for town of queen creek project ocotillo road...

119
Project No. A-0002 Page 1 of 119 Special Provisions SPECIAL PROVISIONS FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTS ELLSWORTH LOOP ROAD TO HERITAGE LOOP ROAD Project No. A-0002 MAY 2016 Mayor Gail Barney Vice-Mayor Dawn Oliphant Town Council Craig Barnes Robin Benning Jeff Brown Emilena Turley Julia Wheatley Town Manager John Kross Prepared By: Dibble Engineering Dibble Project No. 101365

Upload: truongminh

Post on 22-Jun-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 1 of 119 Special Provisions

SPECIAL PROVISIONS

FOR

TOWN OF QUEEN CREEK PROJECT

OCOTILLO ROAD IMPROVEMENTS ELLSWORTH LOOP ROAD TO HERITAGE LOOP ROAD

Project No. A-0002

MAY 2016

Mayor Gail Barney

Vice-Mayor

Dawn Oliphant

Town Council Craig Barnes

Robin Benning Jeff Brown

Emilena Turley Julia Wheatley

Town Manager

John Kross

Prepared By: Dibble Engineering Dibble Project No. 101365

Page 2: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 2 of 119 Special Provisions

PROFESSIONAL ENGINEERING AND LANDSCAPE ARCHITECT SEALS This book of technical specifications and related contract documents represents the combined efforts of the following organizations:

1. Dibble Engineering 2. J2 Engineering and Environmental Design

A representative of each firm/agency has affixed his or her seal below which attests that the portions of these technical specifications relating to the drawing numbers appearing after his or her seal were prepared under their direction. For: Dibble Engineering Sheet No. For: Dibble Engineering Sheet No.

1-26 28-30 75-77 of 140

31-52 of 140

For: Dibble Engineering Sheet No. For: Dibble Engineering Sheet No.

27 53-58 78 of 140

59-74 of 140

For: J2 Engineering and Envinronmental Design Sheet No.

79-140 of 140

Page 3: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 3 of 119 Special Provisions

TABLE OF CONTENTS SECTION 101 ABBREVIATIONS AND DEFINITIONS .................................................................. 5 SECTION 104 SCOPE OF WORK ................................................................................................. 5 SECTION 105 CONTROL OF WORK ............................................................................................ 7 SECTION 106 CONTROL OF MATERIALS ................................................................................. 17 SECTION 107 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC ........................... 18 SECTION 109 MEASUREMENTS AND PAYMENTS .................................................................. 24 SECTION 201 - CLEARING AND GRUBBING ............................................................................ 26 SECTION 205 ROADWAY EXCAVATION ................................................................................... 27 SECTION 215 EARTHWORK....................................................................................................... 27 SECTION 220 RIPRAP CONSTRUCTION .................................................................................. 29 SECTION 301 SUBGRADE PREPARATION ............................................................................... 31 SECTION 310 PLACEMENT AND CONSTRUCTION OF AGGREGATE BASE COURSE ....... 31 SECTION 321 PLACEMENT AND CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT32 SECTION 329 TACK COAT.......................................................................................................... 35 SECTION 332 – PLACEMENT AND CONSTRUCTION OF ASPHALT EMULSION SLURRY SEAL COAT 35 SECTION 336 PAVEMENT MATCHING AND SURFACING REPLACEMENT .......................... 36 SECTION 340 CONCRETE CURB, GUTTER, SIDEWALK, SIDEWALK RAMPS, DRIVEWAY AND ALLEY ENTRANCES .................................................................................................................... 37 SECTION 342 DECORATIVE PAVEMENT CONCRETE PAVING STONE OR BRICK ............. 38 SECTION 343 EXPOSED AGGREGATE PAVING ...................................................................... 39 SECTION 344 LITHOMOSAIC ACCENT PAVING ...................................................................... 39 SECTION 345 ADJUSTING FRAMES, COVERS, VALVE BOXES AND WATER METER BOXES 48 SECTION 350 REMOVAL OF EXISTING IMPROVEMENTS ...................................................... 48 SECTION 401 TRAFFIC CONTROL ............................................................................................ 52 SECTION 405 MONUMENTS ....................................................................................................... 56 SECTION 430 LANDSCAPING AND PLANTING ........................................................................ 56 SECTION 431 EXISTING TREE PROTECTION .......................................................................... 68 SECTION 440 SPRINKLER IRRIGATION SYSTEM INSTALLATION ........................................ 71 SECTION 461 PAINTED PAVEMENT MARKINGS ..................................................................... 91 SECTION 462 THERMOPLASTIC PAVEMENT MARKINGS ...................................................... 94 SECTION 463 RAISED PAVEMENT MARKERS ......................................................................... 95 SECTION 465 TRAFFIC SIGNS ................................................................................................... 95 SECTION 471 ELECTRICAL UNDERGROUND INSTALLATION ............................................... 96 SECTION 472 TRAFFIC SIGNAL AND ROADWAY LIGHTING FOUNDATIONS: ..................... 98 SECTION 474 TRAFFIC SIGNAL POLE INSTALLATION ........................................................... 99 SECTION 475 ELECTRICAL POWER SERVICE AND CONTROLLER CABINET INSTALLATION 100 SECTION 476 SIGNAL INDICATIONS AND MOUNTINGS....................................................... 101 SECTION 477 INTERSECTION LIGHTING ............................................................................... 102 SECTION 478 ELECTRICAL CONDUCTORS ........................................................................... 103 SECTION 479 ELECTRICAL SERVICE CONVERSIONS ........................................................ 105 SECTION 480 SRP 12kV OVERHEAD TO UNDERGROUND ELECTRICAL CONVERSION 106 SECTION 485 VIDEO IMAGE DETECTORS ............................................................................. 106 SECTION 505 CONCRETE STRUCTURES .............................................................................. 108 SECTION 507 PREFABRICATED FIRST FLUSH TREATMENT DEVICE ............................... 108 SECTION 515 STEEL STRUCTURES ...................................................................................... 111

Page 4: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 4 of 119 Special Provisions

SECTION 516 CORNER MONUMENT ...................................................................................... 112 SECTION 517 WATER FEATURE SYSTEM ............................................................................. 113 SECTION 520 STEEL AND ALUMINUM HANDRAILS .............................................................. 113 SECTION 601 TRENCH EXCAVATION, BACKFILLING AND COMPACTION ........................ 115 SECTION 610 WATER LINE CONSTRUCTION: ...................................................................... 115 SECTION 615 SEWER LINE CONSTRUCTION ....................................................................... 115 SECTION 618 STORM DRAIN CONSTRUCTION .................................................................... 116 SECTION 625 MANHOLE CONSTRUCTION AND DROP SEWER CONNECTIONS ............. 117 SECTION 630 TAPPING SLEEVES, VALVES AND VALVE BOXES ON WATER LINES ....... 117 SECTION 631 WATER METER AND METER SERVICE CONNECTIONS .............................. 118

Page 5: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 5 of 119 Special Provisions

PART 100 - GENERAL CONDITIONS The Town of Queen Creek Design Standards and Procedures Manual available on the internet at http://www.queencreek.org/Index.aspx?page=625 are a part of these contract documents. The "Uniform Standard Specifications for Public Works Construction" which are sponsored and distributed by the Maricopa Association of Governments (MAG), and which are hereinafter referred to as the "MAG Standard Specifications," are hereby adopted as part of these contract documents. Copies of these documents, with revisions, may be obtained at the Maricopa Association of Governments, 302 North 1st Avenue, Phoenix, AZ, 85003 and on the internet at https://www.azmag.gov/Communications/publications.asp. The Maricopa County Department of Transportation Supplement to the MAG Standard Specifications is also adopted as part of these contract documents. Copies of these documents may be obtained at: Maricopa County Department of Transportation 2901 W. Durango Phoenix, AZ 85009 Telephone (602) 506-8600 http://www.mcdot.maricopa.gov/technical/home.htm SECTION 101 ABBREVIATIONS AND DEFINITIONS 101.2 Definitions and Terms The following additions are made to definitions in Section 101.2 of the MAG Standard Specifications: Contracting Agency: Town of Queen Creek, Arizona Consulting Engineer: Dibble Engineering Engineer: Town of Queen Creek designee or Project Manager Inspector: Town of Queen Creek designee Owner: Town of Queen Creek, Arizona SECTION 104 SCOPE OF WORK 104.1 Work to be Done Section 104.1 of the MAG Standard Specifications is modified to add: Town of Queen Creek Capital Improvement Project (CIP) No. A-0002 Ocotillo Road Improvements will widen the stretch of roadway between Ellsworth Loop Road and Heritage Loop Road from 2 lanes to 4 travel lanes with a center turn lane and adjacent bicycle lanes. Improvements will connect to the recently constructed improvements along Ellsworth Road, just north of Ocotillo Road. Hence, construction will consist of converting the existing 12kV overhead electric to underground, relocation of the 69kV poles by SRP, curb & gutter, sidewalk and driveway construction, storm drain, sewer and water system improvements, traffic signals, signage and pavement marking enhancements, as well as street & pedestrian lighting, irrigation, landscaping and hardscape/streetscape

Page 6: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 6 of 119 Special Provisions

improvements. The project includes expanding the Queen Creek Library parking lot. Parking lot improvements include expanding the parking lot, lighting, landscaping, and reconfiguring the existing onsite retention basin to accommodate additional parking. 104.1.1 General Section 104.1.1 of the MAG Standard Specifications is modified to add the following: The work shall be as described in the specifications, as shown on the project plans, and in compliance with permit requirements. The work shall conform to the Town of Queen Creek Design Standards and Procedures Manual, and MAG Standard Specifications, latest edition. Any section or sub-section of any Standard Specification included within these Contract Documents by reference only is understood to be made part of these Contract Documents. The CONTRACTOR shall have at least one copy of all referenced standard specifications and details at the job site at all times. Standard Drawings and the manuals referenced in the project contract documents shall be required for construction of this project, insofar as applicable for any work to be performed within the public right-of-way and within the Town jurisdictional limits. Design and Construction Standards Manual for Water, Sewer and Irrigation Systems for Town of Queen Creek, dated 12/11/2013. Manual on Uniform Traffic Control Devices (MUTCD), 2009 Edition, with latest revisions. All work mentioned or indicated within the Contract Documents shall be performed by the CONTRACTOR as part of this Contract unless it is specifically indicated in the Contract Documents that such construction is to be excluded or modified. 104.1.6 Pre-Construction Video CONTRACTOR shall record and provide a copy of a pre-construction video along the project to the Town of Queen Creek prior to commencing work and retain a copy for their records. At a minimum, this video shall show the existing condition of the roads within the project limits, condition of landscaping and fences in close proximity of the work, and similar physical condition features. The video shall be supplied to the Town on DVD disc in .wmv, flv, .mp4 or .mpg format. There will be no separate payment for this video as it is considered incidental to the CONTRACTOR’S mobilization. 104.2 Alteration of Work Section 104.2 of the MAG Standard Specifications is modified to add the following: 104.2.4.1 Re-use of Existing Materials by the CONTRACTOR Where specifically called for in the approved plans, specifications or by the Town, certain existing materials may be re-used by the CONTRACTOR. Otherwise, if the CONTRACTOR proposes to re-use existing materials, with or without either material repair, rejuvenation, processing, or blending with new materials to meet the required specification; or without CONTRACTOR’s verification of the available material quantity proposed for re-use from their own investigation or exploration, such proposal shall be deemed a Value Engineering Proposal (VEP) and shall be treated as such in accordance with Section 104.2.6 of these Special Provisions. An affirmative answer to a bidder’s question regarding the possible re-use of any materials other than those specifically indicated as

Page 7: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 7 of 119 Special Provisions

such within the construction documents shall be considered an answer that such a proposal will be considered by the Town if so submitted by bidder or CONTRACTOR with documentation of available quantities but is not an affirmative answer that such a proposal is approved and the bid can be based upon such proposal. 104.2.6 Value Engineering Proposals by the Contractor Proposals may be submitted to the Engineer for modifying the plans, specifications, or other requirements of the contract for the sole purpose of reducing the total costs of construction without impairing in any manner the essential functions or characteristics of the project, including service life, economy of operations, ease of maintenance, benefits to traveling public, desired appearance or design and safety standards. After execution of the contract, an initiative may be recommended by the Contractor. The initiative must be identified as a Value Engineering Proposal (VEP), and may include modifications to the plans or specifications, construction phasing procedures, or other contract requirements. Any cost savings generated to the contract as a result of the VEP offered by the contractor and approved by the Town will be shared equally between the contractor and the Town. Bid prices are not to be based on the anticipated approval of a VEP. The unit bid price for all such work shall be deemed to be based on the engineered plans’ and specifications’ specified materials and labor including incidentals. Such materials shall be considered to be furnished new, previously unused and as specified in accordance with the project specifications unless otherwise noted in the plans or specifications. If a VEP is rejected, the contract work shall be completed in accordance with the original terms of the contract documents. Substitutions based upon re-use of materials are not to be used for bidding purposes unless otherwise specifically stated as allowed by the Engineer or Town. Any risk associated with bid prices based on an unapproved VEP contrary to these provisions is solely the bidder’s / CONTRACTOR’s risk. Any decision whether to approve or accept a VEP shall be within the sole discretion of the Town. The Town will bear no liability for any delay in considering a VEP, the refusal to accept or approve such a proposal, or any other matter connected with a VEP. SECTION 105 CONTROL OF WORK Add the following: 105.2 Plans and Shop Drawings Section 105.2 of the MAG Standard Specifications is modified to add: All project materials and equipment not provided by Town of Queen Creek shall be approved by the Town or Engineer prior to purchase and installation. Any work in which materials or equipment not previously approved by the Consulting Engineer are used shall be performed at the CONTRACTOR’S risk and may be considered as unauthorized and unacceptable and are not subject to the payment provisions of the contract. Such materials or equipment may be subject to removal at the discretion of the Town. Before ordering or installing any material or equipment, the CONTRACTOR shall submit two (2) printed copies or one electronic copy of each proposed material and/or equipment package,

Page 8: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 8 of 119 Special Provisions

including shop drawings, manufacturer’s details or drawings, material and performance information and specification compliance to the Town for approval by the Town and / or Engineer. To be acceptable, the submittal package shall be complete and contain all items supplied on the project by the CONTRACTOR, including pre-approved items. The Town of Queen Creek reserves the right to reject an incomplete or unclear material submittal. All items shall be identified by manufacturer's part number, model, specification or other pertinent catalogue information. The materials from any catalog cuts shall be clearly indicated by the CONTRACTOR. One (1) reviewed copy will be returned to the Contractor for further action. All equipment or material specified or shown on signal plans, or other drawings, by brand name, part number, or model number is intended to be descriptive of the type, required features, and quality of material or equipment desired. Another equal brand name, part number, or model number may be substituted so long as it is in accordance with these specifications and is equal in form, fit, function, performance, reliability, and is approved by the Engineer prior to utilization. 105. 5 Cooperation of Contractor The first paragraph shall be replaced with the following two paragraphs: The CONTRACTOR shall be furnished with the approved plans and contract book containing the specifications and special provisions in an electronic publishing file format (.pdf). The CONTRACTOR shall reproduce and furnish to their subcontractor(s) and crews the appropriate number of plan sets and contract books to allow successful execution of the project. The CONTRACTOR and all subcontractors personnel shall have available on site at least one set of plans, referenced standard specifications and detail, and special provisions at all times when performing work. This task is not a separate pay item and shall be considered incidental to the project work. The CONTRACTOR shall pan to conduct and attend weekly project progress update meetings throughout the duration of the project. These meetings shall be held at the Town offices and a meeting room will be furnished free of charge. The attendees shall include the CONTRACTOR’S Project Manager or Engineer, Project Superintendent, any Subcontractor’s representative whose attendance may be important and add to the discussion that is expected to occur at the meeting, the Town’s Project Manager, the Town’s Inspector, the Town’s Traffic Engineering representative, the Town’s Public Outreach representative, and other Town staff or consultants as may be desirable due to the expected content of the meeting. The CONTRACTOR shall prepare and furnish an agenda and follow-up summary meeting notes reporting on the actions and discussion occurring at the meeting by agenda item. The agenda shall include at a minimum discussion of schedule and upcoming three week look-ahead work forecast; traffic control issues and needs; specific upcoming work tasks that may need coordination or discussion; dust and erosion control measures performance and adequacy; specific issues that arose during the week that required discussion, action, and/or resolution; outstanding past issues; contractual issues that have arisen or are outstanding; utility coordination issues that may exist; and public outreach needs and updates. Additional agenda items may be added or removed as the project and project progress dictates. These meetings and related administrative efforts are not a separate pay item and shall be considered incidental to the project work. 105.5.1 Special Construction and Schedule Considerations The CONTRACTOR is expected to perform certain portions of work at a time and in a manner that minimizes service interruption. The CONTRACTOR shall work closely with the Town Utilities Department and Town Project Manager to develop a plan for work execution that minimizes service

Page 9: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 9 of 119 Special Provisions

interruptions during operation hours, weekends or nights when the businesses are closed. Work that interrupts electrical, sewer or water service shall be performed in a manner that allows the respective service to be restored as rapidly as possible and interrupts service for no longer than 8 hours. A work plan shall be presented for concurrence to the Town Project Manager and affected Town staff at the CONTRACTOR’s earliest convenience but no later than at least seven (7) days prior to actual work efforts in area. Adequate work planning to coordinate required operations, inspections, installation progress and completion testing shall be performed. As such road closures, water service interruptions and other work will be an inconvenience to Ocotillo Road businesses, their customers and suppliers, the CONTRACTOR shall work with the Town’s Public Outreach consultant, MakPro Services, to develop a construction / closure / service interruption pre-notice program for the CONTRACTOR to implement and follow. CONTRACTOR is expected to utilize their knowledge and expertise to minimize the duration and extent of any partial closures, service interruptions, weekend and night work. Alternative construction approaches for this work effort may be proposed by the CONTRACTOR for consideration by the Town and will be handled as Value Engineering Proposals. Alternative construction approach and traffic control plan approval is at the sole discretion of the Town. 105.6 Cooperation with Utilities Conform to the requirements of MAG Section 105.6 except as modified to add herein: The locations of existing underground utilities have been shown on the plans to the best of the Design Engineer’s knowledge; however, it shall be the CONTRACTOR’s responsibility to field verify all utility locations and to coordinate in a timely manner with the pertinent utility companies so that any obstructing utility installation may be adjusted without delay to the CONTRACTOR’s project schedule. The CONTRACTOR shall be responsible for potholing all utility conflicts in a timely manner. The following utilities have facilities in the vicinity of the project limits.

CenturyLink – Brett Beaty ........................................................(480) 768-4574 Cox Communication – Jose Aguirre ........................................(623) 328-2998 SRP Power Transmission (69kV) – Norm Rebar ....................(602) 809-2812 SRP Power Distribution (12kV) – Kirk Gyllenskog ..................(602) 236-4145 Southwest Gas – Gene Florez .................................................(480) 730-3841 Town of Queen Creek Water – Darren Farar ..........................(480) 358-3476 Town of Queen Creek Sewer – Greg Homol ...........................(480) 358-3459 Town of Queen Creek Traffic – Mohamad Youssef ................(480) 358-3003

Coordination: Coordination with the pertinent utility companies has been a part of the development of this project. Construction activities shall be coordinated and scheduled to incorporate the following applicable utility construction activities.

• SRP will relocate existing power poles in conflict with the Ocotillo Road improvements. • CenturyLink will relocate existing facilities in conflict with the Ocotillo Road improvements. • Cox will relocate existing facilities in conflict with the Ocotillo Road improvements. • Southwest Gas has relocated their facilities that were in conflict with the Ocotillo Road

improvements.

ARIZONA 811: All utilities shall be blue staked by the CONTRACTOR prior to the start of construction. If a utility is hit or discovered during construction activities, whether it is damaged or

Page 10: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 10 of 119 Special Provisions

not, the CONTRACTOR shall immediately contact the Arizona 811 Center and the utility company so the utility can be inspected. Protection: CONTRACTOR shall endeavor to protect existing utility facilities present within the project limits but not anticipated to be in conflict with the improvements. To this end, the CONTRACTOR is expected to contact the respective utility when performing work near their facility that could impact it to provide the utility the opportunity to be present and re-identify their facility location and to present suggestions regarding protection if they have a concern. 105.7 Cooperation between Contractors Shall conform to the requirements of MAG Section 105.7 except as modified herein: The CONTRACTOR is advised that there may be construction activity adjacent to the project site. The CONTRACTOR is to coordinate the work to accommodate the construction activities. The CONTRACTOR shall contact the Town to verify all projects in the vicinity of this project. The CONTRACTOR is advised that it shall schedule and coordinate all work activities so as not to adversely conflict with this work. SRP Distribution (12kV): CONTRACTOR will be required to coordinate with SRP Distribution during construction. SRP Distribution will remove 15 poles and framing supporting approximately 3,500 lineal feet of wire for the 12kV conductor. To complete the conversion from overhead to underground, SRP will install 3,500 lineal feet of 3 phase primary wire, 2,000 lineal feet of 1 phase primary wire, 800 linear feet of secondary service wire, 8 switching/fusing cabinets, 6 pad mounted Transformers, 1 pole riser, remove 1,500 lineal feet of underground wire and remove 8 poles risers. The CONTRACTOR is responsible for required trenching/backfilling and conduit installation. SRP Transmission (69kV): CONTRACTOR will be required to coordinate with SRP Transmission during construction. SRP Transmission will remove 3 wood poles, remove 1 brace pole, install and frame 3 light duty steel angle poles, install framing as needed on any existing underbuilt 12kV on new poles until the 12kV conversion is completed, and then transfer all existing lines and conductors to the new poles. CenturyLink: CONTRACTOR will be required to coordinate with CenturyLink during construction. CenturyLink has existing underground and overhead facilities along the north side of Ocotillo Road and on the east side of Ellsworth Road, just north of the Ocotillo Rd/Ellsworth Rd intersection. CenturyLink will relocate the facilities in conflict with the improvements. Cox Communication: CONTRACTOR will be required to coordinate with Cox Communication during construction. Cox has existing facilities along the project. Cox will relocate the facilities in conflict with the improvements. Southwest Gas:

Page 11: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 11 of 119 Special Provisions

CONTRACTOR will be required to coordinate with Southwest Gas during construction. Southwest has existing facilities along the south side of Ocotillo Road and on Ellsworth Road, north and south of the Ocotillo Road intersection. Southwest Gas has relocated the facilities that were in conflict with the improvements. 105.8 Construction Stakes, Lines and Grades General: MAG Section 105.8, Construction Stakes, Lines and Grades is deleted. The Contractor shall furnish all materials, personnel, and equipment necessary to perform all surveying, staking, laying out of control lines and verifications of the accuracy of all existing control points which are delineated in the Contract Documents. The work shall be done under the direction of a Registered Land Surveyor licensed to practice in the State of Arizona. Staking Outline: Prior to beginning any survey operations, the Contractor shall furnish to the Town of Queen Creek Project Manager, for approval, a written outline detailing the method of staking, interval of stakes, marking of stakes, grade control for various courses of materials, referencing, structure control, and any other procedures and controls necessary for survey completion. A part of this outline shall also be a schedule which will show the sequencing of the survey and layout work, throughout the course of the contract, listing a percentage of completion for each month. Field Books: The Contractor shall furnish field books to be used for recording survey data and field notes. These books shall be available for inspection by the Town at any time and shall become the property of the Town upon completion of the work. Survey Control Verification: The Contractor shall protect in place the Primary Benchmark, described as follows: Point Number 1002 Found Town of Queen Brass Cap Flush Intersection of Ocotillo Road and Ellsworth Road The monument is located at the following project coordinates: Northing (Ground) = 18243.73 Easting (Ground) = 86381.51 Observed Elevation = 1402.18 The Contractor shall be responsible to stake construction elevations tied to the primary bench mark. Coordinate and elevation information for other monuments and benchmarks has been provided in the project plans. If a discrepancy is discovered with respect to project elevations, the project primary benchmark will override all other monuments and/or benchmarks. (A) Control Points (horizontal and vertical) – The existence and location of all survey

monuments, bench marks and control points shall be verified prior to demolition or construction activity. Immediately notify the Town of Queen Creek Project Manager when location discrepancies greater than two-hundredths (0.02) foot horizontal or one-hundredth (0.01) foot vertical are found. All datum shall be Town of Queen Creek.

(B) Control Lines – Construction control lines with grade breaks, transition points, horizontal and

vertical curves, etc., shall be established and referenced prior to construction.

Page 12: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 12 of 119 Special Provisions

(C) Temporary Bench Marks – Temporary bench marks shall be established and referenced as needed.

Pre-Construction Location Survey: All existing features which are located prior to construction shall be referenced to survey monuments along control lines by stationing in accordance with the construction documents and by offset distance from the control lines. All features shall be relocatable after construction. Distances measured shall be within one-hundredth (0.01) foot. (A) Survey monuments – All survey monuments that lie within the construction area that may be

disturbed shall be referenced to a specific point on at least four (4) stable objects by distance measurement. Reference objects shall be located no greater than three-hundred (300) feet from the survey monument being referenced.

(B) Water and Sewer line appurtenances – Water and sewer line surface appurtenances such

as manholes, valves and cleanouts that lie within the construction area shall be located and noted on the Contractor’s approved construction documents prior to any demolition or excavation.

(C) Match Points and Removals – Verify the location (horizontal and vertical) of existing facilities

to which the project connects. Immediately notify the Town of Queen Creek Project manager when location discrepancies of connecting facilities greater than one-tenth (0.10) foot horizontal or two-hundredths (0.02) foot vertical are found.

Construction Stakes: The Contractor shall set construction stakes and marks establishing lines and grades for road work, curbs, gutters, path, structures, buildings, centerlines for utilities and necessary appurtenances and other work as indicated in the Contract Documents and shall be responsible for their conformance with the plans and specifications. The stakes shall be established in accordance with the following guidelines which represent the minimum standard and the CONTRACTOR shall provide additional stakes and controls necessary to perform the work. The CONTRACTOR shall be held responsible for the preservation of all stakes and marks and will replace, at no additional cost to the Town; any construction stakes or marks which have been carelessly or willfully destroyed by acts of nature or other parties. (A) Curbs, Curb and Gutter, Valley Gutter Curb and gutter shall be staked and installed prior to sidewalk, driveway and corner ramp construction. Cut/fill stakes for rough grade shall be set at one hundred (100) feet intervals with cuts to the top of curb. Finish grade stakes shall be set to curb grade at twenty-five (25) feet intervals, at grade brakes, angle points, transitions, returns, driveways, alley entrances, sidewalk ramps and other curb control points. The stakes shall be tacked for line on a 2-foot offset to the back of curb. Face of curb forms shall be checked for grade at flow line prior to placing concrete where longitudinal grades are two- tenth percent (0.20%) or less. Face of curb forms shall be checked for grade at gutter line prior to placing concrete for transitions at 30-foot intervals.

Page 13: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 13 of 119 Special Provisions

Valley gutter stakes shall be set offset five (5) feet from the centerline of the valley gutter at twenty-five (25) feet intervals, marked with cuts to the flowline of the valley gutter.

(B) Storm Sewer and Drainage All cuts will be to the invert of the pipe, given to the nearest one-hundredth (0.01) of a foot. Stakes for storm sewer will be driven flush with the existing ground, set on an offset at fifty (50) feet intervals. Stakes will be marked with the offset and indicated cut. Wyes for laterals will be marked with a line only stake. Manholes shall be marked with the offset and indicated cut to top of manhole grade and inverts. Stakes for storm water inlets, two (2) per inlet, will be set on a line normal to the roadway at the center line of the inlet five (5) and ten (10) feet from the face of curb. The stakes will be marked with the offset to the face of curb and the cut or fill to the top of curb and inverts. Cut sheets shall be supplied to the Contractor and Town of Queen Creek Inspector. (C) Roadway

Subgrade stakes shall be set to subgrade elevation at fifty (50) feet intervals on straight sections, twenty-five (25) feet intervals through vertical curves, on horizontal curves with radius of six-hundred (600) feet, or less, and/or slopes of less than four-tenths of one percent (0.4%) and the beginning and end of horizontal and vertical curves and grade breaks. Stakes shall be set at crown lines, at grade break lines and at edges of pavement which do not abut concrete curb and gutter or at the edge of pavement abutting vertical curbs or other structures whose surface grade will not be flush with the finished pavement grade. Quarter lines will be staked where the distance between the crown line stakes and the curb and gutter face exceeds twenty (20) feet. Select shall be staked the same as sub grade. ABC stakes shall be set to ABC elevation at thirty-three (33) feet intervals on straight sections, twenty-five (25) feet intervals through vertical curves, on horizontal curves with radius of six-hundred (600) feet, or less, and/or slopes of less than four-tenths of one percent (0.4%) and the beginning and end of horizontal and vertical curves and grade breaks. Stakes shall be set at crown lines, at grade breaks and at edges of pavement which do not abut concrete curb and gutter or at the edge of pavement abutting vertical curbs or other structures whose surface grade will not be flush with the finished pavement grade. Quarter lines will be staked where the distance between the crown line stakes and the curb and gutter face exceeds twenty (20) feet. Pavement edges shall be controlled by utilizing a wire control mechanism or screeding along a concrete gutter or other structure whose surface grade is flush with the finished pavement grade. Stakes shall be set to finished elevation at thirty-three (33) feet intervals on straight sections, twenty-five (25) feet intervals on curves with radius of six-hundred (600) feet, or less, and/or slopes of less than four-tenths of one percent (0.4%) and the beginning and end of horizontal and vertical curves and grade breaks.

(D) Sidewalks

Stakes are not required for sidewalks five (5) feet or less in width which are adjoining existing curb and gutter. Sidewalk stakes shall be set to grade on an offset and tacked for line at twenty-five (25) feet

Page 14: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 14 of 119 Special Provisions

intervals at the beginning and end of horizontal and vertical curves and grade breaks. Where sidewalk grade and elevation differs from adjacent curb grade, sidewalk shall be staked at all grade breaks and elevation control points provided. (E) Traffic Signing, Striping and Detector Loops

The CONTRACTOR shall delineate the procedures and controls to be utilized in the Staking Outline. (F) Landscaping

The CONTRACTOR shall delineate the procedures and controls to be utilized in the Staking Outline. Re-establishment Survey: Monument locations will be marked with "straddlers" (four nails with metal "shiners") driven into the pavement, placed in pairs approximately six feet apart and opposite to each other. Lines connecting opposing pairs shall form a ninety-degree cross with three foot legs. The center of the cross will signify the exact location of the center of the monument to be set. Monuments will be drilled or punched after they have been set. Manhole, valve box and cleanout locations shall be painted on the pavement. Inspection and Acceptance of Work: The Town reserves the right to make inspections and random checks of any portion of the staking and layout work. Checks by the Town or his representative shall in no way relieve the Contractor of his/her responsibility to construct the project in accordance with the Contract requirements. If, in the Town’s opinion, the work is not being performed in a manner that will assure proper control and accuracy of the work, the Town will order any or all of the staking and layout work redone at no additional cost. Record Drawings (As-Builts): A full-size set of project drawings shall be kept on-site and updated on a weekly basis or more frequent as necessary with a red pencil or red ink to reflect any field adjustments, changes, omissions, additions, etc. as they occur on the project. The Town Inspector will check site record drawings (as-builts) on a weekly basis to ensure all modified project elements have been properly recorded on the field plan set. The CONTRACTOR shall provide plan sheets for use in preparing final record drawings (as-builts). Information shall be shown on these plans in red opaque ink, depicting the constructed dimensions, elevations, grades and materials including locations of existing underground utilities found during construction. Changed values shall be stricken out. The CONTRACTOR shall exercise extreme care in handling any provided originals and will return them to the Town in like condition. In the event the originals are damaged or determined by the Town to be unacceptable, the CONTRACTOR shall replace the originals by contacting the Design Engineer of record and have new drawings produced. All costs incurred, as the result of replacing the originals shall be borne by the CONTRACTOR. The Town will be the sole judge in determining whether the record drawings (as-builts) are acceptable in either condition or detail. All work included in the contract documents as well as changes to the contract shall be noted as correct or modified by either checking off the information if it is correct, or by drawing a neat line through the original data and writing in the correct information in opaque ink if the information is

Page 15: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 15 of 119 Special Provisions

incorrect. Unless noted otherwise below in the minimum as-built requirement section, station/offset measurements will be from construction centerline/monument line both parallel and transverse to roadway; added items or location changes shall be physically drawn at revised or new locations on the record drawings (as-builts); and all measurements and stations should be to the nearest tenth foot. The minimum requirements for record drawings (as-builts) acceptance is as follows: 1. Project Drawing Quantity Notations: Any project drawing or quantity summary sheet that shows a quantity on it that is incorrect shall be corrected by drawing a neat line through the original quantity and writing in the correct information. When space on the drawing does not allow room to indicate the corrections, a separate table may be drawn on a separate sheet with reference on both plan sheets to the plan sheet that the table refers to or to the sheet where the table is located. 2. Existing/New Utilities: All underground infrastructure utilities, whether depicted on the project plans or not, shall be verified, corrected or added to the record drawings (as-builts) noting the beginning and ending station/offset location and elevation of utility relative to finished roadway grade or other identifiable ground or permanent roadway/project feature. Any electrical installation work for street lighting or power connection shall be located relative to construction centerline/monument line or relative to back of curb and gutter (whichever is closer) including the depth of the facility. 3. Removals: Dimensions and/or other volumetric descriptions and station/offset location of all removed items. 4. Curb/Gutter/Valley Gutter:

Beginning and ending station offset location of straight curb/gutter/valley gutter runs relative to construction centerline monument lone; flow line elevation; and station offset location of PC’s and PT’s. 5. Driveway/Alley Entrances:

Beginning and ending station/offset including driveway wings. 6. Sidewalk:

Beginning and ending station/offset and any other modification necessary to incorporate or avoid existing facility conflicts.

