← Back to Hooveralaba, MA

Document Hooveralabama_doc_366e4c11ed

Full Text

City of Hoover, Alabama – Bid #07-13 Notice to Contractors – Page 1 of 2 NOTICE TO CONTRACTORS ADVERTISEMENT FOR BID NO. 07-13 – ROADWAY MILLING AND PAVING Sealed Bids will be received by The City Clerk of the City of Hoover, Alabama, 100 Municipal Lane, Hoover, AL 35216, until 3:00 p.m., local time, on Wednesday, May 15, 2013, at which time they will be publicly opened in the Council Chambers of Hoover City Hall, 100 Municipal Lane, Hoover, AL, for furnishing all labor, materials and equipment, and incidentals to perform the work hereinafter described. No Bids will be received after the time set forth, and the proposals will be publicly opened and read. The work shall consist of ROADWAY MILLING AND PAVING in accordance with the City of Hoover Specifications and the Alabama Department of Transportation (ALDOT) Standard Specifications for Highway Construction, Latest Edition. Specifications, and Contract Documents are open to public review at the office of The City Clerk of the City of Hoover, 100 Municipal Lane, Hoover, Alabama. A copy may also be obtained from the City of Hoover website at www.hooveralabama.gov. NOTE: NO SPECIFICATIONS OR CONTRACT DOCUMENTS WILL BE MAILED. The Contract award, if made will be made to the lowest, responsive, and responsible Bidder as evidenced by: A completed Proposal Form submitted in accordance with the Instructions to Bidders and in accordance with other stipulations within Contract Documents; the presence or absence of special conditions or qualifications made by the Bidder; the inclusion or exclusion of Alternate Bids or Proposals that are or are not submitted in accordance with Bid Specifications. The City of Hoover reserves the right to reject any or all Bids, to waive any informality in any Bid, and to accept any Bid that is considered to be in the City’s best interest. All Bids shall remain valid for a period of ninety (90) calendar days after the date that Bids were opened. The ROADWAY MILLING AND PAVING Bid will be awarded in one Contract and all labor, materials, equipment, and incidentals, except as noted, shall be furnished and installed by the Contractor as specified. A Bid Bond in an amount of not less than five percent of the total amount Bid (not to exceed $10,000) must accompany each proposal. The payee of such bond shall be The City of Hoover, Alabama. The Bid Bond shall bear the same date as set for the receipt of Bids. The Bid Bond shall be signed by an agent authorized to do business in the State of Alabama. The Contractor whose Bid is selected must furnish a Performance Bond for one hundred percent (100%) of the Bid amount and a Payment Bond for fifty percent (50%) of the Bid amount. The Contractor must secure such bonds from a bonding company’s representative agent authorized and licensed to do business in the State of Alabama. Each bond shall be countersigned by an agent of the Surety having residence in the State of Alabama, and who is authorized and licensed to do business in the State of Alabama. Each bond shall depict the complete address of said agent. The Contractor shall arrange and pay for all water, lights, power, and telephone service used in for construction operations. The Contractor shall obtain and pay for all Federal, State, County, and Municipal licenses and permits as required by each those agencies. ---PAGE BREAK--- City of Hoover, Alabama – Bid #07-13 Notice to Contractors – Page 2 of 2 The attention of Bidders is called to the provisions of State of Alabama laws governing General Contractors, as set forth in Sections 34-8-1 to 34-8-24, inclusive, Code of Alabama 1975, as amended; and Bidders shall be governed by said law insofar as it is applicable. It shall be illegal for the Owner to consider a Bid from anyone who is not properly licensed under such code provisions. The Owner will not consider any Bid unless the Bidder produces evidence that he is properly licensed. Neither will the Owner enter into a Contract with a foreign corporation that is not qualified under State Law to do business in the State in which the site of work is located. The attention of Bidders not resident in the State of Alabama is called to the provisions of Alabama Law, Act No. 84-227, requiring every nonresident Contractor, as defined in Section 39- 2-14, Code of Alabama 1975, as amended, to register with the Alabama Department of Revenue prior to beginning work on a project, and to deposit with the Department of Revenue an amount, or approved corporate surety bond in lieu thereof, equal to five percent of the Contract amount, such amount or bond to be held pending completion of the Contract and the payment of taxes due the State and governmental bodies. The attention of nonresident Bidders is called to the provisions of Alabama Law, Section 39-3-5, Code of Alabama 1975, as amended relating to preference to be given to resident Alabama Contractors over non-resident Contractors in the award of Contracts in the same manner and to the same extent as provided by the laws of the state of domicile of the nonresident Contractor, and to the requirements that the Bid documents tendered by any nonresident Contractor must be accompanied by “a written opinion of an attorney-at-law licensed to practice law in such nonresident Contractor’s state of domicile entities whose principal places of business are in that state in the letting of any or all public Contracts”. The attention of Bidders is called to the provisions of Section 31-13-9, Code of Alabama 1975 relating to Immigration Law compliance and documentation thereof (i.e. participation in the Federal E-Verify program). The successful Bidder will be required to sign a contract that includes the following provision related to Immigration: "By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom." Please direct all inquires regarding this Bid and/or Specifications to the City’s Purchasing Department at (205)444-7573 or (205)444-7504. Sincerely, Margie Handley City Clerk The City of Hoover, Alabama ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 City of Hoover Purchasing Department 4/22/2013 ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 1 TABLE OF CONTENTS I. INSTRUCTIONS FOR SUBMITTAL OF BIDS 2 II. GENERAL INFORMATION FOR BIDDERS 4 III.GENERAL CONDITIONS OF THE CONTRACT 8 IV.SUPPLEMENTAL CONDITIONS OF THE CONTRACT 10 V. SPECIFICATIONS 24 VI.FORMS 26 VII.APPENDICES 44 ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 2 I. INSTRUCTIONS FOR SUBMITTAL OF BIDS 1. Bid Proposal Forms: All bidders must use the enclosed Price Proposal Forms and Agreements (or copies thereof) to submit their Bid Proposal. No alternate or substitute pricing forms will be accepted. All Proposal responses must be typed or written in ink. 2. Submittal of Bids: All Bid Proposals must be submitted in sealed envelopes that are clearly marked with the following information: “Bid # 07-13 Roadway Milling, Paving, and Marking”. Proposals must be delivered, no later than the Submittal Deadline as specified in the Notice to Contractors, to the following address: City Clerk’s Office Hoover City Hall 100 Municipal Lane Hoover, AL 35216 3. Electronic Transmittal of Proposals is Not Acceptable: Proposal submittals delivered by fax, electronic mail, or other electronic transmittal methods will NOT be accepted as qualified Proposals. 4. Late Bid Proposals are Not Acceptable: Proposals must be delivered, no later than the Submittal Deadline as specified in the Notice to Contractors.Late Bid Proposals will not be opened nor accepted as qualified Proposals. 5. No Bid: If you choose not to bid yet desire to remain on the city’s vendor/supplier list for future consideration, please submit an envelope by the Proposal deadline with “NO BID’ clearly marked on the proposal form and on the outside of the sealed envelope. 6. Tax Exempt Pricing: Proposal prices must not include state or local sales taxes or federal excise tax. The City is exempt for such taxes and will provide documentation of such exemption upon request. 7. Notice of Award: Records showing successful bidder and prices will be placed on file within the City Clerk’s Office and may be examined upon request. 8. Bid Proposal Instructions: Bidders are asked to retain these instructions, conditions, and specifications for future reference. This document and its attachments will become part of your contract with the City of Hoover if you are the successful bidder. 9. Inquiries: All questions regarding this Invitation to Bid should be directed to: Barbara Janchus Purchasing Specialist (205)444-7504 [EMAIL REDACTED] Ben Powell Director of Purchasing (205)444-7573 [EMAIL REDACTED] End of Instructions Section ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 3 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 4 II. GENERAL INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids: The City of Hoover (herein called the “Owner”), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at the office of The City Clerk of the City of Hoover, Alabama, 100 Municipal Lane, Hoover, AL 35216, by the Submittal Deadline, and then at said office publicly opened and read aloud. Each bid must be submitted in a sealed envelope bearing on the outside the name of the Bidder, the Bidder’s license number, the Bidder’s address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. 2. Preparation of Bid: a. Each bid submitted must consist of: 1) The Bid Proposal on the prescribed form; 2) A Bid Bond; 3) Certification of Bidder regarding State of Alabama Licensing. b. All blank spaces for bid prices must be filled-in, in ink or typewritten, and the required documents and certifications must be fully completed and executed when submitted. 3. Quantities: It is the City’s intent to purchase approximate quantities as described herein. However, the City reserves the right to purchase greater or fewer quantities of each product or service at the Bid Contract Unit Prices during the Contract Period. 4. Subcontracts: The Bidder is specifically advised that any person or other party to whom it is proposed to award a subcontract under this contract: a. Must be acceptable to the Owner. b. Although the Bidder is not required to attach such Certifications by proposed subcontractors to his/her bid, the Bidder is here advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards. 5. Qualifications of Bidder: The Owner may make such investigations as he/she deems necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 5 6. Bid Security: Each bid must be accompanied by cash, certified check of the Bidder, or a bid bond prepared on the Bid Bond Form attached hereto, duly executed by the Bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% (not to exceed $10,000.00) of the bid. Such cash, checks or bid bonds will be returned after the Owner and the accepted Bidder have executed the contract, or if no award has been made within 30 days after the date of the opening of bids, upon demand of the Bidder at any time thereafter, so long as he/she has not been notified of the acceptance of his/her bid. 7. Liquidated Damages for Failure to Enter into Contract: The successful Bidder, upon his/her failure or refusal to execute and deliver the contract and bonds required within ten (10) days after he/she has received notice of the acceptance of his/her bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his/her bid. 8. Time of Completion and Liquidated Damages: Bidder must agree to immediately obtain and store equipment until such time as Owner issues a “Notice to Proceed” with installation. Upon issuance of such Notice to Proceed, Bidder must commence work on or before a date to be specified by Owner and to fully complete the installation within ninety (90) consecutive calendar days thereafter. Bidder must agree also to pay, as liquidated damages, the sum of $250 for each consecutive calendar day thereafter for which installation remains uncompleted, as hereinafter provided in the General Conditions. 9. Conditions of Work: Each Bidder must inform him/herself fully of the conditions relating to the project and the employment of labor thereon. Failure to do so will not relieve a successful Bidder of his/her obligation to furnish all material and labor necessary to carry out the provisions of his/her contract. Insofar as possible, the contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 10. Addenda and Interpretations: No interpretation of the meaning of the plans, specification or other pre-bid documents will be made to any Bidder verbally. Every request for such interpretation should be in writing addressed to Assistant Executive Director, 100 Municipal Lane, Hoover, AL 35216, and to be given consideration must be received at least five forty-eight (48) hours prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective Bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addendum or interpretation shall not relieve such Bidder from any obligation under his/her Bid as submitted. All addenda so issued shall become part of the contract documents. 11. Security for Faithful Performance: Simultaneously with his/her delivery of the executed contract, the contractor shall furnish a Performance surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, as specified in the ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 6 General Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 12. Power of Attorney: Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 13. Notice of Supplemental Conditions: Attention is particularly called to those parts of the contract documents and specifications which deal with Supplemental Conditions of the Contract. 14. Laws and Regulations: The Bidder’s attention is directed to the fact that all applicable State laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 15. Method of Award - Lowest Qualified Bidder: The contract will be awarded to the lowest responsible Bidder if the lowest bid, which has been submitted by a qualified bidder, does not exceed the amount of funds estimated by the Owner to be available to finance the contract. 16. Obligation of Bidder: At the time of the opening of bids each Bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any Bidder to examine any form, instrument or document shall in no way relieve any Bidder from any obligation in respect of his/her Bid. End of General Information for Bidders Section ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 7 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 8 III. GENERAL CONDITIONS OF THE CONTRACT The General Conditions of the Contract are specified and defined within the Alabama Department of Transportation Standard Specifications For Highway Construction, Latest Edition, Sections 101 through 110, and are attached hereto as Appendix A. End of General Conditions Section ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 9 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 10 IV. SUPPLEMENTAL CONDITIONS OF THE CONTRACT A. SCOPE OF WORK The contractor is to furnish all labor, materials, equipment and incidentals required to complete the specified roadway milling and paving work as described herein.The City of Hoover is requesting bids for the resurfacing of a specific list of streets within the City (the “Core List of Streets”). Streets may be added to or removed from the Core List of Streets during the term of the contract. In such case, the unit costs provided in the bid proposal will be used as a basis for the pricing of such work. All references to ALDOT Specifications below refer to the Alabama State Department of Transportation, Standard Specifications for Highway Construction, Latest Edition. B. CONTRACT DURATION The provisions of this contract will be in effect for a period of one year. C. AWARD AND/OR REJECTION OF BIDS The total pricing for the Core List of Streets will be the main determining factor for bid award. The City of Hoover reserves the right to reject any and all bids. Irregular proposals and unbalanced bids shall be handled in accordance with ALDOT Standard Specifications For Highway Construction, Latest Edition. D. PRICING AND ADJUSTMENTS THEREOF The pricing for the Core List of Streets shall be fixed at the bid price and shall not be adjusted. With regard only to work performed on any street not included in the Core List of streets, the rates of payment for bituminous materials may be adjusted per the Asphalt Index published by ALDOT. The procedure outline in ALDOT Specifications Section 109.03 shall be used to determine the adjustment. (See Appendix) Payment adjustments for all other materials shall be made according to changes in the Consumer Price Index. E. NOTICE TO PROCEED AND COMMENCEMENT OF WORK: A Notice to Proceed shall be issued within five days of receipt of all documents as required above. The contractor agrees to commence work at the time specified by the City of Hoover representative in a Notice to Proceed and complete work within an agreed project schedule subject to the Deadline for Completion of Work below. F. DOCUMENTS REQUIRED PRIOR TO NOTICE TO PROCEED: Upon award of the bid, the successful bidder shall submit the following documents to the City within thirty (30) calendar days after the Bid has been awarded: 1. Two original paper forms of the fully-executed contract, and 2. A performance bond in the amount of 100% of the total bid amount, and 3. A payment bond in the amount of 50% of the total bid amount, and 4. Proof of required licensing, and 5. Proof of required insurance, and 6. A list of proposed subcontractors for City approval. G. TRAFFIC CONTROL The contractor will be responsible for all required traffic control, in accordance with MUTCD requirements, in the project areas. The City Engineer or Project Inspector may require the contractor to increase the level of traffic control if conditions warrant additional safety measures. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 11 H. WORK SCHEDULE Work shall be performed between the hours of 7:00 am and 7:00 pm on Monday - Friday. All weekend or holiday work and all other deviations from this Work Schedule must be approved by the City Engineer or Project Inspector prior to performance of such work. I. DEADLINE FOR COMPLETION OF WORK: The paving and milling of the core list of streets shall be completed within ninety (90) calendar days of commencement of work. The Project Inspector shall be the timekeeper and have the authority to grant up to thirty (30) calendar days grace period for unforeseen or unavoidable issues at his discretion. This addition of time granted will not affect pricing as per the original bid documents. J. LIQUIDATED DAMAGES 1. Time is the essence of the Contract. Any delay in the completion of the Work required by the Contract Documents may cause inconvenience to the public and loss and damage to the Owner including but not limited to interest and additional administrative, architectural, inspection and supervision charges. By executing the Contract, the Contractor agrees that the Contract Time is sufficient for the achievement of Substantial Completion. 2. The Contract Documents may provide in the Contract or elsewhere for a certain dollar amount for which the Contractor and its Surety (if any) will be liable to the Owner as liquidated damages for each calendar day after expiration of the Contract Time that the Contractor fails to achieve Substantial Completion of the Work. If such daily liquidated damages are provided for, Owner and Contractor, and its Surety, agree that such amount is reasonable and agree to be bound thereby. 3. With respect to the above conditions, the City may assess liquidated damages at $250 per day as needed. Failure to complete the work to the satisfaction of the City of Hoover, or to complete the work within the agreed time schedule, including any written time extensions, may result in forfeiture of the bond and/or liquidated damages. In addition, the bond will be held for one year after the final paving project is complete.. 4. The amount of liquidated damages due may be deducted by the Owner from the moneys otherwise due the Contractor in the Final Payment, not as a penalty, but as liquidated damages sustained, or the amount may be recovered from Contractor or its Surety. If part of the Work is substantially completed within the Contract Time and part is not, the stated charge for liquidated damages shall be equitably prorated to that portion of the Work that the Contractor fails to substantially complete within the Contract Time. It is mutually understood and agreed between the parties hereto that such amount is reasonable as liquidated damages. K. INTENT AND INTERPRETATION OF THE CONTRACT DOCUMENTS 1. INTENT: It is the intent of the Contract Documents that the Contractor shall properly execute and complete the Work described by the Contract Documents, and unless otherwise provided in the Contract, the Contractor shall provide all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work, in full accordance with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. 2. COMPLEMENTARY DOCUMENTS: The Contract Documents are complementary. If Work is required by one Contract Document, the Contractor shall perform the Work as if it were required by all of the Contract Documents. However, the Contractor shall be required to perform Work only to the extent that is consistent with the Contract ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 12 Documents and reasonably inferable from them as being necessary to produce the indicated results. 3. ORDER of PRECEDENCE: Should any discrepancy arise between the various elements of the Contract Documents, precedence shall be given to them in the following order unless to do so would contravene the apparent Intent of the Contract Documents as stated above: a. The Contract. b. Contract Addenda, with those of later date having precedence over those of earlier date. c. Supplemental Conditions of the Contract. d. General Conditions of the Contract. e. The Specifications provided within the Invitation to Bid document. f. Standard Specifications incorporated into this Bid and Contract by reference. 4. ORGANIZATION: Except as may be specifically stated within the technical specifications, neither the organization of the Specifications into divisions, sections, or otherwise, nor any arrangement of the Specifications shall control how the Contractor subcontracts portions of the Work or assigns Work to any trade. 5. INTERPRETATION: The Contract Documents shall be interpreted collectively, each part complementing the others and consistent with the Intent of the Contract Documents as stated above. Furthermore: a. Unless an item shown or described in the Contract Documents is specifically identified to be furnished or installed by the Owner or others or is identified as “Not In Contract” the Contractor’s obligation relative to that item shall be interpreted to include furnishing, assembling, installing, finishing, and/or connecting the item at the Contractor’s expense to produce a product or system that is complete, appropriately tested, and in operative condition ready for use or subsequent construction or operation of the Owner or separate contractors. The omission of words or phases for brevity of the Contract Documents, the inadvertent omission of words or phrases, or obvious typographical or written errors shall not defeat such interpretation as long as it is reasonably inferable from the Contract Documents as a whole. b. Except as noted otherwise, references to standard specifications or publications of associations, bureaus, or organizations shall mean the latest edition of the referenced standard specification or publication as of the date of the Advertisement for Bids. c. In the case of inconsistency between Specifications for the Work and Standard Specifications established by reference or within either document not clarified by addendum, the better quality or greater quantity of Work shall be provided in accordance with the Engineer’s interpretation. d. Generally, portions of the Contract Documents written in longhand take precedence over typed portions, and typed portions take precedence over printed portions. e. Any doubt as to the meaning of the Contract Documents or any obscurity as to the wording of them shall be submitted in writing to the Engineer for written interpretation, explanation, or clarification. 6. SEVERABILITY: The partial or complete invalidity of any one or more provision of this Contract shall not affect the validity or continuing force and effect of any other provision. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 13 L. SUPPLEMENTAL DEFINITIONS Words or phrases used in the Contract Documents which have well-known technical or industry meanings are to be interpreted consistent with such recognized meanings unless otherwise indicated.The following termsare defined in lieu of or are supplementary to the terms defined in the General Conditions and the intent and meaning shall be interpreted as follows: 1. CITY: The City of Hoover, or any agency that may be designated by the Legislature as its successor. 2. CONTRACT: The Contract is the embodiment of the Contract Documents. The Contract represents the entire and integrated agreement between the Owner and Contractor and supersedes any prior written or oral negotiations, representations or agreements that are not incorporated into the Contract Documents. The Contract may be amended only by a Contract Change Order or a Modification to the Contract. The contractual relationship which the Contract creates between the Owner and the Contractor extends to no other persons or entities. The Contract consists of the following Contract Documents, including all additions, deletions, and modifications incorporated therein before the execution of the Contract: f. Notice to Contractors g. Instructions to Bidders h. Conditions of the Contract (General, Supplemental, and Other Conditions) i. Specifications (including Drawings, Diagrams and Exhibits, if any) j. Bid Proposal k. Bid Bond l. Performance Bond m. Payment Bond n. Contract o. Contract Change Orders 3. CONTRACT SUM: The Contract Sum is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. The term “Contract Sum” means the Contract Sum stated in the Contract as may have been increased or decreased by Change Order(s) in accordance with the Contract Documents. 4. CONTRACT TIME: The Contract Time is the period of time in which the Contractor must achieve Substantial Completion of the Work. The date on which the Contract Time begins is specified in the written Notice to Proceed issued to the Contractor by the Owner. The term “Contract Time” means the Contract Time stated in the Contract as may have been extended by Change Order(s) in accordance with the Contract Documents. 5. CONTRACTOR: The Contractor is the person or persons, firm, partnership, joint venture, association, corporation, cooperative, limited liability company, or other legal entity, identified as such in the Contract. The term “Contractor” means the Contractor or the Contractor’s authorized representative. 6. DAY: The term “day” as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. 7. DEFECTIVE WORK: The term “Defective Work” shall apply to: any product, material, system, equipment, or service, or its installation or performance, which does not conform to the requirements of the Contract Documents, in-progress or completed Work the workmanship of which does not conform to the quality specified or, if not specified, to the quality produced by skilled workers performing work of a similar nature on similar projects in the state, substitutions and deviations not properly submitted and approved or otherwise authorized, temporary supports, ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 14 structures, or construction which will not produce the results required by the Contract Documents, and materials or equipment rendered unsuitable for incorporation into the Work due to improper storage or protection. 8. DIRECTOR: The Executive Director or Assistant Executive Director of the City of Hoover. 9. DRAWINGS: Drawings are the portions of the Contract Documents showing graphically the design, location, layout, and dimensions of the Work, in the form of plans, elevations, sections, details, schedules, and diagrams. 10. ENGINEER: The Engineer is the person or entity lawfully licensed to practice engineering in the State of Alabama, who is employed by or under contract with the Owner as the primary design professional for the Project. The term “Engineer” means the City Engineer or the City Engineer’s authorized representative. If the employment of the Engineer is terminated, the Owner shall employ a new Engineer whose status under the Contract Documents shall be that of the former Engineer. If the primary design professional for the Project is a Professional Engineer, the term “Engineer” shall be substituted for the term “Professional Engineer” wherever it appears in this document. 11. INSPECTOR OR PROJECT INSPECTOR: The City of Hoover’s employee or designee to whom the Project is assigned relative to executing the respective inspections and authorities described in these Specifications. 12. OWNER: The Owner is the City of Hoover, Alabama. The term “Owner” means the Owner or the Owner’s authorized representative. The term “Owner” as used herein shall be synonymous with the term “Awarding Authority” as defined and used in Title 39 - Public Works, Code of Alabama, 1975, as amended. 13. SPECIFICATIONS: The Specifications are that portion of the Contract Documents which set forth in writing the standards of quality and performance of products, equipment, materials, systems, and services and workmanship required for acceptable performance of the Work. 14. SUBCONTRACTOR: A Subcontractor is a person or entity who is undertaking the performance of any part of the Work by virtue of a contract with the Contractor. The term “Subcontractor” means a Subcontractor or its authorized representatives. 15. WORK: The Work is the services that are required by the Contract Documents and includes all labor, materials, supplies, equipment, and other items and services as are necessary to produce the required construction and to fulfill the Contractor’s obligations under the Contract. The Work may constitute the entire Project or only a portion of it. M. TERMINATION OF CONTRACT The City of Hoover reserves the right to terminate without cause this contract, provided that the City furnishes the contractor with a fifteen (15) day notice advising the contractor of the termination. N. PERFORMANCE AND PAYMENT BONDS 1. GENERAL: Upon signing and returning the Contract to the Owner for final approval and execution, the Contractor shall, at the Contractor’s expense, furnish to the Owner a Performance Bond in a penal sum equal to 100% of the Contract Sum and a Payment Bond in a penal sum equal to 50% of the Contract Sum. Each bond shall be on the form contained in the Project Manual, shall be executed by a surety company (Surety) acceptable to the Owner and duly authorized and qualified to make such bonds in the State of Alabama in the required amounts, shall be countersigned by an authorized, Alabama resident agent of the Surety who is qualified to execute such instruments, and shall have attached thereto a power of attorney of the signing official. The provisions of ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 15 this Article are not applicable to this Contract if the Contract Sum is less than $50,000, unless bonds are required for this Contract in the Supplemental General Conditions. 2. PERFORMANCE BOND: Through the Performance Bond, the Surety’s obligation to the Owner shall be to assure the prompt and faithful performance of the Contract and Contract Change Orders. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. In case of default on the part of the Contractor, the Surety shall take charge of and complete the Work in accordance with the terms of the Performance Bond. Any reasonable expenses incurred by the Owner as a result of default on the part of the Contractor, including architectural, engineering, administrative, and legal services, shall be recoverable under the Performance Bond. 3. PAYMENT BOND: Through the Payment Bond the Surety’s obligation to the Owner shall be to guarantee that the Contractor and its Subcontractors shall make payment to all persons supplying labor, materials, or supplies for, or in, the prosecution of the Work, including the payment of reasonable attorney’s fees incurred by successful claimants or plaintiffs in civil actions on the Bond. Any person or entity indicating that they have a claim of nonpayment under the Bond shall, upon written request, be furnished a certified copy of the Bond and Contract by the Contractor, Engineer, or City of Hoover, whoever is recipient of the request. 4. CHANGE ORDERS: The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time. 5. EXPIRATION: The obligations of the Contractor’s performance bond surety shall be coextensive with the contractor’s performance obligations under the Contract Documents; provided, however, that the surety’s obligation shall expire at the end of the one-year warranty period(s). O. SAFETY STANDARDS, ACCIDENT PREVENTION, FIRST AID With respect to all work performed under this contract, the contractor shall: 1. Comply with the safety standards provisions of applicable federal, state, and local laws, building, and construction codes. 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. Maintain at his/her office or other well known place at the job site, all materials necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor’s care of persons (including employees), who may be injured on the job site before the employer has made a standing arrangement for removal of injured persons to a hospital or a doctor’s care. P. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall defend, indemnify, and hold harmless the Engineer, Engineer’s consultants, City of Hoover, and their agents, employees, and consultants (hereinafter collectively referred to as the “Indemnitees”) from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 16 of, related to, or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including loss of use resulting therefrom, and is caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them, or anyone for whose acts they may be liable, regardless of whether such claim, damage, loss or expense is caused in part, or is alleged but not legally established to have been caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 1. This indemnification shall extend to all claims, damages, losses and expenses for injury or damage to adjacent or neighboring property, or persons injured thereon, that arise out of, relate to, or result from performance of the Work. 2. This indemnification does not extend to the liability of the Engineer, or the Engineer’s Consultants, agents, or employees, arising out of the preparation or approval of maps, opinions, reports, surveys, field orders, Change Orders, or specifications, or the giving of or the failure to give directions or instructions, provided such giving or failure to give instructions is the primary cause of the injury or damage. 3. This indemnification does not apply to the extent of the sole negligence of the Indemnitees. Q. INSURANCE REQUIREMENTS 1. GENERAL: a. RESPONSIBILITY. The Contractor shall be responsible to the Owner from the time of the signing of the Contract or from the beginning of the first work, whichever shall be earlier, for all injury or damage of any kind resulting from any negligent act or omission or breach, failure or other default regarding the work by the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of who may be the owner of the property. b. INSURANCE PROVIDERS. Each of the insurance coverages required below shall be issued by an insurer licensed by the Insurance Commissioner to transact the business of insurance in the State of Alabama for the applicable line of insurance, and such insurer (or, for qualified self-insureds or group self- insureds, a specific excess insurer providing statutory limits) must have a Best Policyholders Rating of or better and a financial size rating of Class V or larger. c. NOTIFICATION ENDORSEMENT. Each policy shall be endorsed to provide that the insurance company agrees that the policy shall not be canceled, changed, allowed to lapse or allowed to expire for any reason until thirty days after the Owner has received written notice by certified mail as evidenced by return receipt or until such time as other insurance coverage providing protection equal to protection called for in the Contract Documents shall have been received, accepted and acknowledged by the Owner. Such notice shall be valid only as to the Project as shall have been designated by Project Name in said notice. d. INSURANCE CERTIFICATES. The Contractor shall procure the insurance coverages identified below, or as otherwise required in the Contract Documents, at the Contractor's own expense, and to evidence that such insurance coverages are in effect, the Contractor shall furnish the Owner an ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 17 insurance certificate(s) acceptable to the Owner and listing the Owner as the certificate holder. The insurance certificate(s) must be delivered to the Owner with the Contract and Bonds for final approval and execution of the Contract. The insurance certificate must provide the following: 1) Name and address of authorized agent of the insurance company 2) Name and address of insured 3) Name of insurance company or companies 4) Description of policies 5) Policy Number(s) 6) Policy Period(s) 7) Limits of liability 8) Name and address of Owner as certificate holder 9) Project Name and Number, if any 10) Signature of authorized agent of the insurance company 11) Telephone number of authorized agent of the insurance company 12) Mandatory thirty day notice of cancellation / non-renewal / change 2. INSURANCE COVERAGES Unless otherwise provided in the Contract Documents, the Contractor shall purchase the types of insurance coverages with liability limits not less than as follows: a. WORKERS' COMPENSATION and EMPLOYER’S LIABILITY INSURANCE: 1) Workers’ Compensation coverage shall be provided in accordance with the statutory coverage required in Alabama. A group insurer must submit a certificate of authority from the Alabama Department of Industrial Relations approving the group insurance plan. A self- insurer must submit a certificate from the Alabama Department of Industrial Relations stating the Contractor qualifies to pay its own workers’ compensation claims. 2) Employer’s Liability Insurance limits shall be at least: Bodily Injury by Accident - $1,000,000 each accident. Bodily Injury by Disease - $1,000,000 each employee b. COMMERCIAL GENERAL LIABILITY INSURANCE: 1) Commercial General Liability Insurance, written on an ISO Occurrence Form (current edition as of the date of Advertisement for Bids) or equivalent, shall include, but need not be limited to, coverage for bodily injury and property damage arising from premises and operations liability, products and completed operations liability, blasting and explosion, collapse of structures, underground damage, personal injury liability and contractual liability. The Commercial General Liability Insurance shall provide at minimum the following limits: Coverage Limit General Aggregate $ 2,000,000.00 per Project Products, Completed Operations Aggregate $ 2,000,000.00 per Project Personal and Advertising Injury $ 1,000,000.00 per Occurrence Each Occurrence $ 1,000,000.00 ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 18 c. Additional Requirements for Commercial General Liability Insurance: 1) The policy shall name the City of Hoover, and its agents, consultants and employees as additional insureds, state that this coverage shall be primary insurance for the additional insureds; and contain no exclusions of the additional insureds relative to job accidents. 2) The policy must include separate per project aggregate limits. d. COMMERCIAL BUSINESS AUTOMOBILE LIABILITY INSURANCE: 1) Commercial Business Automobile Liability Insurance which shall include coverage for bodily injury and property damage arising from the operation of any owned, non-owned or hired automobile. The Commercial Business Automobile Liability Insurance Policy shall provide not less than $1,000,000 Combined Single Limits for each occurrence. 2) The policy shall name the City of Hoover, and its agents, consultants, and employees as additional insureds. e. COMMERCIAL UMBRELLA LIABILITY INSURANCE: 1) Commercial Umbrella Liability Insurance to provide excess coverage above the Commercial General Liability, Commercial Business Automobile Liability and the Workers’ Compensation and Employer’s Liability to satisfy the minimum limits set forth herein. 2) Minimum Combined Primary Liability and Excess/Umbrella Limits of: $ 5,000,000 per Occurrence $ 5,000,000 Aggregate 3) Additional Requirements for Commercial Umbrella Liability Insurance: The policy shall name the City of Hoover, and its agents, consultants, and employees as additional insureds. The policy must be on an "occurrence" basis. 3. SUBCONTRACTORS’ INSURANCE: a. WORKERS' COMPENSATION and EMPLOYER’S LIABILITY INSURANCE. The Contractor shall require each Subcontractor to obtain and maintain Workers' Compensation and Employer’s Liability Insurance coverages as described in the preceding paragraph, or to be covered by the Contractor’s Workers' Compensation and Employer’s Liability Insurance while performing Work under the Contract. b. LIABILITY INSURANCE. The Contractor shall require each Subcontractor to obtain and maintain adequate General Liability, Automobile Liability, and Umbrella Liability Insurance coverages similar to those described in the preceding paragraph. Such coverage shall be in effect at all times that a Subcontractor is performing Work under the Contract. c. ENFORCEMENT RESPONSIBILITY. The Contractor shall have responsibility to enforce its Subcontractors’ compliance with these or similar insurance requirements; however, the ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 19 Contractor shall, upon request, provide the Engineer or Owner acceptable evidence of insurance for any Subcontractor. 4. TERMINATION of OBLIGATION to INSURE: Unless otherwise expressly provided in the Contract Documents, the obligation to carry other insurance coverages shall remain in effect after the Date(s) of Substantial Completion until such time as all Work required by the Contract Documents is completed. Equal or similar insurance coverages shall remain in effect if, after completion of the Work, the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, returns to the Project to perform warranty or maintenance work pursuant to the terms of the Contract Documents. 5. WAIVERS of SUBROGATION: The Owner and Contractor waive all rights against each other and any of their subcontractors, sub-subcontractors, agents and employees, each of the other, and the Engineer, Engineer’s consultants, separate contractors performing Work or operations related to the Project, if any, and any of their subcontractors, sub-subcontractors, agents and employees, for damages caused by fire or other causes of loss. But said waiver shall apply only to the extent the loss or damage is covered by builder’s risk insurance applicable to the Work or to other property located within or adjacent to the Project, except such rights as they may have to proceeds of such insurance held by the Owner or Contractor as fiduciary. The Owner or Contractor, as appropriate, shall require of the Engineer, Engineer’s consultants, separate contractors, if any, and the subcontractor, sub- subcontractors, suppliers, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The Policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to the person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. The waivers provided for in this paragraph shall not be applicable to loss or damage that occurs after final acceptance of the Work. R. CONTRACTOR’S WARRANTY 1. GENERAL WARRANTY: The Contractor warrants to the Owner and Engineer that all materials and equipment furnished under the Contract will be of good quality and new, except such materials as may be expressly provided or allowed in the Contract Documents to be otherwise, and that none of the Work will be Defective Work. 2. ONE-YEAR WARRANTY: a. If, within one year after the date of Substantial Completion of the Work or each designated portion of the Work (or otherwise as agreed upon in a mutually- executed Certificate of Substantial Completion), any of the Work is found to be Defective Work, the Contractor shall upon receipt of written notice from the Owner or Engineer, and without expense to either, replace or correct the Defective Work to conform to the requirements of the Contract Documents, and repair all damage to the site, the building and its contents which is the result of Defective Work or its replacement or correction. b. The one-year warranty for punch list items shall begin on the Date of Substantial Completion if they are completed or corrected within the time period allowed in the Certificate of Substantial Completion in which they are recorded. The one-year warranty for punch list items that are not completed or corrected ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 20 within the time period allowed in the Certificate of Substantial Completion, and other Work performed after Substantial Completion, shall begin on the date of Final Acceptance of the Work. The Contractor’s correction of Work pursuant to this warranty does not extend the period of the warranty. The Contractor’s one- year warranty does not apply to defects or damages due to improper or insufficient maintenance, improper operation, or wear and tear during normal usage. c. Upon recognizing a condition of Defective Work, the Owner shall notify the Contractor of the condition. If the condition is causing damage to the building, its contents, equipment, or site, the Owner shall take reasonable actions to mitigate the damage or its continuation, if practical. If the Contractor fails to proceed to comply with the terms of the warranty, or to provide the Owner with satisfactory written verification that positive action is in process, the Owner may have the Defective Work replaced or corrected and the Contractor and the Contractor’s Surety shall be liable for all expense incurred. d. Year-end Inspection(s): An inspection of the Work or each separately completed portion thereof, is required near the end of the Contractor's one-year warranty period(s). The subsequent delivery of the Engineer’s report of a Year- end Inspection will serve as confirmation that the Contractor was notified of Defective Work found within the warranty period. e. The Contractor’s warranty of one year is in addition to, and not a limitation of, any other remedy stated herein or available to the Owner under applicable law. 3. SPECIAL WARRANTIES: a. The Contractor shall deliver to the Owner through the Engineer all special or extended warranties required by the Contract Documents from the Contractor, Subcontractors, and suppliers. b. The Contractor and the Contractor’s Surety shall be liable to the Owner for such special warranties during the Contractor’s one-year warranty; thereafter, the Contractor’s obligations relative to such special warranties shall be to provide reasonable assistance to the Owner in their enforcement. 4. ASSUMPTION of GUARANTEES of OTHERS: If the Contractor disturbs, alters, or damages any work guaranteed under a separate contract, thereby voiding the guarantee of that work, the Contractor shall restore the work to a condition satisfactory to the Owner and shall also guarantee it to the same extent that it was guaranteed under the separate contract. S. ALABAMA IMMIGRATION LAW COMPLIANCE REQUIREMENTS 1. Bidder/Vendor agrees that it will fully comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended, which makes it unlawful for an employer in Alabama to knowingly hire or continue to employ an alien who is or has become unauthorized with respect to such employment or to fail to comply with the I-9 requirements or fails to use E-Verify to verify the eligibility to legally work in the United States for all of its new hires who are employed to work in the State of Alabama. Without limiting the foregoing, Vendor shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien. 2. Vendor shall also enroll in the E-Verify Program prior to performing any work, or continuing to perform any ongoing work, shall remain enrolled throughout the entire ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 21 course of its performance hereunder, shall supply to the CITY a copy of its E-Verify Memorandum of Understanding and such other documentation as CITY may require to confirm Vendor’s enrollment in the E-Verify Program and shall allow the CITY to inspect its records to confirm such compliance. 3. Vendor agrees that it shall, not knowingly, allow any of its suppliers, or any other party with whom it has a contract, to employ in the State of Alabama any illegal or undocumented aliens to perform any work in connection with the Project, and shall include in all of its contracts a provision substantially similar to this paragraph. If Vendor receives actual knowledge of the unauthorized status of one of its employees in the State of Alabama, it will remove that employee from the project, jobsite or premises of CITY and shall comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended. Bidder/Vendor shall require each of its suppliers, or other parties with whom it has a contract, to act in a similar fashion. If Vendor violates any term of this provision, this Agreement will be subject to immediate termination by CITY. 4. To the fullest extent permitted by law, Bidder/Vendor shall defend, indemnify and hold harmless CITY from any and all losses, consequential damages, expenses (including, but not limited to, attorneys’ fees), claims, suits, liabilities, fines, penalties, and any other costs arising out of or in any way related to Vendor’s failure to fulfill its obligations contained in this paragraph. 5. The following language is required by § 31-13-9 Code of Alabama 1975 to be placed in all contracts covered by the Act: “By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom. If there is no formal written contract between CITY and the Bidder/Vendor, such as where business is conducted by purchase order, this document shall serve as the Alabama Immigration Compliance Contract. If you have received a copy of this Proposal Document and choose to do business with the CITY, it will be deemed that you have accepted the terms even if you fail to sign and return the Agreement. T. PREQUALIFIED ALDOT PRIME CONTRACTOR REQUIREMENT The Bidder must be listed on the current State of Alabama Department of Transportation (ALDOT) Prequalified Prime Contractor List and must remain in good standing with ALDOT throughout the bid process and throughout the Contract Term. U. STATE AND LOCAL LICENSING REQUIREMENTS In order for his/her Bid to be considered, the Bidder must comply with all applicable State and local laws regarding contractor licensing requirements, including, but not limited to: a. Code of Alabama 34-8-6 Prohibited Acts; Penalties; Any person, firm or corporation not being duly authorized who shall engage in the business of general contracting in this state, except as provided for in this chapter, and any person, firm or corporation presenting or attempting to file as its own the license certificate of another, or who shall give false or forged evidence of any kind to the board, or to any member thereof, in obtaining a certificate of license, or who falsely shall impersonate another, or who shall use an expired or revoked certificate of license, and any person including an owner, architect or engineer who receives or considers a bid from any one not properly licensed under this chapter, shall be deemed guilty of a misdemeanor and shall for ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 22 each offense of which he is convicted be punished by a fine of not less than $500.00 or imprisonment of six months, or both fine and imprisonment, in the discretion of the court. The submission of the contractor’s current license number before considering the bid shall be sufficient evidence to relieve the Owner, architect, engineer or awarding authority of any liability under this chapter. b. Code of Alabama 34-8-8 Copy of Chapter to be Included in Plans of Architects and Engineers; All architects and engineers preparing plans and specifications for work to be contracted in the State of Alabama shall include in their invitations to Bidders and their specifications a copy of this chapter or such portions thereof as are deemed necessary to convey to the invited Bidder, whether he is a resident or nonresident of this state and whether a license has been issued to him or not, the information that it will be necessary for him to show evidence of license before his bid is considered. (Acts 1935, No. 297, p.721; Code 1940, T.46, Section 79; Acts 1959, No. 571, p.1429.) V. ADDITIONAL PROPOSAL REQUIREMENTS, TERMS, AND CONDITIONS 1. Each and every item listed must be included in your Proposal or it may be disqualified. 