10 in. structure width dimension

and the 2 ft 6 in. structure width dimension in accordance with Standard Drawing E720-INST-02. The modified B15 inlet shall include inlet casting, type 15, modified as shown on the plans and shall be constructed in accordance with 720.

INLET C15 MODIFIED

The Contractor shall remove the 3 ft 10 in. structure width dimension and the 2 ft 6 in. structure width dimension in accordance with Standard Drawing E720-INST-02. The modified C15 inlet structures shall include inlet casting, type 15, modified as shown on the plans and shall be constructed in accordance with 720 and as shown on the plans.

MANHOLE C15 MODIFIED

The Contractor shall remove the 4 ft structure diameter in accordance with Standard Drawing E720-MHST-02. The modified C15manhole shall include a precast cover with a Type 15 curb inlet casting. The C15 manhole shall be constructed in accordance with 720 and as shown on the plans.

Page 226: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 186

MAINTENANCE OF TRAFFIC

Segments and Sections described below are as shown on the plans.

SEGMENT 1 Construction shall be completed in sections in accordance with 107.08 and as shown on the plans. Sections A-F Both directions of SR 9 shall be closed to through traffic during construction of each section. Detours shall be as shown on the plans. One lane of southbound traffic shall be maintained at all times to provide access to drives and farm field entrances. Adjacent County/Local Roads shall not be closed at the same time. The Contractor shall not close or restrict traffic in more than one section at a time. Section G The Contractor shall maintain two way traffic during construction by use of flagger operations. Flagger operation/traffic restrictions will only be permitted between 9:00 am and 3:00 pm. Construction shall not occur concurrently with Sections A-E. Construction may be completed concurrently with Segment 2 construction. SEGMENT 2 Sections A-E in Segment 1 shall be completed and open to two way traffic prior to lane closures in Segment 2. The Contractor shall complete Segment 2 construction as shown on the plans. The Contractor shall place HMA surface by flagger operations after Stage 3 is complete. Flagger Operations will only be permitted between 9:00 am and 3:00 pm. Traffic control changes will not be permitted between 6:00 am and 9:00 am, or between 3:00 pm and 7:00 pm.

CONTACT SCHOOL DISTRICTS AND EMERGENCY SERVICES Contractor shall contact school districts and emergency services at least two (2) weeks prior to implementation of detours. Contact information is as follows:

Shelbyville Central Schools (317) 392-2505 Shelbyville Police Department (317) 392-5108 Shelby County Sheriff (317) 392-5169 Shelbyville Fire Department (317) 392-5125 Shelbyville City Fire Department (317) 392-5119

Page 227: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

GREENFIELD DISTRICT Contract No. R -35024

II 187

SIGNAL HEAD RELOCATE

If additional wire is required for moving Signal Heads for MOT Phases, a new continuous run of wire shall be place to the new signal head location from the disconnect hanger. The cost of the additional wire shall be included in the cost of Signal Head Relocate. Payment for new wire (5c/14 and 7c/14) shall be made to place the signal heads in their final location only.

SIGNAL DETECTOR HOUSING ADJUST TO GRADE

The Standard Specifications are revised as follows: SECTION 720, BEGIN LINE 4, DELETE AND INSERT AS FOLLOWS:

720.01 Description This work shall consist of the construction, reconstruction, or adjustment to grade of

manholes, inlets, signal detector housing, and catch basins in accordance with 105.03. SECTION 720, BEGIN LINE 198, DELETE AND INSERT AS FOLLOWS:

720.06 Method of Measurement Castings adjusted to grade, signal detector housings, and castings furnished and adjusted to grade will be measured per each unit complete in place, if the average adjustment height does not exceed 12 in. If corrections to the structure involve portions exceeding an average adjustment height of 12 in., the additional work will be measured by the linear foot for the type of structure involved. SECTION 720, BEGIN LINE 212, DELETE AND INSERT AS FOLLOWS:

720.07 Basis of Payment The accepted quantities of signal detector housings, manholes, inlets, spring boxes, catch

basins, castings adjusted to grade not exceeding 12 in., and castings furnished and adjusted to grade not exceeding 12 in. will be paid for at the contract unit price per each, complete in place. SECTION 720, BEGIN LINE 228, DELETE AND INSERT AS FOLLOWS:

Pay Item Pay Unit Symbol Casting, Signal Detector Housing, Adjust to Grade ........................................... EACH

Page 228: CONTRACT INFORMATION BOOK (CIB) · 2018. 8. 23. · R -35024-A 1173383, 1500040 Districts : Counties : SHELBY. Not Applicable. THIN PCCP OVERLAY AND ASPHALT RESURFACE. Pre-Bid Meeting

INDIANA DEPARTMENT

OF

TRANSPORTATION

CONTRACT INFORMATION

BOOK (CIB)

PART II CONSTRUCTION DRAWINGS

CONTRACT NO.


Recommended