7. Sidewalk Ramp:

Curvilinear distance deviations measured along gutter flow line from curb and gutter PC/PT or other shifts/adjustments to properly align with pedestrian crosswalks or other modifications necessary to incorporate/avoid existing facility conflicts.

8. Path:

Page 16: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 16 of 119 Special Provisions

Beginning and ending station/offset and any other modification necessary to incorporate or avoid existing facility conflicts.

9. Median Island:

Beginning and ending station/offset of median and straight run median widths measured from back of curbs; beginning and ending station/offset of decorative median paving; bullnose radiuses; and measured widths of median in transition sections from back of curbs in 25 foot minimum increments or to bullnose radius PT/PC (whichever is less).

10. Roadway Pavement:

Beginning/ending station and measured completed roadway width from edge of pavement to edge of pavement in straight roadway sections; measured completed roadway width perpendicular to construction centerline/monument line from both edges of pavement to construction centerline/monument line in curved roadway sections; and actual sawcut removal/tie-in to existing pavement locations.

11. Pipelines: When pipeline parallels the construction centerline/monument line, verify or correct the perpendicular distance between the two. When pipeline angles relative to the construction centerline/monument line or is in a curved roadway section, as-built measured straight pipe run distances, angle points, changes in size, fitting/tee locations tied-in with practical known construction centerline/monument line location or other easily verifiable permanent point. Distances between fittings are from fitting centerline. Fire hydrant and catch basin branch lines are to be shown in profile including pipeline bends and collars. All project drawing pipeline cross-sections and profiles are to be corrected to reflect modified pipeline locations/alignments. Station and offset locations for sewer line laterals are from main line to ROW line with beginning/ending line location tied to a monument or to a property corner. Locations where waterlines cross curb and gutter are to be noted by station. Where waterlines run parallel to curb and gutter, note locations relative to back of curb or construction centerline/monument line (whichever is closer) including angle points and elevation. 12. Manhole/Catch Basin/Box Culvert/Valve/Cleanout/Tee: Beginning/ending station and offset. Stationing is to commence at the downstream manhole/head wall (or as depicted on drawings) with location of tap/wye/tee/lateral/head wall locations clearly noted. 13. Bridges, Box Culverts and Other Structures: Station/offset distances/centerline-bearing line/finished elevations of all bridge or structure elements. Bridge deck and girder elevations must reflect before and after concrete placement elevations. 14. Landscaping and Irrigation: Note beginning and ending station offset elevation including size of PVC, sleeve pull-box/electrical-valve/water-service/tap/meter/bubbler/drip-line locations. 15. Traffic Signal: Signal pole station/offset; electrical conduit, sleeve, controller, meter pedestal and pull box

Page 17: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 17 of 119 Special Provisions

station/offset with distances of electrical conduit runs noted and tied in with known point. 16. Roadway Striping/Signage: Any new/relocated sign shall be located by station and offset from construction centerline/monument line. Any change in roadway marking is to be noted on record drawings (as-builts). 17. Roadway Street Lighting: Street light poles are to be located by station and offset from construction centerline/monument line. 18. Linear Items: Fences, walls, ditches, etc. should be located by station/offset and tied in with a permanent point. The record drawings (as-builts) shall be certified by an Arizona Registered Land Surveyor. Record drawings (As-builts) shall be delivered to the Town Project Manager within thirty (30) calendar days from the date of final inspection and acceptance by the Town of the work completed under this contract. Work under this bid item includes transfer of all information noted by the CONTRACTOR on the on-site record drawings (as-builts) set described above. Final payment will be made only after submitted record drawings (as-builts) are accepted by the Town (see “Measurement and Payment” below). Measurement and Payment: Construction Surveying and Record Drawings (As-Builts) will be measured as a single complete item of work together with construction surveying and paid at the Lump Sum price complete item of work as indicated on the Bid Schedule, which amount shall be considered full compensation for the work as described herein and required to clearly indicate all specific record drawings (as-builts) information. Final payment for survey work under this bid item will be made when the Town accepts the final record drawings (as-builts). Should the CONTRACTOR fail to submit acceptable record drawings (as-builts) within the maximum 30 calendar day period noted above, the Town will execute a deduct change order for 10 percent of the bid item total from the contract (or $2,500.00, whichever is greater) for every five working day period that the CONTRACTOR fails to provide acceptable record drawings (as-builts) (not including Town review time). If the CONTRACTOR fails to submit acceptable record drawings (as-builts) after the 3rd submittal, the Town will deduct 50% from the bid item total from the contract (or $10,000.00, whichever is greater) and execute a final change order noting the Town’s justification for penalizing the CONTRACTOR for unacceptable record drawings (as-builts) preparation. ITEM 105.010 CONSTRUCTION SURVEY, LAYOUT & AS-BUILTS LUMP SUM SECTION 106 CONTROL OF MATERIALS 106.1 Source of Material and Quality Section 106.1, add the following paragraph: In order to expedite the inspection and testing of materials, the CONTRACTOR shall furnish

Page 18: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 18 of 119 Special Provisions

complete shop drawings and submittals to the Town as to the origin, composition and manufacture of material to be used in the Work. Such submittals shall be furnished promptly after execution of the Contract but, in all cases, prior to delivery of such materials. 106.2 Samples and Tests of Materials Section 106.2, add the following paragraphs: The CONTRACTOR shall hire an independent third party Material Testing Firm to perform Quality Control testing for the project and pay all cost required. The Material Testing Firm shall establish, provide and maintain an effective quality control program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this Contract conform to Contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the Contract technical specifications, the CONTRACTOR shall assume full responsibility for accomplishing the stated purpose. The CONTRACTOR shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including types and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejections, etc; proposal remedial action and corrective actions taken if required. These records must cover both conforming and defective features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the Contract. Legible copies of all test results shall be furnished to the Town’s Project Manager in a Weekly Summary Report submitted in a timely manner to address any potential issues quickly. Before final completion, the CONTRACTOR shall submit a final testing report containing all testing results which certifies that the work complies with the Contract Documents. This testing report shall be sealed by a Professional Civil Engineer, registered in the state of Arizona who was responsible for overseeing the testing and sampling for said company. There will be no separate pay item for this work; the cost should be incorporated into the applicable bid items unit prices. The Town reserves the right to perform Quality Assurance testing required to certify the quality of materials for this project through its designated agent for professional materials testing services. The purpose of assurance testing will be to verify the quality of the finished project for the Town. The testing will, in no way, relieve the CONTRACTOR of his/her responsibility for his own quality control, assurance, and furnishing materials and finished products that meet the project specifications. SECTION 107 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 107.1 Compliance with Laws Section 107.1 of the MAG Standard Specifications is modified to add the following: The Town will endeavor to ensure that small, minority and woman-owned business enterprises shall have every opportunity to participate in providing professional services, purchased goods and contractual services to the Town without fear of discrimination based on race, religion, sex, age, disability or national origin. A Small Business, Minority and Woman-Owned Business Enterprise goal has NOT been established for this contract, however participation is encouraged.

Page 19: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 19 of 119 Special Provisions

107.2 Permits Section 107.2 has been revised to read: It is CONTRACTOR's responsibility to obtain all permits and licenses; pay all fees, charges, and taxes; and prepare all required notices for the lawful execution of the work. Permits for earth moving may be obtained from Air Pollution Control, Maricopa County Department of Environmental Management, 2406 South 24th Street, Suite E-214, Phoenix, Arizona 85034, Telephone Number (602) 506-6700. A copy of the earthmoving permit and dust control plan shall be submitted to the Town Project Manager prior to commencement of any earthmoving activities. The Town is responsible for compliance with Approval to Construct (ATC) and Approval of Construction (AOC) requirements through Maricopa County Environmental Services Department (MCESD) for water main and sanitary sewer improvements on this project. 107.2.1 AZPDES (NPDES) Construction General Permit Requirements Unless otherwise directed by the Town, the CONTRACTOR shall be responsible for compliance with the Arizona Pollutant Discharge Elimination System (AZPDES) requirements administered by the Arizona Department of Environmental Quality (ADEQ). 107.2.1.1 Regulation Compliance The CONTRACTOR shall take all necessary measures to assure compliance of employees and subcontractors with the AZPDES Construction General Permit for Arizona as well as all other applicable federal, state and local laws, ordinances, statutes, rules and regulations pertaining to stormwater discharge and air, ground water and surface water quality. As the permittee, the CONTRACTOR is responsible for preparing, in a manner acceptable to the ADEQ and the EPA, all documents required by regulation, which shall include but not necessarily be limited to the following: 107.2.1.1.1 Notice of Intent (NOI) 107.2.1.1.2 Stormwater Pollution Prevention Plan (SWPPP) 107.2.1.1.3 Notice of Termination (NOT) 107.2.1.2 NOI Submittal Preliminary copies of the NOI and the SWPPP shall be submitted to the County during the pre- construction conference and shall be subject to review by the County prior to implementation. The CONTRACTOR shall ensure the completed and duly signed NOI form(s) are submitted in a timely manner to prevent a delay to project construction. The AZPDES form shall be submitted to ADEQ’s Phoenix office by certified mail or hand delivered to the address below: Stormwater Program-Water Permits Section/NOI Arizona Department of Environmental Quality 1110 West Washington, 5415B-3 Phoenix, AZ 85007

Page 20: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 20 of 119 Special Provisions

The form may also be faxed to ADEQ at 602-771-4674 or submitted via “smart NOI” accessible from the ADEQ’s website: http://www.ev.state.az.us/environ/water/permits/stormwater.html. If the construction is near an impaired or unique water, the SWPPP shall be submitted with the NOI. Permit activation may require 32 business days or more for construction sites near impaired or unique waters, as well as for construction sites with special concerns. Therefore, documentation is to be submitted to ADEQ as early as possible (preferably at least 32 business days prior to the desired start of construction). All local municipalities within the construction project limits shall be notified, as applicable. A copy of all submitted NOI forms shall be posted at the construction site. An additional copy shall be submitted to the Town Project Manager. 107.2.1.3 Time Extension Failure by the CONTRACTOR or Subcontractor of any tier to submit a NOI within the mandated time frame shall result in delay of the construction start date and no claims for extension of time will be granted for such a delay. 107.2.1.4 SWPPP The CONTRACTOR shall develop, implement, update and revise the SWPPP, as necessary, to assure compliance with permit requirements. The SWPPP shall be retained on the project site at all times during construction. Copies of forms and guidance for preparing the SWPPP are available in the “Drainage Design Manual for Maricopa County, Volume III Erosion Control.” The manual is available at the Flood Control District, 2801 West Durango Street, Phoenix, Arizona 85009. In addition, a “Construction SWPPP Checklist” can be obtained from ADEQ for assisting in the preparation of the SWPPP. The SWPPP is a living plan and construction progress or different activities may require new or additional measures be installed or used. 107.2.1.5 Inspections CONTRACTOR shall perform inspections of all stormwater pollution control devices on the project once every fourteen (14) days and within twenty-four (24) hours of each 0.5-inch or greater storm event, as required under the provisions of the AZPDES Construction General Permit for Arizona. CONTRACTOR shall prepare reports on such inspections and shall retain the reports for a period of at least three (3) years following the completion of the project. Inspection reports shall be submitted monthly to the Town along with progress payment requests. Additionally, CONTRACTOR shall maintain all stormwater pollution control devices on the project in proper working order, which shall include cleaning and/or repair during the duration of the project. 107.2.1.6 NOT Submittal Upon project completion, acceptance, site stabilization and demobilization, CONTRACTOR shall submit to the permitting agency a completed, duly executed Notice of Termination form for each NOI issued, with a copy to appropriate municipalities, thereby terminating all AZPDES permit coverage for the project. CONTRACTOR shall then provide to the Town copies of the SWPPP, inspection information and all other documents prepared and maintained by the CONTRACTOR in compliance with the AZPDES Construction General Permit. CONTRACTOR shall retain the originals of such documents for a period of at least three (3) years following the completion of the project and make such documents available for inspection by representatives of the Environmental Protection Agency, the Arizona Department of Environmental Quality, the County, and any municipality having jurisdiction, upon request.

Page 21: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 21 of 119 Special Provisions

107.2.1.7 Fines and Penalties Fines and penalties imposed by the ADEQ or the EPA for CONTRACTOR’s failure to comply with any or all of the permit requirements shall be borne by the CONTRACTOR. 107.2.1.8 Payment The lump sum price for AZPDES shall include all material, labor, and costs relating to the NOI, NOT, and the SWPPP. This includes, but is not limited to, the preparation, installation, maintenance, and removal of temporary SWPPP elements; assuring proper operation of the pollution control devices installed; and all maintenance, cleaning, and disposal costs associated with clean-up and repair following storm events, runoff or releases on the project. The lump sum price for AZPDES shall be inclusive of all related costs, and no additional claims shall be made by the CONTRACTOR under any other specification provision, including changed conditions. CONTRACTOR shall be compensated for this bid item at a rate of 25% of the total bid price with the first progress payment, with a the remaining 75% prorated over the entire length on the project. ITEM 107.010 PERMITS (AZPDES) LUMP SUM 107.7 Barricades and Warning Signs Section 107.7 of the MAG Standard Specifications is modified to add the following:

Construction Signs It shall be the responsibility of the CONTRACTOR to furnish and erect construction project sign(s) in accordance with this Specification. The project sign(s) shall be professionally prepared and subject to approval by the Town. The project signs shall be maintained by the CONTRACTOR for the duration of the project and shall be removed by the CONTRACTOR during the final project clean up. The Ocotillo Road Realignment – Ellsworth Loop Road to Heritage Loop Road project will require two (2) signs. One sign shall be erected at each end of the project within the street right-of-way along Ocotillo Road. The cost for the project sign(s) shall be considered included as part of other contract items. No separate payment will be made for the construction project sign(s). The size, shape, installation requirements and information to be included for construction sign(s) are established in the paragraphs and details provided below:

Construction Sign Detail

Page 22: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 22 of 119 Special Provisions

The CONTRACTOR shall provide a 4-foot by 8-foot CONSTRUCTION ORANGE signboard, as detailed herein. Typical project identification sign(s) for general projects shall be reflectorized CONSTRUCTION ORANGE background and reflectorized BLACK letters and numerals. Letter height and spacing shall be as shown in the above detail. Lettering shall be manufactured according to the Federal Manual on Uniform Traffic Control Devices (MUTCD) using Type “C” letters. Sign shall list the following information:

1. Project Name 2. Project Dates (Scheduled beginning and ending dates.) 3. Contractor’s Business Name 4. Town’s Public Outreach hotline number AND website URL address for project information.

The hotline number and website URL address for the project will be supplied by the Town’s Public Outreach Consultant, MakPro Services. CONTRACTOR shall submit a layout drawing to the Engineer for approval showing the location, size and color of lettering and logos prior to manufacture. Sign supports shall be 4-inch by 4-inch pressure treated posts, set a minimum of 2.5 feet into the ground. The bottom of the sign shall be a minimum of 4 feet above the ground. The sign shall not impair sight distance of the adjacent traffic, pedestrians and bicyclists nor impede drainage flow. All required construction sign(s) shall be installed by the CONTRACTOR within seven days of issue of the Notice to Proceed. The sign(s) shall be maintained in good condition until the completion of the Contract, at which time the sign shall become the property of the CONTRACTOR. 107.12 Furnishing Right-of-Way Section 107.12 of the MAG Standard Specifications is modified to add the following: Before utilizing any TCE provided on property outside of the project right-of-way, the

Page 23: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 23 of 119 Special Provisions

CONTRACTOR shall provide written notice of intent to utilize the TCE to the residents living or business operating on the property a minimum of 48 hours in advance. This notice shall include a brief work to be performed description and the expected work duration. This notice shall also include a CONTRACTOR’S staff contact name and phone number for the convenience of the residents, in case of emergency or complaints.

SECTION 108 – COMMENCEMENT, PROSECUTION AND PROGRESS 108.1 Notice to Proceed Section 108.1 of the MAG Standard Specification is modified to add the following: Salt River Project (SRP) will relocate the existing 69kV facilities and poles necessary to construct the new roadway associated with the Ocotillo Road Improvements. SRP is aware of the project’s proposed construction schedule. The SRP 69kV Transmission relocation work will be complete prior to issuing a Notice to Proceed (NTP) for the project. However, CONTRACTOR may be provided with a letter approving the authorization to perform limited work that will benefit the project completion schedule and Contractor’s progress if SRP fails to complete their facility relocation prior to the anticipated start of the project. Similarly, other utilities, particularly CenturyLink and Cox Communications are also aware of the project schedule and are expected to have their relocation work completed prior to or ahead of the anticipated start of the roadway work. Again, CONTRACTOR may be provided with a letter approving the authorization to perform limited work that will benefit the project completion schedule and Contractor’s progress if these utilities fail to complete their facility relocation prior to the anticipated start of the project. 108.4 Contractor’s Construction Schedule: Add the following paragraph at the end of the section: The CONTRACTOR shall submit an overall project schedule at the commencement of the project as noted above. This schedule shall be maintained and updated throughout the project to reflect significant schedule changes appropriate to the allowed project duration. Short time frame projects, less than 180 days, shall be updated to reflect shorter duration changes while longer time frame projects, greater than 180 days, shall be updated to reflect longer duration changes. The CONTRACTOR shall coordinate these update needs with the contracting agency representative. The schedule shall be presented to the Agency in both electronic publishing (.pdf) and hard copy format. During the execution of the project, the CONTRACTOR shall also submit a three week look-ahead forecast schedule updated weekly. These schedules shall be presented as a subset of the overall schedule or in a format such as an Excel spreadsheet and shall depict the upcoming work tasks and associated durations by days. Special actions or tasks for certain subsets of the work may be requested to be presented separately by the Agency and shall be furnished if so requested. The look-ahead schedule intent is to identify upcoming traffic control and public outreach needs, monitor anticipated progress and upcoming tasks, and allow the project team to discuss and coordinate project needs. These look-ahead forecast schedules shall be presented to the Agency in both electronic publishing (.pdf) and hardcopy format. Furnishing project schedules and updates to same is not a separate pay item and shall be considered incidental to the project work.

Page 24: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 24 of 119 Special Provisions

108.5 Limitations of Operations: Add the following provisions: 108.5.1 Fugitive Dust Control Operations and Stormwater Pollution Prevention or Management Plan The CONTRACTOR shall create, develop, publish and have a plan in place to control fugitive dust and track off soils. The plan shall indicate what best management practices (BMPs), measures, actions and procedures are to be implemented and executed by the CONTRACTOR to accomplish the pollution prevention (including fugitive dust control) goals. The CONTRACTOR shall apply for, pay for and secure the required permits for the project as appropriate. All required permit signage shall be created and erected as required by law, promulgated regulations, project specifications, special provisions, plan notes and permit requirements. If performing work extended under an approved and issued general or blanket-type permit, all permit requirements issued in conjunction with the permit shall be met. 108.5.1.1 Mechanical Sweeping Mechanical sweeping shall be included as a part of the project’s fugitive dust control and Stormwater Pollution Prevention or Management Plan to control track out of earthen and other materials from the project site. The limits of sweeping shall include all adjacent, pass-through and nearby paved street areas where construction related vehicles and/or vehicles hauling and/or delivering materials to or from the project site for a minimum distance of ¼ mile or further as field observations indicate are necessary. Sweeping operations frequency and duration shall be as necessary to remove any such debris or materials that have been tracked out of the project site. When such sweeping operations extend across railroad tracks, the mechanical sweeping equipment shall be raised prior to and when crossing the tracks to prevent damage to the rails or crossing surface and to prevent false signals from being generated due to low voltage electrical short circuiting. 108.5.1.2 Watering Watering operations shall be included as a part of the project’s fugitive dust control and Stormwater Pollution Prevention or Management Plan to control track out of earthen and other materials from the project site. Watering operations shall take place on all earthen surfaces within the project limits subject to vehicular or construction equipment traffic or surfaces or friable materials that have been or are being disturbed by construction operations. Water shall be applied by means of, but not limited to, tanks, sprayers, pipes, hoses, nozzles or sprinklers. The limits of watering may extend to and include adjacent, pass-through and nearby paved street areas where construction related vehicles and/or vehicles hauling and/or delivering materials to or from the project site as field observations indicate are necessary to remove and control fugitive dust and material track out. Watering operations frequency and duration shall be as necessary to minimize or prevent creation of fugitive dust from the construction activities on the project site and to facilitate removal of significant debris or materials that may have been tracked out of the project site. When such watering operations extend across railroad tracks, the watering equipment and operations shall be placed and performed in such a manner as to not damage the railroad tracks and railroad subgrade; and to prevent damage to the rails, ties or crossing surface; and to prevent false signals from being generated due to low voltage electrical short circuiting. SECTION 109 MEASUREMENTS AND PAYMENTS

Page 25: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 25 of 119 Special Provisions

Add the following subsections to the MAG Standard Specifications: 109.5.6 Bonds and Insurance Add the following paragraph: When additional work is being paid for under an allowance item included in the original bid schedule and contract, no additional compensation shall be paid to the CONTRACTOR for cost of insurance or performance and payment bonds as such cost is already included in the original contract price. 109.10.1 Mobilization The Town will compensate CONTRACTOR for one-time, round trip mobilization/demobilization of CONTRACTOR’s personnel, equipment, supplies and incidentals, establishment of offices, buildings and other facilities required for the performance of the work on the project, as well as preparatory work and operations prior to the commencement of the work on the project site 109.10.2 Measurement Measurement of all work completed under the contract will be measured by the Town according to United States standard measures. The methods of measurement and computation to be used in determination of quantities of materials furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Mobilization/demobilization will be measured for payment by the lump sum as a single complete unit of work. 109.10.3 Payment Payment for pay items in the proposal will be as indicated in the applicable standard specification or in the special provisions. Payment for mobilization/demobilization, measured as provided above, will be made at the contract lump sum price. Payment shall be made in equal one-third portions. The first payment will be paid with CONTRACTOR’s initial billing. The second payment will be made when the total payments to CONTRACTOR for the bid items, exclusive of payments for mobilization/demobilization, equals one-half of the total bid by CONTRACTOR, exclusive of mobilization/demobilization. The remaining one-third will be paid as part of the second to last progress payment. Final payment due CONTRACTOR will be for retention. When other contract items are adjusted as provided in Section 109, and if the costs applicable to such items of work include mobilization costs, such mobilization costs will be considered as recovered by CONTRACTOR in the lump sum price paid for mobilization, and will be excluded from consideration in determining compensation under Section 109. If the CONTRACTOR performs a second mobilization/demobilization of personnel, material and/or equipment at the Town Project Manager’s express written request, the Town will compensate the CONTRACTOR for such expenses at the CONTRACTOR’s actual costs. The CONTRACTOR shall provide all documentation for these costs at the request of the Town Project Manager. An Allowance for Extra Work bid item is included in the bid schedule for unforeseen items discovered during the course of construction. Only actual extra work items may be invoiced against this bid item per MAG 109.4 and 109.5. Allowances for Traffic Control and Traffic Control Officers provided in the bid schedule shall be invoices against only charges for such items with supporting invoices provided with the payment request.

Page 26: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 26 of 119 Special Provisions

ITEM 109.010 MOBILIZATION/DEMOBILIZATION LUMP SUM ITEM 109.020 ALLOWANCE FOR EXTRA WORK ALLOWANCE

SECTION 201 - CLEARING AND GRUBBING 201.1 Description Section 201.1 of the MAG Standard Specifications is modified to add the following: Trees that are to be removed shall be completely unearthed, including the root structure. The resultant void shall be filled with soil and compacted to required levels based on the location within the project. 201.5 Payment, Clearing and Grubbing Section 201.5 of the MAG Standard Specifications is modified to add the following: Payment for clearing and grubbing will be made at the contract lump sum price, and shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with clearing and grubbing as described in the special provisions and on the construction plans. In addition to the standard clearing and grubbing of the project site, work shall also include clearing and grubbing of the existing retention basin located on the south side of Ocotillo Road, east of Hawes Road near Station 19+50 and 20+00. ITEM 201.010 CLEARING & GRUBBING LUMP SUM

Page 27: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 27 of 119 Special Provisions

PART 200 - EARTHWORK SECTION 205 ROADWAY EXCAVATION 205.1 Description: Is revised to read: Roadway excavation shall consist of excavating, grading, and hauling all types of materials encountered in the constructing the roadway, turnouts, driveway entrances, sidewalks, roadside channels, and other road-related area designated on the plans or specified in the Special Provisions; and the placement and compaction of excavated material in embankments as provided in Section 311 FILL CONSTRUCTION of the MAG Standard Specifications. 205.7 Measurement: Is revised to read: Roadway excavation will be measured by the cubic yard in the original space occupied and the volume of the material removed will be computed by the average end area method. 205.8 Payment: Is revised to read: Quantities of roadway excavation will be paid for at the contract unit price per cubic yard. Such price shall include full compensation for excavating, sloping, rounding tops and ends of excavations, loading, depositing, conditioning, spreading, compacting the material, including embankments, and preparation of the subgrade, complete in place and disposal of surplus material. ITEM 205.010 ROADWAY EXCAVATION (EXPORT) CUBIC YARDS SECTION 215 EARTHWORK Earthwork shall conform to Section 215 of the MAG Uniform Standard Specifications except as modified herein. 215.1 – Description Add the following to this section: The work in this section consists of excavation, fill and grading and disposal of excavated and removed material for the construction of the retention basins and channels as shown on the plans. Any excavated material not used for the project is to become the property of the contractor and removed from the site. 215.3 – Excavation Add the following to this section:

Page 28: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 28 of 119 Special Provisions

The basins and channels shall be excavated to the neat lines shown in the plans. Basin bottom dimensions and locations and basin side slopes are included in the plans. All channel surfaces and basin side slope surfaces shall be compacted to a uniform density of not less than 95%. Finished channel and basin surfaces shall be graded to drain. 215.5 – Grading Replace this section with the following: Grading of the basins, embankments, access roads, and channels shall conform to the following tolerances: A. A vertical tolerance of none above and three (3) inches below the specified grade will be

allowed on:

1. Basin side slopes in both cut and fill; 2. Embankments and access road side slopes in cut; 3. Channels in both cut and fill; 4. Top surface of access road in both cut and fill; 5. Embankments and access road side slopes in fill; 6. Top surface of embankments in both cut and fill; and 7. All landscaped areas.

B. A vertical tolerance of plus or minus 0.1 foot from the specified grade will be allowed on:

1. The basin bottom; and 2. The channel invert.

215.7 – Measurement Add the following to this section: Grading and subgrade excavation required for riprap placement will be considered incidental to those items. Excavation and grading of roadside channels shall be included in the measurement of Roadway Excavation, Section 205. 215.8 – Payment Add the following to this section: Earthwork for retention basins will be paid for the contract unit price per cubic yard of excavation. Such price shall include all labor, equipment and materials for stripping, excavation, fill, backfill, compaction and grading, dust control, survey as required, hauling, removal and disposal of excavated material and debris. Excavation and grading of roadside channels shall be included in the payment of Roadway Excavation, Section 205. ITEM 215.010 RETENTION BASINS CUBIC YARDS

Page 29: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 29 of 119 Special Provisions

SECTION 220 RIPRAP CONSTRUCTION 220.2 Materials Section 220.2 of the MAG Standard Specifications is modified to add the following: The riprap identified on the plans shall be placed with an erosion control geosynthetic fabric layer between the ground and the riprap. The stones for riprap or grouted riprap shall be angular and irregular in shape. The material furnished for riprap and grouted riprap construction shall conform to the requirements of section 703, and gradation shown on the plans. Samples of the proposed processed materials shall be furnished for review or the CONTRACTOR shall arrange a visit to the aggregate supplier’s processing facility and proposed processed material stockpile by the CONTRACTOR and the Town’s project representative to view and approve the proposed material prior to use. If the material proposed is rejected by the Town for any reason, the CONTRACTOR shall locate an alternative source of material meeting the requirements and acceptable to the Town at no additional cost to the Town. Erosion Control Geosynthetic: Erosion control geosynthetic shall meet the requirements of MAG Specification Section 796 and Table 796-3 Class B. The identification, packaging, handling, and storage of the geotextile fabric shall be in accordance with ASTM D 4873. Fabric rolls shall be furnished with suitable wrapping for protection against moisture and extended ultraviolet exposure prior to placement. Each roll shall be labeled or tagged to provide product identification sufficient to determine the product type, manufacturer, quantity, lot number, roll number, date of manufacture, shipping date, and the project number and name to which it is assigned. Rolls will be stored on the site or at another identified storage location in a manner which protects them from the elements. If stored outdoors, they shall be elevated and protected with a waterproof, light colored, opaque cover. At no time shall the fabric be exposed to sunlight for a period exceeding 14 days. Fabric shall be placed in the manner and at the locations shown on the project plans. The surface to receive the fabric shall be free of obstructions, depressions, and debris. The fabric shall be loosely laid and not placed in a stretched condition. The fabric strips shall be placed to provide a minimum 24-inch of overlap for each joint. On horizontal joints, the uphill strip shall overlap the downhill strip. On vertical joints, the upstream joint shall overlap the downstream strip. 220.5 Riprap Placement: Add the following: The top of rock riprap shall not extend above the finish grades shown on the plans or the existing adjacent grades. Overexcavation shall be provided matching the full riprap thickness called for on the plans prior to placement of riprap. 220.8 Payment Section 220.8 of the MAG Standard Specifications is modified to add the following:

Page 30: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 30 of 119 Special Provisions

No separate payment will be made for the erosion control geosynthetic, the cost being considered incidental to the riprap construction. Payment for riprap will be made at the contract unit price per cubic yard. Payment shall be compensation in full for furnishing all labor, materials, tools, and equipment, and doing all the work involved in fabricating and placing the riprap. This includes, but is not limited to, transport, excavation, and placement of the riprap as described in the MAG Standard Specifications, on the plans, and in the special provisions. ITEM 220.010 DUMPED RIPRAP (D50=6”, THICKNESS=12”) CUBIC YARDS ITEM 220.020 ROCK MULCH HEADWALL TREATMENT CUBIC YARDS

Page 31: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 31 of 119 Special Provisions

PART 300 – STREETS AND RELATED WORK SECTION 301 SUBGRADE PREPARATION 301.1 Description Section 301.1 of the MAG Standard Specifications is modified to add the following: This work will include excavation, embankment, pavement removal, subgrade preparation and all hauling and placing of excess material offsite. Excavation and Embankment shall comply with MAG Specification Sections 205, 206, 215, 301 (Subgrade Preparation) and 601.

301.2 Preparation of Subgrade Section 301.2 of the MAG Standard Specifications is modified to add the following: Subgrade preparation shall include all required excavation, embankment, and other grading detailed or implied by the plans and specifications, except as noted to be paid for separately. Relative compaction requirements for subgrade preparation are defined by MAG Specifications Section 301.3. Compaction requirements for structure excavation are defined by MAG Specification 206. Required Inspections Subgrade shall be inspected prior to placing aggregate base course. The minimum number of density tests required is one for each 1000 square yards. 301.8 Payment Section 301.8 of the MAG Standard Specifications is modified to add the following: Payment for subgrade preparation will be made at the contract unit price per square yard for the areas defined above. Such payment shall constitute full compensation for all of the work required to prepare the subgrade. ITEM 301.010 SUBGRADE PREPARATION SQUARE YARDS SECTION 310 PLACEMENT AND CONSTRUCTION OF AGGREGATE BASE COURSE 310.4 Payment: Section 310.4 of the MAG Standard Specifications is modified as follows: Payment for untreated base (ABC) will be made at the unit bid price per square yard. Such payment shall constitute full compensation for supplying and placing the ABC complete in place in accordance with the construction plans. ITEM PAYMENT COVERED UNDER ITEM 321.010 AND ITEM 321.020

Page 32: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 32 of 119 Special Provisions

SECTION 321 PLACEMENT AND CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT 321.1 Description Section 321.2 of the MAG Standard Specifications is modified to add the following: Inspection and Acceptance: The Town of Queen Creek will perform inspection and will require twenty-four (24) hour notice. The contractor shall have an independent testing company on-site at the on-set of construction to establish a rolling pattern and monitor compaction. A minimum of one density test for every 1000 square yards is required. Certificates of mix design for each product is required prior to paving. 321.5 Mix Design Add the following: The A-1/2” Mix Designation AC Course and A-3/4” Mix Designation AC Course mixtures shall meet the East Valley Asphalt Committee (EVAC) requirements for an Marshall Mix design with the exception that the binder shall be polymer modified as required in Section 711. 321.13 Payment Section 321.9 of the MAG Standard Specifications is modified to add the following: Payment for AC Pavement will be full compensation for placing all materials specified, with no allowance for waste, and shall include labor, equipment, tools, and incidentals necessary to complete the work complete in place in accordance with the construction plans and as prescribed and directed by the Town of Queen Creek. Payment will be made at the contract bid price per square yard. ITEM 321.010 PAVEMENT SECTION NO 1 SQUARE YARD ITEM 321.020 AC PAVEMENT SECTION (TOQC STD DET R-120, SQUARE YARD TYPE R-11) SECTION 322 DECORATIVE ASPHALT PAVING Decorative Asphalt Paving shall be in accordance with MAG Standard Specifications and Town of Queen Creek Supplements with the following modifications. All decorative asphalt paving shall contain IR Reflective Coating for heat reduction with the exception of the ‘black top’ colored asphalt at the interior intersection per plans. 322.1 Description: The Contractor shall furnish all the necessary labor, material, tools, and equipment to complete the proper installation of the asphalt print paving used in decorative pavement, crosswalks, intersection medallions or as otherwise noted in the Contract Documents. Pattern and color of finished surface

Page 33: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 33 of 119 Special Provisions

shall be as shown in the project plans and details. 322.2 Materials: 322.2.1 Aggregate Base Course and Paving Section: Shall be per Civil Plans. 322.2.2 Asphalt Concrete Pavement: Asphalt concrete pavements shall be MAG 321 and as specified in the Contract Documents. 322.2.3 DP 200 IR Reflective Colored Asphalt Coating or approved alternate Physical Characteristics & Technical Data A) System thickness 8 - 10 wet mils per coat. Standard application is three to four coats B) Coverage 175 - 200 sq ft per 5 gallon unit C) Abrasion - (Taber-H 10) ASTM D-4060 <0.16 mg loss @ 1,000 for 1,000 cycles D) Impact resistance (ASTM D-2794) Passes Direct > 160 inch lbs Reverse > 160 inch lbs E) Flexibility Mandrel @70°F ASTM D1737 (low 1”) Passes ASTM D1737 (high 2”) Passes F) Tensile Strength ASTM D412 >675 psi G) Degree of Gloss- <3@85 F H) QUV AS TM G- 53 400 Hours 1 HIE Units ASTM G154(ASTM G154) I) Chemical Resistance Environment Immersion Splash or spill Motor Oil R R Alkali R R Fuel R R Salts R R Water R R ------------------------------------------------------ NR- Not Recommended LR-Limited Recommendation R – Recommended J) Density (lbs/gal) ASTM D1475 13.7 K) Flash Point ASTM D-3278 >195°F (93°C) L) % pigment (by weight incl. cement) ASTM D-3723 64% M) Solids Content by Weight 78% N) Solids Content by Volume 68% O) Cure Time at 77 F Dry to touch 20 Minute s

Page 34: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 34 of 119 Special Provisions

Recoat 20 Min – 3 Hrs Light foot traffic 2 - 4 Hrs Light Vehicular traffic 2 - 4 Hrs Full cure 5-7 Days P) VOC < 25g per liter Q) Adhesion (PLI) to an asphalt substrate: ASTM D-4840 ~ Cohesive failure of asphalt prior to adhesive failure. R) Temperature Limits for Service Dry, Cured Material -35°F to 155°F 322.3 Installation A) Prepare surface by careful and thorough removal of laitance, grease, and foreign matter. B) Apply first coat of Decocoat Polymer Systems DP-200 Decorative Pavement Coating by sprayer and soft bristle brush. Apply second, third and fourth coat by sprayer and soft bristle brush. Product Availability & Technical Assistance Creative Paving Solutions Phone# 480-446-9000 It shall be required that onsite samples and mock-ups be made by the applicator. One 10’x10’ mock up shall be constructed for each of the four (4) bid items listed below. Representative test sections must be produced for the Owner’s approval in writing and to ensure that applicators are familiar with the product and installation procedures. 322.4 DP 100 Clear-coat Sealer shall be installed on all Decorative Asphalt areas to provide ease of long-term maintenance and to reduce tire markings on colored asphalt. DP 100 Clear-coat Sealer shall be installed per manufacturer’s specifications Product Availability & Technical Assistance Creative Paving Solutions 1027 East Curry Road Tempe, AZ 85281 Phone# 480-446-9000 Local Representative: Mr. Hadar Rahav 322.5 Measurement & Payment: Measurement and payment for Decorative Asphalt Paving shall be made on the basis of the bid price per square foot for the bid items listed below, as shown in the bid schedule. The bid prices shall be full compensation for the systems complete in place as described herein and on the plans. ITEM 322.010 GRAY INTERSECTION BANDING: COLORED ASPHALT WITH TEMPERATURE REDUCTION COATING - SQUARE FEET ITEM 322.020 CROSSWALK: STAMPED COLORED ASPHALT - SQUARE FEET WITH TEMPERATURE REDUCTION COATING ITEM 322.030 INTERIOR INTERSECTION: STAMPED COLORED ASPHALT WITH TEMPERATURE REDUCTION COATING - SQUARE FEET

Page 35: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 35 of 119 Special Provisions

ITEM 322.040 INTERIOR INTERSECTION: SQUARE FEET ‘BLACK TOP’ COLORED ASPHALT SECTION 329 TACK COAT 329.3 Application Section 329.3 of the MAG Standard Specifications is modified as follows: Tack coat shall be diluted in the proportion of 50 percent water and 50 percent emulsion and applied at the rate of 0.08 gallons per square yard. Application shall be made in advance of subsequent construction as ordered by the Engineer. 329.7 Payment Section 329.73 of the MAG Standard Specifications is modified as follows: Payment for the application will be made at the unit bid price per square yard. Such payment shall be compensation in full for supplying and applying the tack coat complete in place in accordance with the specifications and the construction plans. ITEM PAYMENT COVERED UNDER ITEM 321.010 AND ITEM 321.020 SECTION 332 – PLACEMENT AND CONSTRUCTION OF ASPHALT EMULSION SLURRY SEAL COAT Section 332.4 add the following: 332.4 Preparation of the Surface Surface prior to sealcoating must be clean and free from all loose material and dirt. Pavement surface repairs should be made with a suitable hot or cold asphalt mix. Cracks should be filled with SealMater hot pour or cold applied crack fillers. Treat all grease, oil and gasoline spots or stains with SealMaster Petro Seal or Prep Seal. 332.5 Weather Limitations Add the following: Temperatures must be above 50° F both during application and for a period of at least 24 hours after application. Do not apply when rain is imminent or forecast. New asphalt surfaces should be allowed to cure a minimum of four weeks under ideal weather conditions (70°F) before applying PMM. 332.7 Mixing and Application Add the following: Mixing of Sealcoat For optimum results, mix PMM in accordance with the following mix design (based on 100 gallons

Page 36: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 36 of 119 Special Provisions

for ease of calculation): PMM Concentrate: 100 gallons Sand (40-60 mesh AFS): 400 lbs Note: If required, a small amount of water may be added to facilitate application of mixed material. Application of Sealcoat For optimum performance and durability apply two coats of PMM with sand. A third coat of PMM with sand may be applied to high traffic areas such as entrances, exits and drive lanes. 332.9 Measurement Section 332.9 replace with the following: Measurement shall be on a square yard basis and payment will be full compensation for placing all materials specified complete in place, with no allowance for waste, and shall include labor, equipment, tools, and incidentals necessary to complete the work as prescribed and directed by the Town. ITEM 332.010 SLURRY SEAL TREATMENT (PARKING LOT) SQUARE YARD SECTION 336 PAVEMENT MATCHING AND SURFACING REPLACEMENT 336.1 Description: Section 336.1 of the MAG Standard Specifications is modified to add the following: This section controls the work associated with sawcutting pavement, as required by the construction plans. 336.2.4.1 Permanent Pavement Replacement: Add the following: Permanent pavement replacement is not required at locations where full pavement reconstruction is called for on the roadway plans; these locations are labeled as type ‘NP’ on the storm drain, water and sewer plans. 336.5 Payment: Section 336.5 of the MAG Standard Specifications is modified as follows: Payment for sawcutting pavement will be made at the unit bid price per linear foot. Such payment shall constitute full compensation for providing equipment and accomplishing this work complete in place as identified on the construction plans and in the specifications. ITEM 336.010 SAWCUT ASPHALTIC CONCRETE PAVEMENT LINEAR FEET (FULL DEPTH) ITEM 336.020 AC PAVEMENT REPLACEMENT (TYPE T-TOP) SQUARE YARD

Page 37: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 37 of 119 Special Provisions

SECTION 340 CONCRETE CURB, GUTTER, SIDEWALK, SIDEWALK RAMPS, DRIVEWAY AND ALLEY ENTRANCES 340.1 Description The work under this item includes new concrete construction. This work shall conform to the requirements of the MAG Uniform Standard Specifications for Public Works Construction. Where new traffic signal poles are to be installed adjacent to existing sidewalks or curb ramps, the contractor shall construct a new ADA accessible apron or provide access around the pole base as shown in the details on the plans. The contractor shall modify these details as necessary to accommodate any changed field conditions or variation in pole location at no additional cost to the Town. When constructing the signal pole apron, the contractor can either block out the pole base or cast the anchor bolts into the apron. Regardless of the method chosen, the contractor shall grout the base following installation and leveling of the pole in accordance with the Standard Specifications. The Traffic Engineer will decide on the better of the two options available on site according to placement. Prior to pouring any concrete the contractor shall contact the Town of Queen Creek Traffic Engineering Department 48 hours in advance for an inspection. 340.3 Construction Methods Section 340.3 of the MAG Standard Specifications is modified to add the following: Construct in accordance with sections 340, 601 and 725, except as modified below. Sub-grade shall be compacted to a relative density of 90% minimum and 95% maximum at a moisture content of optimum or up to 2% below. Compaction tests shall be done for every 300 feet of curb, or once per pour day minimum. There shall be a maximum interval of 50 feet between expansion joints in the curb and gutter. Each load shall be tested for air, temperature, and compressive strength. 340.5 Measurement Section 340.5 of the MAG Standard Specifications is modified to add the following: The detectable truncated domes shall be the Neenah R-4984 cast iron, 24”x30” plates unpainted/uncoated. Detectable warnings shall not be measured for payment, this item is considered integral to the walking surface that they form a part of and the cost is included in the related pay item. 340.9 Payment Section 340.9 of the MAG Standard Specifications is modified to add the following: Unless otherwise quantified on the plans, no additional measurement and payment will be made for

Page 38: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 38 of 119 Special Provisions

additional materials and labor needed to match existing grades to proposed driveways, such cost shall be included in bid items for which the work is necessary. Payment will be full compensation for placing all materials specified complete in place, with no allowance for waste, and shall include labor, equipment, tools, and incidentals necessary to complete the work as prescribed and directed by the Town. ITEM 340.010 CURB & GUTTER (MAG STD DET 220-1, TYPE A) LINEAR FEET ITEM 340.020 CURB & GUTTER W/DEPRESSED LIP LINEAR FEET (MAG STD DET 220-1, TYPE A) ITEM 340.025 CURB & GUTTER (MAG STD DET 220-1, TYPE B, LINEAR FEET MOD 7" WIDTH) ITEM 340.030 SINGLE CURB (MAG STD DET 222, TYPE A) LINEAR FEET ITEM 340.035 RETAINING WALL (DET 2, DWG D1) LINEAR FEET ITEM 340.040 MEDIAN NOSE TRANSITION (MAG STD DET 223) SQUARE FEET ITEM 340.050 CURB RAMP (MAG STD DET 235-1, TYPE A) EACH ITEM 340.060 CURB RAMP (MAG STD DET 235-2, TYPE B) EACH ITEM 340.070 CURB RAMP (MAG STD DET 235-2, TYPE B, MODIFIED) EACH ITEM 340.080 DRIVEWAY (MAG STD DET 250-2) SQUARE FEET ITEM 340.090 DRIVEWAY (MAG STD DET 251, MODIFIED) SQUARE FEET ITEM 340.100 CURB TERMINATION (MAG STD DET 222) LINEAR FEET ITEM 340.110 HEADER CURB LINEAR FEET ITEM 340.120 VALLEY GUTTER (MAG STD DET 240) SQUARE FEET ITEM 340.130 VALLEY GUTTER (MAG STD DET 240, MODIFIED) SQUARE FEET ITEM 340.140 CONCRETE SIDEWALK (MAG STD DET 230, 4” THICK SQUARE FEET ITEM 340.150 SCUPPER (MAG STD DET 422) EACH ITEM 340.160 MOUNTABLE CURB & GUTTER LINEAR FEET (MAG STD DET 220-2, TYPE F) ITEM 340.170 AC DRIVEWAY CONNECTION SQUARE YARD 2” AC (19-MM) ON 4” ABC ITEM 340.180 PCC DRIVEWAY CONNECTION SQUARE YARD 9” PCCP ITEM 340.190 4” PEDESTRIAN CONCRETE PAVING SQUARE FEET MED BROOM FINISH ITEM 340.200 8” CONCRETE HEADER W/REBAR LINEAR FEET ITEM 340.210 DETECTABLE WARNINGS SQUARE FEET SECTION 342 DECORATIVE PAVEMENT CONCRETE PAVING STONE OR BRICK 342.2 Materials Add subsection 342.2.6 as follows: 342.2.6 Installation Concrete slurry shall be installed with the unit pavers and sand as shown in the project plans and details. 342.4 Measurement and Payment Measurement for median concrete pavers shall be made on the basis of the contract unit price per square foot. Payment will be full compensation for placing all materials specified complete in place,

Page 39: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 39 of 119 Special Provisions

with no allowance for waste, and shall include labor, equipment, tools, and incidentals necessary to complete the work as prescribed and directed by the Town. ITEM 342.010 MEDIAN CONCRETE UNIT PAVERS SQUARE FEET (2 3/8” PAVERS ON SAND W/ABC SECTION 343 EXPOSED AGGREGATE PAVING 343.2 Material: Add the following: 343.2.3 Finish: Exposed aggregate paving shall match mock-up exposed aggregate finish. Contractor to mock-up a 4’-0” x 4’-0” sample area for approval by Town Representative and Landscape Architect prior to final installation. 343.4 Measurement and Payment Measurement for exposed aggregate paving shall be made on the basis of the contract unit price per square foot. Payment will be full compensation for placing all materials specified complete in place, with no allowance for waste, and shall include labor, equipment, tools, and incidentals necessary to complete the work as prescribed and directed by the Town. ITEM 343.010 4” PEDESTRIAN CONCRETE PAVING - SQUARE FEET EXPOSED AGGREGATE SECTION 344 LITHOMOSAIC ACCENT PAVING 344.1 Description: Lithomosaic Accent Paving is a decorative, enhanced structural paving system that combines custom mosaic tile patterns with the Lithocrete paving system. Lithomosaic is a patented paving system, and only experienced architectural cast-in-place concrete installers certified to install Lithocrete are acceptable for this project. 344.2 General:

GENERAL CONDITIONS

A. Requirements of "General Conditions of the Contract" and of Division 1, "General Requirements," apply to work in this Section with same force and effect as though repeated in full herein.

SCOPE OF WORK

A. Furnish materials, labor, transportation, services, and equipment necessary to

furnish and install LithoMosaic architectural concrete paving incorporating the patented LithoMosaic process as indicated on Drawings and as specified herein.

B. Work included in this Section:

Page 40: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 40 of 119 Special Provisions

Installation of architectural concrete paving called LithoMosaic under U.S. Patents #7,493,732 B2 and multiple U.S. Pending Patents, and U.S. Trademarks #1,879,329, #2,358,183, #3,416,208 and #3,555,406.

Only experienced Architectural Cast-in-place Concrete installers, certified to install Lithocrete are acceptable for this project. Acceptance of certification will be based on proof of certification, experience and approved samples and mockups to be provided within 30 days after Notice to proceed. If timeframe is exceeded, suitable experience is not provided, or mockups are unacceptable – installer will not be eligible to install project.

Local Contact: Progressive Hardscapes Mike Riggs – Phone: (623) 582-2274 22444 N. 19th Avenue, Bldg B

Phoenix, AZ 85027 [email protected]

C. Work related in other Sections: 1. Section 301 – Subgrade Preparation 2. Section 310 – Placement and Construction of Aggregate Base Course 3. Section 324 - Portland Cement Concrete Pavement: Adjacent concrete

paving 4. Section 430 - Landscape Planting: Coordination of plant material

placement 5. Section 440 - Irrigation System: Coordination of irrigation sleeve

installation 6. Section 727 – Steel Reinforcement 7. Section 729 – Expansion Joint Filler: Installation of caulking

REQUIREMENTS OF REGULATORY AGENCIES

A. Federal, State and local laws and regulations governing this Work are hereby

incorporated into and made part of this Section. When this Section calls for certain materials, workmanship, or a level of construction that exceeds the level of Federal, State, or local requirements, provisions of this Section take precedence.

B. No procedures, materials or products referenced in this specification may be substituted or replaced with a proposed alternative or equivalent product without the written consent of Lithocrete, Inc.

APPLICABLE STANDARDS

A. Specifications and recommended practices of American Concrete Institute (ACI),

American Society for Testing and Materials (ASTM), The Uniform Building Code, and U.S. Patents #7,493,732 B2 and multiple U.S. Pending Patents, and U.S. Trademarks #1,879,329, #2,358,183, #3,416,208 and #3,555,406 referred to in this Specification with their individual designations are to be considered part of this Specification.

Page 41: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 41 of 119 Special Provisions

B. Design and Control of Concrete Mixtures – Thirteenth Edition; Portland cement Association.

QUALITY CONTROL

A. Quality control to be maintained by licensed installers of LithoMosaic throughout

duration of project.

B. Paving Subcontractor Qualifications: provide evidence to indicate successful experience in providing LithoMosaic similar to that specified herein and demonstrate successful experience

C. As part of the bid submittal the General Contractor shall submit background information

and/or qualifications on his Architectural Cast-in-place Contractor certified for LithoMosaic installation. This information shall provide evidence to indicate successful experience in providing concrete work identical to that specified herein. A listing of projects shall be provided and shall be reviewed and approved as comparable projects to the specified work by the Owner or Architect prior to award of bid. Failure to provide this information or the submittal of incomplete or inaccurate information shall give cause to reject the entire bid as non responsive and incomplete. The submittal shall provide the Owner and Architect with evidence of successful experience in LithoMosaic similar to that specified herein and can demonstrate successful experience through past project documentation and references.

D. Demonstration of experience: provide a list of installed LithoMosaic architectural cast-

in-place concrete projects with a reference list of each containing address of installation, contact person and phone number of project’s architect or owner’s representation. Minimum size of each individual installation shall be 350 square feet. Provide two (2) color photos, 8” x 10” size, of each installation listed above representing the installation. Photo #1 shall show the approximate size of the installation. Photo #2 shall be taken approximately 2 to 3 feet from the paving service. See submittals portion of this section for additional information.

E. Lithomosaic Accent Paving scope by contractor shall include the services of an artist

experienced in Lithomosaic Tile Production as part of the bid item. See notes on the project plans.

F. Supervision: On site superintendent must have a minimum of 10 years experience installing Lithocrete.

G. Lithocrete products and systems affect adjacent finishes and construction. Therefore,

Lithocrete items should be included and priced as part of an entire, larger “Lithocrete” area and sales price.

SITE INSPECTION

A. Verify conditions at site that affect work of this Section.

B. Take field measurements as required.

Page 42: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 42 of 119 Special Provisions

C. Report major discrepancies between drawings and field dimensions to Owner's Authorized Representative prior to commencing work.

SUBMITTALS

A. Product Data: Submit no later than 10 days after contract award a typed list of

products specified in this Section. B. Shop Drawings:

1. Submit shop drawings for reinforcing steel and accessories in accordance with ACI standards.

2. Paving Jointing and Pour Sequence Plan a. Proposed layout of contraction, construction and isolation joints.

Clearly delineate the three different joint types. b. Layout of paving types as indicated on Drawing Paving Schedule.

Give overall dimensions of each paving type. c. Concrete pour sequence. Indicated sequence of paving pour

installation.

C. Statement of Mix Design: Submit (1) copy of Statement of Mix Design prepared by batch plant servicing Project for each load delivered to Project. Statement of Mix Design to contain following information: 1. Name, address, and telephone number of batch plant preparing statement

of mix design. 2. Date of mix design. 3. Project location. 4. Contractor requesting load delivery. 5. Mix design number. 6. Integral color used. 7. Gradations for sand and aggregate. 8. Material weights, specific gravity, and absolute volumes. 9. Basis of testing, i.e. UBC 2605 D4 and Title 24 2604 D4. 10. Water/cement ratio. 11. PSI rating.

D. Submit evidence of licensed installer qualifications for experience, demonstration

of square footage installed, number of projects, and contact information to verify experience as indicated in Quality Control section of this specification.

SUBSTITUTIONS

A. None allowed unless approved in writing by Owner’s Authorized Representative and Landscape Architect. No product substitutions shall be allowed after close of bids.

TESTING A. A testing agency may be designated by Owner or Owner's Authorized

Representative. Testing personnel to meet ASTM E329 requirements.

MOCK-UPS

Page 43: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 43 of 119 Special Provisions

A. Prior to construction, provide one (1) complete 4-foot x 4-foot x 5-inch sample of each LithoMosaic paving type specified on Drawings.

B. Ensure that each mock-up contains joint types specified on project, i.e. construction,

contraction, and isolation. C. Locate mock-ups in a conveniently accessible and protected place. Approved mock-

ups will be standard for future Lithocrete installation review and comparison. D. Remove mock-ups from site and dispose upon completion of Work and approval by

Owner’s Authorized Representative.

PROJECT CONDITIONS A. Keep work area clean, and in a safe and workman-like condition so that rubbish,

waste and debris do not interfere with work of other trades.

PRODUCT HANDLING A. Store materials in a dry and protected location. Protect reinforcing steel and

dowels from rusting, deformation, staining, and moisture damage.

B. Keep Lithocrete aggregate dry at all times prior to installation. COORDINATION Notify Owner’s Authorized Representative and contractors performing work related to installation of Contractor’s Work in ample time, so as to allow sufficient time for them to perform their portion of work. 344.3 Products: PORTLAND CEMENT

A. Type I, IA, II, IIA, III, IIIA, IV, and V cements, to conform to ASTM C150. B. Use same brand of cement from single source throughout entire project.

C. Refer to Drawings for cement type specified.

WASHED CONCRETE SAND

A. Clean, hard, and durable washed concrete sand, conforming to ASTM C33. B. Use same sand from single source throughout entire project.

COARSE AGGREGATE

A. Clean, hard, and durable coarse aggregate, conforming to ASTM C33.

B. Use same aggregate from single source throughout entire project. WATER

A. Free from deleterious materials such as oils, acids, and organic matter. ADMIXTURES

Page 44: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 44 of 119 Special Provisions

A. Integral Concrete Coloring Admixture: Refer to Drawings for color type and manufacturer. 1. Acceptable Manufacturers:

a. L.M. Scofield; (800) 800-9900 b. Colorfull by Admixtures, Inc.; (626) 357-3263 c. QC; (800) 453-8213 d. Davis Colors; (323) 269-7311 e. Solomon Colors; (800) 624-0261 f. BASF; (909) 987-1758

B. Air Entrainment Admixtures: Conforming to ASTM C260.

1. Acceptable Manufacturers: a. Grace Construction Products; Daravair, (800) 433-0020 or

www.graceconstruction.com/concrete/air_entraining.html#daravair. b. Master Builders, Inc.; Micro-Air, (800) 628-9990 or

www.masterbuilders.com/MB/pub/Product.asp?TypeCat=2&ParentID=78&ProductID=22.

c. Sika®; AEA-15, (201) 933-8800 or usa.sika.com/dms/...get/.../pds-cpd-Sika%20AEA-15-us.pdf

C. Water Reducing Admixtures: Conforming to ASTM C494, Type A.

1. Acceptable Manufacturers: a. Grace Construction Products; WRDA® (800) 433-0020

www.graceconstruction.com/concrete/water_reducers.html#wrda. b. Sika®; Viscocrete 2100, (201) 933-8800, usa.sika.com/.../pds-

cpd-Sika%20ViscoCrete%202100-us.pdf

D. ASR Mitigating Admixture 1. Acceptable Manufacturers:

a. Grace Construction Products; RASIR (800) 433-0020 or https://grace.com/construction/en-us/Documents/Rasir-01C.pdf

b. Euclid; Eucon Integral Arc, (216) 531-9222 or http://euclidchemical.com/fileshare/ProductFiles/techdata/eucon_integral

_arc.pdf c. Sika®; Control ASR, (201) 933-8800, usa.sika.com/dms/.../pds-cpd-

Sika%20Control%20ASR-us.pdf

READY MIXED CONCRETE A. Batched, mixed and transported in accordance with ASTM C94 - "Specifications

for Ready Mixed Concrete." REINFORCING

A. Reinforcing Steel: Conforming to ASTM A615, clean and free of rust, dirt, grease or oils.

B. Tie Wire: 16-gauge plain cold-drawn steel conforming to ASTM A82, clean and

free of rust, dirt, grease or oils.

C. Supports for Reinforcement: 1. Provide supports for reinforcement including bolsters, chairs, spacers and

other devices for spacing, supporting and fastening reinforcing bars in place.

Page 45: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 45 of 119 Special Provisions

D. Polypropylene Fiber Reinforcement: 100% virgin multifilament polypropylene

fibers, complying with ASTM C 1116 - Type III. 1. Acceptable Manufacturers:

a. Fibermesh; Fibermix Stealth – 1/4” long (423)892-8080 or www.fibermesh.com/family/stealth.htm.

b. Grace Construction Products; MicroFiberTM (800)433-0020 or www.graceconstruction.com/concrete/fibers.html

2. Application Rate: 1/2 lb. /cy of mix. ISOLATION JOINT MATERIALS

A. Refer to Section 729 – Expansion Joint Filler for isolation joint construction.

CONSTRUCTION JOINT DOWELS

A. Construct Speed Dowel or Diamond Dowel Construction Joints (CJ) at modules no larger than 15’-0” x 15’-0”.

B. Dowel schedule to match rebar schedule at a minimum spacing of 24”o.c.

C. 1/2-inch-diameter smooth dowel free of dirt, grease, and oils. Encase 50 percent of each dowel in a Speed DowelTM plastic sleeve to allow parallel lateral movement of each Dowel. Double check steel dowel to Speed dowel tolerance to insure snug fit. Contact Greenstreak at (800) 325-9504 or www.greenstreak.com/speeddowelhome.htm. Or contact local suppliers such as White Cap.

FLY ASH

A. ASTM C618 - Type F.

LITHOCRETE PRODUCTS A. Lithocrete Conditioner

1. Acceptable Manufacturers a. Lithocrete; Lithocrete Conditioner

B. LithoMosaic Etch-Retarder

1. Acceptable Manufacturers b. Lithocrete; Lithocrete Etch Retarder

C. Lithoseal

1. Acceptable Manufacturers 1. Lithocrete

344.4 Execution: SUBGRADE

A. Subgrade to meet requirements of project’s soils report.

Page 46: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 46 of 119 Special Provisions

B. Recommend that a minimum 4-inch layer of aggregate base course (ABC) compacted to 95 percent relative compaction placed over subgrade prior to placing concrete.

C. Screed to a smooth plane.

D. Ensure that utilities, including irrigation lines are buried and compacted below

bottom of aggregate base course layer.

E. Keep aggregate base course damp prior to placing concrete. FORMING

A. Be responsible for design and engineering of formwork as well as its construction.

B. Ensure that Work conforms to recommended practice for concrete formwork (ACI 347), latest edition.

C. Do not exceed 18-feet by 18-feet in a formed construction area. D. Allow forms to remain in place long enough to allow concrete to set properly.

Remove forms when appropriate. DESIGN OF MIXES AND PROPORTIONING

A. Proportion and mix of cement, aggregate, admixture and water to attain required plasticity and strength in accordance with current edition of ACI Manual of Concrete Practice and PCA "Design and Control of Concrete Mixtures."

B. Concrete mixtures to be designed by an approved commercial testing laboratory,

using approved materials to obtain specified minimum compressive strength.

C. Concrete Mix Criteria: 1. Slump: 5-inch, with a 1/2-inch slump differential between successive

batches. Obtain approval from Owner’s Authorized Representative if slump is outside these parameters.

2. Minimum PSI rating at 28 days: 3,000 and 4,000 PSI in areas with freeze thaw.

3. Fly ash: Use for seeding reactive Lithocrete aggregates such as glass and seashells. May be eliminated when ASR mitigating admixtures are used.

4. Non-Chloride Accelerators: Do not use corrosive accelerators such as calcium chloride.

5. Concrete Delivery: Use of concrete loads exceeding 90 minutes from time of batch plant must be approved by Owner’s Authorized Representative.

6. Ensure that batch plant guarantees single source supply for cement, sand, and aggregate for the entire project.

LITHOMOSAIC INSTALLATION

A. LithoMosaic® is a patented paving process. Installation of LithoMosaic must be performed by a licensed LithoMosaic installer only.

Page 47: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 47 of 119 Special Provisions

B. Contact Lithocrete at (949) 642-0660 for a licensed LithoMosaic installer in project area. Arizona - PROGRESSIVE HARDSCAPES – Mike Riggs – (623) 582-2274

[email protected]

C. LithoMosaic is installed in accordance under U.S. Patents #6,033,146,

#6,016,635, #7,493,732, Pending 12/251,336, and U.S. Trademarks #1,879,329, #2,358,183, #2,358,054, #3,416,208 and #3,555,406.

D. LithoMosaic finish shall match Certified Lithocrete Installer’s Approved Site Mock-

Up. Site Mock-up shall be approved by Town of Queen Creek Representative and Landscape Architect prior to installation of final LithoMosaic. Mock-up shall serve as the baseline for final installation.

E. LithoMosaic process incorporates use of following patented products:

1. Lithocrete Conditioner 2. LithoMosaic Etch-Retarder 3. Lithoseal paving sealer

JOINTING

A. Refer to ACI 302 “Guide for Concrete Floor and Slab Construction” for work under this section.

B. Construction and Contraction Joints:

1. Saw-cut construction and contraction joints in locations indicated on Drawings.

2. Perform jointing with a new diamond tip circular saw. 3. Joint Width: Per Drawings. Do not exceed 3/16-inch in width. 4. Depth of sawcuts: 1/4th depth of slab. 5. Decorative Saw-cut Joints: Per Drawing. 6. Saw-cut joints in a straight line with no over-cutting. 7. Use a hand tool to saw-cut up to vertical edges such as walls, steps,

curbs and columns. No cutting into vertical surfaces will be allowed.

C. Isolation Joint Caulking: 1. Install isolation joint caulking per Section 729 – Expansion Joint Filler.

CURING

A. After LithoMosaic exposure, cure concrete for seven (7) days without foot traffic and thirty (30) days without vehicular traffic. If a curing compound is required, refer to Section 2.12 of this specification for acceptable curing compounds for use with Lithocrete.

SEALING

A. Lithoseal paving sealer

B. Follow sealer directions when applying this product. MAINTENANCE

A. Follow Lithocrete Paving Cleaning and sealing care procedures.

Page 48: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 48 of 119 Special Provisions

B. Surfaces exposed to salts, chlorine, and chemicals should be washed daily with

potable water.

C. Pressure wash at the first sign of calcification or salt build up and reseal with Lithoseal and a water proofing sealer.

344.5 Measurement and Payment: Measurement and Payment shall be lump sum. The lump sum price for Lithomosaic Accent Paving shall be full compensation for all labor, artist services, materials, tools, equipment, tile fabrication, subgrade preparation & 4” ABC, 5” concrete/lithocrete slab with reinforcement, and mock-ups for a Lithomosaic system, complete in place, per the plans, specifications, and as described herein. ITEM 344.010 LITHOMOSAIC ACCENT PAVING LUMP SUM SECTION 345 ADJUSTING FRAMES, COVERS, VALVE BOXES AND WATER METER BOXES 345.1 Description Add the following: All new storm drain manhole frames and covers shall be adjusted to grade according to MAG Standard Detail 422. There shall be no additional payment for new storm drain manhole frame and cover adjustment. All new storm drain manhole covers shall read “Queen Creek Storm Sewer.” 345.6 Payment Section 345.6 of the MAG Standard Specifications is modified to add the following: Payment for manhole grade adjustments will be made at the contract unit price per each. Such payment shall constitute full compensation for performing all of the work associated with the manhole grade adjustments as defined on the project plans and in the specifications. ITEM 345.010 ADJUST WATER OR GAS VALVE, FRAME & COVER (MAG STD DET 391-1) EACH ITEM 345.020 ADJUST SEWER MANHOLE, FRAME & COVER EACH (MAG STD DET 422) ITEM 345.030 ADJUST STORM DRAIN MANHOLE, FRAME & COVER EACH (MAG STD DET 422) ITEM 345.040 ADJUST WATER METER BOX & COVER EACH (MAG STD DET 321) ITEM 345.050 ADJUST COMMUNICATION MANHOLE, FRAME & COVER EACH (BY OTHERS) SECTION 350 REMOVAL OF EXISTING IMPROVEMENTS

Page 49: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 49 of 119 Special Provisions

350.1 Description Section 350.1 of the MAG Standard Specifications is modified to add the following: This work shall consist of removal and salvage, disposal or relocation of various existing improvements, such as pavement, structures, pipes, headwalls, curbs and gutters, riprap, fences, mailboxes and other items necessary for the accomplishment of the improvements. Where the items are identified to be salvaged, the Contractor shall deliver the item to a location to be determined by the Town of Queen Creek. The location for salvaged item delivery shall not be located more than 4 miles from the project site. 350.3 Miscellaneous Removal and Other Work Section 350.3 of the MAG Standard Specifications is modified to add the following: (I) Remove and replace existing upper barrel of fire hydrant, rotated so that the pumper nozzle

is facing due east.

(J) Remove, salvage and replace existing backflow preventer. (K) Remove and replace existing vertical curb or curb and gutter; replacement shall be made

per Section 340 and to the nearest joint. (L) Remove and replace existing valley gutter; replacement shall be made per Section 340 and

to the nearest joint. (M) Remove and replace existing sidewalk; replacement shall be made per Section 340 and to

the nearest joint. (N) Other items identified for removal and replacement that are not specifically identified above

shall be replaced in accordance with the associated specification section(s) for new construction.

(O) Sign removal includes sign panels, post, foundation, and associated hardware within the right of way. Signs designated to be relocated shall be carefully stockpiled or stored by the CONTRACTOR.

(P) Signs designated to be removed shall be carefully removed and delivered at no additional cost to the Town Street Department at the Corporation Yard on Queen Creek Road between Signal Butte Road and Meridian Road. The CONTRACTOR shall contact Tony Garcia at (480) 358-3823 or Jan Martin at (480) 747-0583 to make arrangements for delivery to the Town.

(Q) Signs that are to be salvaged or relocated and are damaged or destroyed as a result of the CONTRACTOR’s operations shall be repaired or replaced by the CONTRACTOR at no additional cost to the Town.

(R) Holes, cavities and depressions resulting from the removal of posts and post bases shall be backfilled with suitable earthen material which shall be compacted to a density of not less than 95 percent.

Page 50: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 50 of 119 Special Provisions

350.4 Payment Section 350.4 of the MAG Standard Specifications is modified to add the following: Payment for removals are noted below and shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with removing said items as described in the special provisions and on the construction plans. The relocation of the video detection system shall include relocating the video detection camera, mounting pole and hardware, and placing them on the new mast arms per the Town of Queen Creek Standard Details and requirements. The Contractor shall furnish and install all new manufacturer approved cable which runs unspliced from the controller to the camera. Any reusable traffic signal salvage items will be delivered to the Town of Queen Creek Public Works yard. ITEM 350.010 REMOVE ASPHALTIC CONCRETE PAVEMENT SQUARE YARD ITEM 350.020 REMOVE CURB & GUTTER LINEAR FEET ITEM 350.030 REMOVE SIDEWALK, DRIVEWAYS, RAMPS, & SLABS SQUARE FEET ITEM 350.040 REMOVE VALLEY GUTTER SQUARE FEET ITEM 350.050 REMOVE & SALVAGE CONCRETE PARKING BUMPER EACH ITEM 350.060 REMOVE RIPRAP SQUARE YARD ITEM 350.070 REMOVE FENCE LINEAR FEET ITEM 350.080 REMOVE & SALVAGE MAILBOX EACH ITEM 350.090 REMOVE & SALVAGE BUSINESS SIGN EACH ITEM 350.100 REMOVE & SALVAGE SIGN TO TOQC EACH ITEM 350.110 REMOVE PIPE PLUG EACH ITEM 350.120 REMOVE EXISTING STORM DRAIN PIPE LINEAR FEET ITEM 350.130 REMOVE EXISTING CATCH BASIN EACH ITEM 350.140 REMOVE EXISTING TREE EACH ITEM 350.150 RELOCATE WATER METER EACH ITEM 350.160 RELOCATE IRRIGATION VALVE EACH ITEM 350.170 REMOVE BOLLARD EACH ITEM 350.180 REMOVE STORM DRAIN MANHOLE, SALVAGE EXISTING EACH SHAFT, CONE, FRAME & COVER ITEM 350.190 REMOVE SURVEY MARKER EACH ITEM 350.200 REMOVE & REPLACE FENCE IN KIND LINEAR FEET ITEM 350.210 TRIM TREES EACH ITEM 350.220 REMOVE TREE & REPLACE IN KIND EACH ITEM 350.230 REMOVE & REPLACE CONCRETE PAVERS IN KIND SQUARE FEET ITEM 350.240 REMOVE EXISTING WATER MAIN LINEAR FEET ITEM 350.250 REMOVE EXISTING WATER VALVE EACH ITEM 350.310 REMOVE & SALVAGE EXISTING STREET LIGHT EACH TO TOQC ITEM 350.320 REMOVE & SALVAGE EXISTING PULL BOX EACH ITEM 350.330 RELOCATE EXISTING STREET LIGHT EACH ITEM 350.410 REMOVE & SALVAGE EXISTING SIGNAL EQUIPMENT LUMP SUM ITEM 350.510 ABANDON EXISTING WATER MAIN LUMP SUM ITEM 350.520 ABANDON EXISTING WATER MAIN VALVE EACH ITEM 350.530 REMOVE EXISTING HYDRANT EACH

Page 51: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 51 of 119 Special Provisions

ITEM 350.540 ROTATE EXISTING HYDRANT BARREL EACH ITEM 350.550 RELOCATE EXISTING BACKFLOW PREVENTER EACH ITEM 350.560 REMOVE EXISTING 8”-12” SANITARY SEWER LINEAR FEET ITEM 350.570 REMOVE & REPLACE EXISTING CURB & GUTTER LINEAR FEET ITEM 350.580 REMOVE & REPLACE EXISTING CURB LINEAR FEET ITEM 350.590 REMOVE & REPLACE EXISTING VALLEY GUTTER LINEAR FEET ITEM 350.600 REMOVE & REPLACE EXISTING SIDEWALK SQUARE FEET ITEM 350.610 REMOVE & REPLACE PCC DRIVEWAY SQUARE FEET ITEM 350.620 REMOVE & REPLACE PAVER DRIVEWAY SQUARE FEET ITEM 350.630 REMOVE & REPLACE VINYL FENCE IN KIND EACH ITEM 350.640 REMOVE & REPLACE SPEED LIMIT SIGN EACH ITEM 350.650 REMOVE DOUBLE CHECK VALVE BACKFLOW PREVENTER EACH ITEM 350.660 REMOVE EXISTING SEWER MANHOLE & BACKFILL VOID EACH ITEM 350.670 CUT EXISTING SEWER & PLUG W/CONCRETE EACH ITEM 350.680 ABANDON EXISTING SEWER LUMP SUM ITEM 350.690 ABANDON WATER SERVICE & REMOVE METER BOX EACH ITEM 350.700 CUT & PLUG EXISTING WATER EACH

Page 52: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 52 of 119 Special Provisions

PART 400 – RIGHT-OF-WAY AND TRAFFIC CONTROL SECTION 401 TRAFFIC CONTROL 401.2 Traffic Control Devices Section 401.2 add the following: All traffic control devices and their application shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) handbook and current revisions (United States Department of Transportation, Federal Highway Administration), the special provisions and any field modifications made by the Town Traffic Engineer or designee. All traffic control devices shall meet the guidelines of NCHRP 350. 401.2.1 Temporary Traffic Control Devices It shall be the responsibility of the CONTRACTOR to provide, erect, maintain, remove and/or relocate all temporary and existing traffic control devices and signal indications necessary to properly mark and control the construction area(s) for the safe and efficient movement of all roadway users. The CONTRACTOR shall provide additional devices as determined by the Town Traffic Engineer, or his/her designee, to safely control traffic. The Town Traffic Engineer, or designee, reserves the right to make contact with the traffic control subcontractor at any time to request any materials or services deemed necessary for the safety of the public or workers. The cost of these materials or services shall be included in the cost of Traffic Control. The CONTRACTOR shall install temporary traffic control warning signs and devices prior to the start of any work in accordance with the approved Traffic Control Plan (TCP). Each 600 feet point of the project shall be signed with construction speed limit signs, placed at locations where the need for relocation during construction is minimized. All temporary traffic control devices shall be ballasted with sandbags or other approved ballast. The amount of sandbags used shall be enough to provide adequate safety for the traveling public and resist wind blown overturning. The CONTRACTOR shall mount signs on wind resistant, spring-type bases. The CONTRACTOR shall place flags above all signs. The CONTRACTOR shall use warning lights to mark traffic control devices at night. The CONTRACTOR shall mount Type B high-intensity flashing warning lights on all advanced warning signs within the work zone. The CONTRACTOR shall use an arrow board for all stationary or moving lane closures. The CONTRACTOR is responsible for all costs incurred in replacing all lost or damaged traffic control devices and traffic control warning signs. Portable concrete barrier (PCB) installations shall be in accordance with Chapter 9 of the AASHTO Roadside Design Guide. The PCB shall use F-shape faces. Each section shall be properly connected to the adjacent section to provide barrier continuity to resist movement, snagging, and/or instability of impacting vehicle. PCB panels and connections shall meet NCHRP 350 Test Level 3. 401.2.2 Pavement Markings Pavement markings used as an integral part of the traffic control plan shall be kept distinct and

Page 53: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 53 of 119 Special Provisions

visible during their use. Temporary pavement markings shall match and meet the markings in place at both ends of their usage. Conflicting existing pavement markings or prior temporary markings shall be obliterated to prevent driver confusion. 401.3 Flagmen or Pilot Cars Section 401.3, add the following: All flaggers shall be properly trained and certified by either the International Municipal Signal Association (IMSA), or American Traffic Safety Services Association (ATSSA) and shall carry proof of training with them at all times. Flaggers shall use “STOP/ SLOW” paddles to control traffic; orange construction flags are not permitted. 401.4 Traffic Control Measures Section 401.4, add the following:

401.4.1 Traffic Control Plan Construction shall not commence without an approved Traffic Control Plan (TCP). At the time of the pre-construction meeting, the CONTRACTOR shall submit a proposed TCP for each phase of the work to the Town for approval and permit according to the Town established procedure. Plans shall be of an appropriate size and legible. Plans found to be deficient by the Town Traffic Engineer shall be returned for correction. The CONTRACTOR shall design the traffic control plan using the posted speed limit existing prior to work starting as the design speed. The TCP shall show all striping, signing, barricading and distances for all devices for all movements of roadway users during each phase of construction. The signing shall show both existing and temporary construction signs, identify conflicting signs to be covered/removed or relocated, and identify other features that may conflict with the placement of temporary signage. The TCP shall also show the duration with the start and end date of each phase. The TCP shall include all requests for lane closures or restrictions per requirements in section 105.5.1. 401.4.2 Traffic Control Technician No Traffic Control Technician is required for this project. 401.4.3 Intersection Restriction Off-duty Queen Creek District Maricopa County Sheriff’s Office deputies are required during any construction activity that requires interaction of construction equipment or vehicles with the open flowing traffic. Contact Sgt. Dan Jones Patrol/Administrative Sergeant at either (480) 861-8771or at [email protected] for scheduling. A minimum of 24 hours of notice is required. 401.4.4 Traffic Control Devices The CONTRACTOR shall provide and maintain all necessary traffic control devices until acceptance of the project by the Town. All signs shall be equipped with two orange construction flags, except “End Road Work Thank You” sign, unless noted otherwise. All construction warning signs shall have a black legend on an orange fluorescent background unless otherwise noted. The mounting height for embedded post mounted

Page 54: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 54 of 119 Special Provisions

signs shall be a minimum of seven feet, and the mounting height for portable stand (rigid and spring) mounted signs shall be a minimum of five feet, measured from the bottom of the sign to the near edge of pavement elevation. Type “A” flashing warning lights shall be required on all nighttime construction signs except the “End Road Work Thank You” sign. For signs installed on embedded posts, the nearest edge or corner of a sign should be seven feet from the nearest edge of pavement. With the exception of advance construction zone signing, when traffic control devices are not in use, they shall be moved at least 10 feet from the roadway and turned away from traffic so the legend is not visible to the public. This includes sign supports without sign panels. Any signs which are not in use but which cannot be moved at least 10 feet from the roadway shall be covered or turned away so the public cannot read the legends. All existing signs in conflict with the construction signs shall be covered in place, as directed by the Town Traffic Engineer. The CONTRACTOR shall store and reinstall items which have been removed or relocated in a manner approved by the Town Traffic Engineer. The cost shall be considered as included in the price of the contract items. Construction signs and changeable message boards, except advance construction zone signing, shall not be displayed to traffic more than 72 hours prior to the start of construction, except as required by the Town. These signs may be installed sooner but, if so they shall be covered or turned away from traffic. The cost for covering or turning them shall be considered part of the sign installation cost. No further compensation will be made. These signs shall be removed within 24 hours after the completion of the construction activities. Advance construction zone signs shall be displayed a minimum of three (3) days prior to the start of construction activities. Vertical panels or Type II barricades shall be placed on all taper and tangent sections of the traffic control during construction. A Type “C” steady-burning yellow light shall be mounted on every vertical panel or Type II barricade during nighttime activities to delineate the edge of traveled way. The retroreflective sheeting on all traffic control signs, barricades, vertical panels, and other work zone traffic control devices except orange signs shall meet the criteria established for Type IV, Type VIII, Type IX, or Type XI sheeting in ASTM D4956-07. All orange signs shall have fluorescent reflective sheeting and shall meet the criteria established for Type VIII, Type IX, or Type XI sheeting in ASTM D4956-07. All sign panels and their supports shall be installed to meet the current crash testing requirements. All construction access and staging areas shall be located within the existing right-of-way or easement for the length of the project. 401.4.5 Flaggers All flaggers shall be properly trained and certified by either the International Municipal Signal Association (IMSA), or American Traffic Safety Services Association (ATSSA) and shall carry proof of training with them at all times. Flaggers shall use “STOP/ SLOW” paddles to control traffic; orange construction flags are not permitted. 401.4.6 Failure To Provide Adequate Traffic Control Measures If the CONTRACTOR fails to provide adequate traffic control measures, the Town may have the work accomplished by other sources. The cost of having this work accomplished by other sources will be computed in accordance with Section 109.5. The total cost will be deducted from monies due or to become due to the CONTRACTOR.

Page 55: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 55 of 119 Special Provisions

401.5 General Traffic Regulations: Section 401.5, add the following: 401.5.1 Road Closure and Road Restrictions A road closure for the convenience of the CONTRACTOR is not authorized without Town approval and must be demonstrated to be required for construction and traffic safety. No roadway closures or lane closures will be allowed during holidays or special event periods, unless otherwise approved by the Town Traffic Engineer. The CONTRACTOR shall notify and coordinate with the Town Traffic Engineer at least 10 working days prior to any lane closures. Coordination may consist of obtaining permits, approval of work zone limits, duration of construction, special events or other concerns presented by the Town Traffic Engineer. The CONTRACTOR is responsible to obtain all necessary permits prior to commencing work. 401.5.2 Minimum Lane Requirements The CONTRACTOR shall develop traffic control plans to maintain a minimum of one lane of travel in each direction. At signalized intersections, left turn lanes shall be maintained open when possible. Left turn prohibitions shall require Town Traffic Engineer approval prior to construction. Such approval is at the sole discretion of the Town. Minimum lane requirements may be modified by Section 105.5.1. 401.5.3 Temporary Lane Diversions For construction or trenching that requires movement of traffic from the normal travel lanes, temporary lane diversions may be used only during daylight hours and the normal traffic lanes shall be restored prior to the end of daylight hours. Traffic plates and temporary pavement shall be used to restore traffic lanes. The Town Project Manager or the Town Traffic Engineer, under unusual conditions, may authorize exceptions. 401.5.4 Regulatory Speed Limit Signs An appropriate regulatory speed limit sign shall be used where traffic is maintained on temporary detour roads, diversions, or on traffic lanes that are severely restricted. 401.5.5 Signal Equipment Repair If existing signal equipment is damaged, the CONTRACTOR shall immediately notify the Project Manager, in order to facilitate the prompt restoration of the traffic signal operation. All costs associated with the repair of damaged traffic signals caused by CONTRACTOR construction activity shall be borne by CONTRACTOR. 401.5.6 Portable Concrete Barriers / Steel Plating Open excavations and trenches within 10 feet of an active traffic lane shall be protected at night and during non-working days from vehicle traffic by steel plating or the use of portable concrete barriers. Open excavations as may occur with reinforced concrete box culvert construction and other work

Page 56: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 56 of 119 Special Provisions

shall require portable concrete barriers to separate vehicle traffic from the work site. The CONTRACTOR shall use Portable Concrete Barrier when construction hazards warrant, or as requested by the Town Traffic Engineer. Impact attenuation devices shall be provided by the CONTRACTOR commensurate with concrete barrier requirements. 401.6 Measurement Section 401.6 is replaced with the following: Measurement for Traffic Control shall be made on an Allowance basis. This item shall include all materials, equipment and labor necessary to facilitate traffic control per the contract documents. Items of Traffic Control include, but are not limited to, the obliteration of existing and temporary pavement markings or markers, portable or temporary traffic signal equipment, pilot cars, flagmen, barricades, sign panels, sign stands, warning lights, and related temporary pavements, and off duty officers. 401.7 Payment Section 401.7 is replaced with the following: Payment for Traffic Control and Uniformed Off-duty Law Enforcement Officers shall be made at full reimbursement of actual invoices with 5% markup. ITEM 401.010 TRAFFIC CONTROL ALLOWANCE ITEM 401.020 OFF-DUTY OFFICER ALLOWANCE SECTION 405 MONUMENTS 405.5 Payment Section 405.5 of the MAG Standard Specifications is modified to add the following: Payment for placing survey monuments will be made at the contract unit price per each, and shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with placing the survey monuments complete in place as described in the special provisions and on the construction plans. Additionally, a new Arizona Land Survey Corner Record shall be recorded with the Maricopa County Recorder by the Contractor’s RLS. A copy of the recorded document(s) shall be provided to the Town. ITEM 405.010 SURVEY MARKER (MAG STD DET 120, TYPE A) EACH ITEM 405.020 SURVEY MARKER (MAG STD DET 120, TYPE B) EACH SECTION 430 LANDSCAPING AND PLANTING Landscaping and planting shall conform to Section 430 of the MAG Uniform Standard Specifications except as modified herein. 430.1 Description:

Page 57: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 57 of 119 Special Provisions

Modify the first paragraph to read: This section shall govern the preparation and planting of landscape areas as depicted and as required in the plans and specifications. All materials and products shall be in accordance with MAG Section 795. Modify the second paragraph to read: Existing utilities and improvements not designated for removal or relocation shall be protected in place. Determine the location of underground utilities (call Blue Stake) and perform all work in a manner which will avoid possible damages to the utility. The Contractor shall repair any damages at no additional cost to the Owner. Hand excavate around utilities as required. Add the following: The work under this section shall consist of furnishing all labor, materials, and equipment to install decomposed granite, trees, shrubs, ground covers, palms, boulders, and potted plant materials designated for installation. 430.2 – General Add the following: The Contractor shall furnish all labor, materials, equipment, and incidental and appurtenant items of work needed to install the landscape, to the lines and details shown in the plans. Applicable publications listed below form a part of this specification:

Arizona Nursery Association Growers Committee Recommended Tree Specification (Revised August 2005). American Standard for Nursery Stock (2004)

The Contractor shall perform all work in accordance with all applicable laws, codes and regulations required by authorities having jurisdiction over such work and provide for all inspections and permits required by Federal, State and local authorities in furnishing, transporting and installing materials as shown or for completing the work identified herein. All planting areas shall be left free of construction debris including but not limited to concrete, grout, re-bar, wood, nails, debris and/or toxic material and graded to a level to permit landscape and irrigation construction. Trenches, foundation backfill or other filled excavations shall be compacted prior to turning the site over to the Landscape Contractor. Compaction of fill areas for planting shall be at 85 percent maximum. No soil preparation or planting shall begin before the site has been cleared and cleaned of debris. The Engineer shall approve the condition of all planting areas prior to commencement of soil preparation for planting. Commencement of work indicates acceptance of job site conditions by the Contractor. The Contractor shall cooperate and coordinate with other contractors and trades working in and adjacent to landscape areas. The Contractor shall maintain stakes set by others until all parties concerned mutually agree upon their removal. The Contractor shall ship materials with Certificates of Inspection required by governing authorities.

Page 58: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 58 of 119 Special Provisions

If any of the specified plant material is not obtainable, submit proof of non-availability, together with a proposal for use of equivalent materials, similar in appearance, ultimate height, shape, habit of growth and general soil requirements. The Contractor may make substitutions of a larger size of the same species and variety with the approval by the Engineer and at no additional cost to the Owner. Before delivery, submit Certificates of Compliance certifying that materials meet the specified requirements. Submit certified copies of the compliance reports for the following materials:

1. Transporting of cacti and landscape plant materials (from the Arizona Department of Agriculture)

2. Soil amendments and conditioners 3. Turf Hybrid Bermuda Sod

Certification shall indicate suppliers name, address, telephone number, date of purchase, name, model number and technical description of item purchased, and quantity of each item purchased. The Engineer reserves the right to take and analyze samples of materials for conformity to the specifications at any time. The Contractor shall furnish the samples upon request. Contractor shall immediately remove rejected materials from the site at the Contractor’s expense. The Contractor shall pay for the cost of removing any materials not meeting specifications. All herbicide/pesticide applicators shall be properly licensed for application of non-restricted use chemicals with an A-20 license or an A-21 license with Pesticide Endorsement from the State Registrar of Contractors and Structural Pest Control Commission. All Landscape Contractors are required to furnish a copy of their application from the Registrar of Contractors, which shall list the names of those employees approved as applicators by the Registrar of Contractors. Application of non-restricted use pesticides shall not take place until the Engineer receives a copy of the application. As directed by the Engineer, treat all non-paved areas with a chemical contact herbicide, such as Round Up or approved equal, to kill existing weeds. Clear, grub and remove the weeds from these areas after establishing the weed kill to the satisfaction of the Engineer. Finished grades for landscape areas shall be a smooth, uniform surface, free of abrupt grade changes or depressions. Finished soil grades adjacent to paving, curbs or headers shall be as shown in the drawings and may be adjusted by the Engineer for surface materials. During the installation of landscape plantings, keep pavements clean and work areas in a neat and orderly condition on a daily basis. Remove all debris, trash and excess materials generated by the landscape installation. Sweep, scrub or hose affected areas as directed by the Engineer to maintain a clean and neat work area. Landscape Contractor shall call for "blue stake" as required. Exercise extreme caution in all planting operations, as there are underground electric and telephone cables, sewer lines and water lines throughout the entire area. Contractor shall study and be familiar with the location of these obstructions and underground utilities. Place plantings where shown on the plans. If there are obstructions or underground utilities, relocate plants clear of any interference at the direction of the Town inspector. Landscape Contractor shall repair all damages caused by him to obstructions and underground utilities at no expense to Owner. Determine location of underground utilities and perform work in a manner, which will avoid possible

Page 59: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 59 of 119 Special Provisions

damage. Hand excavate, as required, to minimize possibility of damage to underground utilities. Maintain grade stakes until removal is mutually agreed upon by all parties concerned. The Contractor shall layout all plant material using stakes or flags to indicate the location of all plant materials. Spacing of shrub and groundcover material shall be as specified in schedule on plans. Determine the location and spacing of trees by the plan scale and locate as accurately as the scale permits. Accomplish preliminary adjustments to conform to actual site conditions acquire the approval of the Town Inspector or his authorized representative on the stakeout of all plant material. Note: Contractor shall not begin planting operations until landscape grading and irrigation system has been installed and is fully operable. Add the following: 430.3.2.1 Turf (Sod) - Construction Requirements: Lay first row in a straight line. Place subsequent rows parallel and tightly against each other. Stagger lateral joints. Butt all joints tightly with no stretching or overlapping. Handle to prevent damage to sod pieces. Keep installed sod slightly moistened to prevent drying. Immediately after transplanting, roll the entire area. Water the area thoroughly to a depth sufficient that the underside of the new sod pad and the upper four (4) inches of topsoil are thoroughly wet. Maintenance: From the time any sod is laid until completion of the 90-day plant establishment period, the Contractor shall ensure that the sod is watered and fertilized, trash and debris are removed, weeds controlled and dead sod is replaced. Sod damaged by frost shall be replaced during the plant establishment period as directed by the Owner/Landscape Architect. The contractor shall mow the turf weekly and maintain lawns until accepted. Maintain lawns by watering, weeding, mowing, trimming, and other operations such as, rolling, regarding, rock removal, repair of all erosion, fertilizing and re-sodding as required to establish a smooth, acceptable lawn, free of eroded or bare areas. Mow lawns at regular intervals to maintain a maximum height of 1 inch. Do no cut more the 40 percent of grass blade at any one mowing. First Week: Soil shall be kept moist at all times to a depth of four (4) inches. Schedule the watering so that grass leaves will be dry by nightfall. Second and Subsequent Weeks: Water as required to maintain adequate moisture in the upper four (4) inches of soil until Final Acceptance by Owner. During second week after installation, apply two (2) pounds of available nitrogen per thousand (1,000) square feet. During sixth week after installation, apply one (1) pound of available nitrogen per thousand (1,000) square feet. Do not mow until sod is firmly rooted and secure in place. Remove not more than 40 percent of the grass leaf at initial or subsequent mowing. Maintain one (1) inch height unless otherwise specified. Contractor shall be responsible for maintenance of the turf until Final Acceptance. The Contractor shall be held liable for damages incurred to turf through failure to water properly following sodding. Contractor shall guarantee that sod shall be uniform in color, leaf texture and shoot density and shall be reasonably free of weeds, diseases or other visible imperfections at time of Final Acceptance. 430.4 Decomposed Granite: Delete in its entirety and replace with: A. Decomposed Granite

Page 60: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 60 of 119 Special Provisions

1. Decomposed granite shall be native, local, desert, decomposed granite stone at the size and color specified on the plans. The decomposed granite shall be from a single source, free from coating, clay, caliche or organic matter. Contractor shall provide Town Inspector with a sample of material for approval before installation. Multiple samples may be required.

2. Contractor must examine the subgrade, verify the elevations, and observe the conditions under which the work is to be performed. The existing grade shall be fine graded and raked free of organic matter and other debris 1-inch diameter and larger. Contractor shall apply one application of pre-emergent herbicide as per manufacturer’s directions prior to installing granite, one application after granite has been installed, compacted and raked level and one application 30 days prior to the end of the maintenance period. The Town Inspector is to be notified prior to all pre-emergent applications.

3. Installed granite shall be raked to remove any irregularities. Installation shall provide a two-inch depth of decomposed granite after compacting. Methods of compacting such as rolling, water settling, etc., shall be approved by the Town Inspector. Unless otherwise specified in the drawings, granite finish grade shall be one (1) inch below top of curb or adjacent sidewalk surfaces.

4. All disturbed (non-seed) areas shall be treated with a pre-emergent weed spray "Gallery", or an approved equal. In addition, any existing weeds or Bermuda grass shall be treated with a post-emergent spray, such as “Round-up”, or an approved equal. Any existing or new trees or vegetation shall be protected from the spray drift. There will be no separate payment for the weed spraying. Bermuda grass or weeds must be completely eradicated where designated by the Engineer from landscape, sand or decomposed granite areas.

Page 61: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 61 of 119 Special Provisions

430.4-1 Decomposed Granite 1/2-Inch Screened and Decomposed Granite to Match Existing Off-site Granite: Contractor shall supply and place decomposed granite in areas designated on the plans. Gradation requirements for the Items Decomposed Granite 1/2” Screened and Decomposed Granite to Match Existing Off-site Granite are as follows:

Decomposed Granite 1/2 Inch Screened Sieve Size Percent Passing ¾ Inch ½ Inch 3/8 Inch ¼ Inch #4 #8 #40 #200

100 85 - 90 40 - 70 15 - 20 5 - 15 0 - 15 0 - 10 0 - 4

Decomposed Granite to Match Existing Off-Site Granite See Plans

Contractor shall provide 5’-0” x 5’-0” x 2” depth samples to the Town of Queen Creek for all granite specified for approval by Town Representative and Landscape Architect prior to placement. All disturbed areas shall be treated with a pre-emergent per the plans and details and any active weed growing area with a post-emergent spray, such as “Round-up” or an approved equal. There will be no separate payment for the weed spraying. Bermuda grass or weeds must be completely eradicated where designated by the Town of Queen Creek from landscape or decomposed granite areas. All weed control products and the Town of Queen Creek shall approve herbicides for use prior to any applications. Contractor shall submit copies of all manufacture specifications and application rates to the Town for review and approval prior to application. Herbicides and weed control shall only be performed by a licensed applicator; contractor shall supply information on applicator to the Town of Queen Creek for approval. Contractor shall apply two applications of pre-emergent herbicide- the first at the time of granite installation and the second within one week prior to the end on the maintenance period. The contractor shall contact the Engineer prior to herbicide application so that the Engineer can inspect the proper mixing and application of the herbicide. The contractor shall guarantee a weed free condition will exist for a 6 month period following the end of maintenance of the project. Should any weeds occur the contractor shall remove and dispose of all weeds and reapply the pre-emergent herbicide again at no cost to the Town. The contractor shall again guarantee a weed free condition for an additional 6 months.

Page 62: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 62 of 119 Special Provisions

430.4-2 Salvage and Replace Existing Granite CONTRACTOR may salvage and replace decomposed granite in areas the fill slope overlaps existing landscaped areas. Granite shall be installed so that the finish grade of the top of the granite is 1” below the top of adjacent walks, driveways and ramps. Granite shall be installed per section 430.4 paragraphs above. 430.4-3 New Decomposed Granite to Match Existing CONTRACTOR shall install new decomposed granite in areas designated on the plans as “2” Deep Decomposed Granite”. The granite shall match the existing granite in color and gradation. The CONTRACTOR shall provide a 5 gallon bucket as a sample to the Town representative for approval prior to installation. Multiple samples may be required. Granite shall be installed so that the finish grade of the top of the granite is 1” below the top of adjacent walks, driveways and ramps. Granite shall be installed per section 430.4 paragraphs above. Subsection 430.5 Tree, Shrub and Ground Cover Planting Shall Include the Following:

1. The Contractor shall coordinate pre-approval of plant material and delivery with the Town and applicable nurseries as required.

2. Upon delivery to the site, all nursery stock shall be planted as soon as possible. Until

planting, plants shall not be exposed to excessive sun or drying winds. Stock, which is not satisfactory in the opinion of the Town Inspector, shall be immediately replaced with acceptable stock.

3. The planting of all trees shall be performed during favorable weather conditions, during the

season or seasons, which are normal for such work, as determined by acceptable local practice.

4. Planting pits for trees, shrubs, and groundcover shall be excavated per the landscape details

but shall not be deeper than the container. Planting pit backfill soil shall be per the landscape details. No additional payment shall be made for removal and disposal of excavated topsoil, as it is considered part of the tree planting unit cost.

5. Tree, shrub, and groundcover plant pits shall be water-settled to a grade sufficient, that in

the setting of the plant, the finish grade level after settlement will be the same as that at which the plants were grown (see details in landscape plans). No additional payment shall be made for supply of the backfill soil or amendments, as it is considered part of the tree planting unit cost.

6. Fertilizer and soil conditioner for all plantings shall be mixed in and applied to the planting

backfill at the ratios recommended in the geotechnical report. Fertilizer tablets shall be installed in the plant pits as indicated in subsection 430.5.6 of these special provisions.

7. Container Removal: Remove container by turning plant upside down, supporting root ball with hand and tapping container gently to dislodge plant. Support root ball with both hands until planted in pit. Do not injure root ball, or hold plant by the stem.

8. Box Removal: Remove bottom of plant boxes before planting. Remove sides of box without

damage to root ball after positioning plant.

Page 63: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 63 of 119 Special Provisions

9. Set container and boxed stock on undisturbed native soil, plumb, and hold rigidly in center of

pit or trench with top of ball at elevation as shown on planting details. When set, place additional soil backfill and fertilizer tablets around base and sides of ball, and work each layer to settle planting soil backfill to eliminate voids and air pockets. Working in 6-inch lifts of planting backfill mix water settle the area every twelve (12) inches of depth applied around plant thoroughly before placing next two lifts, repeat process until completed.

10. After removal of plants from containers or sides from boxes superficially cut edge-roots with

a sharp knife on one side and tease out feeder roots to assure positive contact and embedment into planting soil.

11. After watering, any settlement within basins shall be refilled to required grade with native

soil.

12. Prune, thin out and shape trees and shrubs in accordance with standard horticultural practice. Prune trees to retain required height and spread. Unless otherwise directed by the Town Inspector, do not cut tree leaders, and remove only injured or dead branches.

13. Excessively pruned or malformed stock resulting from improper pruning shall be removed

from site and replaced at no additional cost to the Owner.

14. Stake trees as identified on the plans.

15. Any rock or other underground obstructions shall be removed, if possible, to the depth necessary to permit proper planting, according to plans and specifications. If underground construction, obstructions, or rock are encountered in the excavation of planting areas, other locations of the planting may be selected by the Contractor only upon approval of the Town Inspector. Prior to any work, the Contractor must be knowledgeable of the locations of all existing underground installations, and their protection is his responsibility. All damage will be corrected at the expense of the Contractor to the satisfaction of the Town Inspector. Coordinate all work with other trades so conflicts will not exist or delay the work in any way. Coordinate grades with earthwork and with placement of irrigation systems fixtures.

16. All trees specified for staking shall be staked in line with prevailing winds. Stakes shall be 2-

inch round knot-free pine, length as required and installed as follows: Stakes shall be placed immediately adjacent to, but in no case through, the root ball, and penetrate at least 6 inches into undisturbed soil, be aligned vertically, be pointed at one end, and be aligned so as not to interfere with the existing branch structure of the tree, extending 5 to 6 feet above grade. Vinyl for fastening trees to stakes shall be stapled to the wood stakes, or otherwise attached to prevent removal of the vinyl. Provide not less than two (2) stakes spaced equally around trees (see tree staking details).

430.5.5 – Ground Cover Areas Delete this entire section and replace with the following: All ground cover plants shall be planted in accordance with Section 430.5.6. 430.5.6 - Shrub and Tree Pits

Page 64: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 64 of 119 Special Provisions

430.5.6 is modified to add: Plant Layout – The Contractor shall stake the location of individual trees, shrubs, accent plants, and ground covers in accordance with the plans for the Engineer to approve. The Contractor shall also make adjustments in the plant locations as directed by the Engineer and plant trees, shrubs, ground covers and accent plants after final grades and plant locations are established and approved by the Engineer. Delivery - Deliver plants just prior to planting. All packaged materials that will be utilized during the planting operation shall be delivered in containers showing weight, analysis and name of manufacturer. Contractor shall protect materials from deterioration during delivery and while stored on site. Submit certification of contents, quantity and source of all plants and planting materials to the Engineer for approval. Protection of Plant Materials - If planting is delayed more than 6 hours after delivery, protect the plants from the sun, wind and mechanical damage. Keep roots and root balls moist watering as often as necessary to maintain good health and vigor. Remove and replace all damaged and unhealthy plants as directed by the Engineer. Do not bend or bind any plants in such a manner as to damage bark, break branches or destroy their natural shape. Provide adequate protection for root systems. Do not handle container plants by their foliage, branches or trunks. Pre-Delivery Inspection of Materials - Prior to delivery of any species to the project site, the Contractor shall make the necessary arrangements with the Engineer for an inspection of the plant material. The Contractor will pay for travel and expenses to non-local nurseries, out of the metropolitan Phoenix area, when requested by the Contractor. Any plants found to be unsuitable in growth habit or condition, or plants which are not true to the specification, shall be removed immediately from the site and replaced with acceptable plants. The Contractor shall notify the Engineer at least 48 hours in advance for any inspection of the plant material at the offsite location. Prior to notifying the Engineer, the Contractor shall physically verify that all of the designated plant material meets the specified sizes and conditions. Construction of Plant Pits and Trenches - Prior to planting, a percolation test shall be performed on all plant pits to determine that adequate drainage exists. Fill the pits half-full with water. Allow the pits 24 hours to drain. If any pit has not substantially drained, a rock caisson shall be installed. Each caisson shall have a 4-foot deep by 8-inch diameter hole filled with 1-1/2-inch diameter crushed stone filled to the bottom of the pit. Increase the depth of the caissons if ground water, caliche, or impervious rock is encountered. 430.5.6 second paragraph is modified to read as follows: Plant backfill mix - The planting backfill mix for trees, shrubs, ground covers and accent plants shall be as shown on the plans and specified herein along with compliance with Sub Section 430.5 as listed above. Include 20-10-5 slow release fertilizer tablets at the following rates: 1 gallon - 1 tab, 5 gallon - 2 tabs, 15 gallon – 4 tabs, 24” box – 6 tabs, 30” box – 8 tabs, 36” box – 10 tabs, 48” box – 12 tabs. Palm Tree backfill mix and slow release fertilizer – per plans. Contractor shall refer to Sub Section 430.5.7 Palm Tree Planting, below, for additional planting specifications. Sub Section 430.5.6 is modified to add: Provide proper surface drainage within all planted areas. Any grading conditions found in the plans

Page 65: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 65 of 119 Special Provisions

or specifications, in obstructions on the site, or in prior work done by another party that the Contractor feels precludes establishing proper drainage, shall be brought to the attention of the Engineer in writing for resolution. 430.8 - Plant Guarantee and Maintenance is modified to add:

1. Contractor shall begin maintenance immediately after the Engineer has accepted entire

plantings. 2. Contractor shall maintain landscape work until final acceptance, but in no case less than 90

days after the work has been accepted by the Engineer.

3. NOTE: Instruct Town Maintenance personnel in the proper maintenance of landscape work. 4. The Contractor shall furnish all labor, materials, equipment, tools, services, skill, etc.,

required to maintain the landscape in an attractive condition throughout the contract period. Maintenance of plant materials shall include, but not be limited to, pruning, weed control, fertilizing, irrigation programming, pest control, and landscaped areas debris clean up, per specifications. Maintenance shall be performed a minimum of once a week throughout the maintenance period.

5. Contractor Supervisor shall be responsible for the training and supervision of the

maintenance personnel's performance of their duties during the maintenance period. 6. All materials as noted (but not limited to this list) shall conform to the bid specifications:

a. Pre-emergent b. Fertilizer c. Plant material d. Decomposed granite e. Stabilizer

TREE AND SHRUB CARE

Maintain trees and shrubs in a healthy, growing condition by performing necessary operations, including the following:

1. Pruning: The Contractor shall prune and shape only as necessary to maintain the usual form

of the plant, to stimulate growth, to maintain growth within space limitations, and to maintain a natural appearance.

2. Staking: Stakes are to be inspected weekly and adjusted or removed as necessary.

3. Weed Control: In groundcover area, keep areas between plants free of weeds. Use recommended, legally approved, herbicides whenever possible. Avoid frequent soil cultivation.

GROUNDCOVER CARE

Foster attractiveness at all times by following these practices:

Page 66: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 66 of 119 Special Provisions

1. Decomposed Granite and Riprap Areas: Landscape granite shall be inspected weekly. Man-made debris shall be removed and weeds and grass controlled with chemicals. Any erosion that has occurred in any granite areas shall be remedied, repaired and granite replaced by the contractor at the contractor’s expense.

2. Weed Control: Keep all landscape areas free of broadleaf or grassy weeds, with pre-emergent and/or selective contact herbicides. Cultivating or hoeing weeds is not an allowed practice. Project shall not be accepted until all noxious weeds are eradicated.

Treat all planting areas with pre-emergent herbicide prior to granite installation. Unless otherwise authorized, the Contractor shall maintain all landscape areas on a continuous basis as they are completed during the course of work and until final project acceptance by the Engineer. The Contractor shall provide adequate and experienced personnel to accomplish the maintenance. Maintenance shall include keeping the landscape areas free of debris on a weekly basis, chemical control and hand removal of weeds, fertilization as needed, cultivating the planting areas, and repairing tree stakes. An Arizona pesticide licensed contractor shall perform all chemical control. All plant material and installation shall be 100 percent guaranteed by the Contractor for an additional 90 Calendar Days following completion of the Plant Establishment Period and the acceptance of the planting areas by the Engineer. Make replacements of plants within seven (7) days of notification from the Engineer. Remove and replace dead, damaged or vandalized plants within seven days of notification. Replacements shall be of the same kind and size as originally specified and shall be installed as described in the contract documents. Plants shall be kept in a healthy, growing condition by watering, pruning, spraying, weeding and any other necessary operation of maintenance. Plant beds shall be kept free of weeds, grass and other undesirable vegetation. Plants shall be inspected by the Contractor at least once per week and appropriate maintenance performed. Pruning and re-staking shall be required as needed to remove any plant growth conflicting with vehicular or pedestrian movement. The Contractor shall maintain the irrigation system as specified in Section 440 and make any necessary repairs regardless of cause to assure a complete and operational system as originally designed and constructed. Repairs shall be made within 48 hours of detection. The Contractor shall notify the Engineer 48 hours prior to the application of any chemical treatments. Chemical mixing and the use of application equipment shall be done by qualified personnel in the presence of the Engineer. An Arizona pesticide licensed contractor shall perform all chemical control. The Engineer shall approve the personal, materials and methods of application of chemicals prior to beginning the operation. There shall be no separate measurement and payment for the Plant Guarantee and Maintenance Period. This cost shall be included in landscape bid items for: plant materials and inert groundcover. Ten percent of each landscape bid item amount in addition to retention will be held for distribution until after the maintenance and establishment period. 430.9 – Plant Establishment Period Delete the entire section and replace with the following:

Page 67: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 67 of 119 Special Provisions

The Contractor shall request an inspection by the Engineer when the Contractor believes the landscape work is substantially complete and the planting and related work has been accomplished. After this initial inspection, and subject to his approval of the work, the Engineer will issue a written field notification to the Contractor setting the effective, beginning date for the Plant Establishment Period. The plant establishment period for trees, shrubs, and ground cover shall be for a period of 90 days, but is subject to extension by the Engineer if the landscape planting is improperly maintained, appreciable plant replacement is required, or other corrective work becomes necessary. This work will be considered incidental to all bid items within this section and no separate payment will be made for the Plant Establishment Period. Contractor shall apply two application of pre-emergent herbicide: the first at the time of granite installation and the second within one week prior to the end on the maintenance period. The contractor shall contact the Engineer prior to herbicide application so that the Engineer can inspect the proper mixing and application of the herbicide. The contractor shall guarantee a weed free condition will exist for a 6 month period following the end of maintenance of the project. Should any weeds occur the contractor shall remove and dispose of all weeds and reapply the pre-emergent herbicide again at no cost to the Town. The contractor shall again guarantee a weed free condition for an additional 6 months. The contractor shall do a monthly inspection of the landscape and irrigation with the Town of Queen Creek inspector. All necessary work items noted during the inspection including but not limited to plant replacements, erosion repairs and irrigation repairs shall be completed prior to the following monthly inspection. Should noted repairs not be completed prior to the following monthly inspection the plant establishment period shall be extended for another month. Removal and disposal of all trash and other debris is included as a part of the plant establishment work. The trash includes materials generated by the contractor and all other outside sources. Trash shall be removed on a weekly basis, minimum. At final project acceptance or at the end of the plant establishment period, a final acceptance inspection of the planted areas will be made by the Engineer. One year plant warranty shall be per MAG Section 430. 430.10 Measurement and Payment: is modified to add: Payment for the landscape and planting shall be made on the basis of the bid price for each element of work identified on the bid schedule. These unit cost prices shall be full compensation for the system complete and in-place as described herein and on the plans. No additional payment will be made for plant establishment, maintenance, or warranty – the costs being considered incidental to the planting items. ITEM 430.010 TREE (48” BOX) EACH ITEM 430.020 TREE (36” BOX) EACH ITEM 430.030 SHRUB / ACCENT / GROUNDCOVER (15 GALLON) EACH ITEM 430.040 SHRUB / ACCENT / GROUNDCOVER (5 GALLON) EACH ITEM 430.050 SHRUB / ACCENT / GROUNDCOVER (1 GALLON) EACH ITEM 430.060 DECOMPOSED GRANITE TO MATCH EXISTING SQUARE FEET OFF-SITE GRANITE (RESTORATION AREA) ITEM 430.070 DECOMPOSED GRANITE (1/2” SCREENED) SQUARE FEET

Page 68: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 68 of 119 Special Provisions

(MADISON GOLD) ITEM 430.080 DECORATIVE BOULDER 3’X3’X3’ (1.5 TON) EACH ITEM 430.090 DECORATIVE BOULDER 2’X2’X2’ (1.0 TON) EACH ITEM 430.100 DECORATIVE BOULDER 1’X1’X1’ (0.5 TON) EACH ITEM 430.111 COLOR ANNUAL FLATS AT CORNER MONUMENT LUMP SUM PLANTER (6” ON CENTER SPACING) ITEM 430.112 TURF SOD (TIFWAY 419 HYBRID BERMUDA) SQUARE FEET SECTION 431 EXISTING TREE PROTECTION 431.1 Description: All existing trees in the project area shall be protected in place unless otherwise indicated. For the projection of the Pistacia atlantica specimen tree on the project corridor, Contractor shall obtain a certified arborist to implement a tree protection plan for this specimen tree. The tree protection plan shall be submitted by the Contractor for Town and Landscape Architect review and approval within 2 weeks of the Pre-Construction Conference. No construction operations shall take place within 50 feet of the tree canopy edge prior to Town and Landscape Architect’s review and written approval of the Tree Protection Plan. 1. Labor, materials and installation necessary to protect and care for existing trees. 2. Related Work Described Elsewhere: a. Section 430 Landscaping and Planting b. Section 795 Landscape Material 431.2 Definition: 1. Tree Protection Zone – Area surrounding individual trees or groups of trees to remain during construction and defined by the drip line of individual trees or the perimeter drip line of groups of trees unless otherwise indicated. 431.3 Submittals: 1. Tree Protection Plan – A written tree protection plan shall be produced for the Contractor by a certified arborist to ensure the protection of the specimen Pistacia atlantica tree. The Plan shall outline protective measures to be taken by the Contractor during construction operations to protect the tree and its root system. The tree protection plan shall be submitted by the Contractor for Town and Landscape Architect review and approval within 2 weeks of the Pre-Construction Conference. No construction operations shall take place within 50 feet of the tree canopy edge prior to Town and Landscape Architect’s review and written approval of the Tree Protection Plan. 2. Qualification Data – For tree service firm and arborist. 3. Shop drawing showing proposed temporary irrigation system including timer, controls, heads and other fixtures for approval by Owner’s Representative. 4. Certification from arborist certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged.

Page 69: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 69 of 119 Special Provisions

5. Maintenance recommendations from arborist for care and protection of trees affected by construction during and after completion of work. 6. Tree Pruning Schedule – Written schedule from certified arborist detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. 431.4 Quality Assurance: 1. Tree Service Firm Qualifications – An experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for the project and that will assign an experienced, qualified arborist to the project site during execution of tree protection and trimming. 2. Arborist Qualifications – An arborist certified by International Society of Arboriculture. 431.5 Tree Protection Fencing: 1. Fence shall be standard polyethylene construction safety fence (4 feet height) supported by posts driven in the ground, concrete anchors or metal braces. 2. Install continuous tree protection fencing to all trees to remain as staked and approved by arborist or Owner’s Representative. 3. Fencing shall remain in place during the progress of work and shall only be removed when heavy construction work (such as paving, structures, earthwork, etc.) is completed and final landscape and irrigation work is started. Submit schedule for removal of fencing to Owner’s Representative for approval. 4. No construction activity, including equipment and material storage, shall be allowed within boundaries of tree protection fencing. 431.6 Fertilizer/Amendments: 1. Fertilizer shall be Osmocote or approved equal, 16-7-12 controlled release fertilizer. 2. Iron chelate (ferrous or ferric) shall be “Tru-green” or approved equal. 431.7 Re-grading: 1. Grade Lowering – Where new finish grade is indicated below existing grade around trees, slope grade beyond tree protection zones. Maintain existing grades within tree protection zones. 2. Grade Raising – If new finish grade is indicated above existing grade within tree protection zones, the arborist shall submit in writing a proposal for correction to the contractor and Owner’s Representative for approval before proceeding with work. 431.8 Cutting Roots within the Root Zone: 1. Obtain arborist’s and Owner’s Representative’s authorization in writing prior to the start of any work within the tree protection zone. Whenever possible, excavation within the drip line or under

Page 70: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 70 of 119 Special Provisions

foliage canopy of existing trees shall be avoided. Where it is necessary to excavate adjacent to existing trees (within the tree protection zone), the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where it is reasonably anticipated there to be roots two inches and larger in diameter shall be done by hand. All roots two inches and larger in diameter shall be tunneled under and any roots exposed during tunneling shall be covered with wet burlap to prevent damage and excessive dehydration. Roots that are directly in the path of pipe or conduit shall be brought to the attention of the arborist and Owner’s Representative for remediation. Where trenching machinery is operated close to trees having roots small than two inches in diameter, the wall of the trench adjacent to the tree shall have the severed roots trimmed by hand, making clean cuts to the severed root ends. Trenches adjacent to trees should be closed within 24 hours, and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with wet burlap until the trench is closed. Backfill material for trenches containing severed roots shall be a mixture of one half native soil and one half organic mulch. All burlap used for shading and protection shall be removed from trenches prior to closure. 431.9 Tree Care: 1. Contractor shall be fully responsible for the protection, care and healthy growth of existing trees to remain on site. Protect existing trees and other vegetation against unnecessary cutting, breaking or skinning of roots, skinning and bruising of bark, smothering of trees by stockpiling construction materials or excavated materials within drip line, compaction of soil through foot, vehicular traffic, or parking of vehicles within drip line. Provide temporary guard fencing to protect trees and vegetation to be left standing. 2. Contractor shall maintain tree protection zones free of weeds and trash. 3. Contractor shall not allow fires within tree protection zones. 4. The contractor shall provide all care including watering, fertilizing, control of insect infestations and disease, and physical protection until Final Acceptance. Water trees and other vegetation to remain within the Contractor’s limits of construction area as indicated on the Drawings as required to maintain their health during course of construction operations. 5. Fertilizers and soil amendments shall be applied within the drip line of all trees (the area covered by the tree’s branches) per arborist’s instruction and approval from Owner’s Representative at manufacturer’s recommended rate. 6. Contractor shall provide to arborist and Owner’s Representative a signed certification of type of fertilizer/soil amendment applied and rate of application. 431.10 Temporary Irrigation: 1. Temporary irrigation shall be applied to each tree and shrub within the protection zone as required to maintain healthy plant growth. 2. Irrigation may be delivered by flooding or drip irrigation. 3. Contractor shall be responsible for establishing a water supply for temporary irrigation. 4. Temporary irrigation of all trees shall commence five working days after the Contractor’s receipt of the Notice to Proceed, and shall be in operation until the permanent irrigation system is in place and

Page 71: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 71 of 119 Special Provisions

fully operational. The contractor shall remain responsible for effective sustained tree watering until Final Acceptance with or without the use of the permanent irrigation system. 431.11 Tree Pruning: 1. Certified arborist or ISA certified tree worker shall prune trees to remain that are affected by temporary and permanent construction. 2. Branches shall be cut with sharp pruning instruments; do not break or chop. 3. Contractor shall remove pruned tree branches and dispose of off-site. 431.12 Tree Repair and Replacement: 1. Tree damage by construction operations shall be promptly repaired within 24 hours. Treat damaged trunks, limbs and roots according to arborist’s written instructions. 2. Contractor shall remove and replace trees indicated to remain that die or are damaged during construction operations that arborist and Owner determine are incapable of restoring to normal growth pattern. Contractor shall provide new trees of same size, caliper, and species as those being replaced, at no additional cost to the Owner. Minimum tree replacement size shall be 48” box. Tree size and specifications shall be per ANA Guidelines. 431.13 Measurement and Payment: Measurement and payment for Existing Tree Protection shall be based on a lump sum price and shall be full compensation for furnishing all labor, arborist services, material, tools, and equipment for performing all work necessary to complete Existing Tree Protection as described herein. ITEM 431.010 EXISTING TREE PROTECTION LUMP SUM SECTION 440 SPRINKLER IRRIGATION SYSTEM INSTALLATION Sprinkler Irrigation System Installation shall conform to Section 440 of the MAG Uniform Standard Specifications and the Town of Queen Creek Specifications and details except as modified herein. 440.1 Description: Add the following: The Contractor shall furnish all labor, materials, tools, equipment, and services necessary for the execution and completion of the irrigation system work as indicated on the drawings and as described in these specifications and the General Conditions. The plans indicate a detailed layout of irrigation lines, laterals, sprinklers, and emitter locations; however, some of the piping may be shown diagrammatically outside of the planting areas for graphic clarity. The contractor shall follow the intent of the plan layout and shall review and obtain written approval from the Owner’s Authorized Representative for any requested changes.

Due to the scale of the drawings, it is not possible to indicate all offsets, fittings and sleeves that may be required. The Contractor shall carefully investigate the structural and finished conditions

Page 72: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 72 of 119 Special Provisions

affecting all of his work and plan his work accordingly, furnishing such offsets, fittings and sleeves as may be required to meet such conditions. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The irrigation system shall be constructed using the emitters, valves, piping, fittings, controllers, wiring, and other components, of sizes and types as shown on the drawings and as called for in these specifications. The system shall be constructed to grades and conform to areas and locations as shown on the drawings. The project scope involves the installation of new irrigation systems in landscape areas where none exist or where privately owned systems may exist. The new system shall be installed to Town of Queen Creek standards. The Town of Queen Creek will operate and maintain the completed systems. Repair or modification to existing irrigation systems will be required. New Town of Queen Creek water meters, controllers, backflows, drip control valves, and emitter systems will be installed to provide water to the new landscape. No new 120 volt electrical work will be required on the project. All new controllers will be solar powered. 440.2 - General Add the following: Conform to MAG Section 440, 757 and 610 and as further modified herein. If quantities are furnished either in specifications or on drawings, quantities are furnished for information only. It is Contractor's responsibility to determine actual quantities of material, equipment, and supplies required by the project and to complete independent estimate of quantities and wastage. Provide work and materials in accordance with latest edition of National Electric Code, Uniform Plumbing Code as published by the International Association of Plumbing and Mechanical Officials, and applicable laws, regulations and codes of governing authorities. All irrigation equipment and materials shall be supplied by the manufacturers as indicated on the plans, details and specifications. If no manufacturer is specified, the contractor shall supply as part of his submittal package complete manufacturer cut sheets detailing materials, construction methods and standards 440.2.1 Permits: All permits and fees for installation or construction of the work included under this section, which are required by legally constituted authorities having jurisdiction, shall be obtained and paid for by the Contractor, each at the proper time. He shall also arrange for and pay all costs in connection with any inspections and examination required by these authorities. 440.2.2 Execution: Examine areas and conditions under which work of this section is to be performed. Do not proceed with work until unsatisfactory conditions have been corrected. 440.2.3 References: Conform to the requirements of reference information listed below except where requirements that are more stringent are shown or specified in the Contract Documents.

Page 73: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 73 of 119 Special Provisions

American Society of Testing Materials (ASTM) - Specifications and Test Methods specifically referenced in this Section, and Underwriter Laboratories (UL) - UL wires and cables, Town of Queen Creek Supplements to MAG and MAG Standards. 440.2.4 Quality Assurance: Work involving plumbing for installation of meters, vaults, meter boxes, water taps, copper piping, backflow preventer(s) and related work shall be executed by licensed and bonded contractors. Secure a permit from Town of Queen Creek at least 48 hours prior to start of installation. Tolerances: Specified depths of mains and lateral pipes are minimums. Settlement of trenches is cause for removal of finish grade treatment, refilling, re-compaction, and repair of finish grade treatment. Coordinate work with other trades. For a period of one year from Final Acceptance, the Contractor shall guarantee/warranty irrigation materials, equipment, and workmanship against defects. The Contractor shall replace any pavement damage resulting from the installation of the irrigation system, repair damage to grading, soil preparation, or planting at no additional costs to the Owner and make repairs within 48 hours following notification by the Engineer. 440.3 - Materials Add the following: 440.3.1 Submittals: Shop Drawings and Product Information: Prepare and make submittals in accordance with conditions of the Contract, and as follows: A minimum of ten days prior to beginning work on the irrigation system the Contractor shall submit one (1) pdf copy of manufacturers’ literature including name and part numbers covering materials listed below and any other items requested by the Engineer. Contractor shall also submit all shop drawings specified at this time. Do not order materials until the products and shop drawings are approved by the Engineer. Multiple submittals may be required. Items to be submitted: All materials and equipment proposed to be utilized on the project including but not limited to: (Refer to Plans and Section 757 for materials list)

Pipe Solar Powered Controllers Drip Equipment Fittings and Solvents Wire and Connectors Backflow Preventer Backflow Preventer Enclosure Ball Valves Turf Sprays Swing Joints Valve Boxes Pressure Regulators

Page 74: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 74 of 119 Special Provisions

Automatic Control Valves Drip Valve Assembly Master Valve PVC nipples Valve I.D. Tags

All items shall be those specified and approved by the Engineer. Substitutions will not be allowed without approval. 440.3.2 Equipment to be Furnished: All materials to be new and bear the appropriate National Association seal of approval for example, NSF, US, etc. Similar equipment shall be procured from the same manufacturer and internal parts shall be common and interchangeable. 440.3.4 Record Drawings: The Contractor shall maintain project record (as-built) plans on site. Maintain on-site and separate from documents used for construction, one complete set of contract documents as Project Record Documents. Keep documents current on a daily basis. Current up-to-date Record Drawings are a prerequisite for scheduled payments. Do not permanently cover work until Record Drawing information is recorded. The Contractor shall dimension from two permanent points of reference, building corners, sidewalk, or road intersections, etc., the location of the following: Connection to water lines Connection to electrical power Location of Irrigation Controller Location of Backflow Prevention Unit Master Valve and Flow Sensor Hydrometers with Latching Solenoids Ball Valves Routing of Main Pressure lines (dimension at a minimum of 100 feet along routing) Routing of Lateral Lines Remote Control Valves with Latching Solenoids Routing of Control Wiring Wire Splices Each Sleeve End Other related equipment as directed by the Town Prior to Final Review, obtain from the Engineer a reproducible copy of the drawings. Using technical drafting pens, duplicate information contained on the project drawings maintained on site. Label each sheet "Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final Review. The Town will not certify payment requests or make final payment if as-built plans are not current or complete. 440.3.5 Controller Charts: The Town shall approve Project Record As-Built drawings before controller charts are prepared. The chart shall show the area controlled by the automatic controller and shall be the maximum size, which will fit inside the controller door, and still be legible. Identify the area of coverage of each remote control valve, using a distinctively different color, drawing over the entire area of coverage. Following review of the charts by the Town, they shall be hermetically sealed between two layers of 20-mm thick plastic sheets. These charts shall be completed and approved prior to final inspection of the irrigation system. 440.3.6 Operation and Maintenance Manuals: Submit 4 operation and maintenance manuals to the Town for review prior to final acceptance. The manuals should include the complete technical

Page 75: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 75 of 119 Special Provisions

description of materials and products used, guarantee statement, complete operating and maintenance instructions on all major equipment. Contractor to provide a demonstration to maintenance personnel, with owners representative present, of how to adjust and maintain all sprinkler head types, controller functions, and recommended controller programs, as established by the Contractor. Contractor also to review recommended watering rates for new plant materials. 440.4 – Landscape Irrigation System Removal and Restoration Add the following: The project scope involves the installation of new improvements in areas where privately owned irrigation systems may exist. The work under this item shall consist of testing, reconstructing and/or modifying the existing irrigation systems that are damaged by the improvements or by other construction activities within the project limits. Where there are existing systems the contractor shall cut, cap and modify the existing systems as necessary so that the system continues to operate and provide water to the plant materials that remain on the private property. All private irrigation systems shall be repaired to working condition within a 24 hour period. Replace paragraph three with the following: The contractor shall replace all disturbed private irrigation systems with new equipment of the same manufacture and size as the original. Replace paragraph six with the following: The contractor shall include all required material, labor, equipment, testing and system guarantees in his quoted cost to repair all damaged existing irrigation systems. 440.5 Trench Excavation and Backfill: Modify Section 440.5 as follows: A. Excavate and install pipes at minimum cover indicated in drawings or specifications. Excavate trenches at appropriate width for connections and fittings. Trenches and other excavations shall be sized to accommodate the irrigation system components, conduit, and other required facilities. Additional space shall be provided to assure proper installation and access for inspection. Unless otherwise specified, the minimum depth of cover over pipelines and conduits shall be as specified herein. B. The bottom of the trench shall be true to grade and free of protruding stones, roots or other matter that would prevent proper bedding of pipe or other facilities. Where ledge rock, hardpan, or boulders are encountered, the trench bottom shall undercut and filled with sand or fine-grained material approved by the Project Manager. C. Minimum cover (distance from top of pipe or control wire to finish grade): 1. Mainline pipe (to top of pipe): 18-inches for 21/2-inch and smaller pipe, 24-inches for 3-inch, 4-inch pipe, and 36-inches for 6-inch and larger pipe. 2. Electrical conduit: 36-inches to top of pipe. 3. Control wire: 8” to top of conduit housing wire. 4. Sensor cable: 8” to top of conduit housing wire.

Page 76: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 76 of 119 Special Provisions

5. Lateral pipe to sprinklers (to top of pipe): 12-inches for 3-inch and smaller pipe, 18-inches for 4-inch and larger pipe. D. Maintain at least 15-feet clearance from centerline of trees. E. Backfill only after lines have been reviewed and tested. F. Excavated material is generally satisfactory for backfill. Use backfill free from rubbish, vegetable matter, frozen materials, and stones larger than 1/2inch in maximum diameter. Remove material not suitable for backfill. Use backfill free of sharp objects next to pipe. G. Backfill buried pipe in either of the following manners: 1. Backfill and puddle lower half of trench. Allow to dry 24 hours. Backfill remainder of trench in 6-inch layers. Compact to density of surrounding soil. 2. Backfill trench by depositing backfill material equally on both sides of pipe in 6-inch layers and compacting to density of surrounding soil. H. Enclose pipe and wiring beneath roadways and hardscapes in separate sleeves. Minimum compaction of backfill for sleeves shall be 95 percent Standard Proctor Density, ASTM D698-78. Use of water for compaction around sleeves, "puddling", will not be permitted. I. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades. J. Contact Owner’s Representative for trench depth adjustments where utilities conflict with irrigation trenching and pipe work. K. Trenches may be curved to change direction or avoid obstructions within limits of the curvature of pipe. Curvature results from bending of pipe lengths. Do not exceed pipe and fitting manufacturer’s allowable deflection at joints. Minimum radius of curvature and offset per 20-foot length of pipe-by-pipe size are shown in following table.

SIZE RADIUS OFFSET PER 20' LENGTH

1 ½" 31.7’ 6.5’ 2" 39.6’ 5.2’ 2 ½" 47.9’ 4.2’ 3" 58.3’ 3.5’ 4" 75.0’ 2.7 6" 110.4’ 1.8’ 8" 143.8’ 1.4’ 10" 179.2’ 1.1’ 12" 212.5’ 0.9’

440.6 Pipe Installation: Append Section 440.6 to include the following additions for pipe installation:

Page 77: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 77 of 119 Special Provisions

A. Piping or conduit of different trades crossing each other shall be separated by a minimum of 6 inches in the vertical direction. B. Pipe shall be uniformly bedded in a minimum of 4” of finely graded topsoil or sand to provide a firm uniform bearing pad against which the pipe shall be placed. After laying the pipe the pipe shall be surrounded with additional sand or graded and approved topsoil backfill to a minimum depth of 4” over the top of the pipe. C. All pipe 3” and larger shall be installed with concrete thrust blocks per MAG standard details. D. Keep pipe free from dirt and debris. Cut pipe ends square, debur and clean as recommended by manufacturer. E. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. F. Mainline Pipe and Fittings: Use only strap-type friction wrenches for threaded plastic pipe. G. PVC Rubber-Gasketed Pipe: Use pipe lubricant. Join pipe in manner recommended by manufacturer and in accordance with accepted industry practices. H. PVC Solvent Weld Pipe: Use primer and solvent cement. Join pipe in manner recommended by manufacturer and in accordance with accepted industry practices. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. Snake pipe from side to side within trench. I. Fittings: Use of cross type fittings is not permitted. Do not strike ductile iron fittings with metallic tools. Cushion blows with wood block or similar shock absorber. J. Lateral Pipe and Fittings: Use only strap-type friction wrenches for threaded plastic pipe. K. PVC Solvent Weld Pipe: Use primer and solvent cement. Join pipe in manner recommended by manufacturer and in accordance with accepted industry practices. Cure for 30 minutes before handling and 24 hours before pressurizing or installing with vibratory plow. Snake pipe from side to side within trench. L. Specialized Pipe and Fittings: a. Copper Pipe: i. Use flux and solder. Join pipe in manner recommended by manufacturer and in accordance with local codes and accepted industry practices. ii. Solder so that continuous bead shows around the joint circumference.

Page 78: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 78 of 119 Special Provisions

b. Ductile Iron Pipe: i. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. ii. Insert dielectric union or flange wherever copper-based metal (copper, brass, bronze) and iron-based metal (iron, galvanized steel, stainless steel) are joined. iii. Flanged connections: Install fittings, fasteners and gaskets in manner recommended by manufacturer and in accordance with accepted industry practices. c. PVC Threaded Connections: i.. Use only factory-formed threads. Field-cut threads are not permitted. ii. Apply thread sealant in manner recommended by component, pipe and sealant manufacturers and in accordance with accepted industry practices. iii. Use plastic components with male threads and metal components with female threads where connection is plastic-to-metal. M. Thrust Blocks: 1. Use thrust blocks for fittings on pipe greater than or equal to 3-inch diameter, or any diameter of rubber gasketed pipe. 2. Size, orient, and place cast-in-place concrete against undisturbed soil as shown on installation details. 3. Wrap fitting or component with plastic to protect bolts, joint, gasket and fitting from concrete. Do not bury fitting or component in concrete. 4. Commercially delivered concrete requires a 3,000 PSI mix. 5. If pre-mix bags are used, mix per manufacturer’s recommendations (maximum 1 gallon of water to 80-pound bag of pre-mix). 6. Contractor is responsible for performing a slump test (minimum of 2-inches to a maximum of 4-inches) if requested by Owner’s Representative. N. Joint Restraint Harness: 1. Use on pipe greater than or equal to 3-inch diameter or any diameter of rubber gasketed pipe. Use a joint restraint harness wherever joints are not positively restrained by flanged fittings, threaded fittings, and/or thrust blocks. 2. Use a joint restraint harness with transition fittings between metal and PVC pipe, where weak trench banks do not allow use of thrust blocks, or where extra support is required to retain fitting or joint. 3. Use restrained casing spacers for gasketed pipe routed through sleeving. Install harness in the manner recommended by the manufacturer and in accordance with accepted industry practices. Install self-restraining casing spacers at all gasketed pipe bell joints and every 10-feet along the gasketed mainline pipe installed through sleeving. Provide correct number and type of restraints per manufacturer’s requirements. Pipe Installation: Append Section 440.6 to include the following additions for sleeving: A. Provide sleeving at 36” depth for any vehicular crossing, and at the depth that keeps the pipe at the specified depth called out in the special provisions noted above. B. Extend sleeve ends twelve inches beyond edge of hardscape, or sidewalks. Cap sleeve ends and mark with stakes. Provide rope or wire through sleeve and secure to stake at surface grade at each end for future sleeve location. Sleeve ends shall be covered with duct tape prior to

Page 79: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 79 of 119 Special Provisions

backfill. C. Bore for sleeves under obstructions that cannot be removed. Employ equipment and methods designed for horizontal boring. D. Boring will be permitted only where pipe must pass under obstructions that cannot be removed or when approved by the Project Manager. Permission to cut asphalt or concrete shall be obtained from the Project Manager. E. Each irrigation pipe or wire located beneath asphalt and concrete must be installed in a PVC Schedule 40 DWV sleeve that is a minimum of twice the aggregate diameter of the pipe or wire contained within the sleeve. Wire shall be in its own and separate sleeve. Low voltage wire can be placed in sleeves with water lines as long as the wire is contained within a separate sleeve within the main sleeve. High voltage (120 volt and greater) wiring shall always be placed in sleeves separate from water lines, and at 48” depth. F. Pipe trenches should be straight but if obstructions necessitate a change of direction, the limits of curvature for PVC pipe must be followed. G. Trenches may be curved to change direction or avoid obstructions within the limits of the curvature for PVC pipe. Minimum radii of curvature is 40 feet for 2-inch diameter pipe, 75 feet for 3- and 4-inch diameter pipe, and 115 feet for 6-inch pipe. All curvature results from the bending of the pipe lengths. No deflection will be allowed at a pipe joint. Sleeving Clearance:

1. Piping 3 inches and larger, minimum trench width of 12 inches. 2. Piping smaller than 3 inches, minimum trench width of 7 inches. 3. Provide not less than 6 inches of clearance between each line, and not less

than 12 inches of clearance between lines of other trades, to permit service or replacement without disturbing the other line.

H. Asphalt cut and patch operations necessary for sleeve installation shall be considered incidental to the sleeve installation. All asphalt cutting shall be done with proper equipment to allow straight and true cuts through the entire depth of the asphalt being removed. Compact trench backfill to 95% with a minimum of a 6” ABC base and 6” asphalt top patch cover. Contractor shall replace any patch work if the patch compacts more than ½” or if any of the patch becomes dislodged with in one year. All asphalt shall comply with MAG section 336. Pipe Installation: Append Section 440.6. to include the following additions for wiring: A. All wiring for remote control valve operation shall be UF-600, 14AWG UL listed for direct burial usage. One wire shall be colored red, the other white. Sprinkler Head Installation and Adjustment: Append Section 440.6 to include the following additions: A. The Contractor shall be responsible for sprinkler outlet adjustment for a period of ninety (90) days as described in the establishment period below.

Page 80: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 80 of 119 Special Provisions

Automatic Control System Installation: Append Section 440.6 to include the following additions:

A. Controller System: The Controller and accessories shall be installed at the locations designated and per the details shown on the contract documents. Submit shop drawing showing location with equipment, and sleeving for approval by the Project Manager.

B. Replacement Irrigation Controller: A independent irrigation controller housed within a stainless steel cabinet as shown on the plans shall be installed to replace the single irrigation controller adjacent to the power equipment at the group ramada area at the west end of the main turf zone.

440.8 SPRINKLER HEAD INSTALLATION AND ADJUSTMENT: Append Section 440.8 to include the following additions: A. Examine areas and conditions under which work of this section is to be performed. Do not proceed with work until unsatisfactory conditions have been corrected. Staking: Mark new lines to be installed with powdered lime, routing of pressure supply line and stake locations of various components and sprinkler heads. B. Sprinkler head spacing shall not exceed the maximum shown on the drawings or recommendations by the manufacturer. Preliminary adjustments to conform to actual site conditions shall be accomplished during staking. Should changes be required, the Contractor shall obtain approval of the Project Manager prior to actual work being performed. Utility connections, both water and electrical, shall be as shown on the plans or as designated by the utility concerned. C. Flow Sensor Assembly: Provide where indicated on drawings. Brand “FS” on valve box lid in 2-inch high letters. E. Isolation Ball Valve Assembly: Provide where indicated on drawings. Install at least 12-inches from and align with adjacent walls or edges of paved areas. Brand “BV” on valve box lid in 2-inch high letters. F. Quick Coupling Valve Assembly: Provide where indicated on drawings. Brand “QC” on valve box lid in 2-inch high letters. G. Air-Vacuum Relief Valve Assembly: Install where indicated on drawings or nearest high point, not closer than 2-feet from nearest fitting. Brand “AV” on valve box lid in 2-inch high letters. H. PVC Pipe: Snake pipe in trench as much as possible to allow for expansion and contraction. Provide a firm, uniform bearing for the entire length of each pipeline to prevent accordance with ASAE Standard: ASAE 376. Pipe shall be clean prior to installation and shall be maintained in that condition during installation. I. When pipe laying is not in progress, the open ends of the pipe shall be closed by approved means. J. Sand bedding or fine-grained material shall be provided where ledge rock, hardpan, or boulders are encountered. Compact bedding material to provide a minimum depth of bed between pipe and rock of 4 inches. K. Solvent welded joints shall be made in accordance with ASTM D-2855, and the type of solvent and primer recommended by the pipe manufacturer shall be used. Primer and solvent shall

Page 81: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 81 of 119 Special Provisions

be applied to the pipe ends in such a manner that no material is deposited on the interior surface or forced into the interior of the pipe during insertion. Excess solvent on the exterior of the joint shall be wiped clean immediately after assembly. The pipeline will not be exposed to water for at least 12 hours after the last solvent welded joint has been made. Schedule 80 pipe shall be used for threaded joints. Field threading shall be accomplished in the same manner as specified for steel pipe, except that a plug will be installed in the bore of the pipe prior to threading to prevent distortion. Solvent will not be used on threaded pipe. Threaded joints shall be hand tightened with final tightening as necessary to prevent leaks with a strap wrench. L. Use rubber-gasketed pipe equipped with factory installed reinforced gaskets for mainline pipe with a nominal diameter greater than or equal to 3 inches. Gasketed pipe joints must conform to the “Laboratory Qualifying Tests” section of ASTM D-3139. Gasket material must conform to ASTM F-477. Use rubber-gasketed deep bell ductile iron fittings conforming to ASTM A-536 and ASTM F-477. Use lubricant approved by the pipe manufacturer. M. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3 inches or where a pipe connection occurs in a sleeve. Use Schedule 80, Type 1, PVC solvent weld fittings conforming to ASTM Standards D-2466 and D-1784. Use primer approved by the manufacturer. Solvent cement shall conform to ASTM Standard D-2564. N. The pipe shall be protected from damage during assembly. All vises shall have padded jaws and only strap wrenches will be used. Any plastic pipe that has been nicked, scarred, or otherwise damaged shall be removed and replaced. Care shall be exercised so that stress on a previously made joint is avoided. O. When PVC to metal pipe connectors are required, these connections shall be accomplished first. A plastic adapter with external pipe threads should be used, screwing it into the metal internal pipe threads. Use a non-hardening pipe dope, such as liquid Teflon, or equal, on all plastic to metal threaded joints. The joint shall be hand-tightened. Utilize a light wrench, as necessary, to prevent leaks. P. When wrapped pipe is specified, joints and connections shall not be wrapped until completion of the pressure test. Q. Thrust Blocks: Use thrust blocks for fittings on pipe greater than or equal to 3 inches diameter or any diameter rubber gasketed pipe. Use 3,000 PSI concrete. Use 2 mil plastic. Use No. 4 rebar wrapped or painted with asphalt tar based mastic coating. R. Joint Restrain Harness: Use a joint restraint harness wherever joints are not positively restrained by flanged fittings, threaded fittings, and/or thrust blocks. Use a joint restraint harness with transition fittings between metal and PVC pipe, where weak trench banks do not allow the use of thrust blocks, or where extra support is required to retain a fitting or joint. Use bolts, nuts, retaining clamps, all-thread, or other joint restraint harness materials that are zinc plated or galvanized. Use on pipe greater than or equal to 3 inch diameter or any diameter rubber gasketed pipe. S. Wiring: All service wiring shall be installed in rigid conduit from the service point to the controller at the depth required by code. A separate disconnect switch or combination meter socket, as required, shall be installed between the source of power and the controller. The minimum service wire shall be No. 14 AWG copper 600 volt type, TWH or larger, as required by the contract documents or controller manufacturer. Wire splices shall be located only in specified pull boxes and

Page 82: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 82 of 119 Special Provisions

shall be made with a packaged kit approved for underground use. Pull boxes shall be plastic with locking covers set to proper elevation on a 6 inch layer of crushed rock or washed gravel. Pull boxes shall be concrete if in traffic areas such as sidewalks, streets, etc. T. Low Voltage Control Wiring issuing from the controller shall be direct burial, type UF-600, No. 14 AWG copper, installed at 18” below finished grade at the locations shown on the project plans.. U. All wiring shall be tested for continuity, open circuits, and unintentional grounds prior to connecting the equipment. All controllers shall be grounded independent of any other controller as recommended by the controller manufacturer. V. Valves, Valve Boxes, and Special Equipment: Valves and Related Accessories shall be installed as shown on the plans, or as specified. They shall be installed in a normal upright position unless otherwise recommended by the manufacturer, and shall be readily accessible for operation maintenance and replacement. The equipment shall be set at a sufficient depth to provide clearance between the valve box cover and the valve handle, cap, or key for operation of the system. W. Gate valves and ball valves shall be installed below ground and shall be housed in a concrete or plastic pipe, with bolt down locking cover that will permit access for servicing. The pipe shall be centered on the valve stem. X. Valve Boxes: Install one valve box for each type of valve installed as shown on the plans, or specified unless directed otherwise by the Project Manager. Install gravel sump after compaction of all trenches. Place final portion of gravel under valve box before valve box is backfilled and compacted. Y. Set valve boxes to the finish grade specified, or as follows:

a. In non-irrigated areas set box 1 inch above finish grade. b. In irrigated turf areas set box 1 inch above finish grade.

Z. The valve boxes shall be branded with the controller letter and station number of the contained valve. The letter and number size shall be 2 inch. Depth of branding shall not be more than 3/8 inch into the valve box lid. All labeling shall be neat and legible. AA. Sprinkler Heads: Install sprinkler heads where indicated on the drawings, staked and approved. Set to finish grade as detailed; spacing of the heads shall not exceed maximum recommended by the manufacturer without approval of the Project Manager. They shall be installed with at least 4 inches clearance from vertical elements projecting above grade such as walls, planter boxes, curbs, and fences. All sprinkler heads shall be perpendicular to finish grade unless otherwise designated on the plans or details. BB. Riser Assemblies: Sprinkler heads shall have double swing joint assemblies, as shown on the plans. The assembly shall be as specified on the plans and details. The Contractor may submit a pre-manufactured swing joint assembly, such as that manufactured by Lasco Inc., or approved equal. CC. Bedding, Backfilling and Compaction: Pipe shall be bedded in at least 2 inches of finely graded native soil or sand to provide a firm, uniform bearing. After laying, the pipe shall be surrounded with additional finely graded native soil or sand to at least 2 inches over the top of the

Page 83: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 83 of 119 Special Provisions

pipe. When two or more pipelines are installed in the same trench, they shall be separated by a minimum horizontal clear distance of 6 inches and they shall be installed so that each pipeline, valve, or other pipeline component may be services or replaced without disturbing the other. Trench backfill, sufficient to anchor the pipes, mat be deposited before pipeline pressure testing, except that joints shall remain exposed until satisfactory completion of testing. Trenches and excavations shall be backfilled with clean material from excavations. Remove organic material as well as rocks larger than 1 inch in diameter. Place acceptable backfill materials in lifts, the height of which shall not exceed that which can be effectively compacted, depending on the type of equipment and methods used. Trenches and excavations shall be backfilled so that the specified thickness of topsoil is restores to the upper part of the trench. Water settling of the trenches will not be permitted unless approved by the Project Manager. DD. Thrust blocking shall be formed against a solid trench wall that has been hand excavated. The size and type of the thrust blocking shall be as per the drawings. Control wire shall not be concealed within the thrust blocking. EE. Remote Control Valve (RCV) Assembly for Sprinkler Laterals:

a. Flush mainline before installation of RCV assembly.

b. Provide where indicated on drawings. Use wire connectors and waterproof sealant to connect control wires to remote control valve wires. Provide connectors and sealant per manufacturer's recommendations. c. Provide only one RCV to a valve box. Locate valve box at least 12-inches from and align with nearby walls or edges of paved areas. Group RCV assemblies together where practical. Align grouped valve boxes in uniform patterns. Allow at least 12-inches between valve boxes. Brand controller letter and station number on valve box lid in 2- nch high letters. d. Adjust RCV assembly to regulate downstream operating pressure. e. Attach ID tag with controller station number to control wiring. FF. Sprinkler Assembly: a. All mainline and lateral piping shall be thoroughly flushed before installing any sprinkler assembly. b. Provide per installation details at locations shown on drawings. c. Locate rotary sprinklers 6-inches from adjacent walls, fences, or edges of paved areas. d. Locate spray sprinklers 3-inches from adjacent walls, fences, or edges of paved areas. e. Install sprinklers perpendicular to finish grade. f. Provide appropriate nozzle or adjust arc of coverage of each sprinkler for best performance and uniform coverage. g. Adjust radius of throw of each sprinkler for best performance and uniform coverage. 440.10 Flushing and Testing: Append Section 440.10 to include the following additions: A. Perform an operational test of the irrigation system in the presence of the Project Manager. Contact Project Manager three working days prior to testing.

Page 84: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 84 of 119 Special Provisions

B. The coverage test shall be performed after sprinkler heads have been installed and shall demonstrate that each section or unit in the irrigation system is balanced to provide uniform head to head coverage of the areas serviced. C. After completion and prior to the installation of any terminal fittings, the entire pipeline system shall be thoroughly flushed to remove a foreign material. After flushing, the following tests shall be conducted in the sequence listed below. The Contractor shall furnish all equipment, materials, and labor necessary to perform the tests and all tests shall be conducted in the presence of the Project Manager. D. Notify the Project Manager 3 days in advance of testing. Pipelines jointed with rubber gaskets or threaded connections may be subject to a pressure test at any time after partial completion of backfill. Subsections of mainline pipe may tested independently, subject to the review of the Project Manager. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or re-tests. E. Pipeline Pressure Test: A water test shall be performed on all pressure mains and submains. Pressure mains and submains shall be tested with all control valves installed and in the closed position. The constant test pressure and duration of the test shall be for 3 hours at 150 psi. Any leaks that occur during the mains will then be re-tested until accepted by the Project Manager. F. Sprinkler Coverage Test: The coverage test shall be performed after sprinkler heads have been installed and shall demonstrate that each section or zone in the irrigation system is balanced to provide uniform and adequate coverage of the areas services. The Contractor shall supply labor for assisting a Town of Queen Creek representative in performing a test to determine sprinkler efficiency. The Contractor shall correct any deficiencies in the system. G. Operational Tests: the Contractor shall adjust or replace any type of irrigation heads or equipment to ensure proper distribution of water through the course of the Plant Establishment Guarantee and Maintenance Period. H. Control System Grounding: Test for proper grounding of control system per manufacture’s recommendations. Test results must meet or exceed manufacturer’s guidelines for acceptance. Replace defective wire, grounding rod, or appurtenances. Repeat the test until manufacturer’s guidelines are met. Project Closeout: Append Section 440.10 to include the following additions: PART 1 - GENERAL A. WORK SPECIFIED HEREIN 1. All requirements and procedures for submittal of pertinent data relating to closing out of Project upon completion of the project work. Detailed instructions elsewhere in these Specifications may require that certain items listed herein to be submitted prior to Substantial Completion of the Project. This Section is complementary to the General Conditions and Special Provisions and nothing herein shall be considered to waive any requirements of the General Conditions or Special Provisions. 2. Letter from Contractor and Irrigation Controller Manufacturer’s Representative guaranteeing four total training sessions for Irrigation Controller Programming. Letter must be signed by both Contractor and Irrigation Controller Manufacturer’s Representative.

Page 85: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 85 of 119 Special Provisions

B. FINAL PAYMENT Receipt and approval of all items specified in this Section is a prerequisite for final payment. C. RECORD DRAWINGS 1. Contractor shall provide Record Drawings which shall clearly show all differences between the Contract work as drawn and as installed for all work, as well as work added to the Contract which is not shown on the Contract drawings. 2. Contractor shall maintain a set of Record Drawings at the job site. These shall be kept legible and current and shall be available for inspection at all times by Town of Queen Creek. The record drawings shall show all changes in the Contract work, or work added, on these Record Drawings in a contrasting color, including work changed by Addendum or Bulletin. 3. Prepare Record Drawings for the irrigation control system that shows the location of and id codes for all valve decoders, sensors, and surge protectors. The decoders shall accurately show which remote control valves that they activate. 4 In showing changes in the work, or added work, use the same legends as were used on the Contract Drawings. Indicate exact locations by dimensions and exact elevations given in job datum, by depth. Give dimensions from a permanent point. Give elevations to sewer and storm drainage lines to the invert elevation. 5. Record Drawings shall indicate exact routing of all piping, irrigation, power and control wiring, etc., any irrigation lateral line modifications or adjustments shall be depicted on the plans. 6. Record Drawings shall contain the names, addresses, and phone number of the Subcontractors and shall be signed by the Contractor. 7. The Town of Queen Creek shall review the Record Drawings and shall be the sole judge of the acceptability of these drawings. 8. Upon Substantial Completion of the Project contractor shall submit the redlined record drawings to J2 Engineering & Environmental Design (J2) for preliminary review. Contractor shall make all corrections required and resubmit a new copy to J2 for review and approval. Upon acceptance of the redlined record drawings and prior to final payment the contractor shall submit to J2 the corrected and final version of the record drawing red-lines. The contractor will be responsible for recording the redlines onto the mylars for the final record set of drawings prior to final project acceptance. D. MAINTENANCE MANUAL AND OPERATING INSTRUCTIONS 1. Upon completion of the installation of all work furnish 4 complete bound copies of operating and maintenance instructions and parts lists for all materials and equipment, including electrical, irrigation, pump and control items, being supplied. 2. Operating instructions shall include complete operating sequence, control diagrams, description of method of operating machinery, machine serial numbers, factory order numbers, parts lists, instruction books, supplier’s phone numbers and addresses and individual equipment

Page 86: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 86 of 119 Special Provisions

guarantee. Parts lists shall be complete in every respect, showing all parts and part numbers for ready reference. 3. Assemble Maintenance Manual and Operating Instructions in hard back 3-ring loose-leaf binders. Suitably label and index all material contained therein for ready reference. 4. Upon Substantial Completion of the Project work, submit one copy of the Maintenance Manual and Operating Instructions to J2 Engineering and Environmental Design for review. Upon receipt of notice of acceptance, deliver the additional copies to the Town of Queen Creek E. GUARANTEES and WARRANTIES Submit all required guarantees and warranties to the Town of Queen Creek. Provide all written guarantees, warranties or certificates required. Guarantees and warranties shall be a part of maintenance manual. F. SPARE PARTS AND MAINTENANCE MATERIALS The Contractor shall deliver to the Owner the spare parts, extra stock and maintenance materials listed below, and shall obtain a signed receipt for these materials. Materials shall be neatly packaged and identified, per each specification section. Spare parts required prior to project closeout:

1. Irrigation controller keys- 2 keys for each controller installed 2. Remote Control Valves with Solenoids - 5 of each type and size valve installed 3. Pressure Regulator- 5 of each type, size, pre-set pressure, and flow volume installed 4. Drip (wye) Filter – 5 of each type and size installed with screens 5. Quick Coupler Keys- Two (2) quick coupler keys with hose swivel 6. Ball Valves- three (3) complete ball valve of each size and type installed. 7. Ball Valve Operating Handles- two (2) operating handles (if required to turn valve) 8. Swing Joints – five (5) of each type and size swing joint installed 9. Emitters- 10 of each size and volume emitter (multi and single) installed 10. PVC flex Riser for Emitter – ten (10) risers 11. Drip Lateral Flush End Cap- Two complete assemblies 12. Valve Box with Lid- provide five (5) of each size and color valve box installed, include

lids for each box G. SEMI-FINAL AND FINAL REVIEW 1. When Contractor is of the opinion that the Project is substantially complete, he shall send to the Project Manager a written statement that the Project is substantially complete (naming a date) and shall request a semi-final inspection by the Project Manager to determine the status of completion. Such notice shall be received at least three days before the requested inspection date. 2. If the Project Manager finds that the Project is substantially complete, he will prepare a Certificate of Substantial Completion, attaching thereto a list or “Punch List” of items to be completed or corrected. 3. If the Project Manager does not concur in the Contractor’s claim of Substantial Completion, the contractor shall continue to maintain the site until the Project Manager accepts the project.

Page 87: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 87 of 119 Special Provisions

4. When all items on the “Punch List” are completed or corrected, the Contractor shall send to the Project Manager a statement that the Project is complete and request a final inspection. 5. If the project is complete and all “Punch List” items are completed or corrected, the Project Manager will issue a final acceptance letter. 6. After completion of the procedures outlined above, the Contractor shall submit his final application for payment in accordance with the Agreement, the General Conditions and Special Provisions. H. FINAL CHECKOUT OF PROJECT AND EQUIPMENT OF OWNER Before acceptance and final payment, at a time arrived at with the Project Manager a complete checkout and test shall be made of all irrigation, mechanical and electrical systems, architectural and structural devices, etc., with the Project Manager. For this purpose, each trade concerned shall provide a skilled operating engineer or technician for a period of at least one day. This person, together with selected operating personnel, shall test all systems and devices and demonstrate the complete operation and required maintenance of each. I. MAINTENANCE 1. Maintain irrigation system for a duration of 90 calendar days from formal written acceptance by Project Manager. Make periodic examinations and adjustments to irrigation system components in order to achieve the most desirable application of water. 2. Following completion of Contractor's maintenance period, Owner will be responsible for maintaining system in working order during remainder of guarantee/warranty period, for performing necessary minor maintenance, for trimming around sprinklers, for protecting against vandalism, and for preventing damage after landscape maintenance operation. 3. For period of one year from Final Acceptance, guarantee/warranty irrigation materials, equipment, and workmanship against defects. The Contractor shall replace any pavement damage resulting from the installation of the irrigation system and repair damage to grading, soil preparation, seeding, sodding, or planting at no additional cost to the Town of Queen Creek Make repairs within 3 days following notification by the Project Manager. The Town of Queen Creek has the right to make emergency corrections and back-charge to the contract for his/her costs when determined necessary by the Project Manager. J. CLEAN UP 1. Remove from site machinery, tools, excess materials, and rubbish upon completion of work. 2. Maintain a clean and orderly jobsite on a daily and ongoing basis. Trash, discarded material and other debris shall not be allowed to blow around on the project. Discard all materials off site at an approved sanitary landfill. 440.11 Measurement and Payment: is modified to add: Payment for the irrigation distribution system shall be made on the basis of the bid price for each element of work identified on the bid schedule. These unit cost prices shall be full compensation for the system complete and in-place as described herein and on the plans. ITEM 440.010 WATER SERVICE W/ METER - 1 ½” (DIBBLE ITEM) EACH

Page 88: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 88 of 119 Special Provisions

ITEM 440.020 BACKFLOW PREVENTION ASSEMBLY EACH W/ ENCLOSURE - 1 ½” (DIBBLE ITEM) ITEM 440.030 IRRIGATION CONTROLLER ASSEMBLY – 48 STATION EACH SOLAR ITEM 440.040 MASTER VALVE ASSEMBLY - 1 ½” EACH ITEM 440.050 FLOW SENSOR ASSEMBLY – 1” EACH ITEM 440.060 BALL VALVE ASSEMBLY 2” EACH ITEM 440.070 BALL VALVE ASSEMBLY 1 ½” EACH ITEM 440.080 BALL VALVE ASSEMBLY 1” EACH ITEM 440.090 QUICK COUPLER ASSEMBLY – 1” EACH ITEM 440.100 REMOTE CONTROL VALVE ASSEMBLY – TURF 1 ½” EACH ITEM 440.110 REMOTE CONTROL VALVE ASSEMBLY – DRIP 1” EACH ITEM 440.120 TURF SPRAYHEAD ASSEMBLY EACH ITEM 440.130 DRIP EMITTER ASSEMBLY – SINGLE OUTLET EACH ITEM 440.140 DRIP EMITTER ASSEMBLY – MULTI OUTLET EACH ITEM 440.150 DRIP LATERAL FLUSH CAP ASSEMBLY – ¾” EACH ITEM 440.160 PIPE - PVC - SCHEDULE 40 – ¾” LINEAR FEET ITEM 440.170 PIPE - PVC - SCHEDULE 40 – 1” LINEAR FEET ITEM 440.180 PIPE - PVC - SCHEDULE 40 –1 ¼” LINEAR FEET ITEM 440.190 PIPE - PVC - SCHEDULE 40 –1 1/2” LINEAR FEET ITEM 440.200 PIPE - PVC - SCHEDULE 40 – 2” LINEAR FEET ITEM 440.210 DRIPLINE TUBING - 1/2” LINEAR FEET ITEM 440.220 SLEEVE – WIRE – GRAY PVC SCHEDULE 40 – 1” LINEAR FEET ITEM 440.230 SLEEVE – WIRE – GRAY PVC SCHEDULE 40 – 2” LINEAR FEET ITEM 440.240 SLEEVE – PIPE – PVC SCHEDULE 40 – 2” LINEAR FEET ITEM 440.250 SLEEVE – PIPE – PVC SCHEDULE 40 – 3” LINEAR FEET ITEM 440.260 SLEEVE – PIPE – PVC SCHEDULE 40 – 4” LINEAR FEET ITEM 440.270 SLEEVE – PIPE – PVC SCHEDULE 40 – 6” LINEAR FEET ITEM 440.280 SLEEVE – PIPE – PVC SCHEDULE 40 – 8” LINEAR FEET ITEM 440.290 IRRIGATION SYSTEM RESTORATION AT PRIVATE LUMP SUM PROPERTY EDGES SECTION 460 REMOVAL OF PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS This section per the MCDOT supplement to the MAG Standard Specifications, as modified below: 460.1 DESCRIPTION: The Contractor shall furnish experienced supervision, labor, all materials, equipment, tools, transportation and supplies required accomplish the pavement marking removal in accordance with these specifications, where indicated on the Striping Plans, or where determined by the Engineer. 460.2 CONSTRUCTION: The Contractor shall determine the type of pavement markings that exist in the field and the appropriate removal methods specified in this Section. Existing traffic pavement markings shall not be covered over with slurry seal, black paint or stain of any kind. The Contractor shall accomplish pavement marking obliteration as per the requirements

Page 89: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 89 of 119 Special Provisions

indicated on the Plans or where determined by the Engineer. The Contractor shall be responsible for verifying the striping removal limits of the project before commencement of the work. The striping removal limits may exceed the construction project limits, or new striping limits in order to match and tie into the existing striping. Existing pavement markings shall be removed to the fullest extent possible from the pavement by one of the methods identified in this Section, unless another method is approved by the Engineer. The method used shall not materially damage the surface or texture of the useable pavement. Sand or other material deposited on the pavement as a result of removing pavement markings shall be removed as the work progresses. Accumulations of sand or other material, which might interfere with drainage or might constitute adverse safety conditions to traffic, will not be permitted. Where blast cleaning is used for the removal of pavement markings or for removal of objectionable material, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation, or by other methods approved by the Engineer. Blasting shall not be used within 12 ft. of a lane occupied by traffic. Any damage to the pavement caused by pavement marking removal shall be repaired by methods acceptable to the Engineer. When asphalt slurry is used to repair damage to the pavement caused by pavement marking removal or the obliteration of the marks remaining after the markings have been removed, the asphalt slurry shall be placed parallel to the new direction of travel and shall not be less than two feet in width. 460.2.1 Approved Methods of Removal: The following methods have been approved by the County for the removal of traffic paint, thermoplastic markings, Type 1 (Permanent) performed plastic tape, raised pavement markers and barrier/guardrail markers. 460.2.1.1 Traffic Paint: (1) Sandblasting (2) Turbo-blaster (Steel shot method) (3) Chip Seal: When using this method, the entire roadway surface, edge of asphalt to edge of asphalt, shall be covered. (4) Asphalt Overlay: The asphalt overlay thickness and dimensions shall meet County specifications. 460.2.1.2 Thermoplastic: (1) Grinding followed by sandblasting. (2) Chip Seal: The application of this method depends on the length of time the Thermoplastic Marking has been on the roadway surface. The use of a chip seal before grinding / sandblasting is at the discretion of Contractor. If the chip seal does not adhere to the existing thermoplastic markings, the Contractor shall grind and / or sandblast the thermoplastic markings off and chip seal the exposed area. All costs for this work shall be borne by the Contractor. When applying chip seal, the entire roadway surface, edge of asphalt to edge of asphalt, shall be covered.

Page 90: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 90 of 119 Special Provisions

Chip seal shall not be applied to a Portland cement surface. (3) Asphalt Overlay: The asphalt overlay thickness and dimensions shall meet the County specifications. 460.2.1.3 Type I - Preformed Plastic Pavement Marking Tape: (1) Grinding (2) Chip Seal: The application of this method depends on the length of time the Tape has been on the roadway surface. The use a chip seal before grinding is at the discretion of Contractor. If the chip seal does not adhere to the existing tape markings, Contractor shall grind off the tape markings and chip seal over the exposed area. All costs for this work shall be borne by the Contractor. When applying chip seal, the entire roadway surface, edge of asphalt to edge of asphalt, shall be covered. Chip seal shall not be applied to a Portland cement surface (3) Asphalt Overlay: The asphalt overlay thickness and dimensions shall meet the County specifications 460.2.1.4 Raised Pavement Markers: (1) Hammer and Chisel (2) Blade (Use of Heavy Duty Equipment) 460.2.1.5 Barrier Markers for Bridges, Concrete and Guardrail: (1) Hammer and Chisel 460.3 Method of Measurement: Measurement for removing painted stripe, removing thermoplastic stripe and Type 1 –preformed plastic marking tape will be by the linear foot along the centerline of the pavement stripe to be removed. Skips in dashed lines will not be included in the measurement. Measurement for removing striping with a plan width greater or less than the basic 4” wide stripe will be made by the following method: Plan Width of Striping (inches) x Linear Foot 4.0 (inches) Double marking lines, consisting of two 4” wide stripes will be measured as two individual marking lines. Crosswalk lines, stop bars, stop lines, gore lines, cross hatch lines, chevron lines and railroad marking transverse lines will be measured for centerline length and adjusted for widths other than 4” as defined above. Thermoplastic pavement symbols and legends will be measured by each unit removed. Measurement for the removal of raised pavement markers and barrier markers for bridges, concrete, and guardrail will be by the unit for each marker removed.

Page 91: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 91 of 119 Special Provisions

460.4 Basis of Payment: Payment for Removing Painted Stripe will be at the unit contract price per linear foot for the length of painted line applied to the nearest foot. Payment for Removing Painted Symbols and Removing Painted Legends will be per each for each symbol or legend removed. Payment for Removing Thermoplastic Stripe and Removing Type 1 – Preformed Plastic Marking Tape will be per linear foot of striping removed. Payment for Removing Raised Pavement Markers and for Removing Barrier Markers for Bridges, Concrete and Guardrail will be per each marker removed. All damage to the surface of the road caused by pavement marking removal shall be repaired by the Contractor at his expense. Sealant applied to all areas of pavement marking obliteration shall not be paid for separately, the costs being considered included in the Obliterate Existing Pavement Marking item. ITEM 460.010 OBLITERATE EXISTING PAVEMENT MARKINGS LINEAR FEET SECTION 461 PAINTED PAVEMENT MARKINGS The work under this section shall be per the MCDOT supplement to the MAG Uniform Standard Specifications for Public Works Construction and Town standard notes. 461.1 Description: The work under this section shall consist of cleaning and preparing the pavement surface, furnishing all materials, experienced supervision, labor, equipment, tools, transportation, supplies and applying white or yellow, water-borne, lead-free, rapid-dry traffic paint and reflective glass beads at the locations and in accordance with the details shown on the plans, MUTCD, the requirements of these specifications, or where determined by the Engineer. 461.2 Materials: 461.2.1 Pavement Marking Paint: (A) General: All material used in the formulation of the pavement marking paint shall meet the requirements herein specified. Any materials not specifically covered shall meet the approval of the Engineer. Certificates of Compliance conforming to the requirements of Arizona State Department of Transportation Standard Specifications for Road and Bridge Construction 2000 edition, section 106-05 shall be submitted for each lot or batch of paint prior to its use. 461.3 Construction Requirements:

Page 92: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 92 of 119 Special Provisions

The traffic paint and beads shall be placed on the pavement by a spray-type, self propelled pavement marking machine. 461.3.2 Application The pavement surface shall be applied when the pavement surface is dry and the weather is not foggy, rainy, or otherwise adverse to the applications of markings. The surface shall be free from excess asphalt or other deleterious substances before traffic paint, beads or primer are applied. The Contractor shall remove dirt, debris, grease, oil, rocks or chips from the pavement surface prior to applying the markings. Any area that cannot otherwise be satisfactorily cleaned shall be scrubbed with a biodegradable chemical. The method of cleaning the pavement surface and removal of detrimental material is subject to approval by the Engineer and shall include sweeping and the use of high-pressure air spray. Painting shall not be applied when the atmospheric temperature is below 50 F. 461.4 Method of Measurement: Pavement marking paint will be measured by the linear foot along the centerline of the pavement stripe. Skips in dashed lines will not be included in the measurement. Length of pavement markings will be based on a 4-inch wide stripe. Measurement for striping with a plan width greater or less than the basic 4 inches as shown on the plans or requested by the Engineer will be made by the following method:

Plan Width of Striping (inches) x Linear Feet 4-inches Symbols, legends, painted medians, painted curbing, and painted islands will be measured by each unit applied. Each legend, regardless of the number of letters, will be considered as a single unit. No separate measurement will be made for cleaning and preparing the pavement surface, including abrasive sweeping and high-pressure air spray. The cost of disposal of excess materials, cleaning fluids, and empty material containers, will be considered as included in the contract items. 461.6 Painted Bike Lane: Painted Bike Lanes shall conform to Section 450 and 790 of the MAG Uniform Standard Specifications and City of El Mirage Standard Specifications and Details except as modified herein. (A) General Requirements: Paint to be used for the entire width of the new bike lanes shall be StreetBondCL cycle lane coating or approved equal. The color to be used shall be Celtic Green. The paint shall be specifically formulated for the application to asphalt pavement and be confirmed by a certified testing facility to possess a balance of performance properties for a durable and color-fast finish. A certificate of analysis shall be provided to the Owner. Only Accredited Applicators shall be allowed to perform this work and shall provide a valid Accreditation Certificate as offered by an approved accreditor such as Quest construction Products or equal.

Page 93: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 93 of 119 Special Provisions

(B) Testing References: ASTM D-4541 Standard Test Method for Pull-off Strength of Coatings Using Portable Adhesion Tester. ASTM D-4060 Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser. ASTM D-2697 Standard Test Method for Volume of Nonvolatile Matter in Clear or Pigmented Coatings. ASTM D522-93A Standard Test Method for Mandrel Bend Test of attached Organic Coatings. ASTM D1653 Standard Test Method for Water Vapor Transmission or Organic Film Coatings ASTM G-155 Accelerated Weathering Environment Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials. ASTM D 2369 Weight Solids Standard Test Method for Volatile Content of Coatings ASTM D 1475 Standard Test Method for Density of Paint, Varnish, Laquer, and Other Related Products ASTM D-2240 Standard Test Method for Rubber Property – Durometer Hardness ASTM D-5895 Standard Test Method of Drying or Curing During Film Formation of Organic Coatings using Mechanical Recorders ASTM D-570 Standard Test Method for Water Absorption of Plastics. (C) Materials: Paint for bike lanes shall be a premium epoxy modified, acrylic, waterborne coating specifically designed for application on asphalt pavements. The paint shall have a good balance of properties to ensure good adhesion and movement on flexible pavement while providing good durability. (D) Application: The paint coating shall be supplied and applied on non-textured asphalt surface by an Accredited Applicator in accordance with the plans and these specifications. The asphalt pavement surface shall be dry and free from all foreign matter, including but not limited to dirt, dust, and chemical residue. The number of applications (coats) shall be per the manufactures recommendations and based on the type and frequency of traffic anticipated on the painted asphalt area. Coating and coverage thickness of the applications shall also be per the requirements of the manufactures recommendations and based on the type and frequency of traffic anticipated on the painted asphalt area. The final surface coating shall be 100% dry before any traffic is allowed on it. 461.6 Basis of Payment: Pavement striping of the type specified, measured as provided above, will be paid for at the contract price per linear foot for the total length of painted line applied to the nearest foot, which price shall be full compensation for the work complete, including cleaning and preparing the pavement surface and glass beads, as described and specified herein an on project Plans. ITEM 461.010 PAINT STRIPE, WHITE, 4” LINEAR FEET ITEM 461.020 PAINT STRIPE, YELLOW, 4” LINEAR FEET Pavement symbols and legends as provided above, will be paid for at the contract price for each painted symbol or legend, which price shall be full compensation for the work complete, including

Page 94: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 94 of 119 Special Provisions

cleaning and preparing the pavement surface, and glass beads, as described and specified a herein and on the project Plans. ITEM 461.030 PAINTED ARROW EACH ITEM 461.040 PAINTED BIKE LANE SYMBOL EACH ITEM 461.050 PAINTED ADA SYMBOL EACH Paint median noses will be paid for at the contract price for each median nose, which price shall be full compensation for the work complete, including cleaning and preparing the pavement surface, and glass beads, as described and specified a herein and on the project Plans. ITEM 461.060 PAINT MEDIAN NOSE EACH ITEM 461.070 PAINTED BIKE LANE SQUARE FEET SECTION 462 THERMOPLASTIC PAVEMENT MARKINGS 462.1 Description The work under this section shall consist of cleaning and preparing pavement surfaces and furnishing and applying either white or yellow paint or hot-sprayed thermoplastic reflectorized stripes or pavement markings to the prepared pavement at the locations and in accordance with the details shown on the project plans and the requirements of these specifications and the Special Provisions. The work under this section shall conform to the requirements of Section 704 of the ADOT Standard Specifications for Road and Bridge Construction. 462.5 Basis of Payment The accepted quantities of thermoplastic pavement markings of the type specified in the bidding schedule, measured as provided above, will be paid for at the unit price, complete in place, including pavement surface preparation and glass beads. Pavement marking stripes will be paid for at the contract unit price per linear foot complete in place for the total length of lines applied to the nearest foot, including surface preparation. If the Engineer determines that additional striping beyond the project limits are required in order to tie into and meet the existing striping, then this striping will be paid for at the contract unit bid price for the total length of lines applied. ITEM 462.010 THERMOPLASTIC TRAFFIC STRIPE, WHITE, 4” LINEAR FEET ITEM 462.020 THERMOPLASTIC TRAFFIC STRIPE, YELLOW, 4” LINEAR FEET Thermoplastic pavement marking legends and symbols will be paid for at the contract unit price per each. Such payment shall be full compensation for furnishing all material, labor, tools and equipment and accomplishing the work associated with application of the legends and symbols to the pavement, including surface preparation, as described in the special provisions and on the construction plans. ITEM 462.030 THERMOPLASTIC ARROW EACH ITEM 462.040 THERMOPLASTIC BIKE LANE SYMBOL EACH ITEM 462.050 THERMOPLASTIC ADA SYMBOL EACH

Page 95: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 95 of 119 Special Provisions

SECTION 463 RAISED PAVEMENT MARKERS The work under this section shall conform to the requirements of section 463 of the MCDOT supplement to the MAG Uniform Standard Specifications for Public Works Construction. 463.1 Description: The work under this section shall consist of cleaning and preparing the pavement surface; furnishing all materials, equipment, tools and labor; and placing raised pavement markers of the type specified at the locations and in accordance with the details shown on the plans and the requirements of these specifications. 463.4 Method of Measurement: Pavement markers will be measured as a unit for each marker furnished and placed. 463.5 Basis of Payment: The accepted quantities of pavement markers, measured as provided above, will be paid for at the contract unit price for the type designated in the bidding schedule, complete in place, including adhesive and surface preparation. ITEM 463.010 RAISED PAVEMENT MARKER (TYPE A) EACH ITEM 463.020 RAISED PAVEMENT MARKER (TYPE D) EACH ITEM 463.030 RAISED PAVEMENT MARKER (TYPE G) EACH SECTION 465 TRAFFIC SIGNS Add this section to the MAG Standard Specifications: 465.1 Description The work under this section shall consist of providing and erecting traffic signs; furnishing all materials, equipment, tools and labor; and placing and erecting traffic signs of the type specified at the locations and in accordance with the details shown on the plans and the requirements of these specifications. The work under this section shall conform to the requirements the Town of Queen Creek signing and marking standards and sections 464 and 465 of the MCDOT supplement to the MAG Standard Specifications for Public Works Construction. 465.2 Payment Payment for placing the permanent traffic signs will be made at the contract unit price per square foot of sign panel installed. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with placing the permanent traffic signs complete in place as described in the special provisions and on the construction plans.

Page 96: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 96 of 119 Special Provisions

ITEM 465.010 PERMANENT TRAFFIC SIGN SQUARE FEET Payment for placing the perforated signs posts will be made at the contract unit price per linear feet. Slip bases and sign post foundations will be made at the contract unit price per each. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with constructing the foundations and erecting the sign posts complete in place as described in the special provisions and on the construction plans. ITEM 465.020 PERFORATED SIGN POST (2 S) LINEAR FEET ITEM 465.030 PERFORATED SIGN POST (2 ½ S) LINEAR FEET ITEM 465.040 PERFORATED SIGN POST (2 ½ T) LINEAR FEET ITEM 465.050 SLIP BASES EACH ITEM 465.060 SIGN POST FOUNDATION EACH SECTION 471 ELECTRICAL UNDERGROUND INSTALLATION 471.1 Description Traffic Signal and Street Light Related Work: This section per the ADOT Standard Specifications for Road and Bridge Construction Section 732, and the Town of Queen Creek Signal Requirements, as modified below: The work under this item includes the furnishing and installation of new traffic signal pull boxes and traffic signal conduit. This work shall conform to Section 732 of ADOT Standard Specifications for Road and Bridge Construction and the Town of Queen Creek Signal Requirements. A polymer number 7 pull box with extension shall be utilized on the control cabinet corner. A polymer number 7 pull box shall be utilized on each corner. Each pull box shall contain a ground rod and shall be connected to the grounding system. All pull boxes and splice boxes shall be polymer, and provided with locking devices. The words “QUEEN CREEK TRAFFIC SIGNAL shall be labeled on the pull box covers in 1 inch high letters on No. 7 and No. 9 pullboxes. The words “QC ROADWAY LIGHTING” shall be labeled on the pull box covers in 1 inch high letters on No. 5 pullboxes. Pull boxes shall avoid placement in sidewalk areas, where possible, and no pull boxes shall be located in a wheelchair ramp area designed for wheelchair travel (such as the ramp itself). At the request of the Town, the contractor shall furnish pull box plans and specifications. Chipped or cracked pull boxes, covers and extensions will not be accepted. Conduits under existing streets and paved or concrete areas shall be directionally bored or drilled. Trenching shall be allowed only in unpaved areas, unless otherwise pre-approved, in writing, by the Town of Queen Creek Traffic Engineer. Trench warning tape, conforming to ADOT specifications and placement shall be utilized when conduit is installed in open trench. All Town of Queen Creek requirements shall be followed including installing ½ sack slurry throughout the entire trench up to the bottom of existing asphalt, see MAG “T TOP” trench details previously adopted by Queen Creek.

Page 97: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 97 of 119 Special Provisions

All conduit and conduit fittings shall be listed by UL, and conform to NEC standards. Except as specified below, all conduits to be installed underground shall be rigid polyvinyl chloride (PVC) rigid nonmetallic type confirming to the requirements of UL 651 for Rigid Nonmetallic Conduit. PVC conduit and conduit fittings shall be Schedule 40. All conduit and conduit fittings to be installed above ground shall be rigid metallic type manufactured of galvanized steel confirming to requirements of UL 6 for Rigid Metallic Conduit and to NEC standards. Spare conduits shall be provided with an insulated ground wire installed. Conduit warning tape shall be a four (4) mil inert plastic film specially formulated for prolonged use underground and shall be a minimum of 3 inches wide. All tape shall be highly resistant to alkalis, acid and other destructive agents found in the soil. Tape shall have a continuous printed message warning of the location of underground conduits. The message shall be in permanent ink formulated for prolong underground use and shall bear the words, “CAUTION – ELECTRIC LINE BURIED BELOW” in black letters on a red background. Conduit bond wire shall be a No. 8 AWG bare copper wire. 471.5 Payment Payment for the installation of the traffic signal, street light, and telecommunications pull boxes will be made at the contract unit price per each. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with installing the pull boxes complete in place as described in the special provisions and on the construction plans. ITEM 471.130 PULL BOX (NO. 5) EACH ITEM 471.145 PULL BOX (NO. 7) EACH ITEM 471.150 PULL BOX (NO. 7) (WITH EXTENSION) EACH ITEM 471.160 PULL BOX (NO. 9 VAULT) EACH Payment for the installation of the underground conduit for the traffic signal, street lights and telecommunications will be made at the contract unit price per lineal foot. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with installing the underground conduit complete in place as described in the special provisions and on the construction plans. ITEM 471.080 ELECTRICAL CONDUIT (2”) (PVC SCH 40) LINEAR FEET ITEM 471.090 ELECTRICAL CONDUIT (2.5”) (PVC SCH 40) LINEAR FEET ITEM 471.100 ELECTRICAL CONDUIT (2”) (PVC SCH 40) LINEAR FEET (DIRECTIONAL BORE) ITEM 471.110 ELECTRICAL CONDUIT (INTERCONNECT QUAD DUCT) LINEAR FEET ITEM 471.120 ELECTRICAL CONDUIT (INTERCONNECT QUAD DUCT) LINEAR FEET (DIRECTIONAL BORE) ITEM 471.135 ELECTRICAL CONDUIT (3”) (PVC SCH 40) LINEAR FEET ITEM 471.140 ELECTRICAL CONDUIT (3”) (PVC SCH 40) LINEAR FEET (DIRECTIONAL BORE)

Page 98: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 98 of 119 Special Provisions

SECTION 472 TRAFFIC SIGNAL AND ROADWAY LIGHTING FOUNDATIONS: Work under his section shall be in conformance with the ADOT Standard Specifications, modified as follows: 472.1 Description This section per the ADOT Standard Specifications for Road and Bridge Construction Section 731, and the Town of Queen Creek Signal Requirements, as modified below: The work under this item includes the installation of new traffic signal pole, control cabinet foundations, meter pedestal, street light and parking area foundations. This work shall conform to Section 731 of ADOT Standard Specifications for Road and Bridge Construction and the Town of Queen Creek Signal Requirements. Where new traffic signal poles are to be installed next to existing sidewalk or new or existing curb ramps, the Contractor shall construct a new ADA accessible apron (a.k.a Concrete Apron) to provide access around the base of the pole as shown on the plans and details. The contractor shall modify these details as necessary to accommodate any changed field conditions or variation in pole location at no additional cost to the Town. Prior to pouring any concrete the Contractor shall contact the Town 48 hours in advance for an inspection. The measurement and cost associated with this item shall be incidental to the work associated with the construction costs of providing and installing the signal pole foundations. Contractor shall not pour concrete foundations until foundation locations, elevations, and bolt pattern is inspected and approved by the Town. For the Pedestrian Light Poles, the supplier will provide (3/4" x 18" x 3") anchor bolts and the bolt circle is 10". The foundations shall be ADOT Type A Pole Foundation (modified to 4' deep) per ADOT TS 4.1. For the Street Light Poles, the supplier will provide (1" x 36" x 4") bolts and the bolt circle is 11.5". The foundations shall be ADOT Type G Pole Foundation per ADOT TS 4.5. The Contractor shall pothole all foundations for potential conflicts. The cost associated shall be considered incidental to complete the work associated with this item. Hand digging for potential conflicts is considered a form of pot holing and considered incidental to complete the work associated with this item. The contractor is responsible for all the expenses for testing of concrete material for foundations. Concrete material testing will not be paid for separately and should be included in the unit price for foundation. 472.5 Payment Payment for the installation of the traffic signal pole, street light and parking area foundations will be made at the contract unit price per each, and such payment shall constitute full compensation for all of the work associated with constructing the foundations as defined on the project plans and in the specifications. No direct measurement or payment will be made for signal cabinet, meter pedestal, or load center cabinet foundations, the cost being considered part of the related item.

Page 99: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 99 of 119 Special Provisions

ITEM 472.010 TRAFFIC SIGNAL POLE FOUNDATION (TYPE Q OR K) EACH ITEM 472.011 TRAFFIC SIGNAL POLE FOUNDATION (TYPE A) EACH ITEM 472.020 DECORATIVE STREET LIGHT POLE FOUNDATION EACH ITEM 472.030 DECORATIVE PEDESTRIAN LIGHT POLE FOUNDATION EACH ITEM 472.040 PARKING AREA LIGHT POLE FOUNDATION EACH SECTION 474 TRAFFIC SIGNAL POLE INSTALLATION 474.1 Description Work under this section shall be in conformance with the ADOT Standard Specifications for Road and Bridge Construction Section 731, and the Town of Queen Creek Signal Requirements, as modified below: The work under this item includes the installation of new traffic signal poles, traffic signal mast arms, roadway street light poles, pedestrian light poles, and parking area poles. This work shall conform to Section 731 of ADOT Standard Specifications for Road and Bridge Construction and the Town of Queen Creek Signal Requirements. Decorative poles shall match the existing street light and pedestrian light poles on Ellsworth Road north of Ocotillo Road in the Town of Queen Creek. Measurement for Decorative Light Poles shall include shepherd’s crook and double shepherd’s crook mast arms, plumbizer, finials, banner arms, scrollwork, base covers, hand holes, electrical outlet holes, electrical duplex, and all hardware required to set and secure the pole and appurtenances in place. Electric outlets shall be recessed with the outlet flush to the pole, GFCI, and include a clear, watertight cover. Receptacle placement shall match existing poles on Ellsworth Road north of Ocotillo Road. The poles shall be factory painted with a two-coat powder coat system Cocoa Brown. 474.7 Payment Payment for traffic signal poles, mast arms, roadway street light poles, pedestrian light poles, and parking area poles will be made at the contract unit price per each. Such payment shall constitute compensation in full for furnishing and installing said items complete in place as defined on the project plans and in the specifications. ITEM 474.011 DECORATIVE STREET LIGHT POLE EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.012 DECORATIVE PEDESTRIAN LIGHT POLE EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.013 PARKING AREA LIGHT POLE, SQUARE TUBE EACH ITEM 474.021 TRAFFIC SIGNAL POLE (TYPE A) (10-FOOT) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.022 TRAFFIC SIGNAL POLE (TYPE Q) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.023 TRAFFIC SIGNAL POLE (TYPE R) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.031 MAST ARM (20’) (TAPERED) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED)

Page 100: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 100 of 119 Special Provisions

ITEM 474.032 MAST ARM (30’) (TAPERED) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.033 MAST ARM (35’) (TAPERED) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.034 MAST ARM (40’) (TAPERED) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.035 MAST ARM (45’) (TAPERED) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 474.036 MAST ARM (50’) (TAPERED) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) SECTION 475 ELECTRICAL POWER SERVICE AND CONTROLLER CABINET INSTALLATION 475.1 Description This section shall be per the ADOT Standard Specifications for Road and Bridge Construction Section 734, and the Town of Queen Creek Signal Requirements, as modified below: The work under this item includes the installation of control cabinets, meter pedestals, and load center cabinets. The work under this item also consists of the furnishing and installation of the meter pedestals and emergency pre-emption devices. This work shall conform to Section 734 of ADOT Standard Specifications for Road and Bridge Construction and the Town of Queen Creek Signal Requirements. Cabinet controller and Assembly material shall be in accordance with the Town of Queen Creek Approved Materials List. The meter pedestal for the Traffic Signal shall be a combination battery backup unit and meter pedestal per the Town of Queen Creek Approved Materials List. The meter pedestal service cabinet for the Roadway Lighting System shall be of the same manufacturer as the traffic signal meter pedestal, shall include the circuit panel, and shall not have the battery backup system. The foundation shall be construction in accordance with the ADOT Standard Details and Specifications. The Town of Queen Creek shall provide the traffic signal control and cabinet assembly. The type of controller shall be Econolite ASC/3-2100. The type of cabinet is an ADOT Type IV, NEMA TS-2, Type 1 Econolite “Plug-n-Go”. The Controller shall include the Cabinet, controller, 12 load switches, Exterior generator power input plug, surge suppression, manual control handheld remote with detachable headphone jack, malfunction management unit. Foundation shall be constructed per ADOT Standard Details and Specifications. The load center cabinet and foundation shall be in accordance with the ADOT Standard Details and Specifications. Testing of the controller operation after installation shall be accomplished at the site. The contractor shall be required to provide traffic control at the intersection with a uniformed off-duty officer during testing of the controller. Uniformed off-duty officers shall be obtained and scheduled through the Town of Queen Creek. Five (5) days notice is required to obtain a police officer. A Town of Queen Creek representative will be present during all wiring operations and connections. The Town of Queen Creek shall perform a one-month test of the controller operations before installation. The contractor shall coordinate with Traffic Engineering at (480) 358-3003, a minimum of 48 hours, in advance of pick up of the controller/cabinet.

Page 101: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 101 of 119 Special Provisions

The contractor shall notify the Town of Queen Creek Traffic Engineering representative at least five (5) days in advance of the scheduled traffic signal activation. Contact the Town Traffic Engineer at (480) 358-3003. “Traffic Signal Control Change” ahead warning signs must be installed by the Town of Queen Creek prior to turn on of each signal. The contractor shall relocate the existing four (4) detectors and two (2) double brackets with mounting hardware to the locations noted on the plans. The contractor shall provide two (2) new double brackets, four (2) new confirmation lights, four (4) new confirmation logic cards, and all new cabling to furnish and install emergency vehicle pre-emption system improvements. The control cabinet shall be equipped with the required connector cable, software, and interface unit to accomplish emergency vehicle pre-emption operation. The detector(s) shall be field adjusted at the approximate mounting location in order to provide an unobstructed line-of-site view along the route of the approaching priority vehicle. 475.5 Payment Payment for the installation of the emergency pre-emption devices will be made at the contract unit price per lump sum. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with installing the emergency pre-emption as described in the special provisions and on the construction plans. ITEM 475.010 METER PEDESTAL CABINET/BBS AND FOUNDATION EACH ITEM 475.011 METER PEDESTAL SERVICE CABINET AND FOUNDATION EACH ITEM 475.030 CONTROLLER CABINET (TS2 PLUG AND GO) EACH SECTION 476 SIGNAL INDICATIONS AND MOUNTINGS Work under this section shall be in accordance with the ADOT Standard Specifications for Road and Bridge Construction Section 733, and the Town of Queen Creek Signal Requirements, as modified below: 476.1 Description The work under this item includes the installation of traffic signal heads and mounting assemblies, and emergency pre-emption devices and systems. This work shall conform to Section 733 of ADOT Standard Specifications for Road and Bridge Construction and the Town of Queen Creek Signal Requirements. The Town of Queen Creek will provide all new red, yellow, green, and arrow LED signal heads and LED pedestrian heads and mounting assemblies. The contractor shall provide all other labor, material, tool, and equipment necessary for installing signal and pedestrian heads provided by the Town. Mounting holes for all traffic signal mounting brackets shall NOT BE drilled prior to standing the poles on their foundations, but shall be drilled once the poles are standing to ensure best mounting location.

Page 102: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 102 of 119 Special Provisions

Emergency Vehicle Preemption system shall consist of an optical emitter, optical detectors, detector cable, and phase selectors. The approved emergency vehicle, Tomar Strobecom II 2080 series equipment, 209X-SD Detector, confirmation lights, and manufacturer approved cabling. The card shall be mounted in the detector rack provided with the signal cabinet. Preemption cables shall run unspliced from the sensor to the signal pole, to the controller cabinet terminals. Preemption devices shall be furnished and installed by the contractor. Traffic Mounting Assemblies shall be powder coat painted black per ADOT Standard Detail T.S. 9-0. The detector shall be mounted approximately as shown in the plans and shall be compatible with the design and brand used by the Town of Queen Creek. 476.4 Payment Payment for the installation of traffic signal faces and mounting assemblies will be made at the contract unit price per each. Such payment shall constitute compensation in full for installing the heads and assemblies defined on the project plans and in the specifications. ITEM 476.011 PEDESTRIAN PUSH BUTTON W/ SIGN EACH ITEM 476.012 TRAFFIC SIGNAL FACE (PEDESTRIAN MAN.HAND EACH W/ COUNTDOWN) ITEM 476.013 TRAFFIC SIGNAL FACE (TYPE F) EACH ITEM 476.014 TRAFFIC SIGNAL FACE (TYPE Q) EACH ITEM 476.021 TRAFFIC SIGNAL MOUNTING ASSEMBLY (TYPE II) EACH ITEM 476.022 TRAFFIC SIGNAL MOUNTING ASSEMBLY (TYPE IV) EACH ITEM 476.023 TRAFFIC SIGNAL MOUNTING ASSEMBLY (TYPE VII) EACH ITEM 476.024 TRAFFIC SIGNAL MOUNTING ASSEMBLY (TYPE XI) EACH ITEM 476.040 EMERGENCY PRE-EMPTION SYSTEM IMPROVEMENTS LUMP SUM SECTION 477 INTERSECTION LIGHTING 477.1 Description Traffic Signal Related Work: Work under this section shall be in accordance with the ADOT Standard Specifications for Road and Bridge Construction Section 731, and the Town of Queen Creek Signal Requirements, as modified below: The work under this item consists of the furnishing and installation of the luminaires and internally illuminated street name signs. This work shall conform to Section 731 of ADOT Standard Specifications for Road and Bridge Construction and the Town of Queen Creek Signal Requirements. All luminaires are to be powder coated to match the color of the decorative bases and fixtures. The contractor shall coordinate with the Town of Queen Creek to maintain paint color consistency. Street Light Related Work:

Page 103: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 103 of 119 Special Provisions

This section per the ADOT Standard Specifications, as modified below: The work under this item includes installation of roadway luminaires as described in the project plans and pedestrian luminaires by as described in the project plans. This work shall conform to the requirements of the Light Manufacturer, ADOT Standard Specifications. 477.5 Payment Payment for the installation of the luminaires and internally illuminated street name signs will be made at the contract unit price per each. Such payment shall constitute compensation in full for furnishing and installing said items complete in place as defined on the project plans and in the specifications. Luminaires for the traffic signal pole installation shall include the plumbizer, finial, and hardware required to mount the luminaire. ITEM 477.010 LUMINAIRE (150W LED, PENDANT, AURORA STYLE) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 477.020 LUMINAIRE (40 W LED, PENDANT, AURORA JR. STYLE) EACH (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 477.025 LUMINAIRE (250 W HPS, SHOEBOX STYLE) EACH ITEM 477.030 LUMINAIRE (HORIZONTAL MOUNT)(PENDANT LUMINAIRE, EACH AURORA STYLE) (TOWN FURNISHED/CONTRACTOR INSTALLED) ITEM 477.040 ILLUMINATED STREET NAME SIGN EACH SECTION 478 ELECTRICAL CONDUCTORS 478.1 Description This section per the ADOT Standard Specifications for Road and Bridge Construction Section 732, and the Town of Queen Creek Signal Requirements, as modified below: The work under this item includes the furnishing and installation of electrical conductors. This work shall conform to Section 732 of ADOT Standard Specifications for Road and Bridge Construction and the Town of Queen Creek Signal Requirements. Electrical Signal Conductors The contractor shall not use either THHN or THHW wire. Type XHHW or THW wire is acceptable in conduit. All IMSA signal conductors shall be solid with the exception of 51-5 and 50-2. Watertight fuses shall be utilized in the pull box adjacent to the luminaire pole. Splicing for the (2) 20-Conductor cables shall be kept to a minimum and shall only take place in pull boxes. At no time shall any splices of any kind be allowed in conduit. At pull box locations, all splices and cables shall be tagged and labeled per Town of Queen Creek requirements, which are as follows:

Page 104: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 104 of 119 Special Provisions

3M Scotchcote Wire Marker Tape, Panduit shall be used to indicate phase number and location as necessary. Electrical service conductors shall be provided and installed by SRP. One main signal common of adequate size (No. 8 AWG minimum size) to accommodate the electrical load of the installed signals plus all future signals hall run from the controller cabinet, around the intersection to each corner pull box. This conductor shall be stranded, with white insulation. Video detection cables shall run unspliced from the hand hole at each pole to the controller cabinet. A manufacture supplied cable and pre installed connector shall be supplied for connection to the back of the camera down the pole to the hand hole then spliced into the cable from the signal cabinet. (Video detection splicing will only be allowed in the pole hand hole). Contact the Town for approved products. Emergency vehicle preemption cable shall run unspliced from the controller cabinet to the senor. Absolutely NO SPLICES are allowed in preemption cables. A No. 8 AWG solid copper conductor, with green insulation, shall be used in all PVC conduits containing electrical voltage circuits. Generally, the ground bond wires are connected together in each pull box, connected to the ground rod(s), and each pole to form a continuous grounded system. Street Light Related Work: The work under this item includes the installation of electrical outlet units in the median island per details as described in the project plans. This work shall conform to the requirements of the Light Manufacturer, SRP and ADOT Standard Specifications for Road and Bridge Construction. 478.5 Payment Payment for the installation of the Traffic Signal electrical conductors will be made at the contract unit price per lump sum per each intersection with signal installation. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with installing the conductors complete in place as described in the special provisions and on the construction plans. ITEM 478.011 ELECTRICAL CONDUCTORS (OCOTILLO ROAD AND ELLSWORTH

ROAD) LUMP SUM ITEM 478.012 ELECTRICAL CONDUCTORS (OCOTILLOR ROAD AND HERITAGE

LOOP ROAD) LUMP SUM Payment for the installation of the Roadway and Pedestrian Lighting electrical conductors will be made at the contract unit price per each conductor per lineal foot with lighting installation. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with installing the conductors complete in place as described in the special provisions and on the construction plans. ITEM 478.021 FIBER OPTIC INTENCONNECT CABLE LINEAR FEET

Page 105: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 105 of 119 Special Provisions

ITEM 478.022 LIGHTING CONDUCTORS, #12 LINEAR FEET ITEM 478.024 LIGHTING CONDUCTORS, #8 LINEAR FEET ITEM 478.025 LIGHTING CONDUCTORS, #6 LINEAR FEET ITEM 478.026 LIGHTING CONDUCTORS, BARE BOND, #8 LINEAR FEET Payment for the installation of electrical service for traffic signal will be made at the contract unit price per lump sum. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with installing the electrical service for the traffic signals complete in place as described in the special provisions and on the construction plans. ITEM 478.030 ALLOWANCE (TRAFFIC SIGNAL ELECTRICAL SERVICE) LUMP SUM (ELECTRICAL SERVICE FOR TRAFFIC SIGNAL) SECTION 479 ELECTRICAL SERVICE CONVERSIONS 479.1 Description The work under this item includes the conversion of existing private electrical services to the latest edition of the National Electric Code, State, Salt River Project, and the Town of Queen Creek Codes. This work includes coordination with the landowner and/or tenants or lessees, coordination with SRP, trenching and conduit from the SRP transformer to the meter, removals of existing electrical equipment and appurtenances replaced by the new equipment, and restoring of the disturbed area to pre-construction conditions or better. Electrical service conductors shall be provided and installed by SRP. Backfill shall be in accordance with MAG Specification 336 and 601. 478.5 Payment Payment for the installation of the Traffic Signal electrical conductors will be made at the contract unit price per lump sum per each address as shown on the Project Plans. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with converting the electrical service, complete in place, as described in the special provisions and on the construction plans. ITEM 479.010 ELECTRICAL SERVICE CONVERSION LUMP SUM (21820 S. ELLSWORTH ROAD) ITEM 479.020 ELECTRICAL SERVICE CONVERSION LUMP SUM (21824 S. ELLSWORTH ROAD) ITEM 479.030 ELECTRICAL SERVICE CONVERSION LUMP SUM (21838 S. ELLSWORTH ROAD) ITEM 479.040 ELECTRICAL SERVICE CONVERSION LUMP SUM (20955 E. OCOTILLO ROAD) ITEM 479.050 ELECTRICAL SERVICE CONVERSION LUMP SUM (20913 E. OCOTILLO ROAD) ITEM 479.060 ELECTRICAL SERVICE CONVERSION LUMP SUM (20907 E. OCOTILLO ROAD) ITEM 479.070 ELECTRICAL SERVICE CONVERSION LUMP SUM

Page 106: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 106 of 119 Special Provisions

(20905 E. OCOTILLO ROAD)(RHEMA SOUL CUISINE) ITEM 479.080 ELECTRICAL SERVICE CONVERSION LUMP SUM (20903 E. OCOTILLO ROAD) ITEM 479.090 ELECTRICAL SERVICE CONVERSION LUMP SUM (20835 E. OCOTILLO ROAD) ITEM 479.100 ELECTRICAL SERVICE CONVERSION LUMP SUM (20827 E. OCOTILLO ROAD) SECTION 480 SRP 12kV OVERHEAD TO UNDERGROUND ELECTRICAL CONVERSION 480.1 Description The work under this section shall consist of furnishing and installing electrical conduit, ground rods, pull boxes, and wiring from sonotube to pull box) associated with SRP requirements to convert the existing 12kV overhead electrical to underground . This work will include trenching, backfilling, excavating, grading for SRP concrete pads, placing and compacting backfill material in accordance with the locations shown on the SRP plans and for Work Order #T2056929. 480.2 Payment Payment for the SRP related work will be made at the contract lump sum price and shall constitute full compensation for work described including all incidentals necessary to complete the work including delivery, storage and handling of the materials. No separate measurement or payment will be made for various types of means and methods that may be required for installation. ITEM 480.010 SRP RELATED WORK LUMP SUM SECTION 485 VIDEO IMAGE DETECTORS 485.1 Description The Contractor shall provide and install the video detection system, including system hardware and software. The Contractor shall provide the cable from the pull boxes to the controller, and all equipment necessary for installing the video detection system as identified. The Town of Queen Creek shall supervise the installation and testing of the video detection system and computer equipment. All Video Image Detector Systems must be on the Town of Queen Creek Approved Materials List. Video detection cables shall run unspliced from the hand hole at each pole to the controller cabinet. A manufacture supplied cable and pre-installed connector shall be supplied for connection to the back of the camera down the pole to the hand hole then spliced into the cable from the signal cabinet. (Video detection splicing will on be allowed in the pole hand hole). Contact the Town of Queen Creek for approved products. Camera locations shall be coordinated with and approved by the Town. Cost associated with this item shall include mounting brackets and necessary equipment and labor. 485.7 Payment The accepted quantity of video detection system will be paid for at the contract unit price per lump sum. Such payment shall constitute compensation shall be full compensation for all labor, materials and equipment required for the furnishing, installation, testing and documentations.

Page 107: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 107 of 119 Special Provisions

ITEM 485.710 VIDEO DETECTION SYSTEM EACH

Page 108: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 108 of 119 Special Provisions

PART 500 – STRUCTURES SECTION 505 CONCRETE STRUCTURES 505.1 Description Section 505.1 of the MAG Standard Specifications is modified to add the following: All new storm drain manhole frames and covers shall be adjusted to grade according to MAG Standard Detail 422. There shall be no additional payment for new storm drain manhole frame and cover adjustment. All new storm drain manhole covers shall read “Queen Creek Storm Sewer.” No separate payment will be made for concrete pipe collars (MAG Standard Detail 505) and lateral pipe connections (MAG Standard Detail 524), the cost being considered incidental to the storm drain construction. Payment for catch basins and concrete headwalls will be made at the contract unit price per each. Such payment shall constitute full compensation for all of the work associated with constructing said items complete in place. ITEM 505.010 STORM DRAIN MANHOLE (MAG STD DET 424-2, 520 & 522) EACH ITEM 505.020 CATCH BASIN, TYPE M-1 (COP STD DET P1569-1, L=3’) EACH ITEM 505.030 CATCH BASIN, TYPE M-2 (COP STD DET P1569-1, L=6’) EACH ITEM 505.040 CATCH BASIN, TYPE M-1 (COP STD DET P1569-1, L=10’) EACH ITEM 505.050 CATCH BASIN, TYPE M-1 (COP STD DET P1569-1, L=17’) EACH ITEM 505.060 CATCH BASIN (MAG STD DET 537, TYPE G, SINGLE GRATE) EACH ITEM 505.070 CATCH BASIN (COP STD DET P1570, TYPE N, TRIPLE GRATE) EACH ITEM 505.080 CATCH BASIN (MAG STD DET 533-1, TYPE D, L=6’) EACH ITEM 505.090 36” PIPE OUTLET HEADWALL, DETAIL 1, DWG SD6 EACH ITEM 505.100 CONCRETE HEADWALL (MAG STD DET 501, U TYPE) EACH ITEM 505.110 PIPE PLUG (MAG STD DET 427) EACH SECTION 507 PREFABRICATED FIRST FLUSH TREATMENT DEVICE 507.1 General 507.1.1 Description The work covered by this section consists of the construction of a structural underground stormwater oil and sediment separator The Contractor shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. 507.1.2 Reference Standards ASTM D-4097: Contact Molded Glass Fiber Reinforced Chemical Resistant Tanks ASTM C 478: Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C 443: Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets

Page 109: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 109 of 119 Special Provisions

507.1.3 Shop Drawings 507.1.3.1 Shop drawings consisting of catalog cuts or fabricator drawings showing the structure and frames, grates, or covers shall be submitted by the Contractor to the Engineer for approval. 507.1.3.2 Where an external bypass is required, the manufacturer must provide calculations and designs for all structures, piping and any other required material applicable to the proper functioning of the system, stamped by a Professional Engineer. 507.1.4 Handling and Storage Care shall be taken in loading, transporting, and unloading to prevent damage to materials during storage and handling. 507.2 Products 507.2.1 General The separator shall be circular and constructed from pre-cast concrete circular riser and slab components. The internal fiberglass insert shall be bolted and sealed watertight inside the reinforced concrete component. The separator shall be capable to be used as a bend or junction structure within the stormwater drainage system. 507.2.2 Precast Concrete Sections All precast concrete components shall be designed and manufactured to a minimum live load of AASHTO HS-20 truck loading or greater based on local regulatory specifications. 507.2.3 Joints The concrete joints shall be water-tight and meet the design criteria according to ASTM C-443. Mastic sealants or butyl tape are not an acceptable alternative. 507.2.4 Frame and Cover The frame and cover shall include an indented top design with lettering of the unit’s name cast into the cover to allow for easy identification in the field. 507.2.5 Concrete All reinforced concrete components shall be manufactured according to local specifications and shall meet the requirements of ASTM C 478. 507.2.6 Fiberglass The fiberglass portion of the water treatment device shall be constructed in accordance with the following standard: ASTM D-4097: Contact Molded Glass Fiber Reinforced Chemical Resistant Tanks. 507.2.7 Inspection All precast concrete sections shall be inspected to ensure that dimensions, appearance and quality of the product meet local specifications and ASTM C 478. 507.3 Performance 507.3.1 General The stormwater quality treatment device shall remove oil and sediment from stormwater. 507.3.2 Total Suspended Solids

Page 110: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 110 of 119 Special Provisions

The treatment device shall be capable of removing 80 percent of the average annual total suspended solids (TSS) load without scouring previously captured pollutants. Design methodologies shall provide calculations substantiating removal efficiencies and correlation to field monitoring results using both particle size and TSS removal efficiency. All manufactures shall provide performance data that the stormwater quality treatment system does not scour previously captured pollutants based on the particle size distribution specified in section 3.5. Performance data should be laboratory testing with an initial sediment load of 50 percent of the unit’s sediment capacity at an operating rate of 125% or greater. Particle size distribution (PSD) for the initial sediment load shall conform to table 3.5. 507.3.3 Free Oil 507.3.3.1 The separator must be capable of removing 95 percent of the floatable free oil. 507.3.3.2 The first 16 inches (405 mm) of hydrocarbon storage shall be lined with fiberglass to provide a double wall containment of the hydrocarbon materials. 507.3.4 Particle Size 3.5.1 The separator must be capable of trapping fine sand, silt, clay and organic particles in addition to larger sand, gravel particles and small floatables. 3.5.2 The stormwater quality treatment device shall be sized to a specific particle size distribution that is clearly identified in both diameter and specific gravity. The example below is a Fine Particle Size that is a common PSD used in design of water quality devices to ensure proper design for capturing smaller particles and the high load of associated pollutants.

Table 507.3.5 Particle Size Distribution

507.4 Execution 507.4.1 Installation The installation of the pre-cast concrete stormwater quality treatment device should conform to state highway, municipal or local specifications for the construction of manholes. Selected sections of a general specification that are applicable are summarized below. 507.4.2 Excavation 507.4.2.1 Excavation for the installation of the stormwater quality treatment device should conform to state highway, municipal or local specifications. 507.4.2.2 The stormwater quality treatment device should not be installed on frozen ground. Excavation should allow for adequate compaction around the structure. If the bottom of the excavation provides an unsuitable foundation additional excavation may be required. 507.4.2.3 In areas with a high water table, continuous dewatering should be provided to ensure that the excavation is stable and free of water. 507.4.3 Backfilling Backfill material should conform to state highway, municipal or local specifications. Backfill material should be placed in uniform layers not exceeding 12 inches (300 mm) in depth and compacted to state highway, municipal or local specifications.

Page 111: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 111 of 119 Special Provisions

507.4.4 Water Quality Device Construction Sequence 507.4.4.1 The concrete water quality device is installed in sections in the following sequence:

• aggregate base • base slab • treatment chamber section(s) • transition slab (if required) • bypass section • connect inlet and outlet pipes • riser section and/or transition slab (if required) • maintenance riser section(s) (if required) • frame and access cover

507.4.4.2 The precast base should be placed level at the specified grade. The entire base should be in contact with the underlying compacted granular material. Subsequent sections, complete with gasketed joint seals, should be installed in accordance with the precast concrete manufacturer’s recommendations. 507.4.4.3 Adjustment of the stormwater quality treatment device can be performed by lifting the upper sections free of the excavated area, re-leveling the base, and re-installing the sections. Damaged sections and gaskets should be repaired or replaced as necessary. Once the stormwater quality treatment device has been constructed, any lift holes must be plugged with mortar. 507.4.5 Drop Pipe and Riser Pipe Once the upper chamber has been attached to the lower chamber, the inlet drop tee, and riser pipe must be attached. Pipe installation instructions and required materials shall be provided with the insert. 507.4.6 Inlet and Outlet Pipes Inlet and outlet pipes should be securely set into the upper chamber using non-shrink grout or approved pipe seals (flexible boot connections, where applicable) so that the structure is watertight. 507.4.7 Frame and Cover or Frame and Grate Installation The grade adjustment units should be laid in a full bed of mortar with successive units being joined using sealant recommended by the manufacturer. Frames for the cover should be set in a full bed of mortar at the elevation specified. 507.5 Payment Payment for the installation of the first flush treatment device will be made at the contract unit price per each. Such payment shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with installing the device complete in place as described in the special provisions and on the construction plans. ITEM 507.010 PREFABRICATED FIRST FLUSH TREATMENT DEVICE EACH SECTION 515 STEEL STRUCTURES Delete the following sections: 515.6 MEASUREMENT 515.7 PAYMENT

Page 112: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 112 of 119 Special Provisions

and Replace with the following: 515.6 MEASUREMENT AND PAYMENT Measurement and payment for site amenity elements shall be made on the basis of the bid price per item. This bid price shall be full compensation for the elements complete in place as described herein, on the plans, and in the bid schedule. Contractor shall submit complete shop drawings as specified in MAG Section 515. ITEM 515.000 ACCESS BARRIER (COP STD DET P1563) EACH ITEM 515.005 BOLLARD EACH ITEM 515.010 6’ BENCH – SURFACE MOUNT EACH ITEM 515.020 U-SHAPED CUSTOM BENCH – SURFACE MOUNT EACH ITEM 515.030 LITTER RECEPTACLE – SURFACE MOUNT EACH ITEM 515.040 RELOCATED HITCHING RAIL (IN-GROUND MOUNT) EACH ITEM 515.050 STEEL SPLIT RAIL FENCING SYSTEM W/ CMU LINEAR FEET COLUMNS (CIRCLE K CORNER) ITEM 515.060 PRECAST CONCRETE PLANTER – DUNE DS-23 EACH ITEM 515.070 WATER BOLLARD (MDF–36 W/HOSE BIB LOCKING COVER EACH SECTION 516 CORNER MONUMENT 516.1 MEASUREMENT AND PAYMENT: Measurement and payment for corner monument items shall be made on the basis of the bid price per item. This bid price shall be full compensation for the elements complete in place as described herein, on the plans, and in the bid schedule. ITEM 516.010 18’ HIGH CLOCK TOWER COMPLETE EACH (INCLUDING CLOCK & MOUNTING SYSTEM/GPS RECEIVER/CONTROLLER & APPURTENANCES, ¼” STEEL PLATE, STEEL ACCESS PANEL & HINGES, STONE VENEER & MASONRY SYSTEM, CONCRETE FOOTING, PEDESTRIAN LIGHT & CONNECTIONS, AND SCUPPER & PLUMBING SYSTEM) ITEM 516.020 6’-4” TALL ACCENT COLUMN COMPLETE EACH (INCLUDING IRRIGATION CONNECTION & THREADED ANCHOR FOR POTS, CONCRETE CAP, STONE VENEER & MASONRY SYSTEM, AND CONCRETE FOOTING) ITEM 516.030 TOWN CENTER LETTERING (316 STAINLESS STEEL) LUMP SUM COMPLETE (INCLUDING BASE PLATES, ANCHORS, HARDWARE, AND APPURTENANCES) ITEM 516.040 STEEL SPLIT RAIL FENCING SYSTEM W/ NATURAL LINEAR FEET STONE VENEER/CMU COLUMNS ITEM 516.050 CAST IN PLACE SEATWALL W/ NATURAL STONE LINEAR FEET VENEER AND CAP ITEM 516.060 PEDESTRIAN LIGHT FIXTURE ON CLOCK TOWER EACH COMPLETE (INCLUDING ELECTRICAL CONNECTION) ITEM 516.070 ELECTRICAL ALLOWANCE FOR MONUMENT LUMP SUM CORNER (TO INCLUDE UTILITY CONNECTION FEES, METERED ELECTRICAL SERVICE & CONTROL EQUIPMENT,

Page 113: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 113 of 119 Special Provisions

CONCRETE PULL BOXES, CONDUIT/CONDUCTORS/TRENCHING, AND CONNECTION FOR PEDESTRIAN LIGHT FIXTURE, TOWN CENTER LETTERING LIGHTING, AND WATER FEATURE LIGHTING & CONTROL PANEL/VAULT/ENCLOSURE) ITEM 516.080 INSTALLATION OF FOUNDING FATHERS PLAQUE FOR LUMP SUM CLOCK TOWER PLAZA (TOWN TO PROVIDE PLAQUE) SECTION 517 WATER FEATURE SYSTEM 517.1 MEASUREMENT AND PAYMENT: Measurement and payment for the Water Feature System items shall be made on the basis of the bid price per item. This bid price shall be full compensation for the elements complete in place as described herein, on the plans, and in the bid schedule. ITEM 517.010 WATER FEATURE COMPLETE LUMP SUM (INCLUDING WALL SYSTEM & TILE, NOZZLES, ELECTRICAL CONNECTIONS, PLUMBING SYSTEM, SEWER CONNECTIONS, SCUPPER & PLUMBING AT CLOCK TOWER, WATER TREATMENT SYSTEM & CONTROL, PUMPS, WATERPROOFING, & WATER STOPS, AND GROUNDING) ITEM 517.020 CONCRETE UNDERGROUND VAULT FOR LUMP SUM WATER FEATURE SYSTEM COMPLETE (INCLUDING ACCESS HATCH & LADDER W/ SAFETY PULL-UP, LIGHTING, VENT FAN W/ BLOWER/HUMIDITY DETECTION SYSTEM & ELECTRICAL CONNECTIONS, & AIR VENT) ITEM 517.030 CHEMICAL TANK ZONE COMPLETE LUMP SUM (INCLUDING CHLORINE & ACID CONTAINMENT SYSTEM, PLUMBING, AND WATER BOLLARD & CONNECTIONS) SECTION 520 STEEL AND ALUMINUM HANDRAILS 520.1 Description Section 520.1 of the MAG Standard Specifications is modified to add the following: The plans identify handrails to be constructed at headwall locations. Handrails shall be painted, color to be approved by the Town of Queen Creek. The paint shall conform to section 530 of the MAG Standard Specifications. 520.5 Payment Section 520.5 of the MAG Standard Specifications is modified as follows: Payment for safety rail will be made at the contract unit price per linear foot. Such payment shall constitute full compensation for all of the work associated with constructing said items complete in place.

Page 114: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 114 of 119 Special Provisions

ITEM 520.010 SAFETY RAIL (MAG STD DET 145 & 501) LINEAR FEET

Page 115: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 115 of 119 Special Provisions

PART 600 – WATER, SEWER, STORM DRAIN AND IRRIGATION

SECTION 601 TRENCH EXCAVATION, BACKFILLING AND COMPACTION 601.4 Foundation, Bedding, Backfilling and Compaction: 601.4.3 Backfill The following is added: No extra monetary compensation or additional time will be authorized for claims that soil conditions differ from those anticipated or those indicated by soil logs and/or reports. It is the Contractor's responsibility to make his own determination as to actual existing conditions. 601.4.4 Compaction Densities The following is added: Compaction densities for storm drain shall comply with Table 601-2 and Section 106.2.1 Samples of Tests and Materials in these special provisions. SECTION 610 WATER LINE CONSTRUCTION: Add the following to MAG Standard Specifications Section 610.16: ITEM 610.010 6” PVC, DR-18, AWWA C-909 LINEAR FEET W / RESTRAINED JOINTS ITEM 610.020 8” PVC, DR-18, AWWA C-909 LINEAR FEET W / RESTRAINED JOINTS ITEM 610.030 12” PVC, DR-18, AWWA C-909 LINEAR FEET W / RESTRAINED JOINTS ITEM 610.040 4” DIP, CL350 W / RESTRAINED JOINTS LINEAR FEET ITEM 610.050 6” DIP, CL350 W / RESTRAINED JOINTS LINEAR FEET ITEM 610.060 12” DIP, CL350 W / RESTRAINED JOINTS LINEAR FEET ITEM 610.070 FIRE HYDRANT ASSEMBLY EACH SECTION 615 SEWER LINE CONSTRUCTION 615.10 Manholes: Section 615.10 of the MAG Standard Specifications is modified to add the following: Connection to existing manholes shall be made to provide smooth flow transitions from new sewer pipes into existing pipes, removing and reconstructing the channel troughs as necessary. Joints shall be water tight and tested per Section 611.

Page 116: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 116 of 119 Special Provisions

615.16 Payment Section 615.16 (A) of the MAG Standard Specifications is modified to add the following: Contractor shall provide appropriate couplings to existing sewers. Flexible couplings are not allowed. Payment shall be included in the cost per lineal foot of sewer main installed complete and in place. No separate payment shall be made for sewer couplings/connections. Section 615.16 (B) of the MAG Standard Specifications is modified to add the following: Measurement of sanitary sewer service laterals will be per each linear foot installed complete. Payment shall be made at the contract unit price, and shall be compensation in full for all pipe, fittings, excavation, removal of obstructions, shoring and bracing, backfilling, compaction, testing, temporary pavement replacement, and all work incidental thereto. Section 615.16 of the MAG Standard Specifications is modified to add the following: Contractor shall be responsible for all flow management required to remove and replace existing sewer main. Flow management plan submittal is required prior to construction. No separate payment shall be made for flow management. Flow management shall be included in the unit price cost of sewer main installation. Town of Queen Creek flow monitoring during January 2016 observed an average flow along Ocotillo Road at approximately 50 gallons per minute with peaks of approximately 90 gallons per minute. Contractor shall verify bypass flow rate prior to construction. Measurement of the connection to existing manhole will be made per each installed complete. Payment shall be made at the contract unit price, and shall be compensation in full for all pipe, fittings, excavation, removal of obstructions, shoring and bracing, backfilling, compaction, testing, surface restoration, pavement replacement, and all work incidental thereto necessary to make a complete connection. ITEM 615.010 8” SANITARY SEWER LINEAR FEET ITEM 615.020 10” SANITARY SEWER LINEAR FEET ITEM 615.030 12” SANITARY SEWER LINEAR FEET ITEM 615.040 SEWER SERVICE LATERAL LINEAR FEET ITEM 615.050 CONNECT TO EXISTING SEWER MANHOLE EACH SECTION 618 STORM DRAIN CONSTRUCTION 618.2 Materials Section 618.2 of the MAG Standard Specifications is modified to add the following: The allowable pipe material for storm drain pipe is rubber gasket reinforced concrete pipe. For pipe classes, see the Plans. HDPE pipe will not be allowed as a pipe material. 618.6 Payment Section 618.6 of the MAG Standard Specifications is modified to add the following: Payment for storm drain pipe shall include concrete pipe collars (MAG Standard Detail 505) and

Page 117: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 117 of 119 Special Provisions

lateral pipe connections (MAG Standard Detail 524) as specified on the plans; no separate payment will be made for concrete pipe collars and lateral pipe connections. Payment for storm drain pipe will be made at the contract unit price per linear foot, and shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with furnishing and installing the pipe complete in place as described in the special provisions and on the construction plans. ITEM 618.010 12” RGRCP STORM DRAIN CLASS III PIPE LINEAR FEET ITEM 618.020 15” RGRCP STORM DRAIN CLASS III PIPE LINEAR FEET ITEM 618.030 18” RGRCP STORM DRAIN CLASS III PIPE LINEAR FEET ITEM 618.040 24” RGRCP STORM DRAIN CLASS III PIPE LINEAR FEET ITEM 618.050 24” RGRCP STORM DRAIN CLASS V PIPE LINEAR FEET ITEM 618.060 30” RGRCP STORM DRAIN CLASS III PIPE LINEAR FEET ITEM 618.070 36” RGRCP STORM DRAIN CLASS III PIPE LINEAR FEET ITEM 618.080 30”X19” HORIZ ELLIPTICAL RGRCP STORM DRAIN CLASS III PIPE LINEAR FEET SECTION 625 MANHOLE CONSTRUCTION AND DROP SEWER CONNECTIONS Delete MAG Standard Specification Section 625.2 in its entirety and replace with Town of Queen Creek Design and Construction Standards Manual Section 7.2. Section 625.6 Payment Section 625.5 of the MAG Standard Specifications is modified to add the following: ITEM 625.010 POLYMER SANITARY SEWER MANHOLE EACH SECTION 630 TAPPING SLEEVES, VALVES AND VALVE BOXES ON WATER LINES 630.1 Description Section 630.1 of the MAG Standard Specifications is modified to add the following: Valves, valve boxes and swing tie connections shall be installed in accordance with the project plans, special provisions and the requirements of the Queen Creek Water department. 630.9 Payment Section 630.9 of the MAG Standard Specifications is modified to add the following: Payment for installation of water line valves will be made at the contract unit price per each, and shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with furnishing and installing the valve complete in place as described in the special provisions and on the construction plans. Payment for installation of swing tie connections will be made at the contract unit price per each, and shall constitute full compensation for furnishing all pipe, fittings, couplings, adapters, labor, tools

Page 118: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 118 of 119 Special Provisions

and equipment associated with furnishing and installing the connection complete in place as described on the construction plans, and for disinfection and testing of the new pipeline in accordance with Section 611. Payment will also include capping of existing piping to be abandoned in place, and removal of existing piping and appurtenances as necessary to connect new piping to the existing system and restore surface features. ITEM 630.010 6” GATE VALVE, BOX & COVER EACH ITEM 630.020 8” GATE VALVE, BOX & COVER EACH ITEM 630.030 12” GATE VALVE, BOX & COVER EACH ITEM 630.040 CONNECT TO EXISTING WATER MAIN EACH ITEM 630.050 WATER MAIN SWING CONNECTION EACH ITEM 630.060 8” DOUBLE CHECK VALVE BACKFLOW PREVENTER EACH ITEM 630.070 AIR RELEASE VALVE EACH SECTION 631 WATER METER AND METER SERVICE CONNECTIONS 631.1 Description Section 631.1 of the MAG Standard Specifications is modified to add the following: Water service taps shall not be completed until the new waterlines have been tested and accepted by the Owner. 631.3.2 Standards Section 631.3.2 of the MAG Standard Specifications is modified to add the following: All work associated with the landscape irrigation water taps and meter service connections shall be performed in accordance with the latest Queen Creek Water Company Design and Construction Standards. 631.9 Payment Add this section to the MAG Standard Specifications: Payment for installation of water services and meters will be made at the contract unit price per linear foot, and shall constitute full compensation for furnishing all material, labor, tools and equipment and accomplishing all work associated with furnishing and installing the service and meter as described in the special provisions and on the construction plans, including connecting the new water service to the existing water service between the new meter and the building. Connection to new water meter, connection to existing service piping, and cutting and plugging existing service piping to be abandoned is the Contractor’s responsibility and is included in the cost per linear foot of water service pipe. Payment for backflow preventers will be made at the contract unit price per each, and shall constitute full compensation for furnishing all material, including backflow preventer, piping, fittings and appurtenances, backflow enclosure, labor, tools and equipment necessary to provide the backflow preventer complete as described in the special provisions and on the construction plans. Backflow preventers shall be same diameter as service piping.

Page 119: FOR TOWN OF QUEEN CREEK PROJECT OCOTILLO ROAD IMPROVEMENTScms6ftp.visioninternet.com/queencreek/CIP_Projects/IFB... · 2016-05-13 · A-0002 Page 1 of 119 Special Provisions SPECIAL

Project No. A-0002 Page 119 of 119 Special Provisions

ITEM 631.010 1” WATER SERVICE LINEAR FEET ITEM 631.015 1½” WATER SERVICE LINEAR FEET ITEM 631.020 2” WATER SERVICE LINEAR FEET ITEM 631.030 WATER SERVICE BACKFLOW PREVENTER EACH