2. In order to submit a responsive Proposal, it is important that all terms, conditions, and specifications are read and understood thoroughly. Please, therefore, sign each and every page of the Bid Proposal portion of this document in the space provided and submit all such signed pages with your Proposal submittal. End of Supplemental Conditions Section ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 23 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 24 V. SPECIFICATIONS A. Scope of Work: The contractor is to furnish all labor, materials, equipment and incidentals required to complete the specified roadway milling and paving work as described herein.The City of Hoover is requesting bids for the resurfacing of a specific list of streets within the City (the “Core List of Streets”). Streets may be added to or removed from the Core List of Streets during the term of the contract. In such case, the unit costs provided in the bid proposal will be used as a basis for the pricing of such work. All references to ALDOT Specifications below refer to the Alabama State Department of Transportation, Standard Specifications for Highway Construction, Latest Edition B. Materials: All materials shall meet the requirements of ALDOT Standard Specifications For Highway Construction, Latest Edition (See Appendix). Materials testing will be conducted by the City of Hoover and/or its designee. C. Method of Quantity Measurements and Payment: The measurement of and payment for quantities of products and services shall be determined using the methods described in ALDOT Standard Specifications For Highway Construction, Latest Edition (See Appendix). D. Milling: Milling must be completed in accordance with ALDOT Standard Specifications For Highway Construction, Latest Edition (See Appendix). All overlay tie points to existing paving will be milled to an average depth of one and one half inches (1.5 inches) or as directed by the Project Inspector. Disposal of Milled Materials: It will be the responsibility of the contractor to dispose of all milled material, in accordance with all applicable regulations. The City of Hoover will not provide a temporary or permanent disposal site for these materials. (ii) Roads Must Remain Cleared of Debris: The contractor is to keep all roadways and gutters free from debris. Under no circumstance will any milled material be left on the roadway overnight. Contractor is to meet all required City of Hoover, ADEM and DOT specifications for milling operations and water quality discharge. E. Manhole Height Adjustments: When determined by the Project Inspector that manhole height adjustments are needed, the Contractor and Project Inspector will, prior to the performance of such work, agree on the size and extent of such adjustments. The contractor will perform such height adjustment work in accordance with ALDOT Standard Specifications For Highway Construction, Latest Edition (See Appendix). F. Patching: When determined by the Project Inspector that patching is needed, the Contractor and Project Inspector will, prior to the performance of such work, agree on the size and extent of such repair. The contractor will remove the materials in the repair area to an appropriate depth, as directed by the Project Inspector, and will place Asphalt Binder in accordance with ALDOT Standard Specifications For Highway Construction, Latest Edition (See Appendix). Asphalt Binder patching will be placed as directed by the Project Inspector. The Asphalt Binder layer is to be applied at a rate of 220 pounds per square yard. Patching ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 25 will be paid for on the basis of the weight of asphalt used (tonnage) calculated by determining the length, width, and depth of the area to be patched. G. Leveling: When determined by the Project Inspector that leveling is needed, the Contractor and Project Inspector will, prior to the performance of such work, agree on the size and extent of the leveling work to be performed. The contractor will then place Asphalt Binder in accordance with ALDOT Standard Specifications For Highway Construction, Latest Edition (See Appendix). Asphalt Binder will be placed as directed by the Project Inspector. Leveling will be paid for on the basis of the weight of asphalt used (tonnage) calculated by determining the length, width, and depth of the area to be leveled. H. Paving/Resurfacing: All resurfacing must be completed within five days of milling same street. Paving must be completed in accordance with ALDOT Standard Specifications For Highway Construction, Latest Edition (See Appendix). Furthermore, the following specifications shall be applied to all paving projects: Tack Coat shall be applied at a rate of 0.05 to 0.15 gallons per square yard. Actual rates to be used will be determined by the Project Inspector (ii) The Wearing Surface is to be applied at a rate of 165 pound per square yard. I. Pavement Striping, Markings, Legends, and Pavement Markers: The contractor shall be responsible for replacing all striping, markings, legends, and pavement markers on any streets where they were previously used. All permanent striping and marking work must be completed within forty-five (45) days of road resurfacing. Placement of striping, legends, and pavement markers shall be performed in accordance with ALDOT Standard Specifications For Highway Construction, Latest Edition (See Appendix). Specifications for striping, legends, and pavement markers shall be as follows: Double Yellow Centerline Striping: Class 2, Type A (ii) White Edgeline Striping: Class 2, Type A (iii) Traffic Control Markings and Legends: Class 2, Type A (iv) Pavement Markers: Class A, Type 2D End of Specifications Section ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 26 VI. FORMS CONTENTS OF FORMS SECTION A. Bid Proposal Form B. Bid Bond Form C. Performance Bond Form D. Payment Bond Form E. Contract Form ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 27 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 28 BID PROPOSAL To: CITY OF HOOVER, ALABAMA Date: (Awarding Authority) In compliance with your Advertisement for Bids and subject to all the conditions thereof, the undersigned (Legal Name of Bidder) hereby proposes to furnish all labor and materials and perform all work required for the following WORK: in accordance with Specifications dated prepared by the City of Hoover or its designee, including all addendums, appendices, and documents attached thereto or included by reference. The BIDDER, which is organized and existing under the laws of the State of having its principal offices in the City of , is:  a Corporation  a Partnership  an Individual  Other (describe):. LISTING OF PARTNERS OR OFFICERS: If Bidder is a Partnership, list all partners and their addresses; if Bidder is a Corporation, list the names, titles, and business addresses of its officers: BIDDER’S REPRESENTATION: The Bidder declares that it has examined the site of the Work, having become fully informed regarding all pertinent conditions, and that it has examined the Specifications (including all Addenda received) for the Work and the other Bid and Contract Documents relative thereto, and that it has satisfied itself relative to the Work to be performed. ADDENDA: The Bidder acknowledges receipt of Addenda Nos. through , inclusively. BASE BID (CORE LIST OF STREETS ONLY): For work to be completed, as specified, on the Core List of Streets only, the Bidder proposes to be compensated in the amount of: Dollars (Type or Print the Total Estimated Costs for All Streets/Projects From the Bid Computation Worksheet) Signature of Authorized ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 29 UNIT PRICES: Since the quantity of work may be adjusted as required by the Project Inspector for the Core List of Streets and since streets may be added to or deleted from the project list throughout the term of the Contract, it may be necessary to adjust the total compensation to be paid to the Contractor. Accordingly, the following Unit Prices shall be used to adjust the compensation for such additions, deletions, or modifications: COMPONENT PRICE PER UNIT UNIT OF MEASURE Milling Existing Roadway $ Per Square Yard Adjusting Manhole Height $ Each Patching With Asphalt Binder $ Per Ton Placing Tack Coat $ Per Gallon Asphalt Surfacing $ Per Ton Striping Centerlines $ Per Mile Striping Edge Lines $ Per Mile Applying Markings & Legends $ Per Square Foot Applying Pavement Markers $ Each BID SECURITY/SURETY: The undersigned agrees to enter into a Contract with the City of Hoover, Alabama, and furnish the prescribed Performance and Payment Bonds and evidence of insurance within fifteen calendar days, or such other period stated in the Bid Documents, after the contract forms have been presented for signature, provided such presentation is made within 30 calendar days after the opening of bids, or such other period stated in the Bid Documents. As security for this condition, the undersigned further agrees that the funds represented by the Bid Bond (or cashier’s check) attached hereto may be called and paid into the account of the Awarding Authority as liquidated damages for failure to so comply. Attached hereto is BID SECURITY/SURETY in the following form and amount: (Mark the appropriate box and provide the applicable information.)  a Bid Bond, executed by Surety  a Cashier’s Check on the following Bank: For the sum of Dollars made payable to the Awarding Authority (CITY OF HOOVER, ALABAMA). BIDDER’S ALABAMA LICENSE FOR GENERAL CONTRACTING: License Number Bid Limit Type(s) of Work Signature of Authorized ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 30 CERTIFICATIONS: The undersigned certifies that he or she is authorized to execute contracts on behalf of the Bidder as legally named, that this proposal is submitted in good faith without fraud or collusion with any other bidder, that the information indicated in this document is true and complete, and that the bid is made in full accord with State law. Notice of acceptance may be sent to the undersigned at the address set forth below. The Bidder also declares that a list of all proposed major subcontractors and suppliers will be submitted at a time subsequent to the receipt of bids as established in the Bid Documents. *By (Legal Signature): Name of Mailing *If other than the individual proprietor, or an above named member of the Partnership, or the above named president, vice-president, or secretary of the Corporation, attach written authority to bind the Bidder. Any modification to a bid shall be over the initials of the person signing the bid, or of an authorized representative. *Name (type or print): *Title (type or print): (Corporate Seal) Telephone Number: ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 31 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 32 BID COMPUTATIONWORKSHEET City of Hoover, Alabama, Roadway Milling and Paving Bid #07-13 Bid Computation Worksheet Bidder/Company LINE # Removal of Existing Asphault Pavement (Milling) Manhole Height Adjustments Patching and/or Leveling (Binder) As Directed by Field Inspector Placement of Bituminous Tack Coat Placement of Bituminous Concrete (Asphault) Surface Double Yellow Centerline Striping White Edgeline Striping Traffic Control Markings and Legends Pavement Markers A1 Milled to an Average Depth of 1.5 inches As Directed by Field Inspector Applied at a rate of 220 pounds per square yard Applied at a rate of .1 gallons per square yard Applied at a rate of 165 pounds per sqare yard Installed Class 2; Type A Installed Class 2; Type A Installed Class 2; Type A Installed Class A; Type 2D A2 Per Square Yard Each Per U.S. Ton Per Gallon Per U.S. Ton Per Mile Per Mile Per Square Foot Each A3 A B C D E F G H I J K L M N O P Q R S T U V W X Y Z Area of Crosswalk Markings (Square Feet) Area of Stop Line Markings (Square Feet) Area of "Stop" Legends (Square Feet) Total Area of Markings and Legends (Square Feet) Removal of Existing Asphault Pavement (Milling) Manhole Height Adjustments Patching and/or Leveling (Binder) As Directed by Field Inspector Placement of Bituminous Tack Coat Placement of Bituminous Concrete (Asphault) Surface Double Yellow Centerline Striping White Edgeline Striping Traffic Control Markings and Legends Pavement Markers Estimated Costs Per Street: Total of Column Q thru Column Z B1 BURNING TREE CIRCLE ALL ALL 1,350 24 32,400 3,600 6 5 0 0 0 30 0 30 0 B2 BURNING TREE DRIVE ALL ALL 2,831 25 70,775 7,864 13 12 0 0 0 64 96 160 0 B3 CENTENNIAL DRIVE LORNA RD VICTORY LN 505 48 24,240 2,693 4 0 0 0 0 56 0 56 0 B4 CHESTNUT OAKS CIRCLE ALL ALL 844 23 19,412 2,157 4 2 0 0 0 16 0 16 0 B5 CHESTNUT OAKS DRIVE BIRKSHIRE CIR END OF ROAD 1,303 23 29,969 3,330 6 1 0.05 0 62 0 24 86 0 B6 CORPORATE RIDGE DRIVE ALL ALL 1,116 24 26,784 2,976 5 0 0 0 0 48 0 48 0 B7 FLAG CIRCLE ALL ALL 1,292 22 28,424 3,158 5 6 0 0 0 32 0 32 0 B8 HARWICK DRIVE ALL ALL 2,124 23 48,852 5,428 9 0 0 0 0 32 24 56 0 B9 MEADOW WOODS DRIVE LOCH RIDGE DR RIDGE CREST DR 1,187 20 23,740 2,638 4 0 0 0 0 32 48 80 0 B10 NAPIER DRIVE TALL TIMBERS DR END OF ROAD 2,697 22 59,334 6,593 11 13 0 0 0 48 72 120 0 B11 OAK GLEN DRIVE ALL ALL 725 23 16,675 1,853 3 0 0 0 0 46 0 46 0 B12 RIDGE PARK CIRCLE ALL ALL 241 22 5,302 589 1 1 0 0 0 0 0 0 0 B13 RIDGE PARK DRIVE ALL ALL 302 22 6,644 738 1 2 0 0 0 16 24 40 0 B14 SHADY BROOK CIRCLE ALL ALL 1,661 22 36,542 4,060 7 4 0 0 0 0 0 0 0 B15 SOUTH LAKERIDGE DRIVE SOUTHLAKE PKWY MATCHLINE @ DAM 679 24 16,296 1,811 3 0 0 0 0 16 24 40 0 B16 STEVENS CREEK ROAD STEVENS CREEK CIR MOUNTAIN VIEW 1,873 23 43,079 4,787 8 0 0 0 0 26 0 26 0 B17 SYCAMORE DRIVE ALL ALL 589 24 14,136 1,571 3 4 0 0 0 16 0 16 0 B18 TALL TIMBERS DRIVE PAULETTE DR END OF ROAD 1,878 23 43,194 4,799 8 10 0 0 0 0 0 0 0 B19 WILDFLOWER DRIVE ALL ALL 1,820 24 43,680 4,853 8 0 0 0 0 32 0 32 0 B20 WOODFERN CIRCLE SEE PICTURE SEE PICTURE 722 22 15,884 1,765 3 6 0 0 0 16 24 40 0 B21 WOODHAVEN TRACE ALL ALL 464 24 11,136 1,237 2 2 0 0 0 0 0 0 0 26,203 N/A 616,498 68,500 114 68 0.05 0 62 526 336 924 0 Signature of Authorized Section A - Bid Prices Per Unit ESTIMATED QUANTITIES PER STREET - THESE ARE ESTIMATES ONLY AND NOT A COMMITMENT TO BUY EXTENDED COST ESTIMATES BASED ON QUANTITIES TO THE LEFT AND PER UNIT PRICES ABOVE INSTRUCTIONS TO BIDDERS: This Bid will be awarded to the lowest responsible bidder meeting all specifications based on the estimated total cost of milling and paving all of the streets listed below (the Core List of Streets). Please type or write your bid price per unit for each of the components shown on Line A3 in Section A to the right EVEN IF THE ESTIMATED QUANTITY IS ZERO IN THE CORE LIST BELOW - THERE MAY BE STREETS ADDED TO THE PROJECT LIST WITH THESE ATTRIBUTES. Then use the per unit bid prices from Line A3 to calculate the estimated costs for milling and paving each street listed in Section B below. Then insert the total of lines B1 thru B21 for each of the columns in Section B. The resulting total estimated costs in Section C, below, will establish a basis on which to award this bid and will provide an estimated total cost of the Core List of Streets. PLEASE TYPE OR WRITE CLEARLY - IF YOUR BID PROPOSAL IS ILLEGIBLE, IT MAY BE DISQUALIFIED. Please also enter the Unit Prices from Line A3 and from the Total Line in Section C in the appropriate spaces within the Bid Proposal Document. Section B - Cost Estimates Per Street TOTAL Bid Component Technical Specification Unit of Measurement Bid Price (Per Unit) Per Unit Pricing ALL STREETS - SUM OF LINES B1 THRU B21 Section C - Total Estimated Costs COLUMN STREET ATTRIBUTES LINE # Core List of Streets STREET NAME FROM TO Length of Roadway (Linear Feet) Width of Roadway (Linear Feet) Surface Area (Square Feet) Surface Area (Square Yards) Patching and/or Leveling (U.S.Tons) Number of Manhole Height Adjustments (Each) Number of Pavement Markers Length of Double Yellow Centerline Striping (Miles) Length of White Edgeline Striping (Miles) Traffic Control Markings and Legends Note: The image above is a sample of the Bid Computation Worksheet. The original, 11”x17” Bid Computation Worksheet is included in the Invitation to Bid Package and a Microsoft Excel spreadsheet file is available on the City of Hoover website at www.hooveralabama.gov. ---PAGE BREAK--- City of Hoover, Alabama, Roadway Milling and Paving Bid #07-13 Bid Computation Worksheet Bidder/Company LINE # Removal of Existing Asphault Pavement (Milling) Manhole Height Adjustments Patching and/or Leveling (Binder) As Directed by Field Inspector Placement of Bituminous Tack Coat Placement of Bituminous Concrete (Asphault) Surface Double Yellow Centerline Striping White Edgeline Striping Traffic Control Markings and Legends Pavement Markers A1 Milled to an Average Depth of 1.5 inches As Directed by Field Inspector Patching applied at 220 lbs per sq yd Applied at a rate of .1 gallons per square yard Applied at a rate of 165 pounds per sqare yard Installed Class 2; Type A Installed Class 2; Type A Installed Class 2; Type A Installed Class A; Type 2D A2 Per Square Yard Each Per U.S. Ton Per Gallon Per U.S. Ton Per Mile Per Mile Per Square Foot Each A3 A B C D E F G H I J K L M N O P Q R S T U V W X Y Z Area of Crosswalk Markings (Square Feet) Area of Stop Line Markings (Square Feet) Area of "Stop" Legends (Square Feet) Total Area of Markings and Legends (Square Feet) Removal of Existing Asphault Pavement (Milling) Manhole Height Adjustments Patching and/or Leveling (Binder) As Directed by Field Inspector Placement of Bituminous Tack Coat Placement of Bituminous Concrete (Asphault) Surface Double Yellow Centerline Striping White Edgeline Striping Traffic Control Markings and Legends Pavement Markers Estimated Costs Per Street: Total of Column Q thru Column Z B1 BURNING TREE CIRCLE ALL ALL 1,350 24 32,400 3,600 6 5 0 0 0 30 0 30 0 B2 BURNING TREE DRIVE ALL ALL 2,831 25 70,775 7,864 13 12 0 0 0 64 96 160 0 B3 CENTENNIAL DRIVE LORNA RD VICTORY LN 505 48 24,240 2,693 4 0 0 0 0 56 0 56 0 B4 CHESTNUT OAKS CIRCLE ALL ALL 844 23 19,412 2,157 4 2 0 0 0 16 0 16 0 B5 CHESTNUT OAKS DRIVE BIRKSHIRE CIR END OF ROAD 1,303 23 29,969 3,330 6 1 0.05 0 62 0 24 86 0 B6 CORPORATE RIDGE DRIVE ALL ALL 1,116 24 26,784 2,976 5 0 0 0 0 48 0 48 0 B7 FLAG CIRCLE ALL ALL 1,292 22 28,424 3,158 5 6 0 0 0 32 0 32 0 B8 HARWICK DRIVE ALL ALL 2,124 23 48,852 5,428 9 0 0 0 0 32 24 56 0 B9 MEADOW WOODS DRIVE LOCH RIDGE DR RIDGE CREST DR 1,187 20 23,740 2,638 4 0 0 0 0 32 48 80 0 B10 NAPIER DRIVE TALL TIMBERS DR END OF ROAD 2,697 22 59,334 6,593 11 13 0 0 0 48 72 120 0 B11 OAK GLEN DRIVE ALL ALL 725 23 16,675 1,853 3 0 0 0 0 46 0 46 0 B12 RIDGE PARK CIRCLE ALL ALL 241 22 5,302 589 1 1 0 0 0 0 0 0 0 B13 RIDGE PARK DRIVE ALL ALL 302 22 6,644 738 1 2 0 0 0 16 24 40 0 B14 SHADY BROOK CIRCLE ALL ALL 1,661 22 36,542 4,060 7 4 0 0 0 0 0 0 0 B15 SOUTH LAKERIDGE DRIVE SOUTHLAKE PKWY MATCHLINE @ DAM 679 24 16,296 1,811 3 0 0 0 0 16 24 40 0 B16 STEVENS CREEK ROAD STEVENS CREEK CIR MOUNTAIN VIEW 1,873 23 43,079 4,787 8 0 0 0 0 26 0 26 0 B17 SYCAMORE DRIVE ALL ALL 589 24 14,136 1,571 3 4 0 0 0 16 0 16 0 B18 TALL TIMBERS DRIVE PAULETTE DR END OF ROAD 1,878 23 43,194 4,799 8 10 0 0 0 0 0 0 0 B19 WILDFLOWER DRIVE ALL ALL 1,820 24 43,680 4,853 8 0 0 0 0 32 0 32 0 B20 WOODFERN CIRCLE SEE PICTURE SEE PICTURE 722 22 15,884 1,765 3 6 0 0 0 16 24 40 0 B21 WOODHAVEN TRACE ALL ALL 464 24 11,136 1,237 2 2 0 0 0 0 0 0 0 26,203 N/A 616,498 68,500 114 68 0.05 0 62 526 336 924 0 Signature of Authorized Number of Manhole Height Adjustments (Each) Number of Pavement Markers Length of Double Yellow Centerline Striping (Miles) Length of White Edgeline Striping (Miles) Traffic Control Markings and Legends Length of Roadway (Linear Feet) Width of Roadway (Linear Feet) Surface Area (Square Feet) Surface Area (Square Yards) Patching and/or Leveling (U.S.Tons) TOTAL Bid Component Technical Specification Unit of Measurement Bid Price (Per Unit) Per Unit Pricing ALL STREETS - SUM OF LINES B1 THRU B21 Section C - Total Estimated Costs COLUMN STREET ATTRIBUTES LINE # Core List of Streets STREET NAME FROM TO Section A - Bid Prices Per Unit ESTIMATED QUANTITIES PER STREET - THESE ARE ESTIMATES ONLY AND NOT A COMMITMENT TO BUY EXTENDED COST ESTIMATES BASED ON QUANTITIES TO THE LEFT AND PER UNIT PRICES ABOVE INSTRUCTIONS TO BIDDERS: This Bid will be awarded to the lowest responsible bidder meeting all specifications based on the estimated total cost of milling and paving all of the streets listed below (the Core List of Streets). Please type or write your bid price per unit for each of the components shown on Line A3 in Section A to the right EVEN IF THE ESTIMATED QUANTITY IS ZERO IN THE CORE LIST BELOW - THERE MAY BE STREETS ADDED TO THE PROJECT LIST WITH THESE ATTRIBUTES. Then use the per unit bid prices from Line A3 to calculate the estimated costs for milling and paving each street listed in Section B below. Then insert the total of lines B1 thru B21 for each of the columns in Section B. The resulting total estimated costs in Section C, below, will establish a basis on which to award this bid and will provide an estimated total cost of the Core List of Streets. PLEASE TYPE OR WRITE CLEARLY - IF YOUR BID PROPOSAL IS ILLEGIBLE, IT MAY BE DISQUALIFIED. Please also enter the Unit Prices from Line A3 and from the Total Line in Section C in the appropriate spaces within the Bid Proposal Document. Section B - Cost Estimates Per Street ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 33 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 34 BID BOND The PRINCIPAL(Name and Address of the Bidder as it appears on the Bid Proposal): The SURETY (Name of Surety and Principal Place of Business): The CITY (Name and Address of City): The City of Hoover, Alabama, 100 Municipal Lane, Hoover, AL 35216 The COMMODITY,SERVICES, OR CONTRACT WORK(Same Bid Title as it appears in the Bid Proposal): Roadway Milling and Paving KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Principal and Surety, jointly and severally, hereby bind ourselves, our heirs, executors, administrators, successors, and assigns to the City in the PENAL SUM of five percent of the amount of the Principal’s bid, but in no event more than Ten-Thousand Dollars ($10,000.00). THE CONDITION OF THIS OBLIGATION is that the Principal has submitted to the City the attached Bid Proposal, which is incorporated herein by reference, for the Commodity, Services, or Contract Work described above. NOW, THEREFORE, if, within the terms of the Bid Documents, the City accepts the Principal’s bid and the Principal thereafter either: Executes and delivers each of the following documents if required and as prescribed within the Bid Specifications and Conditions: a Contract, a Performance Bond, a Payment Bond, and Certificate of Insurance, or Fails to execute and deliver such documents but pays the City the difference, not to exceed the Penal Sum of this Bond, between the amount of the Principal’s Bid and the larger amount for which the City may award a Contract for the same commodity, service, or contract work to another bidder, THEN, this obligation shall be null and void; otherwise, it shall remain in full force and effect. THE SURETY, for value received, hereby stipulates and agrees that the obligation of the Surety under this Bond shall not in any manner be impaired or affected by any extension of the time within which the City may accept the Principal’s bid, and the Surety does hereby waive notice of any such extension. SIGNED AND SEALED this day of ATTEST by: Signature BIDDER as PRINCIPAL by: Signature Name and Title (Printed or Typed): ATTEST by: Signature SURETY by: Signature Name and Title (Printed or Typed): ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 35 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 36 PERFORMANCE BOND The PRINCIPAL(Name and address of the Contractor as it appears in the Contract): The SURETY (Name of Surety and Principal Place of Business): The CITY (Name and address of City as it appears in the Contract): The City of Hoover, Alabama, 100 Municipal Lane, Hoover, AL 35216 The PENAL SUM of this Bond (the Contract Amount) in Dollars: The DATE of the Contract: The SERVICES/CONTRACT WORK(Same Title as it appears in the Contract): Roadway Milling and Paving 1. WE, THE PRINCIPAL (hereinafter “Contractor”) AND THE SURETY, jointly and severally, hereby bind ourselves, our heirs, executors, administrators, successors, and assigns to the City in the Penal Sum stated above for the performance of the Contract, and Contract Change Orders, in accord with the requirements of the Contract Documents, which are incorporated herein by reference. If the Contractor performs the Contract, and Contract Change Orders, in accordance with the Contract Documents, then this obligation shall be null and void; otherwise it shall remain in full force and effect. 2. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time/Term. 3. Whenever the Architect gives the Contractor and the Surety, at their addresses stated above, a written Notice to Cure a condition for which the Contract may be terminated in accordance with the Contract Documents, the Surety may, within the time stated in the notice, cure or provide the Architect with written verification that satisfactory positive action is in process to cure the condition. 4. The Surety’s obligation under this Bond becomes effective after the Contractor fails to satisfy a Notice to Cure and the City: a. Gives the Contractor and the Surety, at their addresses stated above, a written Notice of Termination declaring the Contractor to be in default under the Contract and stating that the Contractor’s right to complete the Services/Contract Work, or a designated portion of the Services/Contract Work, shall terminate seven days after the Contractor’s receipt of the notice; and ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 37 b. Gives the Surety a written demand that, upon the effective date of the Notice of Termination, the Surety fulfill its obligation under this Bond. 5. In the presence of the conditions described herein, the Surety shall, at its own expense: a. On the effective date of the Notice of Termination, take charge of the Services/Contract Work and be responsible for the safety, security, and protection of the Services/Contract Work, including materials and equipment stored on and off the Project site, and b. Within twenty-one days after the effective date of the Notice of Termination, proceed, or provide the City with written verification that satisfactory positive action is in process to facilitate proceeding to complete the Services/Contract Work in accordance with the Contract Documents, either with the Surety’s resources or through a contract between the Surety and a qualified contractor to whom the City has no reasonable objection. 6. As conditions precedent to taking charge of and completing the Services/Contract Work pursuant to the preceding paragraph, the Surety shall neither require, nor be entitled to, any agreements or conditions other than those of this Bond and the Contract Documents. In taking charge of and completing the Services/Contract Work, the Surety shall assume all rights and obligations of the Contractor under the Contract Documents; however, the Surety shall also have the right to assert “Surety Claims” to the City in accordance with the Contract Documents. The presence or possibility of a Surety Claim shall not be just cause for the Surety to fail or refuse to take charge of and complete the Services/Contract Work or for the City to fail or refuse to continue to make payments in accordance with the Contract Documents. 7. By accepting this Bond as a condition of executing the Contract, and by taking the actions described herein, the City agrees that: a. The City shall advise the Surety of the unpaid balance of the Contract Sum and, upon request, shall make available or furnish to the Surety, at the cost of reproduction, any portions of the Project Record, and b. As the Surety completes the Services/Contract Work, or has it completed by a qualified contractor, the City shall pay the Surety, in accordance with terms of payment of the Contract Documents, the unpaid balance of the Contract Sum, less any amounts that may be or become due the City from the Contractor under the Contract or from the Contractor or the Surety under this Bond. 8. In the presence of the conditions described herein, the Surety’s obligation includes responsibility for the correction of Defective Work, liquidated damages, and reimbursement of any reasonable expenses incurred by the City as a result of the Contractor’s default under the Contract, including architectural, engineering, administrative, and legal services. 9. Nothing contained in this Bond shall be construed to mean that the Surety shall be liable to the City for an amount exceeding the Penal Sum of this Bond, except in the event that the Surety should be in default under the Bond by failing or refusing to take charge of and complete the Services/Contract Work pursuant to the preceding paragraphs. If the Surety should fail or refuse to take charge of and complete the Services/Contract Work, the City shall have the authority to take charge of and complete the Services/Contract Work, or have it completed, and the following costs to the City, less the unpaid balance of the Contract Sum, shall be recoverable under this Bond: a. The cost of completing the Contractor’s responsibilities under the Contract, including correction of Defective Work; b. Additional architectural, engineering, managerial, and administrative services, and reasonable attorneys’ fees incident to completing the Services/Contract Work; c. Interest on, and the cost of obtaining, funds to supplement the unpaid balance of the Contract Sum as may be necessary to cover the foregoing costs; d. The fair market value of any reductions in the scope of the Services/Contract Work necessitated by insufficiency of the unpaid balance of the Contract Sum and available supplemental funds to cover the foregoing costs; and e. Additional architectural, engineering, managerial, and administrative services, and reasonable attorneys’ fees incident to ascertaining and collecting the City’s losses under the Bond. 10. All claims and disputes arising out of or related to this bond, or its breach, shall be resolved in accordance with the General Conditions of the Contract. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 38 SIGNED AND SEALED this day of ATTEST by: Signature CONTRACTOR as PRINCIPAL by: Signature Name and Title (Printed or Typed): Countersigned (by Alabama Resident Agent for Surety): Signature Name and Address (Printed or Typed): SURETY by: Signature Name and Title (Printed or Typed): SURETY’S BOND NUMBER: NOTE: Power of attorney for the Surety’s signatory shall be furnished with the original and five copies of the bond. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 39 This page was intentionally left blank. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 40 PAYMENT BOND The PRINCIPAL(Name and address of the Contractor as it appears in the Contract): The SURETY (Name of Surety and Principal Place of Business): The CITY (Name and address of City as it appears in the Contract): The City of Hoover, Alabama, 100 Municipal Lane, Hoover, AL 35216 The PENAL SUM of this Bond (the Contract Amount) in Dollars: The DATE of the Contract: The SERVICES/CONTRACT WORK (Same Title as it appears in the Contract): Roadway Milling and Paving 1. WE, THE PRINCIPAL (hereinafter “Contractor”) AND THE SURETY, jointly and severally, hereby bind ourselves, our heirs, executors, administrators, successors, and assigns to the City in the Penal Sum stated above to pay all persons supplying labor, materials, or supplies for or in the prosecution of the Contract, which is incorporated herein by reference, and any modifications thereof by Contract Change Orders. If the Contractor and its Subcontractors pay all persons supplying labor, materials, or supplies for or in the prosecution of the Contract and Contract Change Orders, then this obligation shall be null and void; otherwise to remain and be in full force and effect. 2. The Penal Sum shall remain equal to fifty per cent (50%) of the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time. 3. Any person that has furnished labor, materials, or supplies for or in the prosecution of the Contract and Contract Change Orders for which payment has not been timely made may institute a civil action upon this Bond and have their rights and claims adjudicated in a civil action and judgment entered thereon. Notwithstanding the foregoing, a civil action may not be instituted on this bond until 45 days after written notice to the Surety of the amount claimed to be due and the nature of the claim. The civil action must commence not later than one year from the date of final settlement of the Contract. The giving of notice by registered or certified mail, postage prepaid, addressed to the Surety at any of its places of business or offices shall be deemed sufficient. In the event the Surety or Contractor fails to pay the claim in full within 45 ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 41 days from the mailing of the notice, then the person or persons may recover from the Contractor and Surety, in addition to the amount of the claim, a reasonable attorney’s fee based on the result, together with interest on the claim from the date of the notice. 4. Every person having a right of action on this bond shall, upon written application to the City indicating that labor, material, or supplies for the Services/Contract Work have been supplied and that payment has not been made, be furnished a certified copy of this bond and the Contract. The claimant may bring a civil action in the claimant’s name on this Bond against the Contractor and the Surety, or either of them, in the county in which the Services/Contract Work is to be or has been performed or in any other county where venue is otherwise allowed by law. 5. This bond is furnished to comply with Code of Alabama, §39-1-1, and all provisions thereof shall be applicable to civil actions upon this bond. 6. All claims and disputes between City and either the Contractor or Surety arising out of or related to this bond, or its breach, shall be resolved in accordance with the General Conditions of the Contract. SIGNED AND SEALED this day of ATTEST by: Signature CONTRACTOR as PRINCIPAL by: Signature Name and Title (Printed or Typed): Countersigned (by Alabama Resident Agent for Surety): Signature Name and Address (Printed or Typed): SURETY by: Signature Name and Title (Printed or Typed): SURETY BOND NOTE: Power of attorney for the Surety’s signatory shall be furnished with the original and five copies of the bond. ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 42 CONTRACT This Contract is entered into on this day of between the CITY (Name and Address of the City): The City of Hoover, Alabama, 100 Municipal Lane, Hoover, AL 35216 and the CONTRACTOR (Name, Address and Licensing Information of the Contractor): for the SERVICES/CONTRACT WORK identified as (Same Title as it appears in the Bid Proposal): Roadway Milling and Paving THE CITY AND THE CONTRACTOR AGREE AS FOLLOWS: 1. The CONTRACT DOCUMENTS include, by reference, the following documents which are incorporated with this agreement as if included herein: a. The Notice to Contractors b. The Instructions to Bidders and Information for Bidders c. The Conditions of the Contract (General, Supplemental, and Other Conditions) d. The Specifications (including Drawings, Diagrams, and Exhibits attached thereto, if any) e. The Bid Proposal (as submitted by the Contractor) f. The Bid Bond (if required in the Conditions or Specifications) g. The Performance Bond (if required in the Conditions or Specifications) h. The Payment Bond (if required in the Conditions or Specifications) i. Contract Change Orders (if any are properly approved and executed in the future) 2. The SERVICES/CONTRACT WORK shall be performed by the Contractor in accordance with the Contract Documents. The City will pay and the Contractor will accept, as full Compensation for such performance of the Services/Contract Work, the Contract Sum subject to additions and deductions (including liquidated damages) as provided in the Contract Documents. The Services/Contract Work shall commence on the date specified in a Notice to Proceed which shall be issued by the City or an authorized representative for the City, and such work shall then be substantially completed within the Contract Time/Term. 3. The COMPENSATION for the Services/Contract Work shall include all labor, materials, equipment, and incidentals and shall bepaid as follows: a. Compensation for Work, as specified, to be performed onthe Core List of streets (as listed on the Bid Computation Worksheet) shall be: Dollars b. Since the quantity of work may be adjusted as required by the Project Inspector for the Core List of Streets and since streets may be added to or deleted from the project list throughout the term of the Contract, it may be necessary to adjust the total compensation to be paid to the Contractor. Accordingly, the following Unit Prices shall be used to adjust the total compensation for such additions, deletions, and/or modifications: COMPONENT PRICE PER UNIT UNIT OF MEASURE Milling Existing Roadway $ Per Square Yard Adjusting Manhole Height $ Each Patching With Asphalt Binder $ Per Ton ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 43 Placing Tack Coat $ Per Gallon Asphalt Surfacing $ Per Ton Striping Centerlines $ Per Mile Striping Edge Lines $ Per Mile Applying Markings & Legends $ Per Square Foot Applying Pavement Markers $ Each 4. The CONTRACT TIME/TERM shall be one year after the successful delivery of a Notice to Proceed to the Contractor. The Contract Time/Term may be extended or reduced in a manner described in the Bid Specifications or Conditions. 5. LIQUIDATED DAMAGES for which the Contractor and its Surety (if any) shall be liable and may be required to pay the City in accordance with the Contract Documents shall be equal to: Two-Hundred-Fifty ($250.00) dollars per calendar day. 6. STATE LICENSING: The Contractor does hereby certify that Contractor is currently licensed by the appropriate State of Alabama Licensing Board and that the certificate for such license bears the information shown above. State License License 7. COUNTERPARTS: The City and Contractor have entered into this Contract as of the date first written above and have executed this Contract in sufficient counterparts to enable each contracting party to have an originally executed Contract document each of which shall, without proof or accounting for the other counterparts, be deemed an original thereof. 8. IMMIGRATION LAW COMPLIANCE REQUIREMENT: By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom. During the term of the contract, the Contractor shall participate in the U.S. Department of Homeland Security’s E-Verify Program and shall verify every employee that is required to be verified according to applicable federal rules and regulations. The Contractor agrees to provide sufficient documentation to the City to establish that the Contractor is enrolled in the E-Verify Program. The Contractor further agrees to create and operate a system for assuring immigration law compliance by its subcontractors by obtaining, prior to their performing any work related to this contract, either appropriate documentation of each subcontractor’s enrollment in the E-Verify Program or obtaining a sworn affidavit from the subcontractor signed before a notary attesting to the fact that the subcontractor, in good faith, has complied with federal and state immigration laws with respect to verifying that each of the its employees is eligible for employment. 9. SPECIAL PROVISIONS, if any, may be inserted here or attached, as described, hereto: Agreed by CITY: Signature Agreed by CONTRACTOR: Signature Name (Printed or Typed): Title (Printed or Date Name (Printed or Typed): Title (Printed or Date ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 44 VII. APPENDICES CONTENTS OF APPENDICES SECTION A. Alabama Department of Transportation, Standard Specifications for Highway Construction, 2012 Edition; DIVISION 100 – GENERAL PROVISIONS; Section 104 through Section 109: a. Section 101 – Definition of Terms b. Section 102 – Proposal Requirements and Conditions c. Section 103 – Award and Execution of Contract d. Section 104 – Scope of Work e. Section 105 – Control of Work f. Section 106 – Control of Materials g. Section 107 – Legal Relations and Responsibility to Public h. Section 108 – Prosecution and Progress i. Section 109 – Measurement and Payment j. Section 110 – Claims B. Alabama Department of Transportation, Standard Specifications for Highway Construction, Edition; DIVISION 400 – SURFACING AND PAVEMENTS; Section 401 through Section 428: a. Section 401 – Bituminous Surface Treatments b. Section 402 – Slurry Coat Seal c. Section 405 – Tack Coat d. Section 407 – Joint Sealant for HMA Pavement e. Section 408 – Planing (Milling) of Existing Pavement f. Section 410 – Asphalt Pavements g. Section 420 – Polymer Modified Open Graded Friction Course h. Section 423 – Stone Matrix Asphalt i. Section 424 – Superpave Bituminous Concrete Base, Binder, & Wearing Surface Layers j. Section 428 – Scoring Bituminous Pavement Surface C. Alabama Department of Transportation, Standard Specifications for Highway Construction, 2012 Edition; DIVISION 700 – TRAFFIC CONTROL DEVICES AND HIGHWAY LIGHTING Section 701 through Section 708: a. Section 701 – Traffic Stripe b. Section 703 – Traffic Control Markings and Legends c. Section 705 – Pavement Markers d. Section 707 – Delineators and Hazard Markers e. Section 708 – Object Safety Markings D. Alabama Department of Transportation, Standard Specifications for Highway Construction, 2012 Edition; DIVISION 800 - MATERIALS Section 800 through Section 811: a. Section 800 – Materials (Generally) b. Section 801 – Coarse Aggregates c. Section 802 – Fine Aggregates d. Section 804 – Asphalt Materials e. Section 805 – Mineral Filler, Hydrated Lime, Calcium Chloride, Brick, and Blocks f. Section 806 – Mineral Admixtures g. Section 807 – Water h. Section 808 – Air Entraining Additives i. Section 809 – Chemical Admixtures for Concrete j. Section 810 – Geotextiles k. Section 811 – Polymer Additives for Asphalt Materials ---PAGE BREAK--- City of Hoover, Alabama, Invitation To Bid: Roadway Milling and Paving Bid # 07-13 Page 45 This page was intentionally left blank. ---PAGE BREAK--- ALABAMA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION 2012 EDITION APPENDIX A ---PAGE BREAK--- ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 1 DIVISION 100 GENERAL PROVISIONS SECTION 101 DEFINITION OF TERMS 101.01 Definitions. Wherever the following terms or abbreviations (or pronouns in place of them) are used in these Specifications or in other contract documents, the intent and meaning shall be interpreted as follows: ABBREVIATIONS. AAN American Association of Nurserymen AAR Association of American Railroads AASHTO American Association of State Highway and Transportation Officials ADEM Alabama Department of Environmental Management AGC The Associated General Contractors of America, Inc. AIA American Institute of Architects ALDOT Alabama Department of Transportation ANSI American National Standards Institute ARA American Railway Association ARBA The American Road Builder's Association AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASLA American Society of Landscape Architects ASTM American Society for Testing and Materials AWPA American Wood Preservers' Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration FSS Federal Specifications and Standards, General Services Administration IMSA International Municipal Signal Association, Inc. ITE Institute of Transportation Engineers LVD Laboratory Vibrated Density MUTCD Manual on Uniform Traffic Control Devices for Streets and Highways NEC National Electrical Code NEMA National Electrical Manufacturers' Association SAE Society of Automotive Engineers UL Underwriters' Laboratories, Inc. TERMS. Acceptance Plan. A prescribed method of sampling, measuring and testing together with criteria for the acceptability of a lot of material or construction. Additive. A substance or agent a dded i n small am ounts to a basic ingredient of a m ixture prior to mixing. Advertisement For Bids or Notice to Contractors. A public announcement inviting bids for work to be performed or materials to be furnished, as required by law. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 2 Article. An immediate subheading of a section of these Specifications consisting of Subarticles, Items, Subitems a nd/or paragraphs which set forth details and requirements essential or necessary to form the S pecifications. S pecifications a re d ivided in to D ivisions, D ivisions in to Sections, S ections in to Articles, Articles into Subarticles, Items, Subitems and paragraphs. Award. The acceptance by the Director of the proposal of the lowest responsible bidder, as required by law. Backfill. Material used to replace or the act of replacing material removed during construction; also may denote material placed or the act of placing material adjacent to structures. Back Slope. The sloping surface of a cut, of which the downward inclination is toward the roadbed. Base. The l ayer o r layers o f s pecified m aterials o f des igned t hickness p laced o n a s ubbase o r a subgrade to support a pavement or surface. Bidder. An i ndividual, firm, pa rtnership, c orporation o r a ny a cceptable c ombination t hereof submitting a bid for the advertised work. Binder L ayer. The l ower l ayer o f t he s urface, c onsisting o f a pl ant m ix o f g raded a ggregate a nd bituminous material. Bituminous C oncrete. A des igned c ombination of den se g raded m ineral a ggregate f iller a nd bituminous cement mixed in a central plant, laid and compacted while hot. Borrow. Suitable material from sources outside the roadway prism, used primarily for embankments. Bridge. A structure, including supports, erected over a depression or an obstruction, such as water, highway, or railway, and having a track or passageway for carrying traffic or other moving loads, and having an opening measured along the center of the roadway of more than 20 feet {6.1 m} between undercopings of abutments or spring lines of arches, or extreme ends of openings for multiple boxes; it may also include multiple pipes, w here t he clear di stance between openings is less than half of the smaller contiguous opening. Bridge Engineer. The representative of the Chief Engineer of the Department that is responsible for the supervision of the structural design and analysis of all of the Department's transportation related structures. Bridge Length. The l ength o f a br idge s tructure i s t he o ver-all l ength m easured a long t he l ine o f survey stationing back t o back o f ba ckwalls o f a butments, i f pr esent; o therwise, e nd to en d o f t he bridge floor; but in no case less than the total clear opening of the structure. Bridge Roadway Width. The clear width measured at right angles to the longitudinal centerline of the bridge between the bottom of curbs or guard timber risers. Bypass. An arterial highway that permits traffic to avoid part or all of an urban area. Calendar D ay. Every day s hown o n t he c alendar, b eginning a nd e nding a t m idnight, Sundays and holidays included. Construction Change and/or Work Order Request. A written document between the Department and the FHWA covering proposed project changes. Construction Joint. A joint made necessary by a prolonged interruption in the placing of concrete. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 3 Construction E ngineer. The representative of the Chief Engineer of the Department that is responsible for the general administration of the Department's contract construction work. Contract. The written agreement between the State of Alabama and the Contractor setting forth the obligations of the parties hereunder for the performance of the prescribed work. The C ontract i ncludes t he proposal, c ontract f orms a nd c ontract bo nds, s pecifications, supplemental specifications, special provisions, general and detailed plans, and notice to proceed, also any change orders and supplemental agreements that are required to complete the construction of the work in an acceptable manner, including authorized extensions thereof, and such other documents as by law or references are made a part thereof, all of which constitute one instrument. Contract Bid Price. The sum total of the products of the approximate quantities of the items of the work listed in the proposal and the respective unit prices bid in the proposal. Contract B onds. The a pproved bonds f urnished a nd executed by t he C ontractor a nd his s urety t o guarantee completion of the contract in accordance with its terms. Contract Item. (Pay Item). A specifically described unit of work for which a price is provided in the contract. Each pay item is numbered and is paid for under the terms of the specification section of the same number. Contract Payment Bond. The bond furnished by the Contractor and his surety to guarantee payment of the debts covered by the bond. Contract P erformance B ond. The bo nd f urnished by t he C ontractor a nd his s urety t o g uarantee performance of the work in accordance with the contract. Contract P eriod o r Co ntract Ti me. The number of w ork da ys o r c alendar da ys a llowed f or completion of the contract, including authorized time extensions. In a case where a calendar date of completion is shown in the proposal, in lieu of the number of working or calendar days, such work contemplated shall be completed by that date. Contract Sum or Contract Amount. The total contract bid price, revised to include changes caused by overruns and underruns in contract items, plus the sum of all approved supplemental agreements and force account orders. Contraction Joint. A joint at the ends of a rigid slab to control the location of transverse cracking. Contractor. The i ndividual, partnership, f irm, c orporation, o r a ny a cceptable combination t hereof contracting with the State for performance of prescribed work. Controlling Item(s). The current controlling item(s) or operation(s) includes any feature of the work considered at the time by the Engineer as essential to the orderly completion of the work and which, if delayed, will delay the time of completion of the contract. County. The county or counties of Alabama in which work herein specified is to be performed. Culvert. Any structure not classified as a bridge which provides an opening under the roadway. Dense Graded Aggregate. A well-graded aggregate so proportioned as to contain a relatively small percentage of voids. Department. Alabama Department of Transportation, as constituted under the laws of Alabama for administration of highway work. Detour. A route provided for traffic to use in lieu of a regular route. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 4 Director. The chief executive officer of the Alabama Department of Transportation as created by law, also referred to herein as Transportation Director. Divided Highway. A highway with separated roadways for travel in opposite directions. Division. Subdivision of the Alabama Department of Transportation for supervision of construction and maintenance operations. There are nine construction divisions within the State. Division Engineer. The Engineer in charge of a designated division of the State. Dowel. A load transfer element usually consisting of a plain round steel bar. Drainage Pl ane. A plane for internal drainage of the roadbed, usually formed by a layer of water-permeable material. Easement. A right to use or control the property of another for designated purposes. Embankment. A structure of soil, soil-aggregate or broken rock between the embankment foundation and the subgrade. Embankment F oundation. The m aterial b elow t he o riginal g round s urface t he p hysical characteristics of which affect the support of the embankment. Employee. Any person working on the project to which these specifications apply, and who is under the direction or control of, or receives compensation from, the Contractor or Subcontractor. Engineer. The C hief E ngineer o f t he D epartment, a cting di rectly o r t hrough h is du ly a uthorized assistants or representatives, who is responsible for engineering supervision of the construction. Equipment. All m achinery a nd e quipment, t ogether w ith t he n ecessary s upplies f or o peration a nd upkeep, m aintenance, a nd p rotection, a nd a lso t ools a nd a pparatus n ecessary f or t he p roper construction and acceptable completion of the work. Existing. The physical status as of the date of the invitation for bids of any structure, base, surface, subgrade, road, bridge, detour, or other unit affected by a particular project or designated highway. Expansion Joint. A joint located to provide for expansion of a rigid slab, without damage to itself, adjacent slabs, or structures. Extra Work. An item of work not provided for in the contract as awarded but found essential to the satisfactory completion of the contract within its intended scope. Extra Work Order. A change o rder concerning t he performance o f work o r f urnishing o f materials involving extra work. Such extra work may be performed at agreed prices or on a force account basis as provided elsewhere in these specifications. Faulting. Differential vertical displacement of rigid slabs at a joint or crack. Flagman. An in dividual with a f lag, l antern, o r o ther a pproved s ignaling d evice, w hose d uty is t o signal vehicular traffic to: come to a stop, alter its speed and/or course, or receive other instructions with reference to highway routes and their condition. Flexible P avement. A p avement s tructure w hich ma intains i ntimate c ontact w ith a nd d istributes loads t o t he s ubgrade a nd dep ends u pon a ggregate i nterlock, pa rticle f riction, a nd c ohesion f or stability. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 5 Force Account Work. Work pa id f or by r eimbursing f or t he a ctual c osts f or l abor, m aterials, a nd equipment u sage i ncurred i n t he p erformance o f t he w ork, a s di rected, i ncluding a percentage f or overhead and profit, where appropriate. Frontage Road. A local street or road a uxiliary to and located generally o n the side of an arterial highway, for service to abutting property and adjacent areas and for control of access to the highway. Front Slope. The sloping surface of an embankment or roadway side ditch of which the downward inclination is away from the roadbed. Grade Separation. A s tructure, w ith i ts a pproaches, w hich provides f or highway t raffic t o pass without interruption over or under a railway, street, or another highway. Highway, Street or Road. A g eneral t erm denoting a p ublic w ay f or purpose o f ve hicular t ravel, including the entire area within the right of way. Holiday. See "Legal Holiday". In Place. A term to denote that the unit price covers compensation for the item complete in place including a ll c osts in cidental to p rocurement, ha ndling, ha uling, a nd processing t he i tem (including water) a s req uired. Th e i tem w ill b e m easured a nd pa id f or i n t he m anner pr ovided i n a pplicable sections of these specifications. Inspector. The Engineer's authorized representative assigned to make detailed inspection of contract performance. Interchange. A s ystem o f i nterconnecting ro adways, i n c onjunction w ith o ne o r m ore g rade separations, providing for the movement of traffic between two or more roadways on different levels. Intersection. The general area where two or more highways join or cross, within which are included the roadway and roadside facilities for traffic movements in that area. Joint. A designed vertical plane of separation or weakness. Laboratory. The testing laboratory of the Department or any other testing laboratory which may be designated by the Engineer. Legal Holiday. Holidays which will be allowed in computing Contractor's time charges on a working day basis will be limited to the following days: Sundays, New Year's Day, Robert E. Lee's/ Martin Luther King's Birthday (the third Monday in January), George Washington's/ Thomas Jefferson's Birthday (the third Monday in February), Mardi Gras Day (Mobile and Baldwin Counties only), Confederate Memorial Day, National Memorial Day, Jefferson Davis' Birthday, Independence Day, Labor Day, Columbus Day/ Fraternal Day (the second Monday in October), Veterans' Day, Thanksgiving Day, and Christmas Day. All dates for legal holidays will be as prescribed by Alabama Act 250 of 1991. Dates for combined holidays are shown herein. Leveling Course. The layer of material placed on an existing surface to eliminate irregularities prior to placing an overlaying course. Load Transfer Device. A mechanical means designed to carry loads across a joint. Local Road or Street. A street or road primarily for access to residence, business, or other abutting property. Longitudinal Joint. A joint normally placed between traffic lanes to control longitudinal cracking. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 6 Lot. A u niquely def ined quantity o f m aterial f rom a s ingle s ource, o r homogeneous s egment o f construction, on which decision is made for acceptance. Major H ighway. An a rterial highway w ith i ntersections a t g rade a nd direct a ccess to a butting property, and on which geometric design and traffic control measures are used to expedite the safe movement of through traffic. Major Item. Any item having an original contract value in excess of 10 percent of the total contract bid price. Major Street. An arterial highway with intersections at grade and direct access to abutting property, and on which geometric design and traffic control measures are used to expedite the safe movement of through traffic. Materials. Any substances specified for use in the construction of the project and its appurtenances. Materials and Tests Engineer. The representative of the Chief Engineer of the Department that is responsible f or t he s election a nd c ontrol o f a ll m aterials u sed i n t he c onstruction t he D epartment's transportation structures. Material Ve ndor. A c orporation, f irm o r i ndividual who sells o r re nts s upplies, eq uipment, o r materials to a Contractor or Subcontractor or whose materials are prepared away from the construction premises and are delivered in final form to the construction site; such delivery being merely incidental to the sale. Material vendor must be a separate legal entity with independent investment in facilities and equipment a nd a n i ndependent business o rganization a nd o peration, e xercising a pr erequisite degree o f i ndependent i nitiative, j udgment, a nd f oresight. A corporation, f irm o r i ndividual w hich establishes a temporary plant or facility of any kind on or near a project for the purpose of furnishing material f or t hat pr oject only w ill not be c onsidered a " material v endor" b ut w ill be c onsidered a "Subcontractor" as defined in these specifications. Median. That po rtion o f a di vided highway s eparating t he t raveled w ays for t raffic i n o pposite directions. Median Lane. A speed-change lane within the median to accommodate left-turning vehicles. Navigable Stream. A stream classed by the U.S. Coast Guard and/or the U.S. Army Corps of Engineers as navigable. Notice to Contractors. See "Advertisement for Bids." Notice to Proceed (Work Order). Written notice to the Contractor informing him of approval of his contract and notifying him to proceed with the contract work, including, when applicable, the date of beginning of contract time. Original Ground. The ground surface just prior to the initiation of the proposed work. Parking Lane. An auxiliary lane primarily for the parking of vehicles. Pavement S tructure. The c ombination o f s ubbase, base, a nd s urface placed o n a s ubgrade to support the traffic load and distribute it to the roadbed. Pay Item. See "Contract Item". Plans. The c ontract drawings, w hich s how t he location, c haracter, di mensions, a nd d etails o f t he prescribed work, including layouts, profiles, cross sections, and other details or reproductions thereof. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 7 Prime Coat. An a pplication o f a l ow viscosity l iquid bi tuminous m aterial t o c oat a nd bi nd m ineral particles preparatory to placing a base or surface course. Profile Grade. The t race o f a v ertical p lane i ntersecting the t op s urface o f t he p roposed wearing surface, usually along the longitudinal centerline of the roadbed. Profile grade means either elevation or gradient of such trace according to the contract. Project. The specified section of the highway together with all appurtenances and construction to be performed thereon under the contract. Project Number. A number assigned for convenience to identify the work covered in a project. Proposal. The offer of a bidder, on the prescribed form, to perform the stated construction work at the prices quoted. Proposal Form. The prescribed form on which the offer of a bidder is to be submitted. Proposal Guaranty. The cashier’s check or bid bond furnished with a bid to assure that the bidder will enter into the contract if his offer is accepted. Questionnaire. The specified forms on which the Contractor shall furnish required information as to his ability to perform and finance the work. Ramp. A connecting roadway between two intersecting highways, generally at a highway separation, or a sloping driveway giving access to a highway. Random Sample. A s mall pa rt o f a lot w hich i s used t o r epresent t he w hole, s o chosen that each portion of the lot has an equal probability of being selected. Record Plans. Reproductions of plans issued to bidders as noted in Article 105.02. Recovery Time. Recovery time is defined as the time required, after the controlling item or items of work have been substantially damaged as a result of conditions and causes beyond the control of the Contractor and not due to his negligence or fault, to restore the work to the condition existing prior to such damage so that normal operations can be resumed on the contract pay items. Recovery time shall be the number of days required by the Contractor, working with normal forces, to restore the work as described above. Reinforcement. Steel embedded in a rigid pavement slab and in concrete structures to resist tensile stresses and detrimental opening of cracks. Repetition, Avoidance of. See Article 101.01(c). Reprocessing. The renewal of an existing surface by scarifying, remixing with or without additional material, and relaying. Resurfacing. The placing of one or more new courses on an existing surface. Retainage. The D epartment w ill not w ithhold r etainage. Re tainage i s t he m oney b elonging t o t he Contractor which was held by the Department conditioned on final completion and acceptance of all work in connection with a project or projects by the Contractor. Right of Way. A general term denoting land, property or interest therein, usually in a strip, acquired for or devoted to transportation purposes. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 8 Rigid Pavement. A pavement structure which distributes loads to the subgrade having as one course a Portland cement concrete slab of relatively high bending resistance. Rigid Slab. A section of Portland cement concrete pavement bounded by joints and edges, designed for continuity of tensile stress. Road. A general term denoting a public way for purposes of vehicular travel including the entire area within the right of way. Roadbed. The graded portion of a highway within top and side slopes, prepared as a foundation for the pavement structure and shoulder. The top surface of the roadbed is the subgrade. Roadbed Material. The material below the subgrade in cuts and embankments, and in embankment foundations extending to such depth as affects the support of the pavement structure. Roadside. A general term denoting the area adjoining the outer edge of the roadway. Extensive areas between the roadways of a divided highway may also be considered roadside. Roadside Improvement or Development. Those items necessary to the complete highway which provide f or t he p reservation o f l andscape m aterials a nd f eatures; t he re habilitation a nd pr otection against ero sion o f a ll a reas di sturbed b y c onstruction t hrough s eeding, s odding, m ulching a nd t he placing o f o ther g round c overs; s uch s uitable p lanting a nd other i mprovements a s m ay i ncrease t he effectiveness and enhance the appearance of the highway. Roadway. The p ortion o f th e h ighway w ithin t he limits o f c onstruction. A h ighway ma y h ave mo re than one roadway. Seal Coat. A thin treatment consisting of bituminous material, usually with cover aggregate, applied to a surface course. The term includes, but is not limited to, sand-seal, chip-seal, slurry seal, contrast seal and fog seal. Shop D rawings. Fabrication pl ans f or a ny pa rt o f t he w ork i ncluding, b ut not l imited t o, p recast concrete items, structural s teel i tems, o r o ther m etal i tems, a nd c onnections th ereof, w hich th e Contractor is required to submit to the Engineer. Sidewalk. That portion of the roadway primarily constructed for the use of pedestrians. Skew Angle - Skew. The complement of the acute angle between two centerlines which cross; for a structure centerline, skew right means the right side of the structure is ahead; skew left means the left side of the structure is ahead. Soil Survey. The exploration of the site of the proposed improvements by borings and tests or other methods and the preparations of soil profiles showing the significant layers, bedrock, water table, and other features. Special P rovisions. Additions a nd rev isions t o t he Standard a nd S upplemental S pecifications applicable t o a n individual project. S pecial P rovisions s hall p revail o ver S tandard S pecifications, Supplemental Specifications, and plans. Specifications. The compilation of provisions and requirements of prescribed work. Specified Completion Date. The date on which the contract work is specified to be completed. Speed Change Lane. An a uxiliary lane, i ncluding t apered a reas, p rimarily for t he a cceleration o r deceleration of vehicles entering or leaving the through traffic lanes. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 9 Stabilization. Modification o f s oils o r a ggregates b y incorporating m aterials t hat w ill increase load bearing capacity, firmness, and resistance to weathering or displacement. Standard D rawings. Drawings approved for repetitive use, showing details to be used where appropriate. Standard Specifications. A bo ok o f s pecifications a pproved f or g eneral a pplication a nd r epetitive use. State. The State of Alabama, the party of the first part to the contract, acting by and through the Transportation Director. Station. One hundred feet {one hundred meters} measured horizontally. Street. A g eneral t erm denoting a p ublic w ay f or purposes o f v ehicular t ravel, i ncluding t he e ntire area within the right of way applicable to travel ways in urban areas. Structures. Bridges, c ulverts, basins, d rop i nlets, r etaining w alls, c ribbing, m anholes, e ndwalls, buildings, s ewers, s ervice pi pes, u nderdrains, f oundation dra ins a nd o ther f eatures w hich m ay b e encountered in the work and not otherwise classed herein. Subbase. A l ayer o r l ayers o f s pecified o r s elected m aterial o r des igned t hickness pl aced o n a subgrade to support a base or rigid pavement. Subcontractor. An individual, partnership, firm, corporation or any acceptable combination thereof who h as o r h ave, w ith t he w ritten a pproval o f t he D epartment, c ontracted with t he C ontractor t o execute a nd perform i n h is s tead a ny pa rt o f t he c ontract, a s pe rmitted by Article 108.01 o f t hese Specifications. Material vendors as defined herein are not Subcontractors. Subgrade. The t op s urface o f t he ro adbed, u pon which t he pa vement s tructure a nd s houlders a re constructed. Subgrade Treatment. Modification of roadbed material by stabilization. Substructure. All of that part of the structure below the bearings of simple and continuous spans, skewbacks of ar ches an d tops of f ootings of r igid f rames; i ncluding b ackwalls, w ingwalls, an d w ing protection railings. Superintendent. The Contractor's authorized representative in responsible charge of the work. Superstructure. All t hat pa rt o f a s tructure a bove, a nd i ncluding, t he bearings o f s imple a nd continuous s pans, s kewbacks o f a rches a nd t op o f f ootings o f r igid f rames; e xcluding b ackwalls, wingwalls, and wing protection railings. Supplemental Agreement. A written agreement with the Contractor covering changes in the plans, specifications, or quantities or any combination thereof, within the scope of the contract and establishing the basis of payment and time adjustments for the work affected by the changes. Supplemental Specification. Approved additions and revisions to the Standard Specifications. Surety. The c orporation, pa rtnership o r i ndividual other than the Contractor executing a bond furnished by the Contractor, licensed under the laws of Alabama. Surface. One or more layers of a material designed to accommodate the traffic load, the top layer of which resists s kidding, t raffic a brasion a nd t he d isintegrating e ffects o f c limate. The t op layer is generally called the wearing layer and the lower layer the binder layer. ---PAGE BREAK--- SECTION 101 DEFINITION OF TERMS 10 Surface Treatment. One o r more a pplications o f bi tuminous material a nd cover a ggregate o r t hin plant mix on an old pavement or any element of a new pavement structure. Tack Co at. An a pplication o f b ituminous m aterial t o a n e xisting s urface t o provide bo nd w ith a superimposed course. Temporary Structure. Any s tructure r equired t o maintain t raffic during construction o f t he w ork, which will be dismantled if required when the work is completed. Through Highway. Every highway or portion thereof on which vehicular traffic is given preferential right of way, and at the entrances to which vehicular traffic from intersecting highways is required by law to yield right of way to vehicles on such through highway in obedience to either a stop sign or a yield sign, when such signs are erected. Through Street. Every street or portion thereof on which vehicular traffic is given preferential right of way, and at the entrances to which vehicular traffic from intersecting streets is required by law to yield right of way to vehicles on such through highway in obedience to either a stop sign or a yield sign, when such signs are erected. Tie B ar. A def ormed s teel bar o r c onnector i mbedded i n t he c oncrete a cross a j oint t o p revent separation of abutting slabs. Traffic Lane. The portion of a traveled way for movement of a single line of vehicles. Transportation Director. See "Director". Traveled Way. The portion of the roadway for the movement of vehicles, exclusive of shoulders and auxiliary lanes. Typical Section. That cross section established by the plans which represents in general the lines to which the Contractor shall work in the execution of his contract. Work ( The W ork). Work s hall m ean t he f urnishing o f a ll l abor, materials, eq uipment, a nd o ther incidentals necessary or convenient to the successful completion of the project and the carrying out of all duties and obligations imposed by the contract. Working Day (Daytime Work). Any Calendar Day from midnight to midnight, exclusive of Saturdays and L egal Holidays ( as d efined herein), o n w hich t he C ontractor could p roceed w ith c onstruction operations for a period of six hours or more with the normal working forces engaged in performing work on the controlling item or items of work, which normally would be in progress at that time, will be classified as a w orking day. Saturdays and Legal Holidays on which the Contractor elects to work for a period of four hours or more will be classified as a working day. Working Day (Nighttime Work). (Where nighttime work is required, or allowed by the Engineer.) Any 2 4 ho ur p eriod f rom no on t o no on, o n w hich t he C ontractor c ould p roceed w ith ni ghttime construction operations for a period of six hours or more with the normal working forces engaged in performing work on the controlling item or items of work, which normally would be in progress at that time, will be classified as a working day. Saturdays and Legal Holidays on which the Contractor elects to work for a period of four hours or more will be classified as a working day. Working Drawings. Erection plans, falsework plans, framework plans, cofferdam plans, or any other supplementary plans or similar data which the Contractor is required to submit to the Engineer. GENERAL TERMS. 1. "NO DIRECT PAYMENT", "WITHOUT EXTRA COMPENSATION" AND "SUBSIDIARY OBLIGATION". ---PAGE BREAK--- SECTION 102 PROPOSAL REQUIREMENTS AND CONDITIONS 11 Compensation shall be included in other items of work (other pay items) for work where it is shown that "no direct payment" will be made for the work, or that the work shall be done "without extra compensation", or the work shall be a "subsidiary obligation" of other items of work. 2. AVOIDANCE OF REPETITION. Wherever the terms "contemplated", or "required", "directed", "authorized", "considered necessary", " permitted", " approved". " suitable", " unacceptable", " designated", or t erms o f l ike i mport are used in these Specifications, they shall be construed to mean "to" or "by the Engineer" or "Director", unless the contract or context clearly indicates otherwise. SECTION 102 PROPOSAL REQUIREMENTS AND CONDITIONS 102.01 Notice to Contractors (Advertisement). GENERAL. Bids w ill be i nvited i n a " Notice t o C ontractors" advertisement. T he a dvertisement w ill contain t he da te, t ime, a nd pl ace o f opening bi ds; a des cription o f t he w ork; c ontract t ime; a stipulation a s t o t he character a nd t he a mount o f th e p roposal g uaranty; a nd i nstructions to t he bidders for obtaining access to plans and specifications. ADJUSTMENT OF BID QUANTITIES. The quantities shown in the "Notice to Contractors" are to be considered as approximate only and m ay be a mended i n t he proposal t o i nclude a dditional quantities o r additional i tems, o r t o decrease q uantities o r t o ex clude i tems o f w ork before bi ds a re t o be r eceived. Th is l isting o f quantities a nd pa y i tems i s t o a dvise p rospective bi dders i nformally a s t o t he t ype o f w ork a nd approximate quantities involved. 102.02 Qualification of Bidders. PREQUALIFICATION. Proposal f orms w ill b e i ssued o nly t o prospective bi dders w ho have qualified w ith t he Department and have a valid certification of qualification as required by State law. All applicants for qualification shall submit, under Oath, a complete confidential statement, equipment questionnaire, and ex perience questionnaire on f orms t hat w ill b e f urnished by t he D epartment upon r equest. To insure sufficient time for consideration, the applicant shall properly complete and submit the forms at least 14 c alendar days p rior t o t he da te o f o pening bi ds o n w hich t he a pplicant d esires t o s ubmit proposals. Forms received at a later date will be considered whenever practicable. If the applicant is a corporation organized in a State other than Alabama, it shall furnish a certificate from the Secretary of State showing that it is qualified to transact business in Alabama. A bid for a 100 % State funded project will not be accepted from a corporation organized in another State if the bidder does not submit a valid Certificate of Existence issued by the Alabama Secretary of State. A bid will be accepted from a corporation organized in another State for a federally funded project but award o f t he c ontract i s c ontingent u pon r eceipt o f t he C ertificate o f E xistence f rom t he A labama Secretary of State. A pro spective bidder w ill n ot b e prequalified w ho h as a c orporate o fficer, di rector, o r principal o wner w ho i s a c orporate o fficer, di rector, o r o wner o f a nother p erson w hich i s pr esently disqualified by the Department. A prospective bidder will also not be prequalified who is an affiliate of a person that is presently disqualified by the Department. For the purposes of this Section, the following definitions shall apply: - an affiliate shall be defined as any person that controls, is controlled by, or is under common control with another person. - a person shall be defined as an individual, a corporation, a partnership, an association, a joint stock company, a trust, or any unincorporated organization. - control shall be defined as the ownership, directly or indirectly, of 10 % or more of the voting securities of a person or if the person is not a corporation, an ownership interest, directly or indirectly of 10 % or more of the person. ---PAGE BREAK--- SECTION 102 PROPOSAL REQUIREMENTS AND CONDITIONS 12 DISQUALIFICATION. The Department reserves the right to disqualify or refuse to issue a proposal to a prospective bidder for the following reasons: 1. Lack of competency and adequate machinery, plant and other equipment as revealed by the required financial statement and experience questionnaires. 2. Uncompleted work which, in the judgment of the Department, could hinder or prevent the prompt completion of additional work if awarded. 3. Failure to pay or satisfactorily settle all bills due for labor and material on contracts in force at the time of issuance of proposals. 4. Failure to comply with any pre-qualification regulations of the Department. 5. Default, as defined in Article 108.12, under a previous contract. 6. Actions in bidding or subcontracting which have the effect of limiting competition and violating t he c ompetitive bid pro cess, o r i f a ny pa rtner, a ssociation m ember, c orporate o fficial o r individual owner, respectively, of any firm submitting a bid has been convicted or entered a guilty plea in any legal jurisdiction of the United States or any of the various States, of Federal or State crimes that involve the restraint of trade or limiting competition in any manner. 7. Suspension o r debarment by t he F ederal Highway A dministration o f t he p rospective bidder or any partner, association member, corporate official or individual owner of the firm. 8. Upon i ssuance t o t he c ontractor o f t wo w arning l etters f or D BE vio lations d uring a ny successive 2 4 m onth p eriod. D BE v iolations a pply o n a c ompany-wide basis a nd n ot f or a pa rticular project. 9. W hen t he prospective bidder w as t he p rime contractor a nd did not u se his c ompany's forces to perform at least 30 % of the work. 10. Disqualification for unsatisfactory progress as defined in Article 108.04(c). 11. Being an affiliate of a person who is disqualified. 12. Becomes insolvent or commits any act of insolvency. 13. Failure to reimburse t he Department in accordance with the requirements for payment given in these specifications, not withstanding acceptance of the project or maintenance thereof. Disqualification for reasons 1 through 6, 8 and 9 will be for an indefinite period of time. The status o f d isqualification w ill be reviewed if r equested in w riting b y t he disqualified f irm. A ny subsequent review of the status of disqualification will not be done until six months after the preceding review. Disqualification for reason 7 will be for an indefinite period of time, with a minimum time of disqualification eq ual t o t he p eriod o f t ime o f s uspension o r de barment b y t he F ederal Highway Administration. After the minimum time of disqualification has passed, the status of disqualification will be reviewed if requested in writing by the disqualified firm. Any subsequent review of the status of disqualification will not be done until six months after the preceding review. Disqualification f or r eason 1 0 w ill be r emoved im mediately upon r eceipt o f proof t hat t he progress of the work is acceptable or that the project has been completed. Disqualification for reason 11 will remain in effect until the prospective bidder causing the disqualification of the affiliate has been requalified. Disqualification f or reason 1 2 w ill remain i n ef fect until t he C ontractor a nd S urety pro vide documentation to the satisfaction of the ALDOT that the Contractor's solvency has been restored. Disqualification f or r eason 1 3 w ill b e r emoved im mediately upon receipt o f s atisfactory payment from the Contractor. Disqualification a pplies t o bi dding a s a p rime contractor o r pe rforming w ork in a ny ro le o r capacity on an ALDOT project. REQUALIFICATION. If a prospective bidder is disqualified from bidding for reasons 1 through 7, 9 and 12 given in Subarticle 102.02(b), it w ill be re quired to again prequalify under the provisions of Subarticle 102.02(a) above. When r equalified, t he q ualification w ill b e is sued s ubject t o c ontinued e xamination a nd evaluation of the Contractor's performance. The Contractor will be in probationary status for a period of o ne year f ollowing t he r equalification. If, during the period of probation, t he Co ntractor is disqualified under a ny o f t he pr ovisions o f t hese Specifications, t he D epartment m ay s uspend t he Contractor's right to requalify for a minimum period of one year. ---PAGE BREAK--- SECTION 102 PROPOSAL REQUIREMENTS AND CONDITIONS 13 102.03 Contents of Proposal Form. GENERAL. The D epartment w ill f urnish bi dders a bl ank pro posal f orm s howing t he l ocation a nd description of the work contemplated, the approximate estimate of the various quantities of the pay items o f t he w ork t o be per formed a nd m aterials to be f urnished, a nd t he amount o f t he pro posal guaranty. The proposal form may also contain "Supplemental Specifications", "Special Provisions", and requirements t hat v ary f rom, o r a re no t i ncluded i n, t he Alabama D epartment o f Tra nsportation Standard Specifications. All papers bound with or attached to the proposal form are a necessary part thereof and must not be detached or altered. The plans, s pecifications, a nd o ther do cuments des ignated i n t he p roposal f orm s hall be a part of the proposal whether attached or not. The prospective bidder shall pay the Department the fee set for each copy of the proposal form and each set of plans. CORRECTIONS. Corrections a nd m inor c hanges i n t he pro posal f orm o r pl ans m ay be p ut i nto ef fect b y telegram, certified l etter, ex press t ype m ail, o r other c omputer m edia f rom t he O ffice Engineer Bureau, notifying all prospective bidders to whom proposal forms have been previously issued. 102.04 Interpretation of Quantities in Bid Schedule. The q uantities a ppearing i n t he bi d s chedule a re a pproximate o nly a nd a re prepa red f or t he comparison o f bids. Payment t o t he C ontractor w ill be m ade o nly f or t he a ctual q uantities o f w ork performed a nd a ccepted, o r m aterials f urnished, i n a ccordance w ith t he c ontract. T he s cheduled quantities o r w ork t o be done a nd m aterials t o b e f urnished m ay each b e i ncreased, d ecreased, o r omitted as provided herein. 102.05 Examination of Plans, Specifications, Special Provisions, and Site of Work. Before submitting a proposal, bidders shall carefully examine the site of the proposed work, the general and local conditions, the proposal form, standard specifications, supplemental specifications, special provisions, and the bid bond form. The submittal of a proposal shall be an acknowledgment that t he bi dder has m ade t hese ex aminations a nd a ccepts, w ithout c onditions o r e xceptions, a ll requirements a nd c ircumstances u nder w hich t he w ork m ust be performed. A djustments o r compensation will not be allowed for losses caused by failure to comply with this requirement. Boring logs and other records of subsurface investigations are available for inspection by bidders. This information was obtained and is intended for State design and estimating purposes only. It is made available to bidders so that they may have access to the identical subsurface information available to the State. The bidder is solely and exclusively liable for the accuracy of this information if it is used in any way in the preparation of the bid or the prosecution of the work. This information shall not be a substitute for personal investigation, interpretations and judgment of the bidders. The S tate di sclaims r esponsibility a nd l iability f or a ny o pinions, c onclusions, i nterpretations, o r deductions that may be expressed or implied in any of the information presented or made available to bidders. T he bi dder s hall be f ully res ponsible f or i nterpretations a nd c onclusions m ade f rom a ll available information. 102.06 Preparation of Proposal. PROPOSAL FORM. The bidder's proposal must be submitted by either one of the following procedures: - the submittal of the complete original proposal form, the bid item sheets generated by the computer file furnished by the Department, and a bidder furnished digital storage media containing the computer file downloaded from the Department’s website with the bidder’s prices or; - the submittal of the complete original proposal form directly to the Department and the submittal of the bid through the Department’s approved Internet Bidding Service Provider. Proposal forms are numbered serially and are not transferable. Unless otherwise provided in the proposal, joint venturers may submit a proposal for a joint venture o f q ualified bi dders o n a pro posal f orm i ssued t o o ne o f t hem, provided ea ch v enturer has taken out a proposal and provided the proposal is signed by each co-venturer. If the joint venturer chooses to submit a bid utilizing the Department’s approved Internet Bidding Service Provider the joint venturer must request and receive approval for the joint venture. The joint venturer will be assigned a contractor identification number prior to the submittal of a bid. ---PAGE BREAK--- SECTION 102 PROPOSAL REQUIREMENTS AND CONDITIONS 14 DETAILS. All bids shall be submitted using a computer bid system prescribed by the Department, via either bidder furnished digital storage media (diskette, compact disk, USB flash drive , etc.), or the Department’s approved Internet Bidding Service Provider. Bids submitted using any other form, format, or means will be rejected. The digital storage media used to submit the bid shall become the property of the State of Alabama. Where alternate designs are provided by the plans and proposal, the bidder shall enter prices only on the items for the design alternate that will be most economical for the bidder to construct, and other bid items that will be common for all alternates. If a ny i tem o n t he pro posal f orm perm its a c hoice bet ween a lternate s pecified t ypes o f materials, the bidder shall indicate by a check mark the type of material the bidder proposes to use. If more than one type or none is checked, the Department will make the selection. Any interlineation, erasure, or other alteration of a figure shall be initialed by the signer of the proposal. The Department will check the extension of each item given in the proposal and correct all e rrors a nd di screpancies. I n c ase o f a di screpancy b etween a u nit bi d p rice a nd t he ex tension amount, the unit price shall govern. The sum of the extension amounts will be the contract bid price. A pay item may be shown with a maximum allowable amount for the bid. The bidder shall enter an amount for the bid that is equal to or less than the maximum allowable amount. If the bid entered is greater than the maximum allowable amount the Department will adjust the bid price to the maximum allowable amount for that item and recalculate the total bid amount. A pa y i tem m ay be s hown w ith a m inimum required a mount f or t he bi d. The bi dder s hall enter an amount for the bid that is equal to or greater than the minimum required amount. If the bid entered i s l ess t han t he minimum r equired a mount t he D epartment w ill a djust t he bi d p rice t o t he minimum required amount for that item and recalculate the total bid amount. SIGNING. The bidder's proposal must be s igned with ink by the individual, by one or more members of the partnership, by one or more members or officers of each firm representing a joint venture, or by one or more officers of a corporation, or by an agent of the Contractor legally qualified and acceptable to t he S tate. I f t he p roposal i s m ade by a n i ndividual, the individual’s name mu st b e s hown; b y a partnership, the name of each partnership member must be s hown; as a joint venture, the name of each member or officer of the firms represented by the joint venture must be shown; by a corporation, the name of the corporation and of its corporate officials must be shown. Each bidder submitting a bid utilizing the Department’s approved Internet Bidding Service Provider agrees that its digital signature constitutes an original signature. The proposal bid bond, if bid bond is tendered, shall be properly signed by the bidder and the surety. COLLUSION. Bidders will be required to execute a collusion affidavit conforming to the requirements of the laws and regulations cited in Article 107.05. If prior to the award the low bidder fails to execute the collusion affidavit the bid will be rejected and the bid bond will be forfeited. If there is any reason for believing that collusion exists among the bidders, any or all proposals may be rejected, and those participating in such collusion may be barred from submitting bids on the same or other work with the Department until they have been reinstated as a qualified bidder. Only the affidavit form provided in the proposal will be acceptable. COMPUTER BIDDING. The bidder s hall u se a bi dding s oftware program p rescribed by t he D epartment. I t i s t he bidder's r esponsibility t o gain a ccess t o c omputer equipment t hat w ill r un t he prescribed s oftware program. The bi dder m ay c hoose t o do wnload t he c omputer f ile a nd a ny a ddenda f rom t he Department’s website or the bidder may choose to utilize the Department’s approved Internet Bidding Service Provider t o a ccess t he computer f ile a nd a ddenda. I f t he bidder chooses t o do wnload t he computer file from the Department’s website and submit the bid using a digital storage medium, then the software program prescribed by the Department shall be used to prepare the bid and to print the official bid item sheets for submittal with the proposal form. If t he bi dder c hooses t o u tilize i nternet bi dding, t he c omputer f ile i s a vailable a t t he Department’s approved Internet Bidding Service Provider’s website. ---PAGE BREAK--- SECTION 102 PROPOSAL REQUIREMENTS AND CONDITIONS 15 The o nly e ntries p ermitted i nto t he computer p rogram w hen preparing the bi d w ill b e t he unit or lump sum prices for items bid. The program will perform all extensions of the unit or lump sum prices, calculate the total bid, and print a complete set of bid item sheets including the total bid price and bid item signature sheet. Each bid item sheet will contain a check identification "ID" located in the bottom right corner of each bid item sheet corresponding to the check ID in the computer bid file. Bid i tem s heets g enerated f rom t he c omputer pr ogram s hall be printed o n 8 .5 X 1 1 i nch {216 mm x 279 mm} paper. This set of bid item sheets, generated from the software program prescribed by the Department, along with a complete proposal package, will constitute the official bid. The computer generated bid i tem s ignature s heet and proposal shall be properly s igned and d elivered t o t he Department in accordance with Article 102.06(c), Signing, and Article 102.10, Delivery of Proposals. Only bid item sheets printed from a software program prescribed by the Department will be accepted f or t he o fficial bi d. F ailure t o u se a nd s ubmit t hese bi d i tem s heets w ill res ult i n t he bi d being rejected. Bidders who choose to utilize internet bidding shall submit the bid as a computer file, including a digital signature, through the Department’s approved Internet Bidding Service Provider. All provisions of Subarticles through of this Article will apply to the preparation of bids that are submitted on computer program generated bid item sheets. Any necessary changes to entries on the computer program generated bid item sheets shall be made in accordance with Subarticle of this Article. A digital s torage m edium containing t he c omputer f ile downloaded f rom t he Department’s website with the bidder’s prices shall be submitted with the proposal unless the bidder chooses to use the Department’s approved Internet Bidding Service Provider in which case the submittal of a digital storage medium is not required. In c ase o f a di screpancy between t he unit o r l ump s um pri ces s ubmitted o n t he program printed bid item sheets and those contained in the computer file returned to the Department, the unit or lump sum prices submitted on the program printed bid item sheets shall prevail in all cases. Failure t o s ubmit a properly s igned bi d i tem s ignature s heet s hall r esult i n t he bid being rejected. Failure to submit a bid item sheet(s), other than the bid item signature sheet, will result in the bid being considered irregular in accordance with Article 102.07(a). In the event a bid item sheet is missing from the proposal, the Department may replace this sheet with a copy produced from the computer file submitted with the proposal. The Department is not responsible for delay in completion of, or failure to timely submit, a bid d ue t o a n a lleged website failure o r f ailure of a ny s ervice a ssociated w ith t he D epartment’s approved Internet Bidding Service Provider. 102.07 Irregular Proposals. GENERAL. Proposals w ill b e c onsidered i rregular a nd may b e rejected i f t hey contain a ny o missions, alteration of form, additions not called for, incomplete bids (includes failure to enter a unit bid price on a bi d i tem o r, i n t he c ase o f a n a lternate, t he a lternate being bid by t he C ontractor), interlineations, era sures o r a lterations n ot i nitialed by t he pers on s igning t he p roposal, in consistent proposal control numbers on each computer bid item sheet and signature sheet, or other irregularities of a ny k ind. Proposals m ay be r ejected a t a ny t ime pr ior t o t he ex ecution of t he c ontract by t he Director. Any bidder using the same or different names for submitting more than one proposal upon any project w ill be di squalified f rom f urther c onsideration o n t hat p roject. E vidence t hat a ny bidder i s interested, as a principal, in more than one proposal for work contemplated (for example bidding in a partnership, as a joint partnership or association, and as a partnership, association, or individuals) will cause the rejection of any such proposal. A bidder, however, may submit a proposal as principal and as a Subcontractor to some other principal, or may submit a proposal as a Subcontractor to as many other principals a s he d esires, a nd by s o do ing w ill not be liable t o di squalification i n t he i ntent o f t hese Specifications. UNBALANCED BIDDING. In order that no party of the contract will be financially hurt over changes in the estimated quantities, a pro posal m ay be r ejected i f a ny o f t he u nit pr ices a re o bviously u nbalanced. The Department will decide w hether a ny unit prices are unbalanced either excessively above or below a ---PAGE BREAK--- SECTION 102 PROPOSAL REQUIREMENTS AND CONDITIONS 16 reasonable cost analysis value determined by the Engineer, particularly if these unbalanced amounts are substantial and contrary to the interest of the Department. 102.08 Combination Bids. COMBINATION BIDDING 1. BIDDER'S STATEMENT OF INTENT TO SUBMIT A COMBINATION BID. A bid will be considered as a "combination bid" for two or more projects if the bidder notifies the Department in writing of the intent to submit a combination bid. The bidder shall submit a written statement that the bid will be either an "All or None" Combination Bid, a "Reduction in Unit Price" C ombination B id, a " Total Do llar A mount" C ombination B id o r a " Total Nu mber o f C ontracts" Combination Bid. 2. "ALL OR NONE" COMBINATION BID. The bidder shall clearly designate the proposals that are being combined in a bid that is being submitted as an "All or None" combination bid. The Department will evaluate all bids on these proposals and make awards based on the bids that are most advantageous to the State. 3. "REDUCTION IN UNIT PRICE" COMBINATION BID. The bidder shall clearly designate the proposals that are being combined in a bid that is being submitted as a "Reduction in Unit Price" combination bid. The bidder shall clearly stipulate the reduction that will be made in the unit price of one or more of the items in any or all of the proposals if awarded the combination. The bidder will not be permitted to make a reduction in any unit price that is fixed by the Department. The Department will select the individual or combination bids that are most advantageous to the State. 4. "TOTAL DOLLAR AMOUNT" COMBINATION BID. The bidder shall clearly designate the proposals that are being combined in a bid that is being submitted as a "Total Dollar Amount" combination bid. A bidder shall clearly stipulate that the bid is for designated projects but requests to be awarded work that will not exceed a designated total dollar am ount. T he D epartment w ill se lect t he p roposals t hat ar e mo st a dvantageous t o t he Department within the designated total dollar amount. 5. "TOTAL NUMBER OF CONTRACTS" COMBINATION BID. The bidder shall clearly designate the proposals that are being combined in a bid that is being submitted as a "Total Number of Contracts" combination bid. A bidder shall clearly stipulate that the bid is for designated projects but requests to be awarded work that will not exceed a designated number o f c ontracts. T he D epartment w ill s elect t he p roposals t hat a re m ost a dvantageous t o t he Department within the designated total number of contracts. 6. SUBMITTAL OF WRITTEN STATEMENT OF NOTIFICATION OF COMBINATION BID. Regardless of the form of the submittal of the bid (paper, computer printout, Internet, etc.) the bidder shall notify the Department in writing of a bid that is being submitted a s a combination bi d. T he w ritten notification must be received i n t he o ffice o f t he D epartment's Office Engineer Assistant Bureau C hief f or Plans a nd Proposals pri or t o t he o pening o f bi ds f or a bi d t o be evaluated as a combination bid. The written notification shall be enclosed in the sealed bid package envelope or transmitted by facsimile to the number shown on the proposal cover sheet. The Contractor shall be responsible for verifying that the facsimile has been received by the Department prior to the opening of bids. The letter of notification of a combination bid shall: - be addressed to the Transportation Director; - describe the type of combination bid ("All or None", "Reduction in Unit Price", etc.); - be dated no later than the date set for bid opening; - be written on the bidder’s letterhead; - be signed by a person authorized to sign contracts for the bidder; - contain a list of the project numbers included in the proposed combination bid. 7. UNACCEPTABLE COMBINATION BIDS. A combination bid in which the bidder proposes that a lump sum be deducted from the final es timate i s u nacceptable. A c ombination bi d i n w hich t he bi dder pr oposes t hat a redu ction i n prices be made on a percentage basis is unacceptable. A combination bid in which the bidder proposes that award of a contract is contingent upon being awarded another contract is unacceptable. Unacceptable proposals for combination bids will be considered irregular by the Department and will be rejected. ---PAGE BREAK--- SECTION 102 PROPOSAL REQUIREMENTS AND CONDITIONS 17 COUNTY FINANCED PROJECTS. Combination bids will not be accepted on any project or projects wholly or partially financed by a county unless all of the projects in the combination bid are county financed projects located in the same county. 102.09 Proposal Guaranty. No pro posal w ill be considered unless a ccompanied by a c ashier’s c heck d rawn o n a n A labama bank or a bid bond of the prescribed form made payable to the Alabama Department of Transportation in the amount indicated in the Notice to Contractors. The cashier’s check shall have the name of the company submitting the bid and the project number on the check. 102.10 Delivery of Proposals. Each proposal for each contract shall be placed, together with the proposal guaranty, in a sealed envelope on the outside of which is written in large letters "Proposals for Highway Work" and so marked as to indicate the project number, the county or counties in which the work is located and the name of the bi dder. Proposals w ill be r eceived i n t he o ffice o f t he D epartment's O ffice E ngineer A ssistant Bureau Chief f or P lans and Proposals a t the A labama Department o f Transportation B uilding i n Montgomery, A labama, u nless o therwise pr ovided, until t he h our a nd da te s et i n t he n otice t o Contractors for the opening thereof. No proposal will be considered which has not been received prior to the hour and date set for the opening of bids. Proposals received after that time will be returned. For bi dders w ho c hoose to u se t he D epartment’s a pproved Internet B idding S ervice P rovider t he preceding is applicable with the exception that the bid sheet component of the proposal will be held at the Department a pproved Internet Bidding Service Provider’s s ecure location. T his bi d s heet w ill b e transmitted to the Department at the hour and date specified in the Notice to Contractors. 102.11 Withdrawal or Revision of Proposals. A bi dder m ay w ithdraw o r r evise a p roposal a fter it h as be en d eposited w ith t he D epartment provided the request for such is received by the Department in writing or by telegram before the time set for opening proposals. Prior to the time set for opening proposals, a bidder who chooses to use the Department’s approved Internet Bidding Service Provider may withdraw and revise a bid an unlimited number of times without notification or approval by the Department. No proposal can be w ithdrawn, modified, or corrected after the hour set for opening such proposals. 102.12 Public Opening of Proposals. Proposals will be publicly opened and bid totals read aloud at the place, time, and date indicated on t he " Notice t o C ontractors" a dvertisement. B idders o r t heir a uthorized a gents a re i nvited t o be present. 102.13 Multiple Bids. In the event that a bidder submits a bid utilizing a digital storage medium and paper submittal, and also submits a bid for that proposal utilizing the Department’s approved Internet Bidding Service Provider, the internet bid will be accepted as the sole and exclusive bid. 102.14 Familiarity with Laws and Ordinances. GENERAL. Bidders shall familiarize themselves with and shall comply with all Federal and State laws and local laws, ordinances, and regulations which may directly or indirectly affect the work or its prosecution, persons engaged in or employed on the work, and the equipment and tools used in the work. No adjustments or compensation will be allowed for losses caused by failure to comply with this requirement. 1. CONTRACTOR’S LICENSING FOR 100% STATE FUNDED PROJECTS. Each bidder s hall e nter the G eneral C ontractors l icense number i ssued by t he S tate Licensing Board on each submitted bid. Space is provided on the cover sheet of the proposal for the license number. Failure to enter the bidder’s license number on the bid submittal will result in the rejection of the bid. 2. CONTRACTOR’S LICENSING FOR PROJECTS FUNDED WITH FEDERAL MONIES. Prior t o bei ng a warded a c ontract, bidders o n pr ojects t hat a re pa rtially o r wholly funded with federal monies shall submit a copy of their license issued by the State Licensing Board for ---PAGE BREAK--- SECTION 103 AWARD AND EXECUTION OF CONTRACT 18 General C ontractors. B idders m ay s atisfy t his r equirement by placing a c opy of t he l icense i nto t he proposal of each submitted bid. 3. BIDDER’S RESPONSIBILITY. It is the bidder’s responsibility to provide proof of being licensed by the State Licensing Board for General Contractors. Failure to do so may result in the rejection of a bid. 4. CODES. Attention i s di rected t o Ti tles 2 3 a nd 3 9, Code o f Alabama, 1975, a lso T itle 23, U Code, and amendments thereto to the date of the contract. LABOR RATES. Attention i s c alled t o t he f act t hat t he w age rates l isted i n t he p roposal a re m inimum required r ates. B idders t herefore s hould i nvestigate a nd determine t he prevailing l ocal w age ra tes which for certain classes may be higher than the listed minimum rates. Under no condition shall the Contractor pay less than the listed minimum rate but it may be necessary in some cases to pay more in order to secure the labor. The bidders s hould i nvestigate a nd t he C ontractor s hall a bide b y a ny o rders i ssued by t he Wage Adjustment Board or any other Federal agency having jurisdiction over wage rates. 102.15 Material Guarantee. The successful bidder may be required to furnish a complete statement of the origin, composition, and m anufacture o f a ny or a ll m aterials t o be used i n t he c onstruction o f t he w ork t ogether w ith samples, which samples may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. SECTION 103 AWARD AND EXECUTION OF CONTRACT 103.01 Consideration of Proposals. After the proposals are opened and read, they will be compared on the basis of the summation of the products of the approximate quantities shown in the bid schedule multiplied by the unit bid prices. The results of such comparisons will be available to the public. In the event of a discrepancy between unit bid prices and extensions, the unit bid price shall govern. The right is reserved to reject any or all proposals, to waive technicalities or to advertise for new proposals, if, in the judgment of the awarding authority, the best interest of the Department will be promoted thereby. A p roposal w ill not b e c onsidered unless s igned by t he bidder o r his a uthorized a gent a nd accompanied by cashier’s check or properly signed bid bond as required by law. 103.02 Award of Contract. GENERAL. The a ward o f t he contracts, i f t o be a warded, w ill be m ade w ithin 3 0 calendar da ys a fter opening of proposals to the lowest responsible and responsive bidder whose proposals comply with the requirements o f Se ction 1 02 a nd t he i nvitation to bid (Notice t o C ontractors). Sh ould n o award be made within the 30 days, all proposals will be rejected unless the successful bidder agrees in writing to a stipulated extension in the time limit for award. The successful bidder will be notified by telegram, confirmed f acsimile, o r letter mailed t o t he a ddress s hown o n h is pro posal t hat h is bi d has be en accepted and that he has been awarded the contract. After the opening of bids on work involving Federal funds, the award of the contract to the low bidder will be contingent upon said low bidder obtaining a license from the State Licensing Board for General Contractors in accordance with the existing State laws. BIDDER LOW ON MORE THAN ONE CONTRACT. Should any responsible bidder be low on more contracts or work than he is qualified to handle under his certificate of qualification issued by the Department, the State reserves the right to select from his submitted proposals those for award to him which are most advantageous to the State. His other submitted proposals will not be considered in making the awards. ---PAGE BREAK--- SECTION 103 AWARD AND EXECUTION OF CONTRACT 19 AWARD BASED ON BIDDER'S NET WORTH AND CONTRACTING CAPACITY. The award of the contract will be made in consideration of the bidder's net worth and the dollar value of the bidder's contracting capacity in accordance with the legal requirements for public work. The bi dder's contracting c apacity i s i ndicated o n t he f ace o f t he b idder's P requalification Certificate. The dollar value of the contracting capacity of a joint venture is the combined dollar value of the contracting capacity of each co-venturer. Prior t o t he a ward o f a contract t o a j oint v enture a l etter s hall b e s ubmitted t o t he Department by t he j oint venture i n w hich i s g iven a n a pproximate p ercentage o f t he w ork t hat i s assigned to each co-venturer. This letter shall be signed by the same individuals that signed the joint venture's bid proposal and shall be notarized. The approximate percentages of participation shall be rounded to the nearest 5 % with no co-venturer being assigned less than 20 % of the work. After the award of a contract to a joint venture, the dollar value of outstanding work in that contract w ill be a ssigned a t t he des ignated pe rcentages t o ea ch c o-venturer in d etermining t he remaining contracting capacity of each co-venturer. 103.03 Cancellation of Award. The D irector reserves t he ri ght t o cancel t he a ward o f a ny c ontract a t a ny t ime before t he execution of the said contract by all parties, without any liability against the State. The Director may also reject the bi d of the lowest bidder if any of the conditions for disqualification noted in Article 102.02 are found to exist at any time prior to the execution of the contract by all parties. The Director may award the contract to the next lowest responsible bidder when it is determined to be in the best interest of the State. 103.04 Return of Proposal Guaranties. All proposal guaranties, except those of the 3 lowest bona fide bidders, will be returned without undue delay a fter p roposals h ave be en c hecked, t abulated, a nd t he relation t o t he pr oposals established. The proposal guaranty of the 3 lowest bona fide bidders will be returned as soon as the contract bonds and the contract of the successful bidder have been properly executed and approved. When the award is deferred for a period of time longer than 15 days after the opening of the proposals, all proposal guaranties except those of the potentially successful bidders will be returned. Should no award b e m ade, a ll g uaranties w ill be returned. S hould t he s uccessful bi dder a gree i n w riting t o a stipulated ex tension i n t he t ime limit f or a ward, t he D irector may, a t his di scretion, p ermit t he successful bidder to substitute a satisfactory bidder's bond if a cashier’s check was submitted with his proposal as a proposal guarantee. The Director reserves the right to return all proposal guaranties by registered mail and his responsibility shall end upon the mailing thereof. 103.05 Requirements of Contract Bonds. PERFORMANCE BOND. The bidder to whom the award is made shall, within 15 days after the prescribed forms have been presented to him for signature (i.e. after date of award), furnish and file with the Transportation Director an acceptable surety bond on the form included in the proposal in an amount equal to 100 percent of the contract bid price of the contract as awarded. Said bond shall be furnished by a surety company qualified and authorized to make such bonds in the State of Alabama, and countersigned by an authorized agent resident in the State who is qualified to execute such instruments. The bond shall have attached thereto power of attorney of the signing official unless such power of attorney is already on file in the office of the Department. In case of default on the part of the Contractor, all expense incident t o a scertaining and c ollecting l osses s uffered by t he S tate u nder t he bo nd, i ncluding engineering, direct administration, and legal services, shall be charged against the contract bond for performance of the work. LABOR, MATERIALS, SERVICES, INSURANCE, FEED STUFFS, OR SUPPLIES BOND. In addition thereto, the bidder to whom the award is made shall, within the same 15 days, execute and file with the Director an acceptable surety bond payable to the State in an amount not less than 100 percent of the contract bid price, with the obligation that the Contractor shall make pa yment t o a ll p ersons f urnishing him o r t hem w ith labor, m aterials, f eed s tuffs, s ervices, insurance, bond, or supplies for or in the prosecution of the work, and for the payment of reasonable attorneys fees, incurred by successful claimants or plaintiffs in suits on said bond. ---PAGE BREAK--- SECTION 103 AWARD AND EXECUTION OF CONTRACT 20 CONTINUOUS BOND COVERAGE. Surety bo nds s hall c ontinue t o be a cceptable t o t he D irector t hroughout t he l ife o f t he contract. In event the surety executing the bonds, although acceptable to the Director at the time of execution o f t he contract, s ubsequently b ecomes i nsolvent, ba nkrupt, u nreliable, o r o therwise unsatisfactory due to any cause which becomes apparent after the Director's initial acceptance of the bonds, then the Director will require that the Contractor replace the bonds with like bonds drawn on a surety company which is acceptable to the Director. In such event, all costs of the premium for the new bonds will be borne by the Contractor. PERFORMANCE OF SURETY. The Department will not accept bonds from a surety that has failed to perform in accordance with the terms of any bond that the surety has submitted to the Department. Prospective bidders will be informed in the "Notice to Contractors" that a surety's bonds are unacceptable. 103.06 Execution of Contract. The contract shall be executed by the bidder to whom award is made, on the form included in the proposal, a nd returned t o t he D irector w ith s atisfactory c ontract bonds w ithin 1 5 da ys after t he prescribed forms have been presented to him for signature (i.e. after date of award). Should extenuating circumstances prevail, the Director may grant an extension in time not exceeding five days for the return of the contract and bonds as provided herein and in Article 103.05. 103.07 Approval of Contract. A period of 20 days will be allowed for execution of the contract by the Director and approval of same by t he G overnor, a fter i ts pr esentation by t he s uccessful bidder, u nless t he s uccessful bi dder agrees in writing to a longer period. No contract is binding upon the State until it has been executed by the Director and approved by the Governor of the State. The date of the final execution of the contract shall be the date on which it is signed by the Governor. 103.08 Failure to Execute Contract. If t he s uccessful bidder i s a warded t he c ontract a nd f ails t o ex ecute t he contract (including furnishing acceptable contract security) the bidder will be subjected to the following actions. The Director will obtain liquidated damages for the bidder's default. The amount of the damages will be t he s maller o f t wo po ssible a mounts. The first po ssible a mount i s t he t otal a mount o f t he proposal guaranty. The second possible amount is the difference between the amount of the contract as awarded and the amount of the total bid of the next lowest responsible bidder. The damages will be recovered f rom t he bi dder's c ashier's c heck g uaranty o r f rom t he principal o r t he s ureties i f t he guaranty is a bid bond. The D irector w ill return t he p roposal g uaranty i ntact t o t he es tate o f t he d eceased s uccessful bidder in the event of the death of the successful bidder on the date of the opening of the bids or the death of the successful bidder during the following number of days allowed for the execution of the contract. The defaulted bidder will be prohibited from participating in any manner in the original contract, and will be prohibited from participating in any manner in any portion of that contract that may be removed and put into other contracts. These prohibitions shall apply to any other name under which the same person, affiliate, individual, partnership, company, firm, corporation, a ssociation, cooperative, or other legal entity may be operating in which t he principal owners are involved. The prohibitions shall be: - Work will not be allowed as a subcontractor or in any other capacity or role on the project. - Bidding will not be allowed on the original contract if it is readvertised for letting. - Bidding will not be allowed on any subsequent contract which contains any portion of the original contract. ---PAGE BREAK--- SECTION 104 SCOPE OF WORK 21 SECTION 104 SCOPE OF WORK 104.01 Intent of Contract. The i ntent of t he contract is t o provide for the construction and c ompletion o f the work described. The C ontractor s hall f urnish a ll labor, materials, equipment, t ools, t ransportation a nd supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. When Item 680-A, Geometric Controls, is included on the plans and in the proposal, the Contractor shall also furnish all geometric controls (see Section 680). Special provisions covering any special conditions, materials, or construction not covered on the plans o r i n t hese s pecifications w ill be i ncluded i n the bi dders' p roposals o r i n s upplemental agreements. 104.02 Alterations of Plans or Character of Work. GENERAL. The E ngineer r eserves t he r ight t o m ake, i n w riting, a t a ny t ime d uring t he w ork, s uch changes i n q uantities a nd s uch a lterations i n t he work as n ecessary t o sat isfactorily c omplete t he project. Such c hanges i n quantities a nd a lterations s hall not i nvalidate t he contract nor r elease t he surety, and the contractor agrees to perform the work as altered. If t he a lterations o r c hanges i n q uantities s ignificantly change t he c haracter o f t he w ork under the contract, whether such alterations or changes are in themselves significant changes to the character o f t he w ork o r by a ffecting o ther w ork c ause s uch o ther w ork t o bec ome s ignificantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. If the cost of the work does not change, then the adjustment will be zero. The basis for the adjustment shall be a greed u pon pr ior t o t he p erformance o f t he w ork. I f a ba sis c annot be a greed upon, t hen a n adjustment w ill b e m ade either f or o r a gainst t he c ontractor i n s uch a mount a s t he E ngineer m ay determine to be fair and equitable. If t he a lterations o r c hanges in quantities do not s ignificantly c hange t he c haracter o f t he work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. The term "significant change" shall be construed to apply only to the following circumstances: When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction or When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. Changes in q uantities f or t he it ems o f U nclassified E xcavation, M uck E xcavation, Borrow E xcavation, P ipe Underdrain, ex tra C oncrete a nd S teel R einforcement ( for s tructure f oundations), Piling, B ituminous Plant M ix l eveling a nd w idening m aterial, a nd B ituminous M aterial u sed i n p lant m ix b ases an d pavements, Disposal of Hydrocarbon Contaminated Soil, Underground Storage Tank (UST) Removal, and Removing and Disposing UST Contents shall be excluded in determining increases and decreases under the provisions of this paragraph, since it is understood that these items cannot be accurately determined before the work is done. No claims shall be made by the Contractor for any anticipated profits because of any such alteration, o r by reason o f a ny v ariation between t he a pproximate quantities a nd t he q uantities o f work as done. No allowance will be made on an item for which a fixed price is set in the proposal. Payment for work occasioned by changes or alterations will be made in accordance with the provisions set forth under Article 109.05. If the altered or added work is of sufficient magnitude as to require a dditional t ime i n w hich t o c omplete t he project, s uch t ime a djustment m ay be m ade i n accordance with the provisions of Article 108.09. Under no circumstances shall alterations of plans or of the nature of the work involve work beyond the termini of the proposed construction except as may be necessary to satisfactorily complete the project. ---PAGE BREAK--- SECTION 104 SCOPE OF WORK 22 CHANGED OR DIFFERING SITE CONDITIONS. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions s hall p n otify t he o ther party in w riting o f t he s pecific d iffering c onditions before they are disturbed and before the affected work is performed. Upon written notification, the Engineer will investigate the conditions, and if he determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of his determination whether or not an adjustment of the contract is warranted. No contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. The Contractor shall carry on the work and diligently pending a decision. Any adjustment in compensation because of such change or changes will be made in accordance w ith t he provisions o f A rticle 1 09.05. A ny a djustment i n c ontract t ime b ecause o f s uch change or changes will be made in accordance with the provisions of Article 108.09. CLAIMS. If the Contractor does not agree with the Department’s decision concerning his request for extra compensation, he may file a claim following the procedures outlined in Section 110, Claims. 104.03 Extra Work. GENERAL. The Contractor, when so directed in writing, shall perform extra work for which there is no quantity or unit price in the contract and is deemed necessary or desirable in order to complete fully the work as contemplated. Such work shall be performed in accordance with the Specifications and as directed and will be paid for as provided under Subarticle 104.03(b). SUPPLEMENTAL AGREEMENT OR FORCE ACCOUNT ORDER REQUIRED. Before any such extra work is started, a supplemental agreement shall be executed, describing the kind, location, and estimated quantities of the extra work to be done and specifying the unit prices o r l ump s um a greed u pon, o r a w ritten order s hall b e i ssued f or the w ork, s tating t hat compensation will be on a force account basis. However, in an emergency, the Engineer may direct the immediate start of the extra work by letter containing this information. Such letter shall be superseded later by a s upplemental a greement o r f orce a ccount o rder. I f s atisfactory u nit pr ices o r l ump s um cannot be agreed upon, the Director may require that the extra work be performed on a force account basis as outlined in Subarticle 109.04(b) or he may direct that one or more of the items of the proposed extra work be omitted from consideration and performed by other agents. 104.04 Sequence of Construction for Handling Traffic Through The Work and Construction and Maintenance of Detours. GENERAL. No h ighway o r s ection o f h ighway o r br idge s hall b e c losed t o t raffic a nd no c onstruction operations t hat w ill f or a ny reason r ender t he ro adway g enerally unsuitable f or use o f t he t raveling public shall be started until adequate provisions have been made to detour or by-pass the traffic in safety and comfort. Special reference is made to Article 107.07, "Public Convenience and Safety" and such is approved in writing by the Engineer. The Contractor's attention is directed to the possible existence of pipe lines or other public utilities which may be buried within the limits of the work or adjacent thereto and which may or may not be s hown o n t he p lans. He s hall be responsible f or a nd s hall t ake a ll n ecessary pr ecautions t o protect and preserve any and all such existing drains, sewers, pipes, conduits, and other underground structures or parts thereof which may be affected by his operations on t he work, and w hich, in the opinion of the Engineer, may be properly continued in use without any changes. He shall assume full responsibility for reimbursing the owners for any damage or injury to properties or interference with their service which may result from any of his operations or negligence during the period the contract is in force. Also, he shall be responsible for any damage to utilities above ground, regardless of their ---PAGE BREAK--- SECTION 104 SCOPE OF WORK 23 location, where such damage results from any of his operations or his negligence. Attention is directed to Subarticle 107.12(b). The Contractor shall repair, replace, relocate, extend, reconstruct or make any other change in a ny s ubsurface s ewer o r dra in e ncountered i n t he pr osecution o f t he w ork a nd unless o therwise provided i n t he c ontract, t he cost o f r eplacing o r restoring o r c onnecting a ny s uch s ewer o r drain substantially t o i ts o riginal l ocation, w hen i ncidental t o t he c onstruction s hall b e i ncluded i n t he contract unit prices for various pay items. Where m ail d elivery s ervice i s t o be m aintained d uring c onstruction, m ailboxes w ithin t he limits o f o perations s hall be r emoved by t he C ontractor bef ore w ork i s b egun a nd s et t emporarily where they will be accessible both to the mail carrier and the patron. As soon as the state of the work permits and the Engineer directs, all mailboxes shall be reset by the Contractor in permanent locations in compliance with U.S. Postal Service Regulations. Mailboxes or supports that have been damaged by the C ontractor s hall b e r eplaced a t h is ex pense. The c ost o f r emoving a nd/or t emporarily resetting mailboxes shall be included in the prices bid for the various pay items of work and no direct payment will b e m ade f or t his w ork. U nless I tem 2 09-A, M ailbox Re set, i s i ncluded o n t he p lans o r i n t he proposal, no direct payment will be made for permanently resetting mailboxes. When t he C ontractor performs a ny o perations a fter da ylight h ours, he s hall provide a nd maintain, at his expense, sufficient artificial lighting to permit proper construction and inspection. SIGNS AND WARNING LIGHTS. All signs, barricades, etc. used along the project shall be in accordance with the provisions of Part 6 of the MUTCD, the plan details and the following: Posts shall be appropriately sized for the sign of either timber (treated or painted) of not less than 4 inch by 4 inch {100 mm x 100 mm} (Nom.) cross section or metal (min. 2 lbs. {1 kg} channel or equivalent) so spaced to rigidly support the sign. All signs, barricades, drums or other devices intended for use in controlling traffic shall be in accordance with the requirements of Part 6 of the MUTCD and the detailed plans, with reflectorization as noted therein. Reflectorization shall be accomplished using materials meeting the requirements of Article 880.02. All barricades, drums, signs and other devices shall be kept clean, legible, and in their proper position at all times. Damaged, defaced or dirty barricades, drums, signs and other devices shall be repaired o r r eplaced i mmediately. T he Engineer w ill i nsure c ompliance by periodic i nspections a nd require replacements or repair as deemed necessary. In addition to the requirements of Article 107.10 where particular hazardous conditions exist or traffic volumes warrant, or where there is serious interference from extraneous light sources and a reflectorized sign is not likely to be effective, the Engineer may require any or all signs and barricades to be illuminated. Illumination o f s igns, ba rricades, et c. s hall b e a ccomplished by t he use o f 1 00 w att o r greater, incandescent or equivalent fluorescent electric light bulbs, shielded to protect the driver from glare and so located that the sign shape and message is clearly visible to the driver. Street or highway lighting by itself is not regarded as meeting illumination requirements. SEQUENCE OF CONSTRUCTION. Unless otherwise provided by plan details or special provisions included in the contract, the sequence of construction for the project shall be the Contractor's provided the following requirements are met to the satisfaction of the Engineer. 1. Provides for the orderly construction of the project within the time limit provided by the Contract. 2. Provides for the preparation of any bridge sites as a first order of work. 3. Provides for handling of traffic through the work in accordance with the details noted in Subarticle of this Article. 4. Provides f or t he w orking o ut o f m inor dra inage pro blems a nd det ails o f t emporary o r permanent access as they are encountered. 5. Provides f or t he continuous pr osecution o f a ll paving w ork t hrough t he f inal w earing layer once planing (milling) operations, surface treatment operations, or paving operations have begun. HANDLING OF TRAFFIC. Unless o therwise p rovided, t he C ontractor s hall k eep t he ro ad o pen t o a ll t raffic w hile performing the required improvements. The Contractor shall keep the portion of the project being used by public traffic, whether it be through or local traffic, in such condition that traffic will be adequately accommodated. He shall provide and maintain in a safe condition temporary approaches or crossings ---PAGE BREAK--- SECTION 104 SCOPE OF WORK 24 and intersections with trails, roads, streets, businesses, parking lots, residences, garages, and farms. Where so provided on the plans or approved by the Engineer, the Contractor may bypass traffic over an approved detour route. The Traffic Control Plan (TCP) has been developed by the Engineer in accordance with Part VI of the "Manual on Uniform Traffic Control Devices" (MUTCD). The Contractor shall furnish, erect, and maintain barricades, warning signs, delineators, flagmen, and pilot cars in accordance with the TCP. The TCP will be revised as directed by the Engineer if there is a need for traffic control that is not shown on the TCP. The need for maintaining the flow of traffic may cause the restriction of the movement and operation o f t he C ontractor's construction eq uipment. F lagmen s hall be f urnished w ithout a dditional compensation to direct traffic and protect the work as noted in Section 740. Construction a djacent t o ex isting pa vement w ill require t he use o f portable ba rricades, drums, signs, vertical sign panels, delineators, or other approved traffic control devices. Posts used for traffic c ontrol d evice supports s hall b e a ppropriately s ized f or t he i ntended pu rpose a nd u niform i n shape and color throughout the project. The above traffic control devices shall be supplemented as necessary with warning lights of the kind and type indicated by plan details, the proposal, or as directed by the Engineer. In addition, when deemed necessary by the Engineer, special w arning lights shall be used on equipment working adjacent t o t raffic l anes t o w arn t raffic. Th ese s pecial w arning l ights s hall be ei ther a ll pu rpose, 360°-2 sealed bea ms, r evolving t ypes o f a t l east 8 i nches { 200 m m} i n h eight, o r e lectronic s trobe beacons. These lights shall be amber or orange colored and mounted so as to be readily seen by traffic at a safe distance. 104.05 Blank. 104.06 Final Cleaning Up. Upon completion and before work will be finally accepted and final payment made, the Contractor shall perform the following work: He shall clear and remove from the right of way and adjacent areas not owned by him, all f alsework, equipment, s urplus and discarded m aterials, temporary structures, r ubbish, de bris, a nd a ll o ther o bjectionable l itter, a nd di spose o f them i n a s atisfactory manner. ( 2) H e s hall n ot rem ove barricades, w arning a nd di rection s igns, u ntil di rected by the Engineer. He shall remove from the site of other operations such as pits, quarries, stream channels, structures s ites, a nd s torage y ards, a ll w eeds, po rtions o f t rees, di scarded m aterials, m achinery, temporary structures, and equipment and dispose of them in a satisfactory manner. Depositing such material o n a butting p roperty o r a djacent t o t he r ight o f w ay w ith o r w ithout t he c onsent o f t he property owner, will not be accepted as satisfactory disposal. However, he may be allowed temporarily to store equipment, surplus material, usable forms, etc., in a neat manner on a well-kept site near the right of way. He shall restore in an acceptable manner all property, public and private, damaged incident to the prosecution of the work, and shall leave the right of way and sites of structures in a neat and presentable condition satisfactory to the Engineer. 104.07 Maintenance of Roads and Detours. GENERAL. The Contractor shall maintain at his expense, except as explicitly outlined in this Article, all detours and haul roads, and all roads, streets, bridges, and intersections within the project limits. This includes, but is not limited to, haul roads and detours constructed by the Contractor for his convenience. It a lso i ncludes da mage t o t he ro ad, s treet, o r s tructure caused by the C ontractor's equipment. The Contractor s hall reg ulate his loads as required by Article 105.12 and he and his surety shall be r esponsible f or a ny s pecific da mage t hat may result t o t he road, s treet, o r s tructures f rom failure to observe regulations governing traffic thereon, or for negligence on his part. The Contractor shall perform required repairs without delay; otherwise, the State or County will perform the repairs and the cost thereof will be deducted from amounts due on the contract. The Contractor and his surety shall indemnify and hold harmless the State, the Director, and the Engineer for damages arising from the use of roads and streets in the performance of the contract. DETOURS. Detours d esigned by t he E ngineer a nd c onstructed i n a n a cceptable m anner s hall b e maintained by the Contractor with payment made under the appropriate Pay Items or as Extra Work ---PAGE BREAK--- SECTION 104 SCOPE OF WORK 25 unless the State elects to perform the maintenance instead. Roads designated as detours by the plans or the Engineer shall be maintained as outlined in this paragraph. HAUL ROADS. Unless the plans designate otherwise, the Contractor may use any State road as a haul road with t he m aintenance pe rformed a s s pecified i n S ubarticle 1 04.07(b) a bove as l ong a s h is l oads a re regulated as specified in Subarticle 104.07(a) above. Should the Contractor wish to use a county road or city street as a haul road, he shall meet with the local governing body, review the condition of the facility, and reach an agreement as to the maintenance thereof. No payment will be made for such maintenance or restoration thereof. ROADS AND BRIDGES. Existing ro ads a nd b ridges w hich h ave n ot been c onstructed o r o verlaid by the C ontractor shall be maintained by the State unless the Contractor is directed to make repairs with payment to be made as specified in Subarticle 104.07(b). 104.08 Value Engineering. PURPOSE AND SCOPE. Value Engineering (VE) applies to cost reduction proposals that are initiated, developed, and submitted in writing by the Contractor to the Department for modifying the plans, the specifications, or other contract requirements. This applies only to a proposed change which is identified as a Value Engineering proposal at the time it is submitted to the Department. VE proposals are those which would require a change in the contract and would result in a net savings over the contract cost without impairing essential functions and characteristics of the project, including but not l imited t o, s ervice life, r eliability, e conomy o f o peration, ea se o f m aintenance, desired aesthetics, and safety. The i ntent o f t his pr ovision i s f or t he D epartment t o s hare w ith t he C ontractor a ny c ost savings g enerated o n a p roject a s a res ult o f a pro posal o r proposals o ffered by t he C ontractor a nd approved by the Department. The purpose is to encourage the use of the Contractor's ingenuity and experience i n a rriving a t a lternate, lower cost c onstruction m ethods t han those ref lected i n t he contract documents by the sharing of savings resulting therefrom. VE proposals based solely on deleted pay items will not be considered. Nothing herein shall be construed as requiring the Department to consider or approve a VE proposal s ubmitted h ereunder; however, i f a V E pr oposal i s a pproved by t he D epartment, t he n et savings resulting from the proposal will be shared by the Department and Contractor on a 50-50 basis. SUBMITTAL OF PROPOSAL. As a mi nimum, t he f ollowing ma terials a nd i nformation s hall be s ubmitted w ith e ach V E proposal, plus any additional information requested by the Department: 1. A Statement that the proposal is being submitted as a Value Engineering proposal. 2. A des cription o f t he difference b etween t he ex isting c ontract r equirements a nd t he proposed change, and the comparative advantages and disadvantages of each, including considerations such as service life, economy of operations, ease of maintenance, desired appearance, and safety. 3. A complete detailed cost analysis indicating the final estimate costs and quantities to be replaced by the proposal, the new costs and quantities generated by the proposal, and the cost effects of the proposed changes on operational, maintenance, and other considerations. 4. Plans, specifications, and recommendations as to how the VE proposed changes are to be accomplished. 5. A statement of the deadline for issuing a change order adopting the proposed change to obtain t he maximum c ost red uction during t he r emainder o f t he c ontract, n oting a ny ef fect o n t he contract completion time or delivery schedule. 6. A des cription o f a ny pr evious u se o r t esting o f t he p roposal o n a nother D epartment project, or e lsewhere, a nd t he c onditions a nd r esults therewith. I f t he p roposal w as prev iously submitted on another Department project, indicate the date, project number, and the action taken by the Department. 7. VE proposals may b e submitted only by t he p rime Contractor. S ubcontractors may not submit a proposal except through the prime Contractor. 8. Six complete copies of all submittal data included in a VE proposal shall be submitted to the Department's Project Manager. All copies of the proposal will be forwarded t hrough the Division Office to the Construction Engineer for further handling. ---PAGE BREAK--- SECTION 104 SCOPE OF WORK 26 CONDITIONS FOR CONSIDERATION OF PROPOSAL. 1. The Contractor is cautioned not to base any bid prices on the anticipated approval of a VE pro posal a nd t o r ecognize t hat a pr oposal m ay be c onsidered b ut n ot a pproved. I n t he ev ent o f rejection of the proposal, the Contractor shall complete the contract in accordance with the plans and specifications at the contract prices bid. 2. The Department will not be liable to the Contractor for failure to accept or act upon any VE proposal submitted nor for any delays to the work attributable to any such proposal. 3. The Contractor shall absorb all costs incurred in preparing a VE proposal for submission to the Department. The Department will bear the cost of reviewing and administering the VE proposal. 4. Until a pr oposal i s a pproved by s upplemental a greement, t he C ontractor s hall r emain obligated to the terms and conditions of the existing contract. 5. All V E p roposals, w hether a pproved o r n ot a pproved by t he D epartment f or use o n a referenced project, become the property of the Department, and shall contain no restrictions imposed by the Contractor on their use or disclosure. The Department shall have the right to use, duplicate, and disclose i n w hole o r i n pa rt a ny da ta n ecessary f or t he utilization of t he p roposal. T he D epartment retains the right to utilize any accepted proposal or part thereof on any other or subsequent projects without any obligation to the Contractor. This provision is not intended to deny rights provided by law with respect to patented materials or processes. 6. The p roposal s hall not b e e xperimental i n nature but s hall ha ve b een p roven t o t he Department's satisfaction under similar or acceptable conditions on another project or location. 7. Proposed c hanges i n t he basic design o f a b ridge o r pa vement t ype, o r w hich r equire different right-of-way limits, will not normally be considered as an acceptable VE proposal. Items of work which are specifically excluded from Value Engineering by the plans will not be considered as a VE proposal. 8. If a supplemental a greement has n ot been executed by t he da te upon which t he Contractor's proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have specified in writing, such proposal shall be deemed rejected. 9. If a dditional i nformation i s n eeded t o ev aluate p roposals, s uch i nformation s hall be provided in a timely manner. Failure to do so will result in rejection of the proposal. 10. If a VE proposal is accepted in whole or in part, such acceptance will be by a contract supplemental agreement. The supplemental agreement will incorporate the necessary changes in the plans and specifications to permit the proposal, or any part of it accepted, to be put into effect. If there is to be an extension or reduction in contract time, the supplemental agreement will so note. If the approval of the Department is conditional, the supplemental agreement will specify the conditions. 11. The D epartment w ill b e t he s ole j udge a s t o w hether a p roposal qu alifies f or consideration a nd ev aluation. I t m ay r eject a ny proposal t hat r equires ex cessive t ime o r c osts f or review, evaluation, a nd/or i nvestigations, o r w hich i s n ot c onsistent w ith t he D epartment's des ign policies and basic design criteria for the project. VALUE ENGINEERING PAYMENT. If a VE proposal is approved by the Department, the changes and payment therefore will be authorized by a supplemental agreement. Reimbursement to the Contractor will be made as follows: 1. The c hanges shown o n t he V E p roposal w ill be i ncorporated i nto t he contract t hrough changes i n t he quantities o f u nit bi d i tems, n ewly a greed price i tems or by f orce a ccount, a s appropriate, in accordance with the specifications. 2. The c ost o f t he r evised w ork w ill be pa id f or directly a s d etermined f rom t he a bove mentioned c hanges. I n a ddition t o s uch pa yment, t he D epartment w ill pa y t o t he C ontractor, by a separate Lump Sum Item, an amount equal to one-half of the savings as reflected by the difference between the cost of the original contract work and the cost of the work performed under the approved VE proposal. Payments will be made on estimates based on the estimated savings generated by the approved VE proposal. The amount to be paid on these estimates will be a percentage of the total estimated savings in proportion to the amount of the VE proposal work performed during that month. Upon completion of all work included in the VE proposal, the final total savings will be determined by comparing the cost of the work based on the original contract quantities and the cost of the actual VE work performed. The final payment for work performed under the VE proposal will make any necessary corrections i n pr evious pa yments t o r eflect a t otal pa yment o f 5 0% o f t he g enerated s avings t o t he Contractor. ---PAGE BREAK--- SECTION 105 CONTROL OF WORK 27 3. The Contractor's costs for development, design, and implementation of the VE proposal are not eligible for reimbursement. 4. The C ontractor m ay s ubmit V E pro posals f or a n approved s ubcontractor but, i f t he proposal is approved, the reimbursement will be made by the Department to the Contractor. 5. Payment will be made under item number: 104-A Value Engineering Proposal No. - per lump sum SECTION 105 CONTROL OF WORK 105.01 Authority of the Engineer. The Engineer w ill d ecide a ll q uestions w hich m ay arise a s t o t he qu ality a nd a cceptability o f materials furnished and work performed and as to the rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor. The Engineer shall have the authority to withhold further payment or to suspend the work wholly or in part due to failure of the Contractor to correct conditions unsafe for the workmen or the general public; failure to carry out provisions of the contract; failure to carry out orders; for such periods as he may deem necessary due to unsuitable weather; for conditions unsuitable for prosecution of the work; or for any other condition or reason deemed to be in the public interest. 105.02 Plans and Drawings. PLANS. Each sheet of the record set of plans, except cross section sheets, will be stamped "Record Plans", and will be signed and dated by a representative of the Department. The Contractor will be furnished a copy of the record set of plans. The Contractor shall have at least one set of construction plans available on the construction site whenever work in being performed. The g eneral d etails o f c onstruction, a nd t he location w here t he w ork i s r equired, w ill be shown on the plans. The basis of payment for construction will also be shown on the plans. Roadway p lans w ill have a t itle s heet, a lignment, profile, t ypical cross s ection, a nd o ther information a pplicable t o t he w ork. D etails w ill a lso b e give n f or h ighway l ighting, s ignals, u tility relocation, and other work associated with roadway construction. Structural plans (bridges, culverts, pipes, retaining walls, etc.) may be included in the roadway plans. The Contractor shall supplement the construction plans with drawings for fabrication (Shop Drawings) and construction methods (Working Drawings). Shop drawings and working drawings shall be submitted as a part of the verification that the materials and methods selected by the Contractor for fabrication and construction will be in accordance with the requirements given in the contract and will not be detrimental to the quality of completed roadway facility. SHOP DRAWINGS. 1. PREPARATION OF DRAWINGS. When s hown a s a contract req uirement, t he C ontractor s hall prepare a nd s ubmit s hop drawings for approval. Shop drawings shall be t he proposed fabrication details for structural members and components. Shop drawings for structural steel members and components shall be prepared on 22 inch {559 mm} x 36 inch {915 mm} size plan sheets. Shop drawings for structural members other than structural steel shall be prepared on 22 inch {559 mm} x 36 inch {915 mm} size plan sheets or, with prior approval of the Bridge Engineer, on 11 inch {280 mm} by 17 inch {430 mm} sheets. The C ontractor s hall c arefully v erify a nd s hall become f ully responsible f or t he correctness of all dimensions other than the principal controlling dimensions shown on the plans. The Contractor shall immediately advise the Engineer of any errors or discrepancies that are found during the preparation of the drawings. All drawings shall be clear and complete. The signature of the preparer shall be shown on all drawings. Any details not sufficiently shown on the plans will be furnished by the Engineer upon request by the Contractor. ---PAGE BREAK--- SECTION 105 CONTROL OF WORK 28 2. SUBMITTAL. Shop dra wings s hall be s ubmitted by t he C ontractor t o the Bridge Engineer f or rev iew and a pproval. Two c opies s hall be s ubmitted f or a n i nitial r eview. At t he c ompletion o f t he i nitial review, o ne c opy w ill be returned t o t he C ontractor t hat w ill be m arked " No E xceptions Ta ken" o r marked with corrections to be made. Resubmittals of two copies will be required until the drawings are marked "No Exceptions Taken". 3. DISTRIBUTION OF DRAWINGS FOR STRUCTURAL STEEL. After t he C ontractor r eceives t he " No E xceptions Ta ken" c opy o f t he d rawings, t he original drawings shall be submitted to the Bridge Engineer with one copy. The original drawings will be stamped approved and returned to the Contractor for the production of sets of copies for distribution. The C ontractor s hall s ubmit f our c opies o f t he a pproved a nd s tamped dra wings f or distribution. Additional copies may be submitted for distribution if requested by the Contractor. Revisions of the shop drawings after approval shall be made on the original drawings. All revisions shall be clearly noted and dated on the drawings. The revise original and one copy shall be submitted to the Bridge Engineer for approval. The approved revised originals will be r eturned to the Contractor. The Contractor shall submit four copies of the revised original for distribution. The Contractor shall submit one set of satisfactory reproducibles (Mylar or equal) of the final a pproved s hop d rawings. Th e re producibles s hall be d elivered t o t he Bridge Engineer a t t he completion of the fabrication work. 4. DISTRIBUTION OF DRAWINGS FOR MEMBERS OTHER THAN STRUCTURAL STEEL. After r eceiving t he a pproved c opy o f t he d rawings, t he C ontractor s hall s ubmit t en copies of the approved drawings for distribution by the Department. Additional copies may be submitted for distribution if requested by the Contractor. 5. TIME ALLOWED FOR REVIEW. Ten calendar days shall be allowed for each review of each set of drawings containing five s heets o r less a nd t wo da ys s hall be a llowed f or ea ch s heet o f ea ch s et o f drawings containing more than five sheets. If the review is not completed within the number of days allowed, and the delay is not the fault of the Contractor, the delay will be considered for an extension of contract time. 6. APPROVAL. The a pproval o f dr awings w ill n ot re lease t he C ontractor from bei ng s olely and f ully responsible f or t he a ccuracy o f t he dr awings. Extra w ork t hat may r esult f rom er rors i n t he s hop drawings shall be done without additional compensation. 7. BEGINNING FABRICATION UPON APPROVAL. Fabrication s hall not b egin un til t he dr awings h ave bee n a pproved. Th ere w ill b e n o compensation for, or acceptance of structural members and components that are fabricated prior to approval of the drawings. WORKING DRAWINGS. 1. PREPARATION OF DRAWINGS. The C ontractor s hall prepare a nd s ubmit w orking drawings t o s upplement t he p lans. Working drawings shall be prepared to provide a complete illustration of the construction methods and materials proposed for use by the Contractor. Design calculations shall be submitted with the drawings. The signature, seal, and date of signature shall be placed on all details and design calculations by a Professional Engineer that is licensed in the State of Alabama and not employed by the ALDOT. Working drawings and design calculations shall be submitted for; - cofferdams, sheeting and shoring near a railroad track; - cofferdams where "cofferdam and pumping" is required; - structural steel girder erection plans for continuous span bridges; - temporary bracing to provide stability for bridge girders; - stay-in-place bridge deck forms; - falsework for bridge deck overhangs (portion of deck outside of exterior girders); - falsework for bridge bent caps; - proposed temporary bridges; - temporary steel sheet pile walls; - falsework for the support of the top slab of cast in place concrete culverts; - proposed placement of cranes on bridges. ---PAGE BREAK--- SECTION 105 CONTROL OF WORK 29 Working drawings and design calculations shall be submitted for any other construction process where noted on the plans or shown to be required in these specifications. The Contractor shall be fully responsible for all of the costs of unacceptable construction work whether or not working drawings are submitted for the construction procedures and temporary materials that affect the quality of construction. 2. SUBMITTAL. Six copies of working drawings and one copy of design calculations shall be submitted by the Contractor to the Construction Engineer. The drawings and calculations shall be submitted well in advance of the point in time when the work will be performed. Working drawings for work on or over the railroad right-of-way must have the approval of the railroad company before the work will be allowed to begin. The Contractor shall submit four extra sets of drawings and one extra set of the design calculations for use by the Construction Engineer in obtaining a rev iew by t he ra ilroad company. T he C ontractor s hall make t he submittal f ar enough i n advance of the need for the work to begin so that the railroad company will have ample time to review the drawings and design calculations. Working drawings and design calculations t hat have been submitted and distributed to ALDOT construction personnel b y t he C onstruction Engineer may be resubmitted f or a nother p roject provided all requirements are identical in nature to the previous project. The resubmittal of working drawings and c alculations shall be si gned, sealed and dated ag ain by t he P rofessional Engineer t hat originally s ealed t he d rawings. T he Professional Engineer s hall c learly i ndicate o n t he drawings a nd calculations that the resubmittal is applicable to the new work. 3. DISTRIBUTION. The d rawings a nd d esign calculations w ill be c hecked f or c ompleteness. The dra wings will be distributed to ALDOT construction personnel for inspection of the work. The distribution of the drawings w ill not r elease t he C ontractor a nd t he Professional E ngineer f rom bei ng s olely a nd f ully responsible for the accuracy and adequacy of the drawings. Extra work that may result from errors in the working drawings and design calculations shall be done without additional compensation. 4. BEGINNING WORK SHOWN ON WORKING DRAWINGS. Construction shall not be performed on any item of work for which Working Drawings are required u ntil t he Engineer r eceives t he d rawings f or i nspection o f t he w ork. T here w ill be no compensation f or w ork t hat i s perf ormed prior t o t he po int i n t ime t hat A LDOT pe rsonnel have t he drawings for use in inspecting the construction work. COMPENSATION FOR DRAWINGS. There will be no direct payment for the preparation and submittal of shop drawings, working drawings and design calculations. The cost of the drawings and calculations shall be included in the contract unit prices for the items of work. 105.03 Conformity with Plans and Specifications. All work performed and all materials furnished shall be i n reasonably close conformity with the lines, grades, cross sections, dimensions and material requirements, including tolerances shown on the plans or indicated in the Specifications. In the event the Engineer finds the materials furnished, work performed, or the finished product not w ithin re asonably c lose c onformity w ith t he p lans a nd S pecifications b ut t hat r easonably acceptable work has been produced, he shall then make a determination if the work shall be accepted and r emain i n place. I n t his ev ent, t he Engineer w ill do cument t he ba sis o f a cceptance by contract modification which will provide for an appropriate adjustment in the contract price for such work or materials as he deems necessary to conform to his determination based on engineering judgement. Where definite t olerances a re s pecified i n t he contract, s uch t olerances s hall f ix t he limits o f reasonably c lose c onformity. W here t olerances a re not s pecified i n t he c ontract, t he Engineer w ill determine the limits of reasonably close conformity in each individual case and his decision shall be final and conclusive and mutually accepted by all parties. In the event the Engineer finds the materials furnished, work performed, or the finished product are n ot w ithin reasonably c lose c onformity w ith the plans a nd S pecifications, t he w ork s hall b e removed and replaced or otherwise satisfactorily corrected by and at the expense of the Contractor. ---PAGE BREAK--- SECTION 105 CONTROL OF WORK 30 105.04 Coordination of Plans, Specifications, and Special Provisions. GENERAL. These s pecifications, t he supplemental s pecifications, t he plans, s pecial p rovisions a nd a ll supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complimentary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions, unless obviously incorrect, shall govern over scaled dimensions. Supplemental Specifications shall g overn over t he Standard Specifications. Plans shall govern over Standard Specifications and Supplemental Specifications. Special Provisions shall govern over Standard Specifications, Supplemental Specifications, and Plans. ERRORS. The C ontractor s hall n ot t ake a dvantage o f a ny a pparent e rror o r o mission i n t he pl ans o r specifications. In the event the Contractor discovers such an error or omission, he shall immediately notify t he E ngineer. T he Engineer w ill t hen m ake such c orrections a nd i nterpretations a s m ay be deemed necessary for fulfilling the intent of the plans and specifications. 105.05 Cooperation with Utilities and Non-Highway Public Facilities. It will be the State's duty to notify in writing all utility owners or other parties affected, of the date t hey ma y begin a djustments o f t heir f acilities. T he St ate w ill e ndeavor t o h ave a ll n ecessary adjustments of public or private utilities, or other appurtenances within or a djacent to construction limits, made as soon as practicable. The owners or operators of private or public utilities shall have access to the w ork f or t he i nstallation, a djustment, o r repair o f main line a nd s ervice f acilities. A ll frames o f o penings f or v alves, manholes, catch ba sins, o r o ther f ixtures e ncountered i n a reas t o be covered by a pavement, shall be adjusted to the proper elevation before the pavement is placed. The Contractor s hall c oordinate h is a ctivities w ith t hose o f u tility o wners w hile u tility a djustments a re being made. Copies of utility agreements will be made available for the Contractor's inspection at the Alabama Department of Transportation Division offices. The Contractor shall investigate conditions of existing utilities prior to submitting his bid for the purpose of coordinating the work to the greatest extent possible. The Contractor's attention is directed to any utilities that may be involved on this project and are designated in the Plan Assembly. In any event, it shall be the Contractor's responsibility to determine the exact location of all existing utilities, whether shown on the Plans or not. The relocation and/or adjustments of said utilities have been authorized and utility facilities have been cleared or adjusted; however, should additional points of conflict occur, they will, of necessity, be performed during the construction operation. Cooperation between the Contractor a nd the U tility Companies shall be expected in accordance with this Article. Any existing underground ut ilities, w hether indicated on t he plans or not, t hat have been abandoned by the Utility Companies within the limits of construction that require removing shall be removed by t he C ontractor. A ny material removed i n t his manner s hall b ecome t he property o f t he Contractor. Disposal of said material shall be at his discretion outside of the right-of-way limits. Cost of such work shall be paid for under applicable contract items of work or as Extra Work as outlined in Article 104.03. 105.06 Cooperation by the Contractor. GENERAL. The Contractor will be supplied with a minimum of two sets of approved plans and contract assemblies (except Standard Specifications) including Special Provisions. The Contractor shall purchase any required Standard Specifications from the Department. One s et o f a pproved pl ans a nd o ne c opy o f t he c ontract a ssembly, i ncluding t he S tandard Specifications shall be kept available on the work at all times. The Contractor shall give the work the constant attention necessary to facilitate the progress thereof, a nd s hall c ooperate w ith t he Engineer, his i nspectors, and o ther C ontractors i n ev ery w ay possible. CONTRACTOR'S SUPERINTENDENCE AND SUPERVISION. The Contractor shall have on the work at all times, as his agent, a competent superintendent capable o f r eading and s peaking English a nd capable o f t horoughly understanding t he plans a nd specifications. T he s uperintendent s hall be thoroughly ex perienced i n t he t ype o f w ork b eing performed a nd w ill receive i nstructions f rom t he Engineer o r h is a uthorized r epresentatives. Th e ---PAGE BREAK--- SECTION 105 CONTROL OF WORK 31 Superintendent shall have full authority to execute orders or directions of the Engineer without delay and t o s upply s uch materials, e quipment, tools, labor a nd i ncidentals a s may be r equired. Joint v enture C ontractors shall have o ne s uch s uperintendent f or a ll v entures. Such s uperintendents shall b e f urnished i rrespective o f t he a mount o f w ork s ublet a nd s hall ha ve f ull a uthority o ver a ll subcontract work. 105.07 Cooperation Between Contractors. GENERAL. The Department reserves the right at any time to contract for and perform other or additional work on or near the work covered by the contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his work so as not to interfere with or hinder the progress or completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each contractor involved shall assume all liability, financial or otherwise, in connection with his contract and shall protect and save harmless the Department from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his work and shall place and dispose of the materials being used so a s n ot t o i nterfere w ith t he o perations o f t he other C ontractors w ithin the limits o f th e s ame project. He shall join his work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. The Engineer is empowered to regulate and coordinate the stages or progress of construction, or i tems o f w ork o f t he r espective C ontractors t o a ffect n ecessary c ooperation a nd s atisfactory performance and completion. The Engineer's decision shall be binding in any dispute involving the work arising between Contractors. RIGHT OF WAY FOR STRUCTURE CONTRACTOR. Except as provided in Subarticle above, the structure Contractor shall have available for his operations and storage the right of way between abutments and for a distance of up to 150 feet {45 m} ( unless o therwise s hown o n t he p lans) back of t he f ace o f ea ch a butment o f ea ch proposed structure along the main road, depending upon site conditions. In the case of an underpass structure, the structure Contractor will have the use of the right of way for a distance of up to 150 feet {45 m} (unless otherwise shown on the plans) on each side of the centerline o f t he s tructure, depending u pon s ite c onditions. H e s hall provide a m inimum 1 2 f oot {3.7 m} vertical and 14 foot {4.2 m} horizontal clearance through the falsework of such structure, for movement of construction equipment. He shall keep open and not interfere with roadways or detours for public travel. He shall have right of access to each structure along the roadbed location or other portion of the right of way and shall not be barred from such access by operations of other Contractors. He shall not by his operations bar passage of other Contractors between sections of their work beyond each end of a structure. 105.08 Construction Stakes, Lines, and Grades. FO R P ROJECTS C ONTAINING ITEM 6 80-A, GEOMETRIC CONTROLS, T HE FOLLOWING SHALL APPLY: The furnishing of construction stakes, lines, and grades shall be as outlined in Section 680. FOR PROJECTS NOT CONTAINING ITEM 680-A, GEOMETRIC CONTROLS, THE FOLLOWING SHALL APPLY: 1. DETERMINATION OF LINES AND GRADES. The E ngineer w ill s et c onstruction s takes f or t he C ontractor establishing a ll the lines, grades, and measurements necessary for the proper prosecution of the work. The location, alignment. and elevation o f a ll pa rts o f t he w ork w ill be es tablished by t he E ngineer, but t he C ontractor s hall assume full responsibility for construction to the alignment, elevations, and dimensions as indicated by the stakes and/or plans. These stakes and marks shall constitute the field control by and in accordance with which the Contractor shall govern and execute the work. For all work, the Engineer will furnish the Contractor all lines, elevations, and bench marks needed to lay out the work correctly. No work shall be done without lines and grades having been given by the Engineer. ---PAGE BREAK--- SECTION 105 CONTROL OF WORK 32 For control of elevations of base and pavement layers, the Contractor will be f urnished one set of control elevation stakes. These stakes w ill be s et on g rade at intervals of not more than 50 feet { 20 m eters} a long a nd n ear ea ch s ide o f ea ch r oadbed, a nd a t o ther po ints a s n eeded f or accurate grade control. It shall be the Contractor's responsibility to obtain from this one set of control stakes the proper elevations for each layer of subbase, base, and pavement. 2. CONTRACTOR'S RESPONSIBILITY FOR STAKES. The Contractor shall be responsible for the preservation of all stakes and marks. If in the opinion of the Engineer, any of the construction survey stakes or marks have been carelessly destroyed or disturbed by the Contractor, the cost to the State of replacing them will be charged against him, and will be deducted from the payment for the work. 3. FURNISHING STAKES, TEMPLATES, ETC. The Contractor s hall furnish free of charge, all stakes, templates, and other materials necessary f or m arking a nd m aintaining p oints a nd l ines g iven, a nd s hall f urnish t he E ngineer s uch incidental labor as he may require in establishing points and lines necessary to the prosecution of the work to satisfactory completion. 105.09 Inspectors, Assistants, and Representatives. GENERAL. The Engineer may appoint such inspectors, assistants, or representatives as he deems necessary, and t hey shall be granted full access to the work and to the mills and factories in which material is being prepared for use under the contract. In County Aid work, the Engineer may appoint the County Engineer as his representative on the work. DUTIES OF THE INSPECTOR. Inspectors w ill be a uthorized t o i nspect a ll w ork do ne a nd m aterials f urnished. S uch inspection may extend to all or any part of the work and to the preparation, fabrication or manufacture of the materials to be used. The inspector will not be authorized to alter or waive the provisions of the contract. The inspector will not be authorized to issue instructions contrary to the plans and specifications, or to act as foreman for the Contractor; however, he shall have the authority to reject work or materials until any questions at issue can be referred to and decided by the Engineer. 105.10 Inspection of Work. ACCESS TO THE WORK FOR INSPECTION BY THE ENGINEER. All materials a nd ea ch part o r det ail o f t he w ork s hall be s ubject t o i nspection b y the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If t he E ngineer r equests i t, t he Contractor, a t a ny t ime bef ore a cceptance o f w ork, s hall remove o r uncover s uch portions o f t he f inished work a s m ay be di rected. A fter ex amination, t he Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so ex posed o r ex amined prove u nacceptable, t he u ncovering, o r removing, and the replacing of the covering or making good the parts removed, will be at the Contractor's expense. When any unit of government, political subdivision, utility company, or railroad corporation is to pay a portion of the cost of the work covered by this contract, its respective representatives shall have the right to inspect the work. Such inspection shall in no sense make any unit of government, political subdivision, u tility c ompany, o r r ailroad c orporation a pa rty t o t his c ontract, a nd s hall i n no w ay interfere with the rights of all parties. FAI LURE O F T HE EN GINEER T O D ISCOVER AND R EJECT D EFECTIVE MAT ERIALS A ND WORK. The Contractor shall bear the costs of replacing defective materials and work including the occurrence of the Engineer failing to discover and reject defective materials and work. 105.11 Removal of Unacceptable and Unauthorized Work. All w ork w hich do es n ot conform t o t he re quirements o f t he c ontract w ill be c onsidered a s unacceptable work. ---PAGE BREAK--- SECTION 105 CONTROL OF WORK 33 Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through c arelessness o r d ue t o a ny o ther c ause, s hall be removed i mmediately a nd r eplaced i n a n acceptable manner. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans, w ork p erformed w ithout s ublet a pproval by the Engineer i f t he w ork is perf ormed by f orces other t han t he C ontractor's f orces, o r a ny ex tra w ork do ne w ithout a uthority w ill be c onsidered a s unauthorized. If the quality of the unauthorized work is acceptable to the Engineer, the work may be left in place without payment. If the quality of the unauthorized work is unacceptable, the work shall be removed and replaced. Upon f ailure o n t he pa rt of t he C ontractor to comply forthwith with a ny order of the E ngineer made under the provisions of this Article, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs from any monies due or to become due the Contractor. Continued failure on the part of the Contractor to comply shall be considered sufficient cause for the Director to declare the contract in default and to proceed to have the work completed in accordance with Article 108.12. 105.12 Oversize/Overweight Vehicle Permit and Load Restrictions. OVERSIZE/OVERWEIGHT VEHICLE PERMIT. An Oversize/Overweight Vehicle Permit may be required for moving oversized and overweight loads. The Vehicle Permit Office of the ALDOT should be contacted to obtain information concerning the special requirements (such as police escorts) for moving these loads. LOAD RESTRICTIONS. The C ontractor shall comply w ith al l legal load r estrictions i n t he hauling of m aterials o n public r oads b eyond t he l imits o f t he pr oject. In t he h auling o f m aterials o n c ity s treets o r c ounty roads, i t s hall be t he res ponsibility o f t he C ontractor t o reg ulate his loads so that damage does not occur, regardless of the legal or posted load limit. Maintenance of public roads shall be as outlined in Article 104.07. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. Within the project limits, loads shall be so regulated that damage will not occur to base or pavement layers and structures, but in no case shall loads exceed the legal load limit unless permitted in writing by the Engineer under special conditions. No loads will be permitted on base, pavement or structures before the expiration of any required curing period. The Contractor shall be responsible for all damage by his hauling and other construction equipment within the project limits. Gross weight {mass} tickets for loads delivered to the project will be verified by the Engineer that a ll l oads i ncorporated i n t he pr oject a re w ithin t he l egal l oad l imit. R equired i nformation f or verification will be secured at the time of delivery; however, verification of weights {masses} may be made at any time during the course of the project. Loads over the legal load limit and which have been incorporated in the project by the Contractor will not be pa id for as outlined in the last paragraph of this Article. On loads of materials not accompanied by a gross weight {mass} ticket, the Contractor shall furnish, upon request of the Engineer, the tare weight {mass} of any truck delivering such materials to the project. These truck tare weights {masses}, along with appropriate volumes and conversion factors, will be used by the Engineer in determining approximate quantities of materials which may be hauled to the project and still remain within the legal load limit. At such times as the Engineer feels that the legal load l imit i s b eing ex ceeded, he w ill o rder t he C ontractor t o v erify t he w eight { mass} o f designated loads at a n approved truck scale. Loads over the legal load limit which a re incorporated into the project by the Contractor will not be paid for as outlined in the last paragraph in this Article. No pa yment w ill b e m ade f or a ny m aterials pl aced i n t he p roject f or w hich t he d elivered gross w eight { mass} e xceeds t he legal load l imit. N o p ayment w ill i nclude t he t otal a mount o f t he delivered load at the full contract unit price for the item of work under which the material is used. 105.13 Maintenance of the Work. GENERAL. The C ontractor shall maintain the work d uring c onstruction until t he e ntire project is completed and accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces to the end that the roadway or structures are kept in satisfactory condition at all times. ---PAGE BREAK--- SECTION 105 CONTROL OF WORK 34 In t he case o f a contract for t he p lacing o f a course upon a course o r s ubgrade p reviously constructed, t he C ontractor s hall maintain t he p revious c ourse o r s ubgrade during a ll construction operations. The Contractor's attention is directed to Article 104.07 for maintenance of roads and detours, and compensation thereof. COMPENSATION. All cost of maintenance work during construction and before the project is accepted shall be included i n t he u nit pr ices bi d o n t he v arious pa y i tems a nd t he C ontractor w ill n ot b e p aid an additional amount for such work. 105.14 Failure to Maintain Work. If the Contractor, at any time, fails to comply with the provisions of Article 105.13, the Engineer will im mediately n otify t he Co ntractor o f s uch non-compliance. I f t he C ontractor f ails t o rem edy unsatisfactory maintenance within 24 hours after receipt of such notice, the Engineer may immediately proceed to maintain the project, and the entire cost of this maintenance will be deducted from monies due or to become due the Contractor on his contract. 105.15 Acceptance. CONSTRUCTION ACCEPTANCE INSPECTION. Whenever the Engineer considers the work provided for and contemplated by the contract is nearing c ompletion, o r w ithin t wo w eeks o f w ritten n otice o f pr esumptive c ompletion o f t he en tire project b y t he C ontractor, t he D ivision E ngineer a nd a ll pertinent p ersonnel (such a s D ivision construction, project county transportation, and maintenance personnel, FHWA, county, municipal or other o wner representatives a s a pplicable) w ill i nspect a ll t he w ork i n t he contract. Th e C ontractor should not presume completion of the entire project until permanent vegetation is established. If the Division E ngineer f inds t hat t he w ork h as not b een s atisfactorily c ompleted a t t he t ime o f s uch inspection, the Contractor will be advised in writing as to the work to be done or the particular defects to be r emedied t o p lace t he w ork i n condition f or a cceptance f or m aintenance p urposes. Th e Contractor will have a maximum of four weeks to correct and complete the items listed. Time charges should resume if the work is not completed in the four weeks. PARTIAL ACCEPTANCE FOR MAINTENANCE. When requested by the Contractor in writing, the Engineer may consider accepting a portion of the contract for maintenance prior to all items of work being completed. This will apply to specific items o r o perations o f being res tricted by s easonal l imitations o r check periods i n a ccordance w ith 108.07© o r 108. 09 o r w ork a s d irected b y t he Engineer. A ll o ther contract items o f w ork s hall be satisfactorily complete. The Engineer will notify the contractor that they will assume maintenance of specific items or operations of work and will also indicate which items are not accepted. The partial acceptance letter to the contractor should also detail the disposition of time charges for the remaining work. Additional costs f or completing t he remaining i tems o f w ork a s a consequence o f a pa rtial acceptance such a s t raffic c ontrol a nd r emobilization shall be bo rne by the Contractor. P artial acceptance shall in no way void or alter any terms of the contract. Once t he r emaining it ems o f w ork h ave b een s atisfactorily c ompleted, t he E ngineer w ill accept the portion of work and assume maintenance of the project henceforth. FINAL ACCEPTANCE. 1. GENERAL. Upon due notice from the Contractor of presumptive completion of the remaining items of work in Subarticles and above, the Division Engineer and all pertinent personnel will make an inspection. I f a ll c onstruction pr ovided f or a nd contemplated by t he c ontract i s s atisfactorily completed, that inspection shall constitute the final inspection. 2. VEGETATION BONDS. When directed by the Engineer, the Contractor shall provide a vegetation bond covering sustained growth of established or planted vegetation. The bond shall be of sufficient value to cover all costs associated with the replanting or reestablishment of the vegetation should it become necessary. The dollar amount of the bond shall be the costs for the labor, materials and equipment required for traffic control, temporary erosion and sediment control, and permanent vegetation establishment. The period of time covered by the bond will not be required to be greater than 12 months unless shown ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 35 otherwise on the plans. Vegetation bonds should not be used as a substitute for established vegetation of a permanent species. 3. ACCEPTANCE FOR MAINTENANCE. Upon satisfactory completion of the work as noted in Item 105.15(c)1 above, the Division Engineer will notify the Construction Engineer that the Contractor has completed all work required by the contract. A fter t he C onstruction E ngineer ha s concurred w ith t he D ivision E ngineer’s recommendation, t he C onstruction Engineer w ill a dvise t he C ontractor i n w riting t hat t he w ork has been accepted and the Department will assume the maintenance thereof subject to the "record check" of materials and workmanship. 4. NPDES TERMINATION Within 10 days of Acceptance for Maintenance, the Engineer will request NPDES Permit Termination as outlined in Subarticle 107.21(e). Th e Contractor shall be responsible for stormwater runoff control on the project until the storm water permit is terminated or 30 calendar days after the Engineer’s request f or t ermination h as been p rocessed, w hichever i s less. The C ontractor i s a lso responsible for correcting problems associated with onsite erosion and offsite sedimentation deposition during this time. 5. CONTRACTOR'S ADVERTISEMENT OF COMPLETION. The Contractor, immediately after receiving Notice of Acceptance for Maintenance, shall give n otice o f s aid completion by a n a dvertisement f or a p eriod o f f our s uccessive w eeks i n s ome newspaper i n g eneral circulation p ublished w ithin t he county i n w hich t he project i s located. If t he project is located in more than one county, an advertisement shall be given in a newspaper of general circulation published within each county in which the project is located. Proof of publication of said notice shall be made by t he Contractor to the Director, by affidavit of the publisher, a nd a pri nted copy o f t he pu blished n otice. I f a n ewspaper i s n ot pu blished i n a c ounty w here w ork i s d one, t he notice may be given by posting at the Court House for 30 days and proof of same shall be made by the Probate Judge or Sheriff and the Contractor. 6. WRITTEN NOTICE OF FINAL ACCEPTANCE. After c ompletion of a ll requirements noted i n t his Article a nd Article 109. 12, t he Engineer will process the Final Estimate for payment. At this time, the Construction Engineer will give the C ontractor w ritten notice t hat t he project i s c ompleted, a nd w ill s pecify t hat date a s F inal Acceptance. 105.16 Claims for Adjustments and Disputes. Claims shall be handled as provided in Section 110, Claims. SECTION 106 CONTROL OF MATERIALS 106.01 Source of Supply and Quality Requirements. GENERAL. Attention i s di rected t o S ection 8 00, M aterials, w hich i ncludes additional Specifications for materials. The materials furnished for use in the work shall be new unused materials, unless otherwise specified, meeting a ll quality requirements o f t he c ontract. I n o rder to ex pedite t he i nspection a nd testing of materials, the Contractor shall notify the Engineer of his proposed sources of materials prior to delivery. At the option of the Engineer, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce uniform and satisfactory products, or, if the product from any source proves unacceptable at a ny t ime, t he C ontractor s hall f urnish a cceptable materials f rom o ther approved s ources. T he Engineer s hall have t he r ight t o r eject t he entire output o f a ny s ource f rom w hich he f inds i t i s impracticable to secure a continuous flow of uniformly satisfactory materials. 1. Federal Participating Projects. a. Steel and Iron Products. ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 36 All st eel and i ron m aterials, al l m anufacturing p rocesses f or t hese m aterials, and the action of applying a coating to these materials epoxy coating, galvanizing, painting, or any other c oating t hat p rotects o r en hances t he v alue o f t he c oated m aterial) which a re pe rmanently incorporated i nto t he c ompleted pr oject s hall b e pro duced i n t he U nited States, i ts t erritories o r possessions, except that minor items of foreign steel may be used if their cost is less than one tenth of one percent of the total contract cost or $2,500, whichever is greater. b. Convict Produced Materials. Materials produced after July 1, 1991, by convict labor are prohibited from being incorporated in the work unless such materials have been: - Produced by convicts who are on parole, supervised release, or probation from a prison or - Produced i n a q ualified pri son f acility a nd t he cumulative a nnual production amount of such materials for use in Federal-aid highway construction does not exceed the amount of such m aterials produced in s uch facility f or use i n F ederal-aid hi ghway c onstruction d uring t he 12-month p eriod e nding J uly 1, 1987. "Qualified p rison f acility" m eans a ny p rison f acility in w hich convicts, during t he 12-month period ending July 1, 1987, produced materials for use in Federal-aid highway construction projects. 2. Non-Federal Participating Projects. On p rojects f inanced e ntirely by t he S tate o f A labama o r a ny po litical s ubdivision thereof, the Alabama Legislature has passed Acts that require the exclusive use of American materials, products, and supplies as follows: a. Steel Products. The content of Alabama Code Section 39-3-4 is as follows: Any contractor for a public works project, financed entirely by t he State of Alabama or any political subdivision thereof, within this state shall use steel produced within the United States when specifications in the construction c ontract require t he u se o f s teel a nd do n ot l imit i ts s upply t o a s ole s ource u nder subsection of Section 39-2-2. If the awarding authority decides that the procurement of the above mentioned domestic steel products becomes impractical as a result of a national emergency, national strike, or other cause, the awarding authority shall waive the above restriction. In the event the contractor violates the domestic steel requirements of subsection and domestic steel is not used, there shall be a downward adjustment in the contract price equal to any realized savings or benefits to the contractor." b. Non-Steel Materials, Supplies and Products. The c ontent o f A labama C ode Section 3 9-3-1 i s as f ollows: " T he aw arding authority contracting for a public works project to be financed entirely by the State of Alabama or any political subdivision of the state, shall stipulate or cause to be stipulated in the contract a provision whereby the person, firm, or corporation undertaking the project agrees to use in the execution of the contract materials, supplies, and products manufactured, mined, processed, or otherwise produced in the United States or its territories, if the same are available at reasonable and competitive prices and are not contrary to any sole source specification implemented under subsection of Section 39-2-2. I n t he ev ent t he contractor b reaches t he a greement t o u se do mestic products, a nd do mestic products a re n ot u sed, t here s hall be a do wnward a djustment i n t he c ontract pri ce equal t o a ny realized savings or benefits to the contractor." c. Sole Source Reference [Alabama Code Subsection 39-2-2(f)]. In the rare case that a sole source material is required from a non-domestic source the Department will make the determination of what the Contractor will be required to furnish. CLEARANCES AND ACKNOWLEDGMENTS FOR THE USE OF OFFSITE AREAS. 1. TYPES OF REGULATORY CLEARANCES AND ACKNOWLEDMENTS. The regulatory clearances a nd a cknowledgements s hown i n t he f ollowing table a re required for material pits, waste areas, haul roads, material stockpiles, long term equipment parking areas and other offsite areas selected by the Contractor to utilize in the construction of the project. REGULATORY CLEARANCES AND ACKNOWLEDGMENTS FOR THE LONG TERM USE OF OFFSITE AREAS 1. Applicable Construction Stormwater Discharge Permitting from the Alabama Department of Environmental Management. ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 37 2. Historical and Archeological clearance from the Alabama Historical Commission. 3. Written acknowledgement from the U.S. Fish and Wildlife Service that there will be no adverse affect on endangered and threatened species protected under the Endangered Species Act. 4. Written acknowledgement from a Professional Biologist that wetlands will not be adversely affected. 2. SUBMITTAL OF COPIES OF REGULATORY CLEARANCES AND ACKNOWLEDGMENTS. The Contractor shall submit copies of clearances and acknowledgements as verification that r egulatory a uthorities a re a ware o f t he o ffsite a ctivity a nd t hat t he a ctivity w ill not a dversely impact natural resources. Clearances and acknowledgements will not be required for offsite areas used for short term parking, staging or material stockpiling where the activity does not require clearing or grading. OPERATION OF OFFSITE PITS AND WASTE AREAS. The operations of any material pit or waste area shall be so conducted that it will blend into the s urrounding landscape. Pit s ites a nd w aste a reas s hall b e d ressed t o obliterate a ny u appearance and treated in such a manner that erosion will not occur and result in the pollution of the watershed area. In general, sources will not be permitted at locations where resulting scars are visible from a ny hi ghway. However, w hen a pproved, a dequate s pace f or c onservation o f ex isting n atural screenings or to permit the installation of screen planting between the road surface and the disturbed area shall be provided. The C ontractor s hall a ccept f ull r esponsibility f or t he q uality o f t he ma terials u sed. T he Contractor shall make all necessary arrangements with the owners of the materials; pay the purchase price o r royalty directly to t he o wners a nd bear all t he ex pense o f pro curing a nd d elivering t he materials complete in place, including cost of ingress and egress, and including the cost of opening, developing, and operating such sources. If the Contractor submits a written request to the Department asking that the Department run sam ples or an alyses o n t he m aterials, t he D epartment ma y, a t i ts o ption, r un s uch s amples o r analyses, but a c harge w ill b e m ade f or t he t ests a nd t he c ost ded ucted f rom t he next m estimate due the Contractor. Where access to a material source or waste area requires removal of fencing, the removal and replacement o f f ence, together w ith t he pro tection o f a ny livestock affected, s hall b e t he responsibility of the Contractor without direct compensation. Use of existing public roads for hauling materials to be used in the work shall be governed by Article 104.07. BLANK. BLANK. USE OF MATERIALS WITH SPECIAL ACCEPTANCE REQUIREMENTS. The Alabama Department of Transportation maintains several lists of materials, sources, and devices, which have undergone some form of preliminary evaluation. These lists are established both as reference f or C ontractors and a s m ethods t o el iminate s ome o f t he l t ime de lays req uired i n evaluating certain products. Each list is unique in requirements and job control acceptance. Users of these lists s hould read a ll requirements carefully b efore using pro ducts o n t hem. W hen materials o r products shown on these lists are used, they shall be selected from the most current applicable list at the time of installation, regardless of the materials and products that may have been shown on the lists prior t o t he da te o f i nstallation. Th ese lists a re published i n t he D epartment's m anual "MATERIAL, SOURCES, AND DEVICES WITH SPECIAL ACCEPTANCE REQUIREMENTS", which is available for purchase from the Department. The lists are not a blanket approval and do not relieve the Contractor of the responsibility of furnishing q uality materials. T he Project Manager will i nspect t he material, a nd i f doubt ex ists, job control s amples w ill be t aken. I f t hese job c ontrol s amples i ndicate f ailing test r esults, o ne o f t he following actions will be taken depending on the detrimental effects to the project: 1. Previously installed materials may be ordered replaced with passing materials at no cost to the Department. ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 38 2. Previously i nstalled m aterials, w hich a re o f a t emporary n ature, m ay be left i n pl ace with the Contractor maintaining the failing materials for the duration of their use at his expense. 3. Previously installed materials may remain in place with an agreed price reduction. After failing job control r esults are received, no further installation of the f ailing material will be allowed and a determination will be made by the Department as to the removal of the product from the list. The lists are established and maintained by the individual sections within the Department of Transportation w ho a re p rimarily c oncerned w ith t he pr oducts. L ists a re di vided i nto f ive g eneral categories of similar requirements. They are: 1. Qualified Sources of Materials 2. Approved Materials 3. Qualified Materials 4. Approved Traffic Control Devices and Materials 5. Qualified Traffic Control Devices and Materials The Alabama Department of Transportation Product Evaluation Board has final authority for addition o r removal o f p roducts f rom t hese lists. The Bureau o f M aterials a nd T ests d uplicates a nd disseminates these lists. General i nformation c oncerning m aterials, s ources, a nd d evices w ith s pecial a cceptance requirements is contained in ALDOT-355. Information concerning items on these lists or how to get an item onto one of these lists may be obtained by contacting: Alabama Department of Transportation Bureau of Research and Development 1409 Coliseum Boulevard Montgomery, AL 36110 (334) 206-2240 106.02 Samples, Tests, Cited Specifications. GENERAL. All m aterial u sed i n t he work s hall be i nspected, t ested a nd a pproved by t he E ngineer, Inspection and testing shall be in accordance with the current Departmental Testing Manual. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. The Engineer may permit use prior to sampling and testing of certain materials accompanied by a signed materials guaranty o n t he f orm furnished by t he D epartment g uaranteeing t he material c onforms t o Departmental S pecifications. S uch ma terial ma y be t ested a t a ny time a nd, if f ound unsatisfactory, shall be removed and replaced with satisfactory material at no additional cost to the Department. The Engineer reserves the right to refuse permission for use of materials on the guaranty basis at any time. The C ontractor s hall f urnish t he D epartment, f ree o f c harge, a mple q uantities o f s uch samples a s a re n ecessary or required by t he E ngineer t o t est a dequately a ny a nd a ll materials. A ny damage caused by in-place testing when such is specified shall be repaired by the Contractor without additional compensation. Samples will be taken by or under the supervision of a representative of the Engineer. Required o r d esignated t ests w ill be m ade b y a nd a t t he expense o f t he S tate unless otherwise noted on the plans or in the specifications, in accordance with the most recent standard, interim, or tentative standard methods of ALDOT, AASHTO, ASTM or F.S.S. in force and on file with the Department at the date of advertisement for bids, indicated date of adoption notwithstanding, except where s tandard o r s pecial dra wings a re i ncluded i n t he plans. T hen t he AASHTO, ASTM, o r F .S.S. i n effect on the date of the latest revision to the drawing shall govern. PLANT INSPECTION. The Engineer may undertake the inspection of materials at the source. Manufacturing plants may be i nspected pe riodically f or c ompliance w ith s pecified manufacturing methods a nd m aterial samples w ill b e o btained for l aboratory t esting f or compliance w ith m aterials qu ality r equirements. This may be the basis for acceptance of manufactured lots as to quality. In the event plant inspection is undertaken, the following conditions shall be met: 1. The Engineer shall h ave t he c ooperation an d assi stance of t he C ontractor an d t he producer with whom he has contracted for materials. ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 39 2. The Engineer shall have full entry at all times to such parts of the plant as may concern the manufacture or production of materials being furnished. 3. If required by the Engineer, the Contractor shall arrange for an approved building for the use o f t he I nspector; s uch b uilding t o be located conveniently near t he p lant, i ndependent o f a ny building used by the material producer, and conforming to requirements of Article 106.03. 4. Adequate safety measures are to be provided and maintained. It is understood that the Department reserves the right to retest all materials prior to incorporation into the work which have been tested and accepted at the source of supply, after the same have been delivered, and to reject all materials w hich, w hen r etested, do n ot m eet t he requirements o f t hese s pecifications o r t hose established for the specific project. SUPPLY OF TESTED MATERIALS. The Contractor shall regulate his supply so that at all times there will be a sufficient quantity of tested and accepted materials on hand to prevent any delay to the work. 106.03 Field Laboratories. GENERAL. The laboratories furnished for use shall be roofed, insulated and weather tight with suitable operational a ir-conditioning a nd h eating f acilities f or y ear-round u se. E ach unit s hall be w ired f or electrical service and in addition the following minimum requirements are applicable to the particular type of laboratory required. Compensation for the field laboratories shall be in accordance with Section 601. BASE, SOIL AND STRUCTURE LABORATORIES. This type laboratory shall contain not less than 200 square feet {18.5 square meters} of floor space (minimum width 8 feet {2.4 with a 7 foot {2.1 m} (minimum) ceiling height and shall contain suitable work benches and drawers. The laboratory shall be portable and shall be independent of other buildings o r o ffice s pace used by t he C ontractor. I t s hall ha ve not less t han two w indows a nd o ne outside door, both of which shall be screened and of adequate size to facilitate ventilation of the unit. Location of the laboratory shall be as directed by the Engineer. In addition each unit shall be provided with the following equipment: 1. Double sink with running water (minimum 100 gallon {375 liter} supply). 2. Lights, when requested by the Engineer. 3. Three laboratory burners (one combined unit or separate) (gas type shall have minimum capacity to supply the burners five working days). 4. Laboratories f or u se a t r ock c rushing o perations s hall a lso i nclude a n a pproved mechanical shaking machine for screening samples and shall have power for operating the machine. Cabinets and shelving shall be provided as appropriate. CONCRETE PLANT LABORATORIES. Concrete plant laboratories shall contain not less than 200 square feet {18.5 square meters} of floor space. These laboratories shall have a minimum width of not less than 10 feet {3 m} with a 7 foot {2.1 m} (minimum) ceiling height and shall contain suitable work benches and drawers. A waiver of the 1 0 f oot { 3 m } w idth requ irement m ay be g ranted f or m obile, t railer t ype l aboratories a fter a n inspection of the lab's suitability has been made and approved. The laboratory may be a portable, a permanent, or a partitioned portion of a permanent structure provided it meets the requirements of these specifications. The unit shall be independent of plant storage, office space, etc., and shall have one p rivate e ntrance door t hat c an be s ecured. The l aboratory s hall be located a s di rected by t he Engineer with window space suitable to the Engineer for periodic observation of plant operations. All outside w indows a nd doors s hall be s creened. I n a ddition ea ch s hall b e p rovided w ith t he f ollowing equipment: 1. Single sink with running water (minimum 100 gallon {375 liter} supply). 2. One laboratory burner or oven. 3. Lights. 4. Shelves and cabinets shall be provided as appropriate. ASPHALT PLANT LABORATORIES. Asphalt plant laboratories shall contain not less than 450 square feet {41.8 square meters} of floor space and shall be of sufficient size to allow the required independent laboratory equipment to be used simultaneously by the contractor and the state. These laboratories shall have a minimum width ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 40 of not less than 10 feet {3 m} with a 7 foot {2.1 m} (minimum) ceiling height and shall contain suitable work ben ches a nd d rawers. A w aiver o f t he 1 0 f oot { 3 m } w idth r equirement m ay be g ranted f or mobile, t railer t ype l aboratories a fter a n i nspection o f t he l ab's s uitability h as bee n m ade a nd approved. The laboratory may be a portable, a permanent, or a partitioned portion of a permanent structure provided it meets the requirements of these specifications. The unit shall be independent of plant s torage, o ffice s pace, etc., a nd s hall have a t l east o ne private entrance do or t hat c an b e secured. The laboratory shall be located as directed by the Engineer with window space suitable to the Engineer f or periodic o bservation o f p lant o perations. I n a ddition each s hall b e provided w ith t he following equipment: 1. Single sink with running water (minimum 100 gallon {375 liter} supply). 2. One laboratory burner or oven. 3. Lights. 4. Shelves and cabinets shall be provided as appropriate. 5. All asphalt plant laboratories shall be equipped with an exhaust fan, sufficiently sized and located to effectively clear the laboratory of smoke and fumes in a reasonable, in the judgment of the Engineer, a mount o f t ime. A ll a sphalt laboratories s hall a lso be e quipped w ith a ll a pplicable equipment listed in ALDOT-349. 106.04 Contractor's Statement of Material Sources. Before w ork o n a ny c ontract i s s tarted, t he C ontractor m ay be required t o f urnish a c omplete statement of the origin, composition and manufacture of any or all materials proposed to be used in the construction of the work, together with samples which may be subjected to the tests provided in the contract to determine their quality and fitness for the work. 106.05 Handling and Storage of Materials. HANDLING MATERIALS. All materials shall be handled in such a manner as to preserve their quality and fitness for the work. Aggregates shall be transported from the storage site to the work in tight vehicles so constructed as to prevent loss or segregation of materials after loading and measuring in order that there may be no inconsistencies in the quantities of materials, intended for incorporation in the work, as loaded and the quantities as actually received at the place of operations. STORAGE OF MATERIALS. Materials shall be so st ored as t o assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. Approved portions of the right of way may be used for storage purposes and for the placing of the Contractor's plant and equipment, but any additional space required therefor must be provided by the Contractor at his expense. Private property shall not be used for storage purposes without written permission of the owner or lessee, and if requested by the Engineer copies of such written permission shall be furnished him. All storage sites shall be restored to their original condition by the Contractor at his expense. This shall not apply to the stripping and storing of topsoil, or to other materials salvaged from the work. 106.06 Unacceptable Materials. All ma terials not c onforming t o t he requirements of t he Sp ecifications s hall b e c onsidered a s unacceptable and all such materials will be rejected and shall be removed immediately from the site of the work unless otherwise instructed by the Engineer. No rejected material, the defects of which have been corrected, shall be used until approval has been given. In case of failure by the Contractor to comply with any order by the Engineer to remove rejected materials, the Engineer shall have authority to have such rejected materials removed by other means a nd t o deduct t he ex pense o f s uch r emoval f rom a ny m onies d ue o r t o b ecome d ue t he Contractor. 106.07 Department Furnished Material. The Contractor shall furnish all materials required to complete the work, except those specified to be furnished by the Department. Material furnished by the Department will be delivered or made available to the Contractor at the points specified in the special provisions. The cost of handling and placing all materials after they are delivered to the Contractor shall be considered as included in the contract price for the item in connection with which they are used. ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 41 The Contractor will be held responsible for all material delivered to him, and deductions will be made from a ny m onies du e him t o m ake g ood a ny s hortages a nd deficiencies, f rom a ny c ause whatsoever, and for any damage which may occur after such delivery, and for any demurrage charges. 106.08 Rights In and Use of Materials Found on the Right of Way. The Contractor, upon his written request and written approval of the Engineer, may use on the project, sand, gravel, rock, or other materials determined suitable by the Engineer as may be found in the limits of the regular excavation. The Engineer will make a study of the Contractor's request and shall s ubmit t o t he C ontractor a w ritten s tatement o f t he g uidelines u nder w hich t he request i s approved. This statement shall include a detailed analysis of the pay item, or items, under which the Contractor will receive payment for the work performed. The intent is not t o preclude payment for both the item of removal and the item under which the materials are used, if, in the opinion of the Engineer payment under both items are justified, but to allow the Department to share in any savings realized by the Contractor in the use of such materials. The Contractor shall not excavate or remove any material from within the highway location that is not within the grading limits, as indicated by the slope and grade lines, without written authorization from the Engineer. Any coal or other valuable mineral found within the construction limits as defined by the slope and grade lines considered to be unsuitable for reuse on the project shall be removed by the Contractor. In no case s hall a ny coal o r other mineral be removed f rom o utside t he s lope lines o r below s ubgrade except that rem oved a s u nsuitable m aterial a s di rected by t he E ngineer (not t o ex ceed 3 0 i nches {750 mm} below subgrade), unless otherwise shown by plan details or with written authorization of the Transportation Director. The Contractor shall assume full responsibility and liability for insuring that any l egal rights du e t he holder o f t he m ineral r ights a re s atisfied pr ior t o t he di sposition o f a ny mineral. B y a greement w ith t he o wner o f t he m ineral r ights, t he C ontractor m ay di spose o f t his material by direct sale and payment of royalty to the owner or by stockpiling for immediate removal by the owner. The Contractor shall hold the State harmless in all matters pertaining to the disposition of any mineral. 106.09 Quality Control and Quality Assurance (QC/QA) Requirements for Hot Mix Asphalt (HMA) Pavement. GENERAL. The following modifications apply only to the materials and work performed under Sections 327, 410, 420, 423 and 424. In all cases, the Department's testing will be separate from the Contractor's testing and both shall be conducted by certified technicians. All Quality Control aspects o f t his pr ovision s hall be t he r esponsibility o f t he C ontractor. Quality Co ntrol is d efined a s th e a ctivities t hat a re r elated t o t he p roduction o f H ot M ix A sphalt Pavement which meet all the requirements of the Specifications, including mix design, process control testing, sampling and acceptance testing (when so designated by the Department) for determination of Pay Factors, and necessary adjustments to the production process. All Quality Assurance aspects of this provision shall be the responsibility of the Department and will be accomplished in the following ways: 1. By conducting assurance/verification testing, on a random basis, of independent samples obtained by the Department, at a frequency of one or more per day; 2. By periodically observing tests performed by the Contractor; 3. By monitoring required Contractor control charts exhibiting test results of control parameters. All Superpave Gyratory Compactors shall have their angle of gyration verified by the Engineer following t he p rocedure i n A ASHTO TP 7 1, " Standard M ethod o f T est f or E valuation o f S uperpave Gyratory C ompactor (SGC) I nternal A ngle o f G yration U sing S imulated L oading". This i ncludes a ll design, quality control, and quality assurance SGCs. The compactors shall tilt the specimen molds at an average internal angle of 20.2 ± 0.35 mrad (1.16± 0.02 degrees). QUALITY CONTROL. The C ontractor s hall pro vide a nd m aintain a q uality c ontrol s ystem t hat w ill p rovide reasonable a ssurance t hat a ll m aterials, pro ducts, a nd c ompleted c onstruction s ubmitted f or acceptance conform to contract requirements whether manufactured or processed by the Contractor or procured f rom s ubcontractors o r v endors. Quality c ontrol m anagers, l aboratory t echnicians a nd ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 42 roadway t echnicians w ill be c ertified by t he D epartment a s o utlined i n ALDOT-374, " Certification Requirements for Hot Mix Asphalt Technicians". T his quality control system s hall conform to ALDOT- 375, "Contractor Quality Control System for Hot Mix Asphalt". The sampling and testing frequencies shall conform to the requirements given in Table 1 for a pay item when the accumulated amount of asphalt mix placed for that pay item exceeds 250 tons {250 metric tons}. The accumulated amount of asphalt mix shall be the current total amount of asphalt mix that has been placed beginning from the start of construction. The sampling and testing frequencies given in Table 1 may be waived by the Division Materials Engineer and the asphalt mix may be accepted by v isual observation f or a m aximum ac cumulated asphalt m ix p lacement q uantity of 2 50 t ons {250 metric tons} or less for any individual pay item. The Engineer will record the results of the acceptance of the asphalt mix on form BMT-16 if sampling and testing is not required. TABLE I SECTION 327 E and 420 MIXES SAMPLING AND TESTING REQUIREMENTS FOR QC/QA PROJECTS Control Parameter Sample Size Sampling Methods Sampling Location Testing Methods ALDOT Testing Frequency Contractor Testing Frequency 1. Asphalt Content * ALDOT Sample = 55 lb {25 kg} Split into 2 equal samples AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-354 or AASHTO T 308 1 per day per LOT 1 per 700 tons 2. Mixture Gradation * * Contractor Sample = 55 lb {25 kg} Split into 2 equal samples AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-371 AASHTO T 308 1 per day per LOT 1 per 700 tons 3. Asphalt Draindown 12 lb {5 kg} AASHTO T 168 & ALDOT-210 +Loaded Truck AASHTO T 305 As Required As Required * See ALDOT-353 Determining H.M.A. Laboratory Quality Control / Assurance Parameters. * * If the test results are out of specification tolerance on two consecutive tests for the same size sieve, production shall cease until proper plant adjustments are made. + Beginning each production day, no sample for acceptance purposes shall be taken prior to the production of 50 tons. If the random number selected f alls w ithin t he f irst 5 0 t ons, t he s ample s hall b e t aken f rom t he f irst l oaded t ruck f ollowing t he t ruck co ntaining the f iftieth t on produced. One sample for each 500 tons {500 metric tons} for Section 420 mixes. Note: The testing increment shall have a 150 ton buffer between each increment. U nder A ASHTO T 3 08, m ixture ca libration s hall b e u sed. Th e i gnition f urnace s hall b e e quipped w ith a n i nternal w eighing s ystem w ith microprocessor control where sample weight {mass} and percent weight {mass} loss is computed and produced on hard-copy output. ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 43 TABLE I (CONT’D.) SECTION 423 MIXES (STONE MATRIX ASPHALT) SAMPLING AND TESTING REQUIREMENTS FOR QC/QA PROJECTS Control Parameter Sample Size Sampling Methods Sampling Location Testing Methods ALDOT Testing Frequency Contractor Testing Frequency 1. Asphalt Content * ALDOT Sample = 90 lb {40 kg} Split into 2 equal samples Contractor Sample = 90 lb {40 kg} Split into 2 equal samples AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-354 or AASHTO T 308 1 per day per LOT 1 per 700 tons 2. Maximum Specific Gravity * AASHTO T 168 & ALDOT-210 +Loaded Truck AASHTO T 209 (Flask determination with dry back) 1 per day per LOT 1 per 700 tons 3. Air Void Content & VMA * AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-353 & ALDOT-307 1 per day per LOT 1 per 700 tons 4. Mixture * * Gradation * AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-371 AASHTO T 308 1 per day per LOT 1 per 700 tons 5. Retained Tensile Strength Note: The TSR test is not required for any pay item less than a full lot. 25 lb {12 kg} AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-361 1 set of 6 for the first full lot (2,800 tons {2,800 metric tons}) and 1 set of 6 for the next 10,000 tons {10,000 metric tons} and 1 set of 6 for each additional 20,000 tons {20,000 metric tons} or portion thereafter 1 set of 6 for the first full lot (2,800 tons {2,800 metric tons}) and 1 set of 6 for the next 10,000 tons {10,000 metric tons} and 1 set of 6 for each additional 20,000 tons {20,000 metric tons} or portion thereafter 6. Mat Density * ALDOT-210 Roadway ALDOT-222 & ALDOT-350 As per Contractor’s QC plan (ALDOT-375) ALDOT-403 AASHTO T 166 Method A AASHTO T 275 AASHTO T 331 1/3000 lane feet/lift {1/900 lane m/lift 7. Clay Content Adequate Quantity AASHTO T 2 Aggregate Stockpiles AASHTO T 176 As required As required 8. Asphalt Draindown 12 lb {5 kg} AASHTO T 168 & ALDOT-210 +Loaded Truck AASHTO T 305 As Required As Required * See ALDOT-353 Determining H.M.A. Laboratory Quality Control / Assurance Parameters. * * If the test results are out of specification tolerance on two consecutive tests for the same size sieve, production shall cease until proper plant adjustments are made. Cores shall be taken by the Contractor and the density will be determined by the Department. + Beginning each production day, no sample for acceptance purposes shall be taken prior to the production of 50 tons. If the random number selected f alls w ithin t he f irst 5 0 t ons, t he s ample s hall b e t aken f rom t he f irst l oaded t ruck f ollowing t he t ruck co ntaining the f iftieth t on produced. The sample shall be one set of three Marshall samples+++. Note: The testing increment shall have a 150 ton buffer between each increment. When slag is used as an aggregate in the mixture, four Marshall samples shall be compacted. The test result the furthest away from the average of the four test results shall be discarded and the remaining three test results shall be averaged for use in the computation of air voids. Under AAS HTO T 308, mixture ca libration s hall be u sed. Th e i gnition f urnace s hall b e e quipped w ith a n i nternal w eighing s ystem with microprocessor control where sample weight {mass} and percent weight {mass} loss is computed and produced on hard-copy output. ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 44 TABLE I (CONT’D.) SECTION 424 MIXES (SUPERPAVE) SAMPLING AND TESTING REQUIREMENTS FOR QC/QA PROJECTS Control Parameter Sample Size Sampling Methods Sampling Location Testing Methods ALDOT Testing Frequency Contractor Testing Frequency 1.Asphalt Content * ALDOT Sample = 135 lb {60 kg} Split into 2 equal samples Contractor Sample = 135 lb {60 kg} Split into 2 equal samples AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-354 or AASHTO T 308 1 per day per LOT 1 per 700 tons 2. Maximum Specific Gravity * AASHTO T 168 & ALDOT-210 +Loaded Truck AASHTO T 209 (Flask determination with dry back) 1 per day per LOT 1 per 700 tons 3. Air Void Content & VMA AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-384 ALDOT-388 ALDOT-353 1 per day per LOT 1 per 700 tons % Gmm @ Nd * As needed 4. Mixture * * * Gradation & Dust to Asphalt Ratio * AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-371 AASHTO T 308 1 per day per LOT 1 per 700 tons 5. Retained Tensile Strength Note: The TSR test is not required for any pay item less than a full lot. 25 lb. {12 kg} AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT-361 1 set of 6 for the first full lot (2,800 tons {2,800 metric tons}) and 1 set of 6 for the next 10,000 tons {10,000 metric tons} and 1 set of 6 for each additional 20,000 tons {20,000 metric tons} or portion thereafter 1 set of 6 for the first full lot (2,800 tons {2,800 metric tons}) and 1 set of 6 randomly for the next 10,000 tons {10,000 metric tons} and 1 set of 6 for each additional 20,000 tons {20,000 metric tons} or portion thereafter 6. Mat Density * ALDOT-210 Roadway ALDOT-222 & ALDOT-350 As per the Contractor’s QC plan (ALDOT-375) ALDOT-403 AASHTO T 166 Method A AASHTO T 275 AASHTO T 331 1/3,000 lane feet/lift {1/900 lane m/lift} 7. Fine Aggregate Angularity * * FAA Note: The FAA test is not required for any pay item less than a full lot. Adequate quantity to run AASHTO T 304, Method A or ASTM C 1252,Method A AASHTO T 2 +Loaded Truck AASHTO T 304, Method A Or ASTM C 1252, Method A 1 for the first full lot (2,800 tons {2,800 metric tons}) and 1 for the next 10,000 tons {10,000 metric tons} and 1 for each additional 20,000 tons {20,000 metric tons} or portion thereafter 1 for the first full lot (2,800 tons {2,800 metric tons}) and 1 randomly for the next 10,000 tons {10,000 metric tons} and 1 randomly for each additional 20,000 tons {20,000 metric tons} or portion thereafter 8. Clay Content Adequate quantity AASHTO T 2 Stockpile AASHTO T 176 As required As required 9. Asphalt Draindown 12 lb {5kg} AASHTO T 168 & ALDOT-210 +Loaded Truck AASHTO T 305 As Required As Required 10. Split Tensile 35 lb. {17 kg} AASHTO T 168 & ALDOT-210 +Loaded Truck ALDOT 361 (Report the Unconditioned Sample for Split Tensile) N/A 1 for the first full lot and 1 randomly for each additional 10,000 tons thereafter 11. Quantitative Extraction & Recovery & Absolute Viscosity AASHTO T 319 & AASHTO T 202 12. DSR AASHTO T 315 13. RTFO AASHTO T 240 ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 45 TABLE I (CONT’D.) SECTION 424 MIXES (SUPERPAVE) SAMPLING AND TESTING REQUIREMENTS FOR QC/QA PROJECTS * See ALDOT-353 Determining H.M.A. Laboratory Quality Control / Assurance Parameters. * * In virgin mixes, the sample may be taken from the cold feed conveyor. If the test results are out of specification tolerance on two consecutive tests for the same size sieve, production shall cease until proper plant adjustments are made. Cores shall be taken by the Contractor and the density will be determined by the Department. + Beginning each production day, no sample for acceptance purposes shall be taken prior to the production of 50 tons. If the random number selected f alls w ithin t he first 5 0 t ons, t he s ample s hall b e t aken f rom t he f irst lo aded t ruck f ollowing t he t ruck c ontaining t he f iftieth t on produced. The sample shall be one set of two gyratory samples+++. Note: The testing increment shall have a 150 ton buffer between each increment. When slag is used as an aggregate in the mixture, three gyratory samples shall be compacted. The test result the furthest away from the average of the three test results shall be discarded and the remaining two test results shall be averaged for use in the computation of air voids. Under A ASHTO T 3 08, m ixture ca libration s hall b e u sed. Th e i gnition f urnace s hall be e quipped w ith a n i nternal w eighing s ystem wi th microprocessor control where sample weight {mass} and percent weight {mass} loss is computed and produced on hard-copy output. Testing in accordance with the requirements given in Section 410 is only required for Job Mix Formulas that have greater than 25 % RAP. Mix shall be tested by an AASHTO accredited laboratory. QUALITY ASSURANCE. 1. ACCEPTANCE PROCEDURES. All m aterials w ill be evaluated f or a cceptance a nd pa yment t hrough t he D epartment's Acceptance P rocedures s pecified herein. T he D epartment w ill b e r esponsible f or d etermining t he acceptability and pay factor of the construction and materials incorporated therein. The D epartment w ill u tilize t he C ontractor’s Q C S ystem t est res ults f or l iquid a sphalt binder content and laboratory compacted air void content for pay purposes except where: a. The Department’s Q uality Assurance t esting, as described in Item 3 b elow a nd Subarticle 410.08, does not validate the quality of the material. b. Q C s ampling a nd t esting w as n ot per formed i n a ccordance w ith s pecified procedures. The Department will determine the sample locations. The sampling and testing frequencies shall conform to the requirements given in Table 1 for a pay item when the accumulated amount of asphalt mix placed for that pay item exceeds 250 tons {250 metric tons}. The accumulated amount of asphalt mix shall be the current total amount of asphalt mix that has been placed beginning from the start of construction. The sampling and testing frequencies given in Table 1 may be waived by the Division Materials Engineer and the asphalt mix may be accepted by visual observation for a maximum accumulated asphalt mix placement quantity of 250 tons {250 metric tons} or less for any individual pay item. The Engineer will record the results of the acceptance of the asphalt mix on form BMT-16 if sampling and testing is not required. All c onforming a nd no nconforming i nspections a nd t est r esults w ill b e m onitored i n accordance with ALDOT-353 and ALDOT-370 and shall be recorded on approved forms and charts which shall be kept up to date and complete and shall be available at all times to the Department during the performance o f t he w ork. Only t hose t ests des ignated by t he Department i n advance a s a cceptance tests will be utilized in the computation of pay factors. Test properties shall be charted on forms that are in accordance with the applicable requirements of the Department. A copy of each chart and form to be used by the Contractor will be furnished by the Department. The Contractor shall furnish his own supply of the charts and f orms. The Contractor or Producer may design their own forms and charts; however, these must be approved by the Engineer prior to their use. A L OT i s n ormally defined a s 2, 800 t ons { metric t ons} f or S ection 327, 423 a nd 424 mixes, and 2,000 tons {metric tons} for Section 420 mixes, consisting of four QC test sets of laboratory tests ( liquid a sphalt binder c ontent a nd l aboratory air v oids o r g radation), u nless s pecifically s tated otherwise i n t his i tem o r elsewhere i n t he s pecifications. A L OT w ill u sually c onsist o f a t least f our density t ests; h owever, a L OT m ay h ave f ewer t han f our den sity t ests. T he E ngineer w ill ro und a testing increment or a LOT to the nearest truckload of material. Mix produced after the completion of the last full LOT and small production projects will be evaluated and pay factors computed and may be accepted on the basis of less than four laboratory tests (liquid asphalt binder content and laboratory air voids or gradation) if four tests are not required by Table 1 to complete the LOT or for the total contract quantity. Each LOT will be accepted on the basis of the actual number of test sets run for that LOT. I f t he pr oduction process i s c onsidered o ut o f c ontrol ( any i ndividual test r esult f or a sphalt content, g radation (single sieve), or air voids has a p ay factor equal to 0.80 computed from the “1 ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 46 Test” c olumn i n Ta ble I I, Ta ble I II, o r Ta ble V I, of S ubarticle 4 10.08 w hichever i s a ppropriate), production shall be suspended and corrections made as outlined in Subarticle 410.08. Gradation pay factors are normally computed o n each screen tested and then averaged, however, if any individual screen has a pay f actor of 0 .80 ( before bei ng a veraged w ith t he o ther s creen(s)), t he p rocess i s considered out of control. The Contractor may voluntarily terminate a LOT when the pay factor will be less than 0.90 when calculated using the one test row of table II, III, and VI in Section 410. If the Contractor terminates a L OT, p roduction s hall b e s uspended a nd c orrections m ade a s o utlined i n S ubarticle 410.08. The voluntary termination of a LOT may only be done once per pay item, per project. All s ampling, t esting a nd computations f or a L OT will b e c ompleted a nd pa y f actors provided the Contractor as soon as possible. All sampling and testing of materials, including frequency of samples and tests for the Contractor's Q uality C ontrol a nd t he D epartment's v erification, s hall b e pe rformed i n s trict conformance with the Department's Testing Manual as modified in Table I. This Manual (available on the ALDOT Internet Site) contains guidance for sampling and testing procedures from AASHTO, ASTM, and ALDOT procedures. 2. ACCEPTANCE OR REJECTION. The decision of the Engineer will be final as to the acceptance, rejection, or acceptance at an adjusted payment of each LOT. Rejected LOTS shall be removed at no cost to the Department and replaced at the contract unit bid price. 3. SAMPLING OF LOTS AND SUBLOTS. It i s t he i ntent o f t hese specifications t hat e ach L OT ( for mi xture testing) and e ach SUBLOT (for mat density testing) will meet specification requirements at the time of initial evaluation. No r esampling o r retesting ( other t han referee testing d escribed b elow) w ill b e a llowed. T he Department will, however, perform at least one liquid asphalt binder content, one maximum specific gravity, one mixture gradation, and one set of laboratory compacted samples for air void content tests per day per Lot, as specified in Table I, to verify the Contractor's test results. If the Contractor is not required to perform a test that day (the tonnage calculated by the random number is not reached), the Department will not run a verification test. The Department will perform a verification test for each LOT, even where there is more than one LOT per day. The Contractor will be notified by the Engineer as to the point in production at which to procure mixture a cceptance s amples. T he C ontractor s hall s ample t he m ixture a nd s plit i t i nto t wo samples: the Contractor's primary sample and a referee sample. The portions of mixture for the referee sample shall be bagged, labeled, and stored for testing, if required. All referee samples will be kept by the Department until they are tested (if required). The Co ntractor s hall o btain a ve rification testing s ample f rom ea ch L OT ea ch da y f or testing by the Department. The verification testing samples shall be taken at locations directed by the Engineer. These locations will be different from the Contractor’s mixture acceptance sample locations. The Contractor may take half of each sample for verification testing. The Department will compare the verification sample to the closest (in tonnage) Contractor’s primary sample. The sampling of Hot Mix Asphalt is outlined in ALDOT-380, Forms and Examples for Sampling and Computing Pay Factors for Hot Mix Asphalt. 4. TESTING AND LOT VERIFICATION. Air voids shall be computed on the Contractor’s sample by using the running average of the Contractor’s last four maximum specific gravities. If slag is used as an aggregate in the mixture, the running average of the Contractor’s four most recent determinations for the bulk specific gravity of the compacted mixture shall be used in the computation of the air voids for the Contractor’s sample. The calculation of the running averages of both maximum specific gravity and bulk specific gravity shall start with the first LOT. The test strip is independent of the LOTs. Air voids shall be computed on the Department’s sample by using the Department’s individual maximum specific gravity and bulk specific gravity. The Department and the Contractor shall compare test results with each other for the above mentioned testing increments. If there are no differences or if the differences are within the tolerances listed in Tables V or VI, Section 410, for each parameter, no further testing and analysis will be necessary and the Contractor’s test values will be used in the computation of the appropriate LOT pay factor. If th e r esults o f t he De partment’s v erification t est a nd t he C ontractor’s t est d o n ot compare within the tolerances in Tables V or VI, Section 410, but yield the same pay factor for the LOT ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 47 when t he D epartment’s r esult i s s ubstituted f or t he C ontractor’s r esult, no further t esting will be required. I f t he Contractor’s air voids do not compare with t he Department’s test results, the Contractor shall re-compute test results using the individual maximum specific gravity for that particular t esting increment and re-compare with t he verification test result. If the results compare within t he t olerances in Table V , S ection 4 10, using t he in dividual m aximum s pecific g ravities, n o further testing will be required and the Contractor’s running average of the last four maximum specific gravities will be used to compute air voids for pay factor determination. Also, i f t he C ontractor’s a ir v oids do not compare with t he Department’s t est results, and the Contractor is using slag as an aggregate, the Contractor shall re-compute test results using the individual b ulk s pecific gravity f or t hat p articular t esting in crement a nd r e-compare w ith t he verification test result. If the results compare within the tolerances in Table V, Section 410, using the individual b ulk s pecific gr avity, n o f urther t esting w ill b e r equired a nd t he C ontractor’s running average o f t he last f our bulk s pecific g ravities w ill be used t o c ompute a ir v oids f or pa y f actor determination. When di fferences b etween t est r esults o f t he v erification s amples a re n ot w ithin t he tolerances l isted i n Ta bles V o r V I, S ection 4 10, a nd c annot be r esolved by t he a bove m entioned methods, referee testing will be required. All referee samples w ill be t ested by t he B ureau o f M aterials a nd Tes ts, C entral Laboratory, 3704 Fairground Road, Montgomery, AL 36110. The Bureau of Materials and Tests Central Laboratory i s a n A ASHTO a ccredited laboratory (see A ASHTO R 1 8, R ecommended P ractice f or Establishing and Implementing a Quality System for Construction Materials Testing Laboratories). 5. REFEREE TESTING Laboratory: All testing increments of the referee samples for the entire LOT shall be tested in the Bureau of Materials and Tests Hot Mix Laboratory for the pay factor parameter(s) (liquid asphalt binder c ontent, l aboratory c ompacted a ir v oids, o r g radation) i n qu estion. T he C ontractor’s r esults (using t he in dividual a ir v oids a nd m aximum s pecific gr avities) w ill be compared t o t he B ureau o f Materials and Tests results (using Materials and Tests individual bulk and maximum specific gravities) for each testing increment in the LOT. When the Contractor’s results and the Bureau of Materials and Tests results are within the tolerances listed in Tables V or VI, Section 410, the Contractor’s results will be used. When the Contractor’s results are not within the tolerances listed in Tables V or VI, Section 410, t he Bureau o f Materials a nd Tes ts C entral Laboratory res ults w ill be u sed f or f inal pa y f actors. The Bureau of Materials and Tests Central Laboratory will record the Contractor’s field results and the Central Laboratory’s results of the parameter(s) in question on form BMT-135. For each testing increment these results, either the Contractor’s or the Bureau of Materials and Tests’, will be used in the computation of the appropriate LOT pay factor. Should differences between test results, that are not within the tolerances listed in Table V or VI, Section 410, for liquid asphalt binder content, air voids, or gradation continue for two consecutive days, operations shall be halted until testing discrepancies can be resolved. The Bureau of Materials a nd Tests w ill monitor t esting pr ocedures by D epartment a nd C ontractor t echnicians u ntil consistent test results are achieved. Cores: If the Contractor believes that the core density values determined by the State are in error, the Contractor shall notify the Division Materials Engineer in writing that referee testing is requested. U sing t he o riginal c ores, t he D ivision w ill a gain det ermine t he densities o f t he c ores i n question using a technician different from the technician who originally determined the core density. If t hese n ew de nsities res ult i n a di fferent pa y f actor, t he new pa y f actor s hall be a pplied t o t he tonnage in question (this may increase or decrease the Contractor’s pay adjustment). 6. ADJUSTED PAYMENT FOR DEFICIENCIES. The payment f or ea ch LOT w ill b e a djusted o n t he ba sis o f a cceptance t est results i n accordance with the requirements given in this Section. Accurate records shall be kept of the quantity (tonnage) of plant mix in each LOT. ---PAGE BREAK--- SECTION 106 CONTROL OF MATERIALS 48 Pay factors shall be determined for each LOT from the values given in Tables II, III, IV, and VI, Section 410, in accordance with the following: Pay Factor For: Mix 327 Mix 420 Mix 423 Mix 424 Air Voids N/A N/A Table II Table III Asphalt Content Table II Table II Table II Table III Mat Density N/A N/A Table IV Table IV Gradation N/A Table VI N/A N/A The lowest numerical pay factor in a Lot will be a pplied to the contract price for the total tonnage {metric tonnage} in the LOT. This will result in an adjustment to the compensation for the Lot that will be shown in a separate line item on the payment estimates. Pay factors above 1.00 will not be applied to mixes that are tested on fewer than three characteristics o r w hen t here a re l ess t han f our laboratory t ests ( percent liquid a sphalt binder a nd laboratory air voids or gradation) per characteristic; it is not necessary to obtain four roadway densities to obtain a pay factor above 1.00. When the pay factor is calculated to be greater than 1.00, a pay factor of 1.00 will be applied. ADJUSTMENT PERIOD. During s tart-up o perations, a n a djustment period (test s trip) a s d escribed be low s hall be required w hen producing a n ew j ob m ix f ormula. T he p urpose o f t he a djustment p eriod w ill b e t o permit the Contractor to adjust his production process and for Contractor QC personnel and ALDOT QA personnel t o c alibrate a nd c oordinate t heir t esting pro cedures. Th e C ontractor h as t he o ption o f running a t est s trip o r w aiving t he t est s trip, i f t he p roposed job m ix f ormula has bee n p roduced satisfactorily on previous projects. The waiver of a test strip shall be in writing to the Project Manager prior t o a ny p roduction a nd p lacement o f t he previously pro duced job m ix des ign. The C ontractor assumes the risk of milling and relaying unacceptable mix with no additional compensation if the test strip is not utilized. A t est s trip o f n ot m ore t han 500 t ons {500 m etric t ons} s hall b e c onstructed. I f t he placement of a test strip is not completed the same day it is begun, the Contractor shall construct a new t est s trip. P roduction shall s top until t he C ontractor h as c ompleted o ne liquid a sphalt bi nder content, one air void content, and four mat density tests for mixes other than 327 and 420. For 327 and 420 mixes the Contractor shall complete one liquid asphalt binder content and one gradation. The pay factors for liquid asphalt binder content, air void content, and gradation will be calculated using the one test row of Table II, Table III and Table VI, and the pay factor for mat density will be calculated using t he f our t est ro w o f Table I V i n S ection 4 10. Th e p roduction po int a t w hich t he m ix s hall be sampled shall be determined by the Contractor. This sample does not have to be randomly selected, but s hould be r epresentative o f t he m ix pro duced. Contractor m at de nsity t ests s hall be pe rformed with n on des tructive d ensity t esting dev ices, m eeting t he r equirements o f S ection 3 06, w hich h ave been calibrated for the layer being placed according to ALDOT-222, ALDOT-350, or Section 306. The Contractor shall cut cores at these locations and immediately turn the cores over to the Department for density measurements and determination of the pay factor. The Department will conduct the same tests for verification at the same time the Contractor is conducting his tests. If a pay factor of less than 1.00 is obtained using the one test row of Table II, Table III and Table VI, and using the four test row of Table IV in Section 410, a second test strip consisting of 200 tons {200 metric tons} shall be constructed. If a pay factor of less than 1.00 is obtained using the one test row of Table II, Table III and Table VI, and using the four test row of Table IV in Section 410 in the second test strip, additional 200 ton {200 metric ton} test strips shall be constructed until pay factors are equal to 1.00, at which time production can begin. A t est s trip i s determined t o be c omplete w hen t he r esults o f t he t ests a re known. The Engineer m ay r equire a ny t est s trip t o be r emoved a nd r eplaced a t n o c ost t o t he Department if the pay factor determined from the four test row for mat density and the one test row for other tests is 0.80. For actual payment purposes, a pay factor of 1.00 will be used for all first and second t est s trips a llowed t o r emain i n place. P ay f actors w ill b e a pplied t o t he t hird a nd a ll subsequent 200 ton test strips at the average of the computed rate (using the one test row) and 1.00. ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 49 SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 107.01 Laws to be Observed. The Contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct o f t he work. He s hall a t a ll t imes o bserve a nd c omply w ith a ll such laws, o rdinances, regulations, o rders, a nd d ecrees; a nd s hall pr otect a nd i ndemnify t he S tate a nd i ts r epresentatives against an y c laim or liability a rising f rom o r b ased o n t he vio lation o f a ny s uch law, o rdinance, regulation, order, or decree, whether by himself or his employees. The Contractor shall provide for the safety of his employees and the public along with protection of property in the performance of the work. Particular reference is made to the Federal Occupation Safety a nd Health A ct Title 2 9, C FR Part 1 926 ( Published December 1 6, 1 972, a nd a ll a pplicable amendments) for construction work and Part 1910 (Published May 29, 1971, and all applicable amendments) for general industry standards for those materials not covered in Part 1926, which is a condition of the contract and shall be a condition of any subcontract entered into pursuant thereto. All ocean shipping of materials and products used on Federal-aid highway projects shall comply with t he r equirements o f P art 3 81, Ti tle 4 6, C FR. Th e prime C ontractor s hall s ubmit c opies o f a ll commercial ocean bills of lading to the Maritime Administration in Washington at the following address: Chief, Division of National Cargo MAR 822 Maritime Administration 400 7th Street, S.W. Washington, DC The Contractor's letter of transmittal shall show his address, the project number, project location, and the type materials involved. 107.02 Permits, Licenses and Taxes. The Contractor shall procure all permits, and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 107.03 Patented Devices, Materials, and Processes. If the Contractor employs any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor a nd the Surety shall indemnify a nd save harmless t he State, a ny affected third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the State for any costs. expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 107.04 Restoration of Surfaces Opened by Permit. The right t o c onstruct o r r econstruct a ny u tility s ervice i n t he highway o r street o r t o g rant permits f or s ame, a t a ny t ime, i s h ereby ex pressly r eserved by t he D epartment f or t he pr oper authorities of the municipality in which the work is done. When a n i ndividual, f irm or corporation i s a uthorized t hrough a du ly executed p ermit f rom t he Department, the Contractor shall allow parties bearing such permits, and only those parties, to make openings in the highway. When ordered by the Engineer, the Contractor shall make in an acceptable manner, all necessary repairs due to such openings and such necessary work will be paid for as extra work, or as provided in these specifications, and will be subject to the same conditions as original work performed. 107.05 Federal Aid Participation. When the United States Government participates in the cost of the work covered by the contract, the work shall be under the supervision of the State but subject to the inspection and approval of the proper o fficials o f t he U nited S tates G overnment a nd i n a ccordance w ith t he a pplicable F ederal Statutes and rules and regulations made pursuant thereto (Reference Title 23, U.S. Code as amended). Such inspection shall in no sense make the Federal Government a party to this contract and will in no way interfere with the rights of either party hereunder. ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 50 The C ontractor a nd S ubcontractor s hall n ot d iscriminate o n t he b asis o f r ace, color, n ational origin, o r s ex i n t he performance o f t his c ontract. The C ontractor s hall c arry o ut a pplicable requirements of 49 CFR 26 in the award and administration of USDOT assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the ALDOT deems appropriate. 107.06 Sanitary, Health and Safety Provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his employees as may be necessary to comply with the requirements of the State and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention i s di rected t o F ederal, S tate a nd local l aws, r ules a nd regulations c oncerning construction s afety a nd health s tandards. The C ontractor s hall not r equire any w orker t o w ork i n surroundings or under conditions which are unsanitary, hazardous or dangerous to his health or safety. 107.07 Public Convenience and Safety. CARE OF TRAFFIC. The Contractor shall at all times conduct his work so as to insure the least possible obstruction t o t raffic. The s afety a nd c onvenience o f t he g eneral pu blic a nd r esidents a long t he highway shall be provided for by the Contractor as specified under Article 104.04. The Contractor shall have no greater length or amount of work under construction than he can prosecute properly with due regard to the rights of the public. The C ontractor s hall i mmediately c lean u p a ny s pillage res ulting f rom hauling o perations along or across any public traveled way. The C ontractor s hall notify t he E ngineer b efore s tarting a ny construction w ork t hat might inconvenience or endanger traffic and shall make such arrangements for the safety and convenience of traffic as may be required by the Engineer. GENERAL PUBLIC. In general, vehicles of the traveling public shall have preference over those of the Contractor to the end that vehicles of the traveling public shall not be unduly delayed for the convenience of the Contractor. When so directed the Contractor shall station flagmen, whose sole duties shall consist of directing traffic safely and expeditiously through or around the work. Materials and equipment on the right of way shall be so placed as to insure minimum danger to the traveling public. Where t raffic pa sses t hrough c onstruction, a s uitable w idth s hall b e m aintained level a nd smooth to provide satisfactory passage. This width shall be watered or treated with dust control agents as di rected t o prev ent d ust n uisance. S oil a ggregate, a ggregate, o r o ther s uitable m aterial s hall be spread where and as directed by the Engineer to facilitate movement of traffic over soft portions of this width. Traffic shall be maintained over or around structures and culverts. COOPERATION WITH FIRE DEPARTMENT. The Contractor shall arrange his work so that there will be no undue or prolonged blocking of business establishments. F ire h ydrants s hall b e k ept a ccessible a t a ll t imes. I n t he a bsence o f l ocal ordinances, no obstruction shall be placed within 15 feet {5 m} of a fire hydrant. The Contractor shall notify the Chief of the Fire Department in writing 24 hours before it becomes necessary to block a cross street. COMPENSATION. The C ontractor s hall comply w ith a ll t he re quirements f or p ublic s afety a nd c onvenience listed in this Article without extra compensation, except for the items of temporary surface material, Section 430, which shall be paid for at the contract unit price, or as extra work if the contract does not contain unit prices for these items. 107.08 Railway-Highway Provisions. NOTIFICATION. No work of any character shall be commenced on the railroad right of way until the railroad company has been duly notified by the Contractor in writing (with a copy forwarded to the Engineer) of the date he proposes to begin work and until an authorized representative of the railroad company is present, unless the railroad company waives such requirement. ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 51 INSPECTION BY RAILROAD COMPANY. All changes i n a pproved p lans a nd a ll w ork performed b y t he C ontractor i nvolving ra ilroad crossings shall be subject to the inspection and approval of the chief engineer of the railroad company, or h is a uthorized r epresentative. A ny precautions considered necessary b y said c hief e ngineer t o safeguard t he i nterests o f t he r ailroad c ompany s hall b e t aken by t he C ontractor w ithout ex tra compensation. The State shall not be held responsible for delay to the Contractor's work due to any delay in securing such approval of construction features or changes therefrom; and any additional cost incurred by the Contractor due to such delay shall be considered as completely covered by the contract unit prices for the various items of work involved in the contract. For such delays, working days will not be charged on working day contracts, and appropriate time extensions will be granted for contracts on a calendar day or date basis. If work remains to be completed after the expiration of contract time the Contractor shall reimburse the Department for all of the costs charged by the railroad company for the inspection and monitoring of the remaining work. TEMPORARY GRADE CROSSING. The Contractor shall make all arrangements with Railway Companies for the establishment of any temporary crossing to be used by the Contractor for transporting materials and equipment across their t racks. Permission f or s uch a crossing m ust be o btained f rom t he R ailway E ngineer prior t o establishment of t he c rossing. A ll c osts f or i nstallation, m aintenance, an y necessary w atching an d flagging thereof, and the removal shall be borne by the Contractor. The Contractor shall so plan his work so as not to delay Railroad Company operations. 107.09 Construction Over or Adjacent to Waters of the United States. GENERAL. Section 404 of the Federal Water Pollution Control Act of 1972 sets forth certain restrictions and r equirements f or m aterials pl aced i n w aters o f t he U nited S tates t hat a re a pplicable t o construction over or adjacent to waters of the United States. The Department will obtain any special permits necessary f or t he c onstruction o f t he project w ithin the s cope o f t he d esign d etails o f t he contract plans and the specifications for the project. Generally, compliance with the above law can be accomplished b y f ollowing t he p lan details a long w ith a dhering t o t he Specification requirements o f Articles 107. 13, 107. 20, 1 07.21, 107. 22, 107. 23, and S ection 6 65, utilizing t he methods o utlined i n Section 665. The Contractor will be required to operate within the limits of any special permit issued for the construction work on a project. Attention is directed to the fact that construction methods or work in the flood plain area varying f rom p lan d etails, s pecifications a nd permit pr oposed s trictly f or t he convenience o f t he Contractor will require additional permit clearance. Any additional clearance, permit, etc. necessary to comply with the above noted laws shall be the sole responsibility of the Contractor and clearance for such work must be in the Engineer's hands before he will allow such work to proceed. WORK OVER NAVIGABLE WATERS. In a ddition t o t he p rovisions o f S ubarticle ( a) a bove, a ll w ork o ver o r o n n avigable w aters shall be s o c onducted t hat f ree navigation o f w aterways w ill n ot b e i nterfered w ith a nd t hat t he existing navigable depths will not be impaired except as allowed by permit issued by the U.S. Coast Guard and/or U.S. Army Corps of Engineers, as applicable. The Department will obtain the necessary permit for the construction of the project within the scope of the design details shown by the plans, any special conditions will be noted on the plans or included in the contract documents. Should the Contractor, f or his c onvenience, w ish t o u se c onstruction m ethods o r p erform w ork o utside o f t he scope o f t he p ermit o btained by t he D epartment, h e s hall b e s olely r esponsible f or o btaining a ny additional work permit from the appropriate authority. SPECIAL CONDITIONS Should t he r equired w ork be p ermitted under a U S A rmy C orps o f Engineers “ Nationwide Permit” or “Individual Permit”, the Contractor shall abide by all the applicable requirements for each type of permit. Both types of permits are subject to the general requirements given in 33 CFR Part 330 “Nationwide Permit Program”. A copy of the permit and its requirements will be included in the Construction Best Management P ractices P lan ( a nd m ade a vailable f or r eview du ring t he p roject a dvertising ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 52 period. A copy may be obtained from t he ALDOT Office Engineer, and the successful bidder will be given a copy. 107.10 Barricades and Warning Signs. The Contractor shall provide, erect and maintain all necessary barricades, suitable and sufficient lights, danger signals, signs, and other traffic control devices; shall provide qualified flagmen where necessary to direct traffic; and shall take all necessary precautions for the protection of the work and safety of the public. Highways or parts of the work closed to t raffic shall be protected by effective barricades; o bstructions s hall be delineated; s uitable w arning s igns s hall be pro vided t o p roperly control and direct traffic. All signs, barricades, etc. shall be reflectorized in an approved manner and if directed by t he E ngineer, s upplemented w ith w arning lights o r i llumination t o i ncrease t heir effectiveness. The Contractor shall erect warning signs in advance of any place on the project where operations may interfere with the use of the road by traffic, and at all intermediate points where the new work crosses or c oincides w ith an e xisting r oad. S uch warning si gns sh all be placed a nd m aintained i n accordance with the plans furnished. No signs, barricades, lights or other protective devices shall be dismantled or removed without permission of the Engineer. All barricades, warning signs, lights, temporary signs, and other protective devices shall conform with the MUTCD. 107.11 Use of Explosives. GENERAL. It is the intent of this Article to provide general guides for the handling and use of explosives. The Contractor shall use all precaution, control, and safety features outlined by this Article as well as any a dditional r equirements f elt n ecessary t o i nsure t he s afety o f l ife o r property i n t he a rea o f operations. CONTROL. When the use of explosives is necessary for the prosecution of the work, the Contractor shall use the utmost care not to endanger life or property. Blasting operations shall be performed under the most skilled supervision. Where necessary and at any point of special danger, the Contractor shall use suitable mats or other approved methods to smother his blast. No loaded hole shall be left unattended. Where blasting is to be done in streams, the Contractor shall notify t he Conservation Department s ufficiently i n a dvance t o p ermit o n-the-site o bservation by C onservation D epartment personnel at the time of the blast. Where blasting is performed in urban areas or areas that are heavily populated, extreme care shall be taken to minimize the amount and degree of ground vibration, noise, overpressure, and flying debris. STORAGE OF EXPLOSIVES. All explosives shall be stored in a safe manner, in compliance with local, State, and Federal laws and ordinances. WARNING OF BLASTING. The Contractor shall warn each utility company having structures in proximity to the blasting area of his intentions to use explosives. Such warning shall be sufficiently far in advance of blasting to enable the company to protect its property. Such warning, however, shall not relieve the Contractor of responsibility for any damage resulting from blasting. The Contractor shall erect suitable signs on all roads in the immediate vicinity of blasting operations, warning of blasting activity. The signs shall also include w arning t hat a ll portable ra dio t ransmitters s hould b e t urned o ff w hile i n t he v icinity. I f required, the C ontractor shall c ontrol t raffic by u se o f f lagmen a nd g uards in t he da nger zone o f blasting. In a ll u rban a reas, a nd o ther heavily po pulated areas w hen des ignated b y t he p lans o r proposal, the Contractor or his insurer shall conduct a pre-blast survey of all structures to determine the existing or preblasting condition, such survey being a written description with special emphasis on defects and documented with appropriate photographs. This survey is intended to serve as a basis of comparison f or a ny po st-blast c laims t hat m ay ar ise. T he C ontractor or his i nsurer sh all ob tain t he services of a competent vibration or seismologist consultant to conduct both blast noise, vibration and overpressure surveys at periodic intervals during the progress of the blasting operations. It is the intent ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 53 of this Section to serve as protection to the Contractor to minimize the post-blast claims and not to require u nwarranted w ork. T he C ontractor s hall use every pr ecaution a vailable a nd p ractical t o minimize ground vibration, noise and overpressure. The Contractor and his surety shall indemnify and save harmless the State, the Director and all its representatives from all claims for damages arising out of the use, transportation, or storage of explosives. 107.12 Protection and Restoration of Property, Landscape and Utility Facilities. PROPERTY AND LANDSCAPE. The Contractor shall not enter upon private property for any purpose without permission first being obtained from the owners and lessees. The Contractor shall be responsible for preservation of all public and private property, utilities, monuments, highway signs, etc. on or adjacent to the highway. He shall not remove, injure, or destroy without proper authority trees or plants that are shown on the plans or ordered by the Engineer to remain on or adjacent to the right of way. The Contractor shall protect from disturbance all land markers until an authorized agent has witnessed or referenced the locations and shall not move them until directed. The Contractor shall notify the Engineer immediately upon discovery of artifacts or other articles of possible archeological value revealed by his operations, and s hall c arefully pr eserve t hem a nd pr event di sturbance o f t he s ite u ntil t he E ngineer h as h ad opportunity to arrange appropriate disposal. Highway signs and markers shall be c arefully removed as the grading operations progress and stored in a manner to keep them clean and dry. When the work affects the foundation support of any building along the work, the Contractor shall g ive pro perty o wners a nd lessees direct a nd sufficient n otice t o s upport s uch b uildings. The Contractor a nd his s urety s hall hold t he Sta te, th e C ounty, t he M unicipality, t he Di rector, a nd t he Engineer harmless from any damage resulting from undercutting any such buildings. The Contractor shall be solely and exclusively responsible for any and all restoration, repair or replacement of public and private property due to, caused by, or as a result of any act, omission, negligence o r m isconduct o f t he C ontractor. T he C ontractor s hall pro vide a n a ppropriate rem edy a s approved by the Engineer. Failure on the part of the Contractor to satisfy the requirements given in this Subarticle, shall result in the Engineer affecting an appropriate remedy at the Contractor’s expense. UTILITIES. 1. Where the Contractor's operations are adjacent to utilities or other property, damage to which might result in expense, loss, or inconvenience, work shall not be begun until all arrangements necessary for property protection has been made. The Contractor shall be responsible to the owners and operators of such property for any damage, l oss, or i nconvenience. H e an d his su rety shall d efend an y su its, ac tions, or c laims of an y character b rought due t o i njuries o r da mages r esulting f rom pe rformance o f t he w ork u nder t his contract. If required by the Director, he shall furnish a certificate of his public liability and property damage i nsurance t o ea ch u tility c ompany o r i ndividual o wning o r o perating a ny o f the pro perties affected in the guarantee of this responsibility. 2. The C ontractor s hall c ooperate w ith t he o wners o f a ny u tilities i n t heir r emoval a nd rearrangement operations so that the utility companies may conduct their operations in a reasonable manner with a minimum of duplication of the work and interruption of services. The Contractor will be furnished by the Department information that is reasonably available in regard to existing or proposed new utilities, but the accuracy of such information is not guaranteed by the Department. It shall be the Contractor's res ponsibility t o s ecure i nformation n ecessary f or pr oper h andling a nd c oordination o f utility work. He shall give at least 48 hours written notice to owners or operators of all properties that may be affected by his operations before beginning such operations. He shall not hinder or interfere with utilities in protection or operations of the properties. When such properties are endangered, the Contractor at his own expense shall maintain flagmen or watchmen and other necessary precautions to avoid interruption of service or danger to life or property. He shall replace, restore, or make good in an acceptable manner any injury or damage caused by his operations. 3. In event o f i nterruption to w ater o r u tility s ervices a s a r esult o f t he C ontractor's operations, h e s hall n otify pro t he proper a uthority a nd c ooperate w ith t he s aid a uthority i n restoration of service as as possible. ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 54 107.13 Woodland Protection, Conservation, Abatement of Water Pollution and Quarantine Regulations. The C ontractor s hall comply w ith a ll reg ulations o f t he S tate F ire M arshal, C onservation Department, F orestry D epartment, o r r egulatory bo dy g overning t he p rotection o f f orests a nd o ther conservation ar eas, an d t he c arrying ou t of w ork within su ch ar eas, an d sh all ob serve al l l aws an d regulations w ith res pect t o t he per formance o f w ork i n s uch a reas. He s hall k eep t he a reas i n a n orderly c ondition, di spose o f a ll ref use, o btain pe rmits f or t he c onstruction a nd m aintenance o f a ll construction c amps, st ores, w arehouses, r esidences, san itary f acilities, an d ot her st ructures i n accordance with the requirements of the Forest or Conservation supervisor. It s hall be t he C ontractor's r esponsibility t o c ontact t he l ocal re presentatives o f t he A labama Department of Agriculture and Industries, and t he U Department of Agriculture i n order to advise himself, his agents, and his employees regarding quarantined areas and quarantine restrictions affecting h is o rganization w hile o perating w ithin, from o r t hrough s uch a reas. S pecial a ttention i s directed t o s oil a nd/or machinery treatment w hich m ay b e required w hen o perating i n, f rom o r through quarantined areas. A list of agents of these two Departments will be furnished the Contractor upon request prior to beginning of his construction or maintenance operations. The State will not be liable for any additional compensation for extra costs arising from quarantine restrictions or penalties. The C ontractor's a ttention i s di rected t o t he re quirements f or s tormwater m anagement a s noted in Article 107.21 along with the taking of all reasonable precautions to prevent and suppress fires and other detrimental items which may be caused by construction operations. This includes protecting streams, lakes and reservoirs from contamination by siltation or other harmful materials, and the use of c onservation pr actices o f t he C onservation S ervices by t he C ontractor, h is em ployees a nd subcontractors during the work, which will include but are not limited to the following: Diligently undertake precautions for the prevention of and for suppressive action in the event of fire resulting from highway construction. This will require the Contractor to - 1. Comply with all State laws, rules and regulations for prevention and suppressive action for forest fires. 2. Prepare a nd s ubmit t o t he D epartment a f ire prevention a nd control p lan. The f ire prevention a nd c ontrol plan m ust b e o n f ile a nd i n ef fect b efore w ork o n t he i tem o f C learing a nd Grubbing will be permitted. 3. Comply with the fire plan noted in Item 2 above. When a burn permit is required, the permit number shall be provided to the Engineer prior to performing the burning operation. Unmerchantable m aterial i ncluding tops, branches, etc., m ay be di sposed o f by pi ling a nd burning as directed. Alternate methods of disposal, including any of the following methods or combinations of methods (lop and scatter, chip, broadcast, burn, remove, pile only) must be approved in advance by the Engineer. Protect a nd pr eserve t he s oil a nd v egetative c over a nd s cenic a nd a esthetic values o n t he right of way and on adjacent lands so far as practical and consistent with the construction, operation and maintenance o f t he highway. An allowable di sturbance o f s oil a nd v egetation cover o utside t he construction limits m ay b e s hown o n t he plans. The C ontractor's p roposed disturbance o f s oil a nd vegetation cover outside of the construction limits will only be allowed upon written approval of the Engineer. The Contractor shall be responsible for the prevention and control of soil erosion and gullying within the right of way covered by the project and the lands immediately adjacent thereto as a result of the road construction, and shall revegetate with grass, or other herbaceous plants, ground where the soil has been exposed. Slopes in channel changes on all branches and creeks shall be seeded and fertilized above the water line and in no case will the toe of fill slopes be allowed to fall within stream or c reek channels u nless a dequate s lope pro tection i s pl aced i n a ccordance with pl an details o r a s directed by the Engineer. All soil left within the right of way shall be leveled off and/or dressed out and seeded or sprigged in a manner that will permit healing of ground surface and present a pleasant appearance. Construction operations shall be planned a nd conducted in s uch a manner so as to prevent when n ecessary a nd o therwise m inimize po llution o f s treams, l akes a nd r eservoirs w ith s ediment o r other harmful material used in the construction of the project. Waste, loose soil or other materials removed from the roadway or channel changes shall not be deposited in live streams. Depositing material into the streams or stream channel where it would be washed away by high stream flows will not be permitted. Surplus material may be deposited only in disposal areas approved by the Engineer. Disposal areas outside of the pro ject right of way must be ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 55 operated so as to blend into the surrounding area utilizing an erosion control plan, etc. as prescribed for the use of offsite areas in Article 106.01 with any cost thereof considered incidental to the use of the disposal a rea. D isposal a reas w ithin the p roject ri ght o f w ay s hall b e dressed a nd treated a s directed using erosion control items provided in the contract for payment of directed work. The hauling of materials, including logs, brush, and debris by fording live streams will not be permitted. Temporary bridges or other structures must be provided for this purpose. Operations of mechanized equipment in live streams or stream channels will not be permitted except in areas where channel changes, retaining walls, temporary or permanent bridges or other such work is required by the plans, or directed. Fuels, o ils, b itumen o r o ther g reasy o r c hemical s ubstances o riginating f rom c onstruction operations shall not be allowed to enter or be placed where they may enter a live steam. The outlet ends of all channel changes shall be so laid out and aligned as to provide direct flow into old stream beds without an abrupt direction change. The operations for any material pit located within sight of the project right of way or any other State or Federal highway shall be conducted in accordance with the requirements given in Article 106.01, a llowing a dequate s pace f or c onservation o f ex isting n atural s creenings o r pe rmit t he installation o f s creen p lanting bet ween t he ro ad s urface a nd t he di sturbed a rea. P it s ites s hall be dressed to obliterate any appearance and treated in such a manner that erosion of the pit will not occur and result in the pollution of the water shed area. 107.14 Responsibility for Damage Claims. GENERAL. The Contractor shall indemnify and save harmless the State, the Department, the County, the Municipality, t he o fficers and em ployees f rom a ll s uits, a ctions, o r c laims o f a ny c haracter b rought because of any injuries or damages received or sustained by any person, persons, or property due to the operations of the Contractor; or because of or in consequence of any neglect in safeguarding the work; o r t hrough use o f u nacceptable m aterials i n constructing t he w ork; o r bec ause o f a ny a ct o r omission, neglect, o r m isconduct o f t he C ontractor; o r b ecause of any claims or am ounts arising or recovered under the "Workmen's Compensation Act" or any other law, ordinance, order, or decree; and so much of the money due the Contractor under and by virtue of his contract as may be considered necessary by the Department for such purpose, may be retained for the use of the State; or, in case no money is due, his surety will be held liable until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Department; except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. The State will not be liable to the Contractor for damage or delays resulting from work by third parties or by injunctions or other restraining orders obtained by third parties except as noted in Subarticle 108.07(b). TEMPORARY STREAM CROSSINGS. When the Contractor is required to construct temporary stream crossings, the responsibility of the Contractor as above set forth shall extend t o and include s uch structures together with t heir approaches. REPORTING ACCIDENTS. The Contractor shall submit a verbal report to the Engineer no later than the next working day a fter t heir o ccurrence a ll a ccidents o ccurring o n t he w ork w hich i nvolve t he pu blic o r t he Contractor's f orces. A ccidents in volving f atalities s hall b e ve rbally reported within ei ght h ours. The Contractor s hall f ollow t his v erbal report w ith a w ritten report w ithin t en calendar days a fter t he accident. The report shall contain complete information on the accident including names, addresses of persons involved, and names and addresses of witnesses. 107.15 Liability Insurance. The C ontractor, w ithout extra c ompensation, s hall c arry i nsurance o f t he f ollowing k inds a nd amounts in addition to any other forms of insurance or bonds required under the terms of the contract specifications. All insurance shall be by companies authorized to do business in Alabama involving these types o f i nsurance. B efore b eginning w ork, t he C ontractor s hall have o n f ile w ith t he D epartment's Bureau of Office Engineer a valid insurance certificate showing the amounts of insurance carried and ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 56 the risks covered thereby, or a copy of the policies, covering the requirements outlined herein in this Article, along with Workmen Compensation coverage, before he will be allowed to perform any work on a contract. It shall be the Contractor's responsibility to provide the information on his coverage in a timely and a cceptable m anner. Th e D epartment w ill n ot be res ponsible f or del ays o r da mages c aused by failure on his part to provide this information in a timely, acceptable manner. Certificates o f coverage s hall be o n t he Department's F orm OE-04, o r a f orm a cceptable t o the Department, t hat provides all of t he i nformation required by Form OE-04. Certificates shall have an original signature of the local (within the State of Alabama) representative of the insurance company providing coverage. The insurance coverage shall be provided on a continuous basis from the date work begins until the c ontract h as be en completed. C ertificates o f i nsurance s hall i ndicate t he po licy p eriod o f t he coverage. S hould i nsurance c overage ex pire before the w ork i s c omplete o r t he i nsurance c ompany cancels the policy (30 day notice required), work on the project for the construction firm involved will be halted until a notice of renewal of the coverage is received by the Bureau of Office Engineer. The Department will not be responsible for any delays, damages, or claims on the part of the contracting firm not providing renewal certificates in a timely and acceptable manner. If work is halted as outlined above, working time will be charged as outlined in Subarticle 108.08(a). C ONTRACTOR'S B ODILY I NJURY LIABILITY AND PROPERTY D AMAGE L IABILITY INSURANCE. The Contractor without extra compensation shall carry for himself, and shall require from all Subcontractors on the contract, until the contract is completed, with respect to the operations he or the S ubcontractors p erform, both p remises o perations a nd i ndependent contractor's c overages, contractor's bo dily injury l iability insurance p roviding f or a l imit o f n ot l ess t han $100, 000 f or a ll damages a rising o ut o f bo dily i njury t o o r dea th o f o ne person, a nd s ubject t o t hat l imit f or ea ch person, a total limit of $300,000 for all damages arising out of bodily injury to or death of two or more persons in any one occurrence. The Contractor without extra compensation shall carry for himself, and shall require from all Subcontractors on the contract, until the contract is completed, with respect to the operations he or the S ubcontractors p erform, both p remises o perations a nd i ndependent contractor's c overages, contractor's property damage liability insurance pro viding for a limit of not less than $50,000 for all damages a rising o ut o f i njury t o o r d estruction o f pr operty i n a ny o ne occurrence a nd a t otal o f $100,000 for all occurrences during the policy period. RAILROAD'S PROTECTIVE BODILY INJURY LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE. When t he contract s pecifies s uch, t he C ontractor s hall c arry i nsurance f or h imself a nd insurance in the name of the railroad company in the amounts and under the terms specified in special provisions provided in each contract; otherwise, the provisions of Subarticle 107.15(a) shall apply. AUTOMOBILE AND TRUCK BODILY INJURY LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE. The Contractor without extra compensation shall carry for himself, and shall require from all Subcontractors a nd a ll o wners o f a utomobiles o r t rucks r ented o r h ired o n t he c ontract, u ntil t he contract i s co mpleted, a utomobile a nd t ruck bo dily i njury liability a nd pr operty da mage liability insurance f or n ot l ess t han t he limits p rescribed by t he A labama F inancial Responsibility L aw. T he Contractor al so sh all c arry f or h imself i nsurance f or n on-owned a nd h ired a utomobiles a nd t ruck coverage to at least the limits prescribed by the Alabama Financial Responsibility Law. 107.16 Opening Sections of Project to Traffic. Opening o f s ections o f t he w ork t o t raffic pr ior t o c ompletion o f t he e ntire c ontract m ay be desirable from a traffic service standpoint, or may be necessary due to conditions inherent in the work, or by c hanges i n t he C ontractor's w ork s chedule, a nd may b e n ecessary du e t o conditions o r ev ents unforeseen at the time of the contract. Such openings as may be necessary due to any of the foregoing conditions s hall b e made when s o o rdered b y t he Engineer. U nder no c ondition s hall s uch o penings constitute acceptance of the work or a part thereof, or a waiver of any provisions of the contract. The plans and/or special provisions shall state, insofar as possible, which sections shall be opened prior to completion of the contract. On any section opened by order of the Engineer, whether covered on t he p lans o r i n t he s pecial p rovision o r no t, t he C ontractor s hall not b e r equired t o a ssume a ny ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 57 expense entailed in maintaining the road for traffic. Such expense shall be borne by the Department, or compensated for in a manner provided in Article 109.04. On such portions of the project which are ordered by the Engineer to be opened for traffic, in the case of unforeseen necessity which is not the fault of the Contractor, compensation for additional expense, if any, to the Contractor and allowance of additional time, if any, for completion of any other items of work on the portions of the project ordered by the Engineer to be opened in the event of such unforeseen necessity, shall be as set forth in a change order mutually agreed on by the Engineer and the Contractor as set forth herein. If the Contractor is dilatory in completing shoulders, drainage structures, or other features of the work, the Engineer may so notify him in writing and establish therein a reasonable period of time in which the work should be completed. If the Contractor is dilatory or fails to make a reasonable effort toward completion in this period of time, the Engineer may then order all or a portion of the project opened to traffic. On such sections which are so ordered to be opened, the Contractor shall conduct the remainder of his construction operations so as to cause the least obstruction to traffic and shall not receive any added compensation due to the added cost of the work by reason of opening such section to traffic. On any section opened to traffic under any of the above conditions, whether stated on the plans or in the Special Provisions or opened by necessity of Contractor's operations, or unforeseen necessity, any damage to the highway not attributable to traffic which might occur on such section (except slides) shall be repaired by the Contractor at his expense. Slide corrections performed by the Contractor shall be compensated for in accordance with the provisions of Article 210.10. 107.17 Contractor's Responsibility for Work. Until final written acceptance of the project by the Engineer, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part thereof by the action o f t he el ements o r f rom a ny o ther c ause, whether a rising f rom t he ex ecution o r f rom t he nonexecution of the work. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear t he expense thereof except damage to t he work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other phenomenon of nature, or acts of the public enemy or of governmental authorities. Where a roadway is open to traffic, damage caused by public traffic to any acceptably installed permanent i tem(s) o f w ork s hall be repaired by t he C ontractor before f inal acceptance. D amage t o portable impact attenuators shall be repaired by the Contractor as necessary. If the damage to these items w as n ot c aused by t he f ault o r negligence of t he C ontractor, t hen t he C ontractor w ill be compensated for the repair work either at the contract unit bid price(s) of the original item(s) of work or as extra work, as determined by the Engineer. In c ase o f s uspension o f work, t he C ontractor s hall b e responsible f or t he p roject, provide f or normal drainage a nd s hall er ect a ny necessary t emporary s tructures, s igns, o r o ther f acilities a t his expense. D uring s uch period o f s uspension o f w ork, t he C ontractor s hall pr operly a nd c ontinuously maintain in an acceptable growing condition all living material in newly established plantings, seedings, a nd s oddings f urnished under his contract, a nd shall t ake a dequate precautions t o protect new tree growth and other important vegetative growth against injury. 107.18 Furnishing Right-Of-Way. The Department will be responsible for the securing of all necessary rights-of-way in advance of construction. Any exceptions will be indicated in the contract. 107.19 Personal Liability of Public Officials. In carrying out any of the provisions of these specifications, or in exercising any power or authority granted to them by or within the scope of the contract, there shall be no liability upon the Director, Engineer, o r t heir a uthorized representatives, either pe rsonally o r a s o fficials o f t he S tate, i t being understood that in all such matters they act solely as agents and representatives of the State. 107.20 No Waiver of Legal Rights. Upon completion of the work, the Department will expeditiously make final inspection and notify the C ontractor o f a cceptance. Such f inal a cceptance a nd pro cessing o f t he f inal es timate, however, shall not preclude or estop the Department from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Department be precluded or estopped from ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 58 recovering f rom t he C ontractor o r h is s urety, o r bo th, s uch o verpayments a s i t m ay s ustain, o r by failure on the part of the Contractor to fulfill his obligations under the contract. A waiver on the part of the Department of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Department for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Department's rights under any warranty or guaranty. 107.21 Stormwater Management. PROTECTION OF PROJECT SITE AND ADJACENT PROPERTY. The C ontractor shall perform the w ork w hile protecting the pr oject site and adjacent property from contaminated stormwater runoff. The requirements given in Section 665 shall apply to all work regardless of whether or not any of the pay items of Section 665 are included in the contract. When a pa y i tem i s n ot i n t he c ontract f or a n i tem o f t emporary e rosion c ontrol, a nd t he w ork i s deemed n ecessary by t he E ngineer, t he w ork w ill be paid f or a s E xtra W ork. I t i s t he contractor’s responsibility to minimize the introduction of and f acilitate the removal of s ediment, nutrients, and other pollutants in stormwater runoff originating within the ALDOT right of way. The quality of waters originating off of the right of way and entering the project site shall not be diminished as they flow through and leave the site. BEST MANAGEMENT PRACTICES. The Contractor s hall implement and maintain appropriate structural and nonstructural Best Management Practices (BMPs) for the prevention and control of nonpoint sources of pollutants, e.g., sediment, oil & grease, chemicals, etc., during project construction. The Contractor shall abide by the regulations give n i n t he Alabama D epartment o f E nvironmental M anagement ( ADEM) Administrative Code applicable to construction stormwater and the National Pollutant Discharge Elimination System (NPDES) General Permit. NPDES NOTICE OF INTENT. A Project Note will be shown on the plans to indicate that a Notice of Intent (NOI) for NPDES permit c overage h as be en f iled w ith A DEM a nd t he a vailability o f a C onstruction B est M anagement Practices P lan f or t he project. Th e NOI i s a n a pplication f iled w ith ADEM re questing NPDES registration. When a NOI is required, the Alabama Department of Transportation will be the OWNER of record w ith A DEM f or t he N OI. T he C ontractor s hall b e th e OP ERATOR a nd s hall c omply w ith a ll requirements of the NOI. When the project is sponsored by a Local Public Agency (LPA), the Contractor shall be the OPERATOR and the LPA will be the OWNER of record. The Contractor shall be responsible for obtaining applicable NPDES permit coverage through ADEM for all material pits, waste areas, plant sites, haul roads and other off-site areas selected by the Contractor to construct the project. Copies of the written acknowledgement from ADEM verifying that permit c overage h as been o btained s hall b e f orwarded t o t he Engineer a s part o f t he C ontractor’s Stormwater Management Plan before ground is disturbed in these areas. INSPECTIONS AND CORRECTIVE ACTIONS 1. DAILY OBSERVATIONS. The Contractor’s Qualified Credentialed Inspector (QCI) and the Project QCI shall perform daily observations of discharge points and areas of the project where the ground is disturbed and r ecord ra infall m easurements a nd w eather i nformation. I f a ny previously u ndocumented B MP deficiencies or a substantial visual contrast between stormwater discharge and the receiving water is observed, then a formal inspection report is required. 2. SITE INSPECTIONS. When a N OI h as been f iled f or t he project, f ormal i nspections s hall be made by t he Contractor's and the Department's QCIs. Project site inspections of the BMPs shall be made by the QCIs at l east o nce p er w eek o r a fter t he a ccumulation of 3/4 i nch {75 m m} o f r ainfall w ithin 24 hours, whichever occurs first. These project site inspections shall be i nitiated as soon as possible and within 24 hours of resuming work on the project and shall be completed no later than 5 days after the rain event. Inspection Certification Reports and Noncompliance Notification Reports (if warranted) will be entered into the Department's Stormwater Permit Tracking System by the Department’s QCI. ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 59 Water sampling and testing will be performed by Department personnel when directed by the Engineer or as required by the NPDES General Permit. For projects where ALDOT is not the OWNER of the NOI, such as those sponsored by a LPA, project site inspections shall be made after the accumulation of 3/4 inch {75 mm} rainfall within 24 hours or as required by the LPA. Any required water sampling and testing for such projects shall not be the responsibility of nor performed by ALDOT. 3. QCP SITE EVALUATIONS. The Project Qualified Credential Professional (QCP) shall perform a site evaluation every six months or more frequently if necessary. This evaluation shall be an onsite inspection of all erosion and s ediment c ontrol b est m anagement pr actices bei ng i mplemented f or a dequacy a nd c onsistency with site conditions and shall be a review of the to ensure proper maintenance. 4. CORRECTIVE ACTIONS. If an inspection reveals a “needs improvement” or “sediment loss” condition, immediate corrective action shall be taken by the Contractor and completed prior to the next storm event but no later t han 5 da ys a fter t he i nspection u nless prev ented by u nsafe w eather c onditions. A dditional inspections shall be performed as needed until the observed deficiency can be documented as being corrected and in compliance with the ADEM permit. This corrective action may require a suspension of all operations until the project is in compliance. Any da mage t o pro perties a djacent t o t he project site du e t o t he C ontractor’s a cts, omissions, m isconduct, o r ne gligence i n t he a rea of s tormwater m anagement s hall be r estored i n accordance with the requirements given in Article 107.12. Any fines assessed the OWNER ("OWNER" as defined i n S ubarticle 1 07.21(c)) by A DEM du e t o t he C ontractor's c ontractor a cts, o missions, misconduct, or negligence shall be reimbursed to the OWNER by the Contractor. NPDES PERMIT TERMINATION. The C ontractor s hall b e r esponsible f or s tormwater ru noff c ontrol o n t he p roject until t he stormwater permit is terminated or 30 calendar days after the OWNER’s request for termination has been processed, whichever is less. The OWNER will request termination of the permit within 10 days of acceptance of the project for maintenance. 107.22 Environmental Protection and Spill Prevention. The C ontractor s hall c omply with a ll Fe deral, S tate an d local l aws an d r egulations c ontrolling pollution o f t he en vironment. Th e C ontractor s hall a lso t ake a ll r easonable precautions t o pr event pollution of streams, lakes, ponds, reservoirs and other waters of the State with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. The C ontractor s hall c omply w ith a ll A DEM a nd local a ir p ollution c ontrol programs w ithin t he State, a nd t heir rules a nd r egulations r egarding a ir po llution m atters, es pecially " open b urning", "fugitive dust", and "asphalt batching plant" restrictions. A valid permit for "open burning" or operation of a n " asphalt ba tching pl ant" w ill b e r equired f rom t he a ir po llution c ontrol agency w ithin w hose jurisdiction the work is to be performed before such operations will be allowed. Construction a nd w orker de bris s hall not b e exposed t o precipitation o r s tormwater. All construction and w orker debris (trash, g arbage, discarded construction materials, e tc.) s hall be immediately removed and disposed of in an approved manner. The Contractor shall minimize t he discharge of pollutants from equipment and vehicle washing, wheel wash water, concrete washout, and other wash waters. Prior to discharge, all wash waters and dewatering discharges shall be captured and treated. When t he C ontractor's o perations en counter o r ex pose a ny a bnormal, o r po tentially a bnormal, condition which may indicate the presence of a hazardous and/or toxic waste, such operations shall be discontinued in the vicinity of the abnormal condition and the Engineer shall be notified immediately. The presence of barrels, discolored earth, metal, wood, visible fumes, abnormal odors, excessively hot earth, s moke o r a nything else w hich a ppears a bnormal may b e i ndicators of hazardous and/or toxic wastes and shall be treated with extraordinary caution. The C ontractor s hall no t resume o perations i n t he v icinity o f t he a bnormal c ondition u ntil s o directed by the Engineer. Disposition of the hazardous and/or toxic waste shall be made in accordance with t he re quirements a nd reg ulations o f t he A labama De partment o f E nvironmental M anagement, these specifications, and as directed by the Engineer. Where t he C ontractor p erforms w ork necessary t o di spose o f h azardous an d/or t oxic w aste, payment will be made at the unit prices for pay items included in the contract which are applicable to ---PAGE BREAK--- SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 60 such work. When the contract does not include such pay items, payment will be made as provided in Article 109.04 for extra work. The Contractor shall submit to the Engineer and implement a Spill Prevention Control and Counter Measures (SPCC) Plan for all fuel or chemical storage tanks or facilities located on ALDOT right of way. The SPCC shall be submitted in accordance with the regulations given in the ADEM Administrative Code and t he N PDES General Permit. T he C ontractor s hall m aintain o n-site, o r h ave r eadily av ailable, sufficient o il a nd g rease absorbing m aterial a nd f lotation bo oms t o c ontain a nd clean up f uel o r chemical s pills a nd leaks. S oil c ontaminated by paint o r c hemical s pills, o il s pills, e tc., s hall b e immediately cleaned up or be removed and disposed of in an approved manner. 107.23 Temporary Construction Encroachment into Streams, Water Bodies and Wetlands. Temporary encroachment into streams, water bodies and wetlands may be shown as a part of the contract requirements if the encroachment is necessary for the completion of the work. A Contractor shall submit a request for all other temporary encroachments into streams, water bodies and wetlands if t he e ncroachment is not pro hibited by r equirements g iven i n t he c ontract. R equests s hall be submitted for proposed temporary stream crossings, temporary water diversions, and temporary work bridges and platforms. A request for a temporary encroachment shall be submitted as an attachment to the Contractor’s Stormwater M anagement Plan t hat i s s ubmitted f or rev iew a nd a cceptance. Th e s ubmittal o f t he request shall contain the following: - A drawing of the proposed encroachment including a dimensioned plan view and elevation view depicting the location and distances from proposed and existing structures. - The dr awing s hall a lso i nclude d etails a nd di mensions o f t he pi pes, bri dges, o r o ther facilities allowing the passage of water. It shall be the responsibility of the Contractor to ensure the opening under or through the drainage facilities is adequately sized to allow for normal seasonal flows. - A description of the sequence of placement and eventual removal of any temporary fill. - The type and estimated volume in cubic yards {cubic meters} and tons {metric tons} of any fill material proposed to be placed. - Provisions req uired t o p revent f ill f rom being er oded a nd m easures f or r ecovering a nd removing any fill material that is eroded. - A description of how water quality will be protected during the encroachment. US A rmy C orps o f E ngineers o r o ther regulatory a pproval a nd n otice m ay b e r equired f or t he encroachment into streams, water bodies and wetlands. Corps of Engineers approval that is not given to the ALDOT or to the County holding the Nationwide Permit for the project will not be accepted as being adequate regulatory authorization for the encroachment. All encroachments into streams, water bodies and wetlands shall be done in accordance with the requirements o f r egulatory pe rmitting, a pprovals a nd conditions. Encroachments s hall b e done i n a manner t hat w ill mi nimize t he a dverse a ffect o n the quality o f t he w ater. M aintenance s hall b e performed as necessary to ensure water passage and to ensure that neither fill nor water is contaminated by equipment fluids or by loose materials falling from equipment. The methods and materials proposed for temporary encroachments into streams, water bodies and wetlands and the protection of water quality during an encroachment shall be done by the Contractor with no direct payment unless shown otherwise on the plans. 107.24 Permits for Pesticide Application. All pesticide (including herbicide) applications shall be done under the on-site, direct supervision of a person possessing a Commercial Pesticide Application Permit and a Professional Services Permit (turf a nd o rnamentals category) o r a C ommercial A pplicator P ermit a nd a C ustom Applicator P ermit (right-of-way pest control category) issued through the A labama Department of Agriculture and Industries. Proof o f t he p ossession o f t hese per mits s hall b e f urnished t o t he E ngineer pr ior t o t he commencement o f w ork. A ny w ork per formed w ithout t he o n-site, di rect s upervision o f t hese permitted individuals will be subject to rejection by the Engineer. ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 61 SECTION 108 PROSECUTION AND PROGRESS 108.01 Subletting and Assignment. SUBLETTING. 1. LIMITATIONS OF THE EXTENT OF SUBLETTING. The Contractor shall not sublet the contract or any portion thereof, or of his right, title, or interest therein, without written consent of the Engineer. If such consent is given, the Contractor will be permitted to sublet a portion of the work, but shall perform with his own organization, work amounting to not less than 30 percent of the total contract cost. A Contractor that does not perform at least 30 percent of the work with his own organization may be disqualified from further bidding and may not be approved for work in any role or capacity on an ALDOT project. Upon d efault o f t he C ontractor, t he s urety w ill b e permitted t o h ave a ll o f the w ork performed under sublet approval. Work pe rformed w ithout sublet a pproval w ill b e designated a s unauthorized w ork a s noted in Article 105.11. Any i tems designated i n t he c ontract a s " specialty i tems" ma y be performed b y subcontract and the cost of such specialty items performed by subcontract may be deducted from the total cost before computing the amount of work required to be performed by the contractor with his own organization. No subcontracts, or transfer of contract, shall relieve the Contractor of his liability under the contract and bonds. The Department reserves the right to disapprove a request for permission to sublet when the p roposed Subcontractor has bee n di squalified f rom bi dding f or t hose r easons listed i n Subarticle 102.02(b). 2. SUBCONTRACTOR'S STATUS. A Subcontractor shall be recognized only in the capacity of an employee or agent of the Contractor and his removal may be required by the Engineer, as in the case of an employee. ASSIGNMENT. The performance of the contract may not be assigned, except upon the written consent of the Director. Consent will not be given to any proposed assignment which would relieve the original Contractor or his surety of their responsibilities under the contract nor will the Director consent to any assignment of a part of the work under the contract. The C ontractor m ay assi gn moneys du e o r t o bec ome du e h im u nder t he c ontract, i f s uch assignment is approved by the Director, to the extent permitted by law, but any assignment of moneys shall be subject to all proper set-offs in favor of the Department and to allow deductions provided for in the contract and particularly all money withheld, whether assigned or not, shall be subject to being used by the Department for the completion of the work in the event that the Contractor should be in default therein. An a ssignment by o perations o f l aw o r a ssignment f or t he ben efit o f c reditors, o r t he bankruptcy of the Contractor, shall not vest any right in this contract in the Trustee in bankruptcy, the Contractor's creditors, or the agent of the creditors. In no case will the Department make the warrant payable to anyone other than a party to the contract a nd; t herefore, i f t he c ontractor a ssigns t he proceeds o f his c ontract t o a ba nk o r o ther individual o r company, approval of the assignment by the Director only constitutes an agreement to make the warrants payable to the contractor and f or it to be m ailed to t he address of the party to which the contract is assigned. 108.02 Notice to Proceed. GENERAL. A n otice t o pr oceed s hall be i ssued by t he E ngineer w ithin 1 5 c alendar da ys a fter f inal execution of the contract by the Director and approval by the Governor, unless both parties agree in writing to a stipulated extension in time for the issuance of a notice to proceed. Unless the Contractor is o therwise n otified in w riting, it s hall be u nderstood t hat t he m ailing or the de livery t o t he Contractor or his authorized agent, of a copy of the executed and approved contract and bonds or the mailing of written notice by the Engineer or receipt of telegraphic notice from the Engineer, that the contract has been approved by the Governor, shall constitute the notice to proceed. If the Contractor ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 62 is notified in writing that none of the above shall constitute notice to proceed, he shall not commence work until receipt of a written notice to proceed signed by the Engineer. TIME OF BEGINNING WORK. Unless o therwise di rected i n w riting by t he E ngineer, t he C ontractor w ill be ex pected t o begin work within 15 calendar days after issuance of notice to proceed. 108.03 Progress Schedule of Operations. Prior t o t he P reconstruction C onference, t he C ontractor s hall s ubmit a s atisfactory, comprehensive bar graph schedule of operations to the Division Engineer on all projects which have a contract time in excess of 90 working days or 180 calendar days. This schedule shall be on Form C-10 furnished by the Department at the time of contract award. Said schedule of operation shall provide a bar for each major phase of construction such as, but not limited to, clearing and grubbing, grading, drainage structures, bridges, base, shoulders, paving, etc. with an estimated start and completion date for ea ch bar a nd a n o verall p roject c ompletion da te, a ll w ithin t he s pecified c ontract t ime. The Engineer m ay o rder the s ubmittal o f a bar g raph s chedule o f o peration o n a ny p roject w hich has a contract time less than that specified above should he deem such necessary for project control. A revised bar graph schedule and completion update may be req uired within ten days of the occurrence o f a ny o ne o f t he f ollowing c onditions: ( 1) a t ea ch m ajor c hange f rom t he o riginal submitted, w hen a t ime ex tension i s g ranted, a nd w hen a r evised ba r g raph s chedule i s requested by the Engineer. When a Critical Path schedule is required in the proposal, this schedule will be used in lieu of the bar graph schedule of operation in evaluating work progress. In such case, the same time frame noted in this Article for the original submittal along with the update requirements will apply. The Engineer's a pproval o f t he a forementioned S chedule o f O perations do es n ot w aive a ny contract requirements. 108.04 Prosecution of Work. PRECONSTRUCTION CONFERENCE. The C ontractor a nd S ubcontractors s hall a ttend a p reconstruction conference s cheduled by the Engineer and shall be prepared to describe how the work will be prosecuted. The preconstruction conference will be held after the award of the contract and prior to the commencement of any field work on any contract pay item. SOIL EROSION AND STORMWATER MANAGEMENT. 1. COMPLIANCE AND PROGRESS. If the Contractor fails to comply with the requirements given in the Erosion and Sediment Control Plan (ESCP), the Construction Best Management Practices Plan the accepted Stormwater Management Plan (SWMP) or the di rections of the Engineer, t he Engineer may order the Contractor to discontinue all operations except the work involved in erosion control until the requirements are met. Failure of the Engineer to observe the work of the Contractor does not relieve the Contractor of responsibility for the prevention of soil erosion and the control of sediment. Should r egulatory enforcement a ctions o r c omplaints o f da mage t o pu blic o r pri vate property a rise f rom s ediment leaving A LDOT r ights o f w ay, t he C ontractor s hall pa rticipate i n t he investigation, reporting and mitigation that is required to address these actions and complaints. The Contractor shall obtain professional services that may be required to assist with the mitigation. The Contractor will only be reimbursed for the portion of the cost of the mitigation work that the Engineer determines s hould be pa id f or by t he D epartment. Th e C ontractor i s n ot ex pected t o m ake di rect response to regulatory agencies when the Contractor is not listed by name on the permit for the work. The i nstallation o f t emporary s oil ero sion a nd s ediment c ontrol B MPs s hall b e do ne i n coordination w ith t he i nstallation o f t he pe rmanent er osion control f eatures t o a ssure ef fective continuous e rosion c ontrol t hroughout t he life o f t he project. T he C ontractor w ill be r equired t o construct, install and maintain all permanent erosion control features as grading advances. 2. MANUFACTURER RECOMMENDATIONS FOR MANUFACTURED DEVICES. The Contractor shall furnish the manufacturer's recommendations for material selection, installation a nd m aintenance o f a ny m anufactured BMP o r manufactured c omponent o f a B MP. T his information s hall be provided t o t he E ngineer prior t o a ny m anufactured B MP o r c omponent being installed. ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 63 3. STORMWATER MANAGEMENT PLAN. The c ontractor s hall p repare a S tormwater M anagement P lan (SWMP). Three c opies o f the SWMP shall b e s ubmitted t o t he D ivision C onstruction Engineer pr ior t o t he pr econstruction conference. The SWMP shall provide sequences and details of all erosion and sediment control work, clearing a nd g rubbing o perations, g rading o perations a nd o perations es tablishing pe rmanent erosion control features. The SWMP shall include operational details and personnel and equipment that will be dedicated t o i mplementing the plan a t a ll p hases o f t he w ork. W ritten a cknowledgement o f NPDES permit c overage f rom A DEM a nd o ther re quired c learances a nd a cknowledgements required by Subarticle 106.01(b) for any offsite waste areas or pits should be included in the SWMP. The details for proposed temporary encroachments into streams, water bodies and wetlands and requests to store fuel tanks on ALDOT right of way should also be included in the SWMP. The S WMP i s re quired f or a ll projects regardless of t he t ype o f w ork, f unding o r regulatory permitting. The SWMP is required for all projects regardless of whether or not an “Erosion and S ediment C ontrol Pl an” i s s hown i n t he p lans. W ork m ay no t b egin unt il t he S WMP ha s b een accepted as complete by the Engineer. An electronic SWMP template provided by ALDOT shall be used to create the submitted plan. Submitted will not be considered complete if the provided template has been modified. 4. FUEL TANKS. Any re quests t o s tore a f uel t ank o n t he pro ject right o f w ay s hall be included i n t he SWMP along with a Spill Prevention Control and Countermeasures (SPCC) Plan as shown to be required in Subarticle 107.22. The use of onsite fuel storage tanks will not be allowed if this is shown to be prohibited on the plans. 5. EROSION AND SEDIMENT CONTROL PLAN. When a n “ Erosion a nd S ediment C ontrol P lan” (ESCP) i s i ncluded i n t he plans, t he Contractor s hall c omply with t he r equirements o f t he d esign d etails a s s hown. The ESCP may b e modified by the accepted SWMP or by the Engineer as conditions warrant. BMPs shall be installed in an effective m anner a nd a t all locations di rected o r permitted by t he Engineer r egardless o f t he BMP quantities and locations depicted on the ESCP. 6. QUALIFIED CREDENTIALED INSPECTOR. The C ontractor s hall a ssign a Q ualified C redentialed Inspector (QCI, c ertified by ADEM and verified by ALDOT) to each project. ADEM certification and ALDOT verification will not be required for t he C ontractor QCI a ssigned t o br idge c oating pro jects w here t here i s n o po tential f or g round disturbance and no potential for the project to be c onsidered a significant source of pollutants to a waterbody of the State. The name, phone numbers and credentials of this person shall be included in the SWMP presented prior to the preconstruction conference and whenever a substitute Contractor QCI is requested by the Contractor. The Contractor QCI shall have full authority for the implementation of the SWMP. Along with other duties, the Contractor QCI shall: - be a ssigned t he a uthority b y t he C ontractor t o mo bilize c rews t o ma ke i mmediate repairs to controls during working and non working hours; - inform t he C ontractor’s s uperintendent a nd m anagement o f a ll s tormwater r elated issues; - inspect BMPs on a daily basis to ensure that all controls are in place at all times and ensure conformance with the contract documents; - be k nowledgeable o f t he l ocation a nd c ondition of a ll di scharge po ints w ithin t he project limits; - guide a nd di rect t he C ontractor’s f orces d uring the installation, m aintenance a nd correction of all BMPs; - accompany ADEM a nd ALDOT i nspectors o n a ll regulatory stormwater inspections described in Section 107; - work w ith t he pr oject personnel t o en sure t hat any u nsatisfactory o r n oncompliant issues are addressed in a timely manner. There will be no direct compensation for the assignment of a Contractor QCI to the project. Having a QCI certified Superintendent is encouraged and is to the benefit of both the Contractor as well as ALDOT. 7. STORMWATER MEETING. A Stormwater meeting shall take place after the preconstruction conference and prior to the beginning o f w ork. T his m eeting s hall t ake p lace a t t he project s ite. A ttendees s hould i nclude ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 64 ADEM r epresentatives, A LDOT construction p ersonnel including t he D ivision S tormwater C oordinator, the Contractor’s QCI, the Contractor’s superintendent and any subcontractors that will be involved in clearing, earthwork, s eeding o r er osion a nd s ediment c ontrol o perations. The ESCP, t he S WMP, clearing limits and sequence of construction shall be among items discussed. Project discharge points, adjacent p roperty a nd w ater bo dies s hould be o bserved a nd discussed during t his m eeting. A ny existing s torm w ater p roblems o r i ssues should a lso be di scussed a nd do cumented. T he C ontractor shall notify all subcontractors of this meeting. ALDOT will notify all applicable regulatory agencies. 8. LIMIT OF EXPOSURE OF ERODIBLE MATERIAL. No more than 17 acres {7.0 ha} of erodible material shall be exposed at any time unless otherwise indicated on the plans. If it is noted on the plans that the area of erodible material will be allowed to be greater than 17 acres {7.0 ha}, the Contractor will be allowed to increase this area up to the maximum shown, provided it is included as part of the SWMP. If an a llowable increase i n t he limit of exposed erodible material is not shown on the plans, consideration for increasing this limit will be given upon written request and presentation of an acceptable justification for the increase. The w ritten request s hall include an operation plan ("mass haul" diagram) and shall be included in the SWMP submitted prior to the Preconstruction Conference. Any SWMP that includes increased acreage from the amount allowed shall be forwarded to the State Construction Engineer for review and approval. Any approval to increase the area of exposure, including that shown on the plans, will be rescinded i f a dequate er osion a nd s ediment c ontrol m easures a re n ot satisfactorily i nstalled an d maintained. After being cleared, final required stabilization must be installed or applied and erosion be controlled to the maximum extent practicable to be considered stabilized. Requests for approval for unnecessary clearing will be considered only if provisions for erosion and sediment control are proposed to be implemented at the Contractor’s expense. NOTICE OF INTENTION TO START WORK. The Contractor shall give the Engineer definite notice of his intention to start work at least 72 hours in advance of beginning work and at least 24 hours in advance of beginning particular features of construction, such as driving piles, placing concrete, et cetera. Should prosecution of the work be discontinued by the Contractor with the consent of the Engineer, the Contractor shall give the Engineer at least 48 hours notice in writing before resuming operations. CONTINUOUS PROSECUTION OF THE WORK. The Contractor shall prosecute the work continuously and diligently in the order and manner set out in his schedule or prescribed by the Engineer. He shall provide sufficient satisfactory materials, labor, a nd eq uipment t o g uarantee t he completion o f t he p roject i n a ccordance w ith t he p lans a nd specifications within the time specified in the contract. Should t he C ontractor f ail t o m aintain a s atisfactory ra te o f pr ogress, t he Engineer w ill require that additional forces and equipment be placed on the work to bring the project up to schedule and maintain it at that level. Failure to maintain the quality and progress of the work shall be cause for the Engineer to withhold all estimates which a re o r may b ecome d ue, until s atisfactory quality a nd progress are maintained; or the contract may be annulled as provided in Article 108.12. UNSATISFACTORY PROGRESS. Should the Contractor fail to maintain a satisfactory rate of progress in performance of the work, prior to expiration of the contract, the following regulation shall apply: After preparation of the Contractor's estimate, the Department will review the progress of the work. The dollar amount of the work performed will be the total dollar amount that has been paid minus the dollar amount of partial payments for stored materials. The percentage of work performed will be based on the dollar amount of work performed and the total contract amount. This will be compared to the percentage of contract time elapsed. If the percentage of the work performed, as compared to the percent of contract time elapsed, is behind by more than 25 percentage po ints, a w arning n otice o f po ssible di squalification w ill b e s ent t o t he C ontractor by certified m ail, ret urn r eceipt re quested (appropriate c redit w ill b e a llowed f or a ny ex tension previously approved in conformity with Article 108.09). Said warning notice will note the unsatisfactory progress revealed by the computation and that ten days will be allowed from the date of receipt of the warning in which to bring his progress within the allowed 25 percent, complete the project, or furnish acceptable reasons w hy h e s hould not b e give n a f inal notice o f disqualification. A t t he e nd o f t he 10-day period, if t he Contractor's progress is not within t he a llowed percentage, nor has acceptable ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 65 reason b een f urnished t o w aive f inal d isqualification, the D epartment w ill issue a f inal notice o f disqualification. 108.05 Limitation Of Operation. The Contractor shall conduct the work at all times in such a manner and in such sequence as will insure the least interference with traffic. He shall have due regard to the location of detours and to the provisions f or h andling t raffic. T he Engineer m ay r equire t he Co ntractor t o f inish a s ection o n which work is in progress before work is started on any additional section if the opening of such section is essential to public convenience. 108.06 Character of Workmen, Methods, and Equipment. The C ontractor s hall a t a ll t imes em ploy s ufficient l abor a nd equipment f or pro secuting t he several classes of work to full completion in the manner and time required by these specifications. All workmen shall have sufficient skill and experience to perform properly the work assigned to them. Workmen engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform all work properly and satisfactorily. Any p erson employed by the C ontractor o r by a ny S ubcontractor w ho, i n t he o pinion o f t he Engineer, does not p erform his w ork i n a proper a nd s killful manner o r i s i ntemperate o r disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or Subcontractor employing s uch person, a nd s hall no t a gain be e mployed i n a ny portion o f the w ork w ithout t he approval of the Engineer. Should the Contractor fail to remove such person or persons as required above, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment w hich i s pr oposed t o be used o n t he w ork s hall b e o f s ufficient s ize a nd i n s uch mechanical condition a s t o m eet r equirements o f t he w ork a nd t o p roduce a s atisfactory qu ality o f work. E quipment us ed o n a ny p ortion o f t he p roject s hall be s uch t hat no i njury t o t he roadway, adjacent property, or other highways will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the construction are not prescribed in the contract, the Contractor i s free to use any methods or equipment that he demonstrates to the satisfaction of the Engineer will accomplish the contract work in conformity with the requirements of the contract. When t he contract s pecifies t he u se o f c ertain m ethods a nd equipment, s uch m ethods a nd equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than those specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and the reasons for desiring to make the change. If approval is given, it w ill be o n t he c ondition that the Contractor will b e f ully responsible f or producing w ork in conformity with contract requirements. If, after trial use of the substituted methods of equipment, the Engineer det ermines t hat the w ork p roduced do es not m eet c ontract r equirements, t he C ontractor shall discontinue t he use of t he s ubstitute m ethod or eq uipment a nd s hall complete t he remaining construction w ith t he s pecified m ethods a nd eq uipment. Th e C ontractor s hall r emove t he d eficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may di rect. N o c hange w ill b e m ade i n ba sis o f pa yment f or the c onstruction i tems i nvolved no r i n contract time as result of authorizing a change in methods or equipment under these provisions. 108.07 Temporary Suspension of Work. AUTHORITY TO SUSPEND. The Engineer shall have the authority to suspend the work wholly or in part by written order to the Contractor for such period or periods as he may deem necessary due to either of the following reasons: 1. Failure o n the part o f t he C ontractor t o c arry o ut o rders g iven o r t o pe rform a ny provision of the contract in which case time will be charged and no time extension will be granted, or 2. Unsuitable w eather o r o ther es sential c onditions o f a h ighly u nusual o r unpredictable nature which he considers unfavorable for the suitable prosecution of the work in which case either time charges will be suspended or a time extension will be granted. Upon s uspension, t he w ork s hall be pu t i n p roper a nd s atisfactory condition, carefully covered and properly protected, as directed by the Engineer. Reference is made to Article 105.13. ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 66 LEGAL STOPPAGE OR TERMINATION. Should t he progress o f t he w ork be s topped by a temporary i njunction, c ourt r estraining order, process of judgment of any kind directed to either of the parties hereto, then such period of delay will not be charged against the contract time. The State shall not be liable to the Contractor for the said legal delays of 120 calendar days or less, or for termination of the contract because of a legal order except as provided in Subarticle 108.14(b). Consideration will be given to properly documented added costs for a legal delay in excess of 120 calendar days, if submitted in accordance with Section 110, Claims. If a herein noted delay is of such duration as not to be in the best interest of the State, as determined by t he D irector, h e m ay, by w ritten o rder, t erminate t he c ontract i n t he s ame manner prescribed in Subarticle 108.14(c) for termination of a contract. AUTOMATIC TIME SUSPENSION. Time w ill be s uspended on c alendar day pr ojects du ring pe riods w hen no w ork c an b e performed on the project due to operational check periods or seasonal limitations when such periods are r equired b y t he s pecifications. Ti me w ill a lso be s uspended f or s pecification m andated c uring periods f or p lacement o f permanent traffic s tripe when a ll o ther w ork has bee n completed a nd t he traveling public has full use of the highway. SUSPENSION CONSIDERATIONS. If the performance of all or any portion of the work is suspended or delayed by the Engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the Contractor believes that additional compensation and/or contract time is due as a r esult of such suspension or delay, the Contractor shall submit to the Engineer in writing a request f or a djustment w ithin s even c alendar da ys o f r eceipt o f t he n otice t o res ume w ork. T he request shall set forth the reasons and support for such adjustment. Upon receipt, the Engineer will evaluate the Contractor's request. If the Engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the Contractor, i ts suppliers, or s ubcontractors a t a ny approved t ier, a nd n ot c aused b y w eather, t he Engineer w ill make a n a djustment (excluding profit) a nd modify t he contract in w riting a ccordingly. The E ngineer w ill notify t he C ontractor o f hi s determination w hether o r n ot a n a djustment o f t he contract is warranted. No contract adjustment will be allowed unless the Contractor has submitted the request for adjustment within the time prescribed. No c ontract a djustment w ill b e a llowed u nder t his c lause t o t he ex tent t hat performance would have been suspended or delayed by any other cause, or for which an adjustment is provided for or excluded under any other term or condition of this contract. 108.08 Determination of Contract Time. GENERAL. The number o f w orking d ays o r c alendar da ys a llowed o r t he c alendar date s pecified f or completion of the work included in the contract will be fixed by the Department, will be stated in the proposal and contract, and will be designated as the contract time. BEGINNING AND END OF CONTRACT TIME. Contract t ime c harges s hall b egin w hen t he C ontractor beg ins w ork o n a pa y i tem o r o n incidental work that will interfere with traffic, but in no case later than 15 calendar days after date of issue of "notice to proceed." Time charges shall end upon satisfactory completion of all pay items in the contract. DAYS WORK NOT PERMITTED. The C ontractor s hall not per mit w ork o n a ny pa y i tem t o be do ne o n S undays a nd t he following holidays: National Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day, except with written permission of the Engineer. STATEMENT AND TIME CHARGES. 1. CONTRACTS ON A WORK DAY BASIS. For projects on a working day basis, the Engineer will furnish the Contractor a time statement for the preceding month. This time statement will show the number of working days charged as outlined in t he definition of Working Day in Subarticle 101.01(b), t he number of working days in the contract, and the number of working days remaining to complete the contract. ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 67 Under the provisions of Article 105.01, the Engineer will determine the controlling item or items of work based on consideration of the Contractor's approved Schedule of Operations and the operations that should be in progress at the time t o provide for the orderly completion of the work within the contract time. Consideration to not charging time will be given when delays of six hours or more occur when the causes for delays may be due to, but not restricted to the following: 1. Unavoidable c auses b eyond t he c ontrol o f t he Contractor, w ithout f ault o r negligence on his part. 2. Contractor's proof (in form of letters from suppliers) of inability to obtain materials due to a regionwide shortage of such materials. 3. Failure on t he part of a utility company to diligently perform work not under the control of the Contractor. 4. Acts of the Department. 5. Recovery Time. 6. Strikes. A w orking d ay w ill not b e c harged w hen t he placement o f ho t m ix a sphalt i s t he controlling item of work and the start up operation is in an adjustment period unless the plant resumes production. Upon receiving the time statement, the Contractor shall review the statement and compare the time charges with his records. If the Contractor disagrees with the time charges on the statement, he shall file a written protest setting forth the reasons why he considers the time s tatement i ncorrect. The C ontractor i s e ncouraged t o f ile a ny s uch pro test a s s oon a s po ssible after receiving the time statement. 2. CONTRACTS ON A CALENDAR DAY OR DATE BASIS. For pro jects o n a calendar d ay or c alendar d ate basis a si milar st atement w ill be furnished the Contractor indicating the number of calendar days remaining in the contract. 108.09 Extension of Contract Time. GENERAL. An extension of contract time will be granted in the event the total cost of the completed work ex ceeds t he t otal contract bid p rice. F or t he purpose o f t his i tem, t he following costs w ill be excluded from the computation for total cost: - supplemental agreements, regardless of whether or not time extensions are allowed on the agreements ; - bituminous material price adjustments; - adjustments due to the cost of construction fuel for HMA production; - liquidated damages; - incentive or disincentive payments; - price adjustments for pavement rideability; - compensation for delay claims. The extension of contract time shall be in the same ratio as the increase in the total cost. If t he C ontractor f inds i t impossible f or rea sons b eyond h is c ontrol t o complete t he w ork within the contract time as specified or as extended in accordance with the provisions of this Article, he may at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth therein the reasons which he believes will justify the granting of his request. T he Contractor's plea t hat insufficient time was specified is not a valid reason for extension of time. If t he Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect the same as though it were the original time for completion. If the Contractor disagrees with the decision of the Construction Engineer, he may appeal directly, in writing, to the Director. The Director shall have final authority to approve or disapprove the request for an extension of time. The Director may, at his discretion, refer the appeal to the Claims Committee for a recommendation before making his decision. Reference is made to Section 110, Claims. Time extension requests will not be referred to the Claims Appeal Board. CONTRACTS ON A WORKING DAY BASIS. When t he t ime s et f or c ompletion o f t he w ork i s a n umber o f w orking da ys, ex tensions o f contract time will be handled as outlined in Subarticle above. ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 68 CONTRACTS ON A CALENDAR DAY OR CALENDAR DATE BASIS. When t he t ime s et f or completion o f t he w ork i s a number o f calendar days o r a calendar date, working days are not applicable. Extension of time beyond the said calendar days or date will be made as follows: When the notice to proceed is delayed more than 15 calendar days after execution of the contract, the date of completion will be extended the number of calendar days in excess of 15 days between t he da te o f ex ecution o f t he c ontract a nd t he da te o f a ctual i ssuance o f t he notice t o proceed. Where work is suspended by order of the Engineer due to no fault of the Contractor, and time is not suspended, a time extension will be granted for the number of calendar days the work is so suspended. A time extension will be granted as provided in Subarticle 107.08(b). A t ime ex tension w ill be granted a s o utlined i n t he f irst pa ragraph o f S ubarticle above. The f ollowing ar e v alid reasons f or t ime e xtensions w hen delays d ue t o t hese c auses ar e considered by the Department of Transportation to be beyond the control of the Contractor: 1. Utility Work being performed by others not under the Contractor's control that prohibit the C ontractor's c onstruction o perations f rom p roceeding w ith t he n ormal w orking f orces he w ould otherwise employ i n p erforming t he controlling i tem, o r i tems, o f w ork w hich normally w ould be i n progress at the time said Utility work is being accomplished. 2. Recovery time as defined in Article 101.01. 3. If in the course of work material delivery time is in excess of that normally anticipated due to demands beyond the supplying industries' capabilities provided such materials are necessary for the p rosecution o f t he controlling i tems o f w ork a t t hat t ime a nd s uch can be s ubstantiated by t he Contractor in the form of letters from suppliers, the Department will consider a time extension for the delay caused by the lack of available materials. 4. If i n t he c ourse o f t his p roject t he C ontractor f eels h e has b een u njustly p enalized because of delays in Departmental decisions, he may submit for consideration by the Engineer written specific data covering the item or items and the time element involved. The Department will consider only an extension for the actual work delay caused by the delay in obtaining a decision. 5. If in the course of the work, strikes occur while the Contractor is working in good faith and such was not caused by action of the Contractor, the Department will consider a time extension for the delay caused by the strike. When allowing a time extension under the provisions noted in this Subarticle, consideration in determining t he a djusted c ompletion date f or t he w ork w ill be g iven t o a llow a dditional t ime t o compensate f or s easonal conditions, w eather a nd o ther f actors not under control o f t he C ontractor. Should the Contractor, after exercising a concerted effort to diligently prosecute the work taking full advantage o f ev ery a vailable w ork day, not be a ble t o c omplete t he w ork w ithin t he a djusted completion time because of non-availability of days in which work can be performed, the Department may consider an additional extension of time for the work. 108.10 Failure to Complete Work Within Contract Time. Should the Contractor, or in case of default, the surety, fail to complete the work within the time stipulated i n the contract o r t he a djusted t ime a s granted u nder t he provisions o f Article 1 08.09, a deduction f or ea ch c alendar da y o r w ork da y t hat a ny w ork s hall r emain u ncompleted, a n a mount indicated b y t he L iquidated D amages S chedule s hown i n A rticle 1 08.11 o r pr ovided i n t he c ontract documents shall be deducted from any monies due the Contractor on estimates. Any adjustments due to approved time extensions or overruns in the contract amount will be made on the semi-final or final estimate as may be appropriate. Liquidated damages assessed as provided in these Specifications is not a penalty, but is intended to compensate the State for increased time in administering the contract, supervision, inspection and management, pa rticularly t hat management and in spection w hich r equires maintaining n ormal f ield project management forces for a longer time on a ny construction operation or phase t han o riginally contemplated when the contract period was agreed upon in the contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Department of any of its rights under the contract. ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 69 108.11 Schedule of Liquidated Damages. Original Contract Amount Liquidated Damages Daily Charge More Than To and Including Calendar Day or Fixed Date Work Day $ 0 $ 100,000 $ 200 $ 400 100,000 500,[PHONE REDACTED] 500,000 1,000,[PHONE REDACTED] 1,000,000 2,000,000 1350 2700 2,000,000 1550 3100 When the contract time is on the calendar day or date basis, the schedule for calendar days shall be used. When the contract time is on a work day basis, the schedule for work days shall be used. 108.12 Default of Contract. If the Contractor: 1. Fails to begin t he work under t he contract within t he time specified i n t he "Notice to Proceed," or 2. Fails t o p erform t he w ork w ith s ufficient w orkmen a nd equipment o r w ith s ufficient materials to assure the prompt completion of said work, or 3. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or 4. Discontinues the prosecution of the work, or 5. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or 6. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or 7. Allows any final judgement to stand against him unsatisfied for a period of 10 days, or 8. Makes an assignment without the consent of the surety and approval of the Department, or 9. Fails to furnish documentation necessary for final acceptance and payment, or 10. Fails to carry out provisions of the contract, or 11. For any other cause whatsoever, fails to carry on the work in an acceptable manner, the Engineer will give notice in writing to the Contractor and his surety for such delay, neglect, or default. If t he C ontractor o r s urety, w ithin a pe riod o f 1 0 days a fter s uch notice, does n ot pr oceed i n accordance therewith, then the Department will, upon written notification from the Engineer of the fact of such delay, neglect or default and the Contractor's failure to comply with such notice, have full power a nd a uthority w ithout v iolating t he c ontract, t o t ake t he p rosecution o f t he w ork o ut o f t he hands of the Contractor. The Department may appropriate or use any or all materials and equipment on the ground as may be suitable and acceptable and may enter into an agreement for the completion of said contract according to the t erms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Department, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due said Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the Surety shall be liable and shall pay to the Department the amount of such excess. Notice to the Contractor shall be deemed to be served when delivered to the person in charge of any o ffice used by t he C ontractor, t o his repr esentative a t o r near t he w ork, o r by certified letter, return receipt requested, addressed to the Contractor at his last known place of business. In addition to t he p rovisions p rovided in t his Article, failure of the Contractor to sign t he final estimate within the time limits prescribed in Subarticle 109.12(d) will be classified as a default. 108.13 Blank. 108.14 Termination of Contractor's Responsibility. GENERAL. The Contract will be considered complete when all work has been finished, the final inspection made by t he E ngineer, t he p roject a ccepted by t he Department, t he n ecessary advertisements p ublished, a ll i n a ccordance w ith the p rovisions o f A rticle 1 05.15, a nd t he f inal ---PAGE BREAK--- SECTION 108 PROSECUTION AND PROGRESS 70 estimate paid. Upon completion of the above, the Contractor's responsibility will then cease, except as set forth in his bonds. SPECIAL CONDITIONS. Should the Department find that the Contractor is unable to complete his contract work due to the inability to obtain specified materials or satisfactory substitutes therefor or labor, because of laws, rules or regulations placed into effect or the inability of industry to produce specified materials within a reasonable time; the Director may, by written notice, relieve the Contractor from that portion of the contract which cannot be performed. Also, should the State determine that further prosecution of the work on a project will not be in the best interest of the public, the Director may, by written order, eliminate or delete any or all remaining items of work on a contract. The deletion or elimination of work under the above conditions will in no way affect the unit prices bid in the contract. Work actually performed will be paid for at the contract unit prices. Should relief from performance of the contract or any portion thereof directly cause the loss of any work or materials already furnished under the terms of the contract, the Contractor will be reimbursed for the actual cost of salvaging the materials or as mutually agreed to. Materials obtained by the Contractor, which have been inspected, tested and accepted by the Engineer b ut not i ncorporated i nto t he w ork m ay, at t he o ption o f t he E ngineer, b e p urchased i n accordance with the provisions of Article 109.06. If, by the deletion of work items, the volume of work completed is too small to compensate for the organization and moving of equipment to a nd from the work, consideration will be give n to reimbursement f or a ctual c osts t hereof; t he i ntent bei ng t hat a n eq uitable s ettlement be m ade; compensation f or t his, h owever, s hall not ex ceed t he p ercentage differentiation bet ween p lan quantities a nd a ctual q uantities perf ormed, a nd i f 7 5% of t he es timated w ork w as per formed, n o compensation for the organization and moving of equipment to and from the work will be allowed. In no event will a claim for loss of anticipated profits be considered. The deletion or elimination of work under t he a bove c onditions s hall i n n o w ay re lieve t he C ontractor f rom h is r esponsibility f or w ork actually performed nor any just claims as a result thereof. Final t ermination o f t he contract s hall be a s noted i n S ubarticle a bove, f or t he w ork completed. NATIONAL EMERGENCY. The Director may, by w ritten o rder, t erminate t he contract o r a po rtion t hereof w hen t he Contractor i s pr evented f rom pro ceeding w ith t he c onstruction c ontract a s a di rect r esult o f a n Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When c ontracts, o r a ny p ortion t hereof, a re t erminated bef ore c ompletion o f a ll i tems o f work in the contract, payment will be m ade for the actual units or items of work completed at the contract unit price bid, or as mutually agreed for items of work partially completed or not started. No claim for loss of anticipated profits will be considered. Reimbursement for organization of the work and moving equipment to and from the job will be considered where the volume of work completed is small to compensate the Contractor for these expenses under the contract unit prices, the intent being that an equitable settlement will be made with the Contractor. Acceptable m aterials, o btained by t he C ontractor f or t he w ork, t hat h ave b een i nspected, tested, and accepted by the Engineer, and are not incorporated in the work may, at the option of the Engineer, be purchased from the Contractor in accordance with the provisions of Article 109.06. Final t ermination o f t he contract s hall be a s noted i n S ubarticle a bove, f or t he w ork completed. ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 71 SECTION 109 MEASUREMENT AND PAYMENT 109.01 Measurement of Quantities. GENERAL. All work acceptably completed under the contract will be measured by the Engineer according to United States Standard Measures and Weights, unless otherwise provided on the plans or in the special provisions. No local rules or customs will be followed or considered. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, lumber, etc., and these items are identified by gage, weight {mass}, section, dimensions, etc., s uch i dentification w ill be c onsidered t o be nominal w eights { masses} a nd di mensions. U nless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. BASE LAYER AND PAVEMENT AREAS. All longitudinal measurements for computing area of base layers and pavements will be made along t he a ctual s urface o f t he r oadway a nd n ot h orizontally a nd n o de ductions w ill be m ade f or individual fixtures in the roadway having an area of nine square feet {one square meter} or less. For all transverse m easurements f or a rea o f ba se layers a nd pavements, t he dimensions t o b e u sed i n calculating the pay area shall be the neat dimensions shown on the plans or directed. STRUCTURES. Structures w ill b e m easured a ccording t o neat lines s hown o n t he plans o r as o rdered i n writing, unless otherwise provided elsewhere in the specifications or in the special provisions. EXCAVATION. In computing volume of excavation, embankment and borrow, the average end-area or other acceptable m ethod w ill b e u sed. I t i s s tipulated a nd a greed t hat t he e lectronic c omputer a nd/or planimeter s hall be c onsidered a s i nstruments o f prec ision a dapted t o t he c omputation a nd measurement of these volumes and areas. Completed final cross sections and computed quantities will be made available to the Contractor upon request but shall not be removed from the Engineer's office. LINEAR MEASUREMENTS. All i tems w hich a re m easured i n l inear m easurement by t he f oot { meter}, s uch a s pi pe culverts, guardrail, underdrains, etc., will be m easured parallel to the base or foundation upon which such structures are placed, unless otherwise shown on the plans or indicated in these specifications. GAGE. The term "Gage", when used in connection with the measurement of plates, shall mean the U.S. Standard Gage; when used with wire, shall mean U.S. Steel wire gage. BLANK. WEIGHT {MASS} MEASUREMENTS. 1. GENERAL. The term "ton" shall mean the short ton {metric ton} consisting of 2,000 pounds avoirdupois {1000 kg}. Scales for measuring materials shall be furnished by the Contractor at agreed locations and without extra compensation. Scales shall be suitable for the type of service for which they are to be used and shall be operated by a competent, qualified operator. Scales for quarry run materials shall be sensitive to 20 pounds {10 kg}; all other scales shall be sensitive to 10 pounds {5 kg} or less. For items being paid for by the ton {metric ton}, weights {masses} may be recorded on the weight {mass} ticket to the nearest 20 pounds {10 kg} except that weights {masses} for quarry run materials may be recorded to the nearest 100 pounds {45 kg}. Electronic l oad c ell w eight { mass} s ystems s hall be equ ipped w ith automatic z eroing devices. The maintenance tolerance of scales shall be 0.2 percent of the range in which they are to be used. The acceptance tolerance, applied to a new device or a device which has been condemned and repaired to be placed back in service, shall be 0.1 percent of the range in which they are to be used. Scales shall be c hecked and serviced by a reputable scales company registered with the Alabama Department of Agriculture. The time between checks shall not exceed four months, except that c hecks f or s cales u sed i n p roportioning t he c omponent m aterials f or Portland c ement c oncrete ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 72 shall not exceed six months. In addition, any time a plant is moved or substantially modified, the scales shall be checked. A copy of the check shall be sent to the Division in which the scale is located. It is the Contractor's responsibility to maintain suitable acceptable scales and any time a check indicates the scales to be inaccurate, the Engineer will reject them for use on the project until such time as they are recertified. Weights {Masses} a bove the a cceptable capacity of a set of sc ales w ill n ot be acceptable. 2. WEIGHT {MASS} MEASURE FOR PAY PURPOSES. If material is shipped by rail, the car weight {mass} may be accepted provided that only the actual weight {mass} of material is paid for and is certified by a car weight {mass} obtained from a certified s cale a fter t he unloading. Ho wever, c ar weights { masses} w ill n ot be a ccepted f or s teel reinforcement, s tructural steel o r materials t hat a re t o pa ss t hrough a mixing plant. Tr ucks used t o haul material being paid by weight {mass} shall be measured empty daily, with the driver in the truck, and a t s uch o ther t imes a s di rected by t he E ngineer a nd ea ch t ruck s hall b ear a pl ain l egible identification number. Commercial materials, except reinforcing steel and structural steel, which are measured by weight {mass} for pay purposes shall be measured by a qualified "Weighmaster*" using acceptable weight {mass} tickets. As a minimum, the weight {mass} ticket shall contain the name of the producer, name of Contractor, Project Number and county, truck number, contract item number, date, time of loading, gross weight {mass}, tare weight {mass}, net weight {mass}, and Weighmaster signature. The weigh {mass} ticket shall also contain the letter if the ticket is for a "hot mix" asphalt plant mix or the letter if the ticket is for a "warm mix" asphalt plant mix. For measurement systems capable of measuring net weight {mass} directly from the measuring hopper, the gross and tare weights {masses} will n ot be re quired. In l ieu of bu lk w eight {mass}, the Department will accept w eights {masses} of materials normally sold in bagged form (i.e. fertilizers, cement, etc.). The Engineer will make at least one unannounced independent weight {mass} check for every three months of operation with at least one per project for each material delivered under the weighmaster program. Each check will include a check of both the gross and the tare weights {masses}. For t hese w eight { mass} c hecks, t he C ontractor s hall m ake n ecessary a rrangements, m eeting t he approval o f t he E ngineer, f or t he use o f i ndependent s cales c ertified i n a ccordance w ith Item 109.01(h)1. It shall be the sole responsibility of the Contractor to insure that a weight {mass} ticket is delivered to the project with each load. Weight {Mass} tickets will not be accepted after the truck has left the project. *Weighmasters must be qualified in accordance with the provisions of Section 8, Chapter 16, of the Code of Alabama, 1975, or in case of material purchased out of State complying with the appropriate State laws, rules a nd regulations f or W eighmasters o f t he State i nvolved. A copy o f t he "Weighmaster's Certificate" shall be furnished the Engineer and additionally a copy shall be displayed in a conspicuous place in the vicinity of the measuring operations. 3. WEIGHT {MASS} MEASUREMENT FOR PROPORTIONING, ETC. OF MATERIALS. Scales used f or proportioning mixtures within mixing p lants s hall comply with t he following unless otherwise noted: a. Asphalt Mixing Plants. Scales may be either springless dial, multiple beam, or electronic load cell type. For multiple beam scales, a tare beam for balancing and a telltale device for accurate measuring, visible to the plant inspector on the mixing platform, shall be provided. b. Concrete Mixing Plants or Units. For obtaining weight {mass} of materials at a central plant, beam, springless dial, or electronic load cell scales, suitable for this class of service, shall be used. Unless separate measuring units a re us ed f or e ach kind of m aterial m easured, t he s cales s hall be eq uipped w ith a m ultiple measuring beam w ith e nough b eams s o t hat t he required w eight { mass} o f ea ch m aterial t o b e measured can be separately set off and all material measured without changing the settings. Separate scales shall be provided for bulk cement and for bulk fly ash, as provided in Article 815.11. Scales of the suspended hopper type shall have a telltale dial, tare beam, or other device that indicates to the operator the approach of not less than the last 50 pounds {25 kg} of the required hopper l oad f or s tructure c oncrete p lants o r t he last 2 00 po unds { 90 k g} f or c oncrete pavement plants. Telltale dials shall clearly show when overload is on the scale, and suitable provisions ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 73 shall b e m ade f or di sconnecting su ch dials, when n ecessary f or balancing the sc ales an d again connecting the dial without affecting the dead load balance. Dial faces shall be of a material not affected by moisture and shall have a suitable transparent protective cover for the dial face and dial indicator. An acceptable method of marking the correct dial indicator position when predetermined loads are in the hopper shall be provided. Plants with operational automatic cutoff devices shall be an acceptable substitute for providing markings for predetermined loads. For ob taining t he w eight {mass} of m aterials at t he w ork si te, sc ales sh all be of appropriate capacity and shall meet the requirements noted above; however, for small structures in difficult locations use of platform scales suitable for measuring wheelbarrows will be permitted. Scales for obtaining the weight {mass} of wheelbarrows shall have beams so arranged that the weight {mass} of the wheelbarrow may be s et separately from the weight {mass} of the material. Separate scales shall be used for each aggregate, for bulk cement and for fly ash, unless the multiple beam type is used, with a separate beam for each material and release levers to throw each beam out of service. Suspended hopper m easuring eq uipment s hall b e o f a n a pproved type c omplying with the requirements of this Article. c. Base Course Mixing Plants. Measuring equipment s hall m eet t he r equirements o f S ubitem b. a bove w ith separate bins f or each s ize a ggregate a nd s eparate bi ns a nd s cales f or a dditives ( calcium c hloride, cement, etc.). LOOSE MEASUREMENT (VOLUMETRIC). All materials t o be m easured by t he c ubic y ard { cubic meter}, " loose m easurement" o r "measured in the vehicle", shall be hauled in approved vehicles and will be measured therein at the point o f de livery. N o a llowances w ill be m ade f or the s ettlement o f m aterial i n t ransit. A pproved vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that t he actual contents may be readily and accurately determined. Each approved vehicle must b ear a plainly legible i dentification mark i ndicating t he s pecific a pproved capacity. A ll approved vehicles shall be loaded to not less than their water level capacity when they arrive at the point o f de livery. L oads n ot h auled i n a pproved v ehicles o r o f a qu antity less t han t he s pecifically approved quantity for the hauling vehicle, measured as specified herein, will be rejected and shall be removed from the work. If rejected, no compensation will be allowed for the rejected load. CONVERSION OF WEIGHT {MASS} TO VOLUME. When req uested by t he C ontractor a nd a pproved i n w riting, m aterial s pecified t o be measured by t he c ubic y ard { cubic m eter} m ay h ave i ts w eight { mass} det ermined a nd s uch w eight {mass} w ill b e c onverted to c ubic y ards { cubic m eters} f or pa yment pu rposes. R atios f or c onversion from w eight {mass} m easurement t o v olume m easurement w ill b e d etermined periodically by t he Engineer. Each r atio a s det ermined s hall be a greed to by t he C ontractor before s uch m ethod o f measurement will be used. TIMBER. Timber will be measured by the thousand feet board measure (MBM) {cubic meter} actually incorporated in the structure with no allowance for any waste except beveled ends. Measurement will be based on nominal widths and thickness and the extreme length of each piece. LUMP SUM. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. 109.02 Measurement of Asphaltic Material. WEIGHT {MASS}. Asphaltic materials shall be measured in tons {metric tons} or gallons {liters} as specified on the plans or in the proposal. If measured by weight {mass}, each tank truck, drum or distributor shall have i ts w eight { mass} ob tained as t he m aterial is del ivered t o t he location o f t he w ork, a nd t he container vehicle shall have its weight {mass} obtained immediately after emptying; except that when ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 74 this method cannot be used other means of accurately measuring the material may be substituted with permission of the Engineer. GALLONAGE {LITERS}. When specified on the plans or in the proposal, bituminous material will be measured by the gallon {liter} in the railroad car, tank truck, distributor tank, or drums. Each railroad tank, tank truck, drum or di stributor t ank of bi tuminous m aterial d elivered f or t he p roject w ill be m easured. Th e measurement shall be t aken when the bituminous material is of a uniform temperature and free from air bubbles. TEMPERATURE CORRECTION. The volumetric measurement of the bituminous material will be based upon a temperature of 60 °F {16 using the following correction factors: 0.00035 per degree F {0.00063 per degree C} for petroleum oils having a specific gravity above 0.966 at 60 °F/60 °F {16 °C/16 0.00040 per degree F {0.00072 per degree C} for petroleum oils having a specific gravity between 0.850 and 0.966 at 60 °F/60 °F {16 °C/16 0.00025 per degree F {0.00045 per degree C} for emulsified asphalts. 109.03 Scope of Payment. QUANTITIES. The q uantities l isted i n t he bid s chedule do n ot g overn f inal pa yment. Payments t o t he Contractor f or c ontract i tems w ill b e m ade f or t he a ctual q uantities o f t hese i tems perf ormed i n accordance w ith t he p lans a nd s pecifications. I f u pon c ompletion o f t he construction t hese a ctual quantities show an increase or decrease from those in the proposal, the contract unit prices will still govern except where modified by supplemental agreement or allowance made as provided in Articles 104.02 a nd 1 04.03. Q uantities i ncluded i n s upplemental a greements w ill b e pa id f or a s s tipulated therein. Force account work will be paid for as provided in Article 109.04. BASIS OF PAYMENT. The C ontractor shall accept the compensation as herein provided, i n f ull pa yment for furnishing all materials, labor, tools, equipment and incidentals necessary to the completed work and for performing all work contemplated and embraced under the contract; also for all loss or damage arising f rom t he n ature o f t he w ork, o r f rom t he a ction o f t he el ements ex cept a s n oted i n A rticle 107.17, or from any unforeseen difficulties which may be encountered during the prosecution of the work and until its final acceptance; also for all risks of every description connected with the prosecution of the work. UNIT PRICE COVERAGE. In cases where the basis of payment clause in the specifications relating to any unit price in the bid schedule requires that the said unit price cover and be c onsidered compensation for certain work or materials essential to the item, this same work or materials will not be measured or paid for under any other pay item which may appear elsewhere in the specifications. Reference is made to Item 101.01(c)1. REPAIR OR RENEWAL OF DEFECTIVE WORK. The payment of any current estimate shall in no way affect the obligation of the Contractor to repair or renew any defective parts of the construction or to be responsible for all damages due to such defects. BITUMINOUS MATERIAL PRICE ADJUSTMENTS. 1. ASPHALT INDEX. The contract unit prices for bituminous materials shall be based on the asphalt prices at the time of opening bids. The Department will establish a "Asphalt Index" to address fluctuations in the cost of the bituminous materials during the life of the project. The index will be composed of the following four entries: - PG Asphalt (for all grades without polymer); - PG Asphalt with Polymer (for all grades with polymer); - Emulsified Asphalt (for all grades without polymer and cutback asphalts); - Emulsified Asphalt with Polymer (for all grades with polymer). ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 75 2. USAGE AND PAYMENT. Adjustments i n c ompensation w ill b e c omputed e ach mo nth t hat b ituminous materials are used in the work. Bituminous plant mix bases and pavements, surface treatments and tack coat are the only types of bituminous materials for which a price adjustment will be computed. Adjustments in compensation will be based on an index that is a price per gallon for the bituminous material. Before the expiration of contract time (plus approved time extensions) the dollar amount of a djustment w ill be determined by m ultiplying t he i ncrease o r d ecrease of t he c urrent ( current estimate month) index from a "base index" by the number of gallons of bituminous material used in the work during the period covered by the estimate. The base index will be the value of the index for the month in which the project is let. After the expiration of contract time (plus approved time extensions) two calculations of a potential price adjustment will be made. The first calculation will be made using the current index and t he ba se i ndex. Th e s econd c alculation w ill be made u sing the i ndex du ring t he m onth t hat contract time (plus approved time extensions) ex pired and the base index. The amount of the price adjustment for the current estimate period will be the smallest amount of an increase in compensation if both calculations are an increase in compensation. The amount of the price adjustment will be the largest amount of a decrease in compensation if both calculations are a decrease in compensation. The amount of the price adjustment will be the decrease in compensation if one of the calculations is an increase in compensation and the other calculation is a decrease in compensation. The amount of asphalt will be calculated as follows: - Bituminous P lant M ix B ases an d P avements - the number o f g allons { liters} o f n ew bituminous material required by the approved job mix formula. A conversion factor of 8.51 pounds per gallon {1.02 kg/L} will be used for figuring quantities. No measurement for adjustment will be made for the amount of asphalt rejuvenator used or for the amount of bituminous material recovered and used in surface recycling operations. - Surface Treatments - actual gallons {liters} of asphalt used within specification requirements with volumetric correction to 60 °F {16 as per Subarticle 109.02(c). - Tack C oat - actual g allons { liters} of asp halt used w ithin sp ecification r equirements with volumetric correction to 60 °F {16 as per Subarticle 109.02(c). ADJUSTMENTS DUE TO COST OF CONSTRUCTION FUEL FOR HMA PRODUCTION. Changes i n t he c ompensation du e t he C ontractor w ill be made by t he Engineer t o a ddress changes i n t he c ost o f f uel r equired f or t he pr oduction o f Ho t M ix A sphalt (HMA) i n a p lant. T he changes in compensation will be made based on a index of the cost of fuel determined by the Department. A HMA production fuel index will be established based on the average area terminal price r eports f or N o. 2 f uel a nd N o. 6 ( 3.0 % S ) f uel o f t he " Platts O ilgram P rice Report" pu blished during the week in which the first day of the month occurs. Before the expiration of contract time (plus approved time extensions) the dollar amount of adjustment will be determined by multiplying the increase or decrease of the current (current estimate month) index from the base index by the number of gallons of fuel that are used in the production of the HMA during the period covered by the estimate. The number of gallons of fuel required for the production of the HMA shall be 2.0 gallons per ton {7.6 L per metric ton} of HMA produced during the estimate period. The base index will be the value of the index for the month in which the project is let. After the expiration of contract time (plus approved time extensions) two calculations of a potential price adjustment will be made. The first calculation will be made using the current index and the base index. The second calculation will be made using the index during the month that contract time (plus approved time extensions) expired and the base index. The amount of the price adjustment for t he c urrent es timate period w ill b e t he s mallest a mount o f a n i ncrease i n compensation i f bo th calculations are an increase in compensation. The amount of the price adjustment will be t he largest amount o f a dec rease i n c ompensation i f bo th c alculations a re a dec rease i n c ompensation. T he amount of the price adjustment will be the decrease in compensation if one of the calculations is an increase in compensation and the other calculation is a decrease in compensation. Changes in compensation will be made for the number of tons {metric tons} of HMA placed and paid for in accordance with the requirements given in the following Sections: Section 327, Plant Mix Bituminous Base; Section 404, Paver-Laid Surface Treatment; ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 76 Section 420, Polymer Modified Open Graded Friction Course; Section 423, Stone Matrix Asphalt; Section 424, Superpave Bituminous Concrete Base, Binder, and Wearing Surface Layers; Section 429, Improved Bituminous Concrete Base, Binder, and Wearing Surfaces. 109.04 Extra and Force Account Work. GENERAL. The Contractor will receive and accept payment for work performed under his contract either as contract items of work or as extra work. Contract items of work will be paid for at the unit prices stipulated i n t he contract. E xtra w ork w ill b e pa id for a t t he unit p rices o r lump s um s tipulated i n supplemental agreement, or on a force account basis. Supplemental agreements shall be executed in accordance w ith S ubarticle 1 04.03(b). W hen pri ces a re n egotiated f or payment by s upplemental agreement, satisfactory proof of administrative markups for profit, overhead, and other costs may be required by the engineer. Extra work performed on a force account basis will be compensated for in the following manner. FORCE ACCOUNT BASIS. 1. LABOR. For a ll l abor a nd f oremen em ployed o n t he f orce a ccount w ork, t he C ontractor s hall receive the agreed hourly wages or scale for the number of hours the said laborers and foremen were actually engaged in such work. The wages or scale shall be comparable to the wages or scale paid by the Contractor for work of a like nature on his contract pay items and shall be agreed upon in writing by the Contractor and Engineer before the said force account work is begun. To this sum shall be added an amount equal to 20 percent thereof. No a dditional pa y beyond t he a greed hourly s cale will be a llowed f or "overtime w ork" unless such overtime work is authorized in writing by the Engineer. 2. BOND, INSURANCE AND TAX. For pu blic l iability a nd pro perty da mage i nsurance a nd w orkmen's c ompensation insurance pr emiums, i ncreased bo nd pr emiums, u nemployment i nsurance c ontributions a nd s ocial security t axes, t he C ontractor s hall receive t he a ctual cost, t o w hich no p ercent s hall b e a dded; i n addition o n pro jects w hich t he S tate Gross R eceipt Ta x i s applicable, m ay i nclude s aid t ax. Th e Contractor shall furnish satisfactory evidence of the rates paid for such bond, insurance, and tax. 3. MATERIALS. For materials accepted by the Engineer and used, the Contractor shall receive the actual cost o f s uch materials delivered o n t he w ork ( exclusive o f machinery rentals as herein s et f orth) t o which cost 15% will be added. 4. EQUIPMENT. For rental rates of equipment (other than small tools) authorized by the Engineer for use on force account work, the Engineer will use the latest publication of the Rental Rate Blue Book for construction equipment published by PRIMEDIA Information Incorporated to determine payment to the Contractor. Payment will be made for the actual time that the authorized equipment is in operation on the force account work. The hourly rate for each piece of equipment will be the rate shown in the equipment t able di vided by 1 76. W eekly a nd da ily rates w ill n ot be u sed. I n a ddition, f or equipment solely dedicated to the force account work, consideration will be given to paying standby cost. Operating rates and standby rates for computing the equipment payment will be determined as follows: Operating rates. The hourly rate will be multiplied by the appropriate rate adjustment f actor an d r egional f actor sh own i n the Ra te A djustment T able a nd o n t he R egional Adjustment Map, respectively, to obtain the adjusted hourly rate. The estimated operating cost/hour from the equipment table will be added to the adjusted hourly rate to establish the operating rate. Standby rates. The use of a standby rate is appropriate when equipment has been ordered to be available for force account work but is idle for reasons which are not the fault of the Contractor. The standby rate will be determined by multiplying the adjusted hourly rate by 0.50. Operating rates will be used only w hen the equipment is actually bei ng used. Standby rates will be used under the following conditions: a. The equipment must be totally dedicated to the force account work and not used intermittently on other work. ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 77 b. Standby cost will not be considered until after the equipment has been operated on the force account work. c. If the equipment is dedicated for force account for a full calendar work week, the standby time will be 40 hours minus the operating time for the week. If the difference in these two figures is zero or less, there will be no payment for standby. d. If the equipment is dedicated for force account for a partial week, the standby time will be computed on a daily basis. The standby time per day will be 8 hours minus the operating time for the day. If the difference in these two figures is zero or less, there will be no payment for standby. The a bove w ill a pply w ithout f urther a djustment i f o vertime w ork i s a pproved by t he Engineer. The a bove s hall b e f ull compensation f or a ll e quipment c osts ex cept o perator c ost. Payment for operators will be under Item 109.04(b)1, Labor. If equipment is required that is not listed in the Rental Rate Blue Book, then payment will be made for that equipment based on a certified or paid invoice for the period of time covered by the invoice. In this case, the equipment must be totally dedicated to the force account work and no distinction will be made between operating cost and standby cost. If this equipment is owned by the Contractor, then rental rates f or o perating a nd s tandby costs s hall be a greed upon b etween t he Contractor and Engineer prior to its use. 5. MISCELLANEOUS. No allowance shall be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. 6. ADMINISTRATIVE ALLOWANCE. When force account work is accomplished by an approved subcontractor, the Contractor shall receive, as compensation for administration costs, an amount equal to three percent of the first $20,000 and one percent of all over $20,000 of the total amount paid under items 1, 3, and 4 o f this Subarticle for force account work accomplished by an approved subcontractor. 7. COMPENSATION. The compensation as set forth in this Subarticle shall be received by the Contractor as payment in full for extra work done on a force account basis. Said compensation shall cover all work, profit, ad ministrative c osts, an d i ncidental c osts of w hatever n ature i ncurred i n t he w ork w hether performed by t he P rime Contractor o r a n a pproved s ubcontractor. A t t he end o f ea ch da y, t he Contractor's r epresentative a nd t he I nspector s hall c ompare records o f t he c ost o f w ork do ne a s ordered on a force account basis. 8. STATEMENTS. No pa yment w ill be m ade f or work per formed on a f orce a ccount ba sis until t he Contractor has f urnished to t he Engineer duplicate i temized s tatements o f the cost o f s uch f orce account work, detailed as to the following: a. Name, c lassification, d ate, d aily h ours, t otal hours, r ate, an d e xtension f or each laborer and foreman. b. Designation, dates, daily hours, total hours, rental rate and extension for each truck and other unit of machinery and equipment. c. Quantities of materials, prices, and extensions. d. Transportation of materials. e. Cost of public liability and property damage insurance and workmen's compensation insurance premiums, i ncreased bond pr emiums, unemployment i nsurance c ontributions, a nd s ocial security tax. Statements s hall be a ccompanied a nd s upported b y o riginal receipted i nvoices f or a ll materials used and transportation charges, provided that, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the original invoices the statements shall contain or be accompanied by an affidavit of the Contractor certifying that such materials were taken from his stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 109.05 Compensation for Altered Quantities. When the accepted quantities of work vary from the quantities in the bid schedule, the Contractor shall a ccept a s pa yment in f ull, s o f ar a s c ontract i tems a re c oncerned, p ayment a t t he o riginal contract unit prices for the actual quantities of work done. No allowance or other adjustment, except ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 78 as provided in Article 104.02, will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor resulting either directly from such alterations or indirectly from unbalanced allocation among the contract items of overhead expense on the pa rt of t he bi dder a nd s ubsequent l oss o f ex pected reimbursement t herefor o r f rom a ny o ther cause. Additional work caused by alterations of plans or changes in character of work will be paid for by supplemental agreement or on a force account basis. 109.06 Omitted Items and Cancelled Work. ELIMINATION OF ITEMS. Should any items contained in the proposal be found unnecessary for the proper completion of t he w ork contracted, t he Engineer m ay eliminate s uch i tems f rom t he c ontract, and such ac tion shall i n n o w ay i nvalidate t he contract a nd no a llowance w ill be m ade f or i tems s o el iminated i n making final payment to the Contractor except for such actual work as may have been done, materials actually p urchased a nd bona f ide equipment costs i ncurred f or s uch e liminated i tem p rior t o notification of the elimination of the items. UNUSED MATERIALS. For materials ordered and delivered for the unfinished portion of such cancelled or omitted items, the State will pay actual certified cost (material and handling or transporting cost) plus fifteen percent f or bo th o verhead a nd g ross r eceipt t ax c harges; no a nticipated profit w ill be considered. Material paid for shall become the property of the State and shall be disposed of as directed by the Engineer. 109.07 Partial Payment. Once each month the Engineer will make an appropriate estimate on the regulation form of the work o r po rtion o f t he w ork completed a nd t he v alue t hereof ba sed o n t he c ontract U nit Prices, o r proportional pa rt t hereof f or L ump S um i tems, l ess a ny a ssessed l iquidated da mages o r o ther designated deductions. This es timate m ay, i f re quested i n w riting by t he C ontractor a nd a pproved by t he E ngineer, include cost of certain commercial non-perishable items such as, but not limited to, base aggregates, reinforcing steel, bridge piling, structural steel, prefabricated bridge components, traffic signal equipment, electrical equipment, fencing materials, sign materials and others as may be authorized by the Engineer within the following limitations: 1. The location of the storage site shall be at the project site or other designated location in the vicinity o f s uch c onstruction w henever p ractical. O ff-site s torage m ay be a pproved i f t he Engineer considers off-site storage to be more practical. In either case, all conditions of this Article concerning stored ( stockpiled) m aterial s hall b e m et. D epartmental F orm C -21 w ill be used t o do cument a ll payments for stored material. 2. All material approved for payment in storage must be manufactured for specific use on the project. It shall be stored in accordance with good construction practices, and shall be separated from other materials where it can be inventoried at a ny time. No payment will be made o n any material which does not conform with the requirements of the plans and specifications. The Contractor will be responsible for the security of all storage sites. 3. An i ndividual pa yment a nd t he a ccumulated pa yment, u nless o therwise pr ovided u nder a specific item of work, shall be the smaller of the following two dollar amounts: - 100% of the certified invoice cost (including applicable taxes) plus gross receipts tax for the materials actually delivered to the approved storage site or; - 75% of total bid price for the item of which the material is a part. An invoice or an accumulation of invoices for each eligible pay item must total $2,500 or more before consideration will be given for making partial payment. All invoices shall be certified by the Contractor or t he s upplier o f t he m aterial. T he c ertification s hall b e s hown o n t he i nvoice a nd s hall r ead a s follows: "I do hereby certify that this is a true and correct invoice." This wording shall be f ollowed by the signature of an authorized representative of the Contractor or the supplier. 4. After payments a re p laced o n m estimates, the C ontractor s hall f urnish t he P roject Manager with copies o f certified pa id i nvoices f rom the s uppliers o f t he materials. T he c ertification shall be shown on each invoice and shall read as follows: "I do hereby certify that this is a true and correct invoice and has been paid." This wording shall be followed by the signature of an authorized representative of the supplier. Failure to furnish these certified paid invoices within thirty (30) days ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 79 from t he date o f i ssuance o f t he m pa yment ( check) covering t he estimate f or w hich t he payment of materials was made by the State will result in the deletion of the payment from the next estimate following the expiration of said 30-day period. 5. As stockpiled materials are incorporated into the work, proportional deductions will be made in the estimate for such partial payments. 6. Partial payment for materials on hand will not constitute acceptance and any faulty material will be rejected even though previous payment may have been made. The Contractor shall be solely responsible f or f urnishing and i ncorporating a cceptable m aterials into t he w ork a nd f or a ny loss o r damage regardless of the cause, for any material on which partial payment is made. 7. Transportation charges for delivery of eligible materials to the approved storage site may be included i n pa rtial payments f or s tockpiled m aterials i f pro perly do cumented. S uch c harges m ay be included in the materials invoice or handled as a separate invoice, whichever is appropriate. The estimate, less any payments previously made, will be certified by the Director for payment provided progress a nd q uality o f w ork i s s atisfactory a nd i n c onformity w ith S ubarticle 1 08.04(b). No payment will be required to be made when the amount due on the project is less than $2,500. A statement of any sum due the State or County for equipment, labor, or supplies furnished under the provisions of these Specifications will be f urnished along with the estimate and the amount of same will be deducted from the estimate before payment is made by the State. The payment of any estimate for any portion of the work as provided in the Specifications shall in no way affect the obligation of the Contractor to complete the work in accordance with the contract 109.08 Payments to Subcontractors. Retainage s hall not b e withheld f rom payments o wed t o s ubcontractors o r l ower t ier subcontractors. The Prime C ontractor s hall m ake pa yment t o a ll s ubcontractors, f or t he portion o f t he w ork satisfactorily per formed b y t he s ubcontractors, w ithin 7 c alendar days, n ot counting S aturdays an d Sundays, of the Contractor's receipt of a partial payment from the ALDOT. The Prime C ontractor s hall s ubmit t o t he P roject Manager a n otarized c ertification o f p ayment signed by an authorized company representative, for each estimate period. This certification shall read "Company's Name paid all subcontractors active on the project for Estimate Period No. within 7 calendar days, not counting Saturdays and Sundays, of the receipt of the partial payment covering said estimate peri od." Th e certification s hall be s ubmitted w ithin s ixty calendar d ays o f t he close o f t he estimate period for which it applies. Failure to furnish the certification in a timely manner may result in t he w ithholding o f f urther m p ayments o r o ther punitive a ction u ntil t he delinquent certifications have been submitted. Should an ALDOT audit reveal that the Contractor did not make payments as stated in the certification, ALDOT will take punitive action against the Contractor. This action may include disqualification from bidding for a minimum period of six months. 109.09 Payment for Work. Payment for work will be made by the State by warrants drawn against State funds that are legally available for such work. All m onies pa yable u nder t he c ontract, o r a ny part t hereof, w ill be pa id t o t he C ontractor i n accordance w ith t he p rovisions o f t hese s pecifications, a nd no a ssignment o r order ex ecuted b y t he Contractor directing payment of any portion or all of such funds to any other person or persons will be recognized by the State unless such assignment or order specifies the amount to be so paid and the purposes f or w hich t he a ssignment o r o rder i s g iven. S uch a ssignment o r o rder s hall h ave a ttached thereto, by endorsement or otherwise, the consent of the surety. No such assignment or order will be binding on the State. 109.10 Disputed Claims for Extra Compensation. Claims shall be handled as provided in Section 110, Claims. 109.11 Time Limit for Final Adjustment. It i s u nderstood t hat t he Director w ill not b e bo und t o consider a pplications f or c orrection o f estimates and payments, i ncluding assessed liquidated damages, af ter t he C ontractor has si gned his final estimate, or after 30 days from the date when the final estimate is submitted to the Contractor for his signature or approval, unless in the latter case the Contractor submits written request within the 30-day period for adjustment of estimates and payment, including assessed liquidated damages. ---PAGE BREAK--- SECTION 109 MEASUREMENT AND PAYMENT 80 109.12 Final Payment. FINAL QUANTITIES. Within 60 calendar days after the final inspection as outlined in Article 105.15, the Engineer will pr epare t he l ist o f f inal q uantities f or t he v arious i tems o f w ork per formed. Th e E ngineer w ill submit by certified letter, return receipt requested, the list of final quantities to the Contractor for his review and concurrence. The Contractor will have 45 calendar days from the date of receipt to submit either written concurrence of the final quantities or a written statement of disagreement. The written statement of disagreement shall contain a list, item by item, of the quantities that the Contractor does not agree with a nd h is r easons f or di sagreement o n each i tem's f inal qu antity. F ailure by t he C ontractor t o furnish the written statement within 45 calendar days shall be prima facie evidence that the Contractor c onsiders t he s ubmitted f inal q uantities t o be s atisfactory a nd w aives a ny f urther consideration of the final quantities. Upon n otice f rom t he C ontractor o f a di spute i n quantities, t he E ngineer will p attempt t o r esolve t he d ifferences. I f t he Engineer i s n ot a ble t o r each a n a greement w ith t he Contractor t he m atter w ill be r eferred t o t he D irector f or r esolution. Th e D irector m ay ref er t he dispute t o t he C laims Committee f or a r ecommendation b efore m aking a f inal d ecision. Issues o f disputed quantities will not be referred to the Claims Appeal Board. If the Contractor requests the Department to make a resurvey which will require additional field and/or office work, the Director may grant the request with the understanding that the Contractor will be paid the final survey and/or computed quantities whether they be more or less than the original final quantities. If a resurvey is made at the Contractor's request, the Contractor and the Department shall share equally the additional cost of the resurvey and the Contractor's portion of this cost will be deducted from the final estimate. CLAIMS. All claims for extra compensation will be handled in accordance with Section 110, Claims. FINAL ESTIMATE DOCUMENTATION. Prior t o s ubmission o f t he f inal e stimate vo ucher t o t he Co ntractor f or h is s igning, t he Contractor shall furnish the following documentation, as applicable: 1. A non-resident contractor must provide a certified "statement of good standing" from the State D epartment o f R evenue a nd t he a ppropriate C ounty a nd/or C ity a uthority. T his s tatement certifies that the non-resident contractor had paid all taxes due and payable to the State of Alabama or any political subdivision thereof. See Section 39-2-12 of the Alabama Code. 2. Proof of publication of advertisement of project completion as per Item 105.15(c). 3. A s igned a ffidavit a ttesting t hat a ll k nown d ebts f or l abor a nd m aterials u sed o n t he project a nd a ll a pproved s ubcontractual o bligations a ssociated w ith t he c onstruction o f t he pro ject have been paid or will be paid within 5 days after final payment. The affidavit shall be on a standard form furnished by the Department. Failure b y t he C ontractor to f urnish a ny o f t he a bove do cumentation w ill be cause f or the Engineer to declare the Contractor to be in default as per Article 108.12. PAYMENT. Upon resolution o f t he final q uantities, a ll c laims, a nd receipt o f the a bove listed documentation, a nd w ritten notice o f f inal a cceptance, t he f inal estimate v oucher w ill b e p repared taking into consideration all prior partial payments. The Engineer will submit by certified letter, return receipt requested, the final estimate voucher to the Contractor for his signing. The Contractor shall have 30 calendar days after receipt of the voucher to sign and return the same for processing for final payment. S hould t he C ontractor f ail t o s ign a nd r eturn t he v oucher w ithin t he 3 0 da ys, h e w ill be declared in default in accordance with Paragraph 5 of Article 108.12. Upon receipt of the signed final estimate voucher or default action taken per Paragraph 5 of Article 1 08.12, t he De partment w ill i ssue a w arrant i n t he a mount d ue t he C ontractor. Th e f inal warrant will be issued to the Surety in cases where the Contractor is placed in default under Article 108.12 and the contract is placed in the hands of the Surety. By agreement it is hereby stipulated that the Contractor and the Surety are forever barred and estopped from any recovery of claims whatsoever against the Department under the terms of the contract. ---PAGE BREAK--- SECTION 110 CLAIMS 81 SECTION 110 CLAIMS 110.01 General. When filing a claim, the Contractor shall follow the procedures set forth in this Section. 110.02 Notice of Intent. In any case where the Contractor deems that extra compensation is due him for additional cost not clearly covered in his contract and not ordered by the Engineer as extra work as defined herein, the Contractor shall notify the Project Manager in writing, with copy to the Construction Engineer, of his intention to make claim for such extra compensation. The w ritten notice o f i ntent s hall b e f urnished t o t he E ngineer p rior t o t he t ime t he contested work is started. Oral notification by the Contractor and confirmed in writing by the Contractor within three calendar days, will be accepted as complying with this requirement. The w ritten n otice of intent shall set forth the reasons t he C ontractor believes additional compensation will be due, the nature of cost involved and insofar as possible the total amount of the claim. The Contractor hereby agrees to waive any claim for additional compensation if notification, as provided in the foregoing, is not furnished or the Engineer is not provided facilities by the Contractor for keeping account of actual costs. Such notice b y t he C ontractor, a nd t he f act t hat t he Engineer h as k ept a ccount o f th e c ost a s aforesaid, is not evidence of the validity of the claim. A separate determination of the validity of the claim will be made by the ALDOT. 110.03 Record Keeping. After giving the ALDOT a notice of intent to file a claim, the Contractor shall keep daily records of all costs incurred for affected operations. These daily records shall identify each operation affected, the specific locations where work is affected, and the potential effect to the project’s schedule. The ALDOT's P roject Manager will a lso k eep r ecords o f all l abor, m aterial, a nd equipment a pplicable t o affected operations. On Monday, or the first work day, of each week following the date of the notice of intent to file a claim, the Contractor shall provide the ALDOT’s Project Manager with the daily records for t he p receding w eek. If t he C ontractor's r ecords i ndicate c osts g reater than t hose k ept by t he ALDOT, t he ALDOT w ill m eet w ith t he C ontractor a nd present i ts r ecords to the C ontractor a t th e meeting. The Contractor shall notify the Engineer in writing within three work days of any inaccuracies noted in, or disagreements with, the ALDOT's records. The Engineer will review the matter, correct any inaccuracies he finds in the ALDOT’s records, and notify the Contractor in writing of his decision. Refusal o r f ailure by t he C ontractor t o a ttend t he a forementioned m eetings a nd pr esent hi s records shall constitute a waiver by the Contractor of his claim. To pro tect t he i ntegrity o f t he i ndependent records m aintained by A LDOT f or c omparison w ith those s ubmitted by t he c ontractor, A LDOT re cords, o ther t han t hose m entioned a bove, w ill not be made a vailable t o t he C ontractor until a fter ALDOT’S receipt o f t he C ontractor’s c omplete r ecords documenting the claim, ALDOT will retain possession of the records and provide copying facilities with the contractor reimbursing the ALDOT for the expense of the copying. No amendment to the claim shall be made following receipt of the ALDOT’s records. 110.04 Claims Process. GENERAL. After the work has been completed on the disputed item(s) of work, the Contractor shall have 90 calendar days to submit his claim. Any claim not submitted within this 90 calendar day period is waived. T he C ontractor s hall s ubmit s ix copies o f t he c laim, containing the r equired do cumentation listed in Article 110.03, to the Project Manager. Once the claim is received, a joint review of the claim will be made by the Division and the Construction Bureau and a written response to the Contractor will be made within 90 calendar days. If the Contractor does not agree with this decision, he may request to make a presentation to the Claims Committee. This written request, along with six additional copies of the original claim, shall be made to the Project Manager, by certified mail, within 30 calendar days from the date of the ALDOT’s response. Failure to make the request within the required time period shall constitute waiver of the claim by the Contractor. ---PAGE BREAK--- SECTION 110 CLAIMS 82 CLAIMS COMMITTEE. The C laims C ommittee w ill b e c omposed of ALDOT employees, a ppointed by t he D irector, who were not involved in the design or construction of the project. For Federal Aid projects, the FHWA will be invited to send an observer. The presentation will convene at the mutual convenience of the ALDOT and the Contractor. Issues not specifically presented in the claim package acted upon by the Construction B ureau a nd the Division a re not s ubject to consideration b y t he C laims C ommittee. Following t he presentation, t he C laims C ommittee w ill p rovide a w ritten r ecommendation t o t he Director. T he C laims C ommittee's r ecommendation m ay be a ccepted, m odified o r de nied by t he Director. If accepted, the Director's decision shall be final, non-appealable, and not subject to judicial or other review except as provided in these Specifications. If t he C ontractor does n ot a ccept t he d ecision o f t he Director, h e ma y r equest to ma ke a presentation to the Claims Appeal Board. T his request shall be made in accordance with Item 110.04(c)2. below. CLAIMS APPEAL BOARD. 1. COMPOSITION AND APPOINTMENT. The C laims A ppeal Board i s a s tanding c ommittee c reated t o r eceive a presentation regarding a c laim. Th e C laims A ppeal Board w ill hear c laims f or a dditional monetary compensation which may include a request for a time extension; however, stand-alone time extension requests will not be c onsidered by t he B oard. T he B oard c onsists o f t hree pri mary m embers w ho a re normally appointed f or t wo-year t erms. A t hree-member pool o f a lternates w ill b e selected f rom w hich t o provide a substitute for the primary member in the event that the primary member is unable to serve at a particular time or i n the event t hat the Director declares the position vacant due to unfitness, death, illness, incapacity, conflict of interest or any other circumstance which would make service on the B oard by that m ember i mpossible, di fficult o r unobjective. T he three p rimary m embers o f t he Board a nd t hree a lternates a re a ppointed in the f ollowing manner. T he Transportation D irector appoints t he p rimary a nd o ne a lternate f or o ne p osition. Th e A labama R oad B uilders' A ssociation appoints t he p rimary a nd o ne a lternate f or a s econd position. Th e T ransportation D irector a nd t he Alabama Road Builders' Association jointly appoint the primary and one alternate for a third position. The jointly appointed primary member will be the Board Chairman. The jointly appointed alternate will be the alternate Board Chairman. At least one Board Member must be a licensed Professional Engineer in the State of Alabama. In t he ev ent t hat a n a lternate m ember i s e levated t o pe rmanently replace a pr imary member o f t he Board, t hen a new a lternate s hall be a ppointed i n t he s ame m anner a s w as t he departing a lternate. S uch w ill a lso be t he c ase i f a n a lternate po sition i s dec lared v acant by t he Director due t o d eath, i llness, i ncompetence o r other r easons. I n t he ev ent t hat bo th t he p rimary member and the alternate member are unable to serve or must recuse themselves due to conflict of interest, etc., on a particular claim(s) hearing, a new member of the Board will be appointed in the same manner as the primary member to sit for that particular hearing. The ALDOT will notify the Contractor in writing of the date of the presentation and the names of the Board members. The Contractor will have ten calendar days from receipt of the letter to file w ith t he Director, by c ertified m ail, a n o bjection a s t o t he composition o f t he B oard w hich specifically details the nature of the objection. The Director shall have final authority in determining the composition of the Board. Each Board member w ill be paid $ 60 pe r hour f or actual t ime s pent o n reviewing t he plans, s pecifications, a nd c laim; a ttending t he p resentation a nd f or pre paring t he report t o t he Director. This payment will cover all compensation and expenses. 2. PRESENTATIONS. The C ontractor m ay i nitiate a r equest f or a B oard p resentation b y submission o f a written notice by certified mail to the Director within 30 calendar days from the date of the Director’s decision on the recommendation of t he Claims Committee. Failure to make the request w ithin the required time period shall constitute waiver of the claim by the Contractor. The Board presentation will convene at the mutual convenience of the Board, the Department, and the Contractor. Issues not specifically presented in the original claims package are waived and are not subject to consideration by the Board. The Contractor shall not contact or have any discussions with members of the Claims Appeal Board while the claim is pending except during the formal presentation. The FHWA will be invited to send an observer for Federal Aid projects. ---PAGE BREAK--- SECTION 110 CLAIMS 83 The Contractor shall pay for 50 percent of the expenses of a Board presentation. The written r ecommendation of t he Board w ill b e s ent t o th e Di rector f ollowing t he p resentation. T he Claims Appeal Board's recommendation may be accepted, modified, or denied by the Director. After receiving the recommendation of the Claims Appeal Board, the Director has 45 calendar days to report his decision to the Contractor. The D irector's decision i n t he resolution o f a ny a nd a ll c laims s hall b e f inal, non-appealable and not subject to judicial or other review. The decision of the Director is binding upon all pa rties i ncluding, bu t not l imited t o, c ontractors, s ubcontractors, a nd t hird pa rty b eneficiaries. After the final ruling by the Director on a claim, a supplemental agreement shall be processed to make payment for any amount deemed payable by the Director. 110.05 Claim Compensation. GENERAL. 1. COMPENSABLE ITEMS. The liability o f t he D epartment f or c laims w ill b e l imited t o t he f ollowing s pecifically identified compensable items: a. Additional job site labor expenses. b. Additional costs for materials. c. Additional job-site overhead. d. An additional 10 percent of the total of Subitems a, b, and c above for home office overhead and profit. e. Equipment costs, which shall be determined in accordance with the requirements of Item 109.04(b)4. f. Bond costs. g. Subcontractor c osts a s det ermined by , and l imited t o, t hose i tems i dentified a s payable under Subitems a, b, c, d, e, and f above. h. Administrative a llowance, t o t he Prime C ontractor, equal t o t hree p ercent o f t he first $20,000 and one percent of all over $20,000 of the total amount for processing a claim on behalf of a subcontractor. i. Gross receipts tax. j. Interest t hat a ccrues a fter 3 0 c alendar da ys f rom t he date o f t he G overnor’s signature on the supplemental agreement that makes payment for a claim. 2. NON-COMPENSABLE ITEMS. The D epartment w ill h ave n o liability f or t he f ollowing s pecifically id entified n on- compensable items: a. Profit, in excess of that provided herein. b. Loss of anticipated profit. c. Labor and equipment inefficiencies. d. Home office overhead in excess of that provided herein. e. Consequential damages, including but not limited to loss of bonding capacity, loss of bidding opportunities and insolvency. f. Indirect costs or expenses of any nature. g. Attorneys fees, claims preparation expenses or costs of litigation. h. Interest prior to the final resolution of the claim as defined in Subitem 110.05(a)1.j. above. CLAIMS FOR DELAY. The Department will have no liability for damages due to delay, beyond those items which are s pecifically i dentified a s c ompensable under S ubarticle 1 10.05(a) a bove. E quipment c osts, f or equipment i nvolved i n a delay c laim, s hall be det ermined i n a ccordance w ith t he r equirements f or Standby Rates as provided in Item 109.04(b)4. The Department will be liable only for those delay damages caused by or arising from acts or omissions o n t he pa rt o f t he D epartment w hich violate l egal o r c ontractual du ties o wed t o t he Contractor by t he D epartment. S uch d elays m ay c onstitute a ba sis f or a c laim f or de lay d amages and/or a r equest f or a t ime ex tension. Th e C ontractor a ssumes t he ri sk o f damages f rom a ll o ther causes of delay. ---PAGE BREAK--- SECTION 110 CLAIMS 84 CLAIMS FOR ACCELERATION. The Department will have no liability for any constructive acceleration unless the Department gives express written direction for the Contractor to accelerate his effort beyond that required by the original contract. Any acceleration related costs will be handled a s extra work as provided in Article 104.03. 110.06 Required Claim Documentation. All claims shall be submitted in writing, and shall be sufficient in detail to enable the Engineer to ascertain the basis and the amount of each claim. All information submitted to the Department under this Article will be used solely for analyzing and/or resolving the claim. As a minimum, the following information shall be provided for all claims: A copy o f the "Written Notice of Potential Claim" f iled for the specific claim b y the Contractor. The date on which actions resulting in the claim occurred or conditions resulting in the claim became evident. A detailed factual statement of the claim providing all necessary dates, locations and items of work affected by the claim. The s pecific p rovisions o f t he Co ntract w hich s upport t he claim, a nd a s tatement o f t he reasons why such provisions support the claim. The am ount of ad ditional c ompensation sou ght an d a b reak-down o f t he a mount i nto t he categories specified as payable under Article 110.05, Claim Compensation. The name, function, and activity of each Department official, or employee, involved in, or knowledgeable about facts that give rise to such claim. The name, function, and activity of each Contractor or Subcontractor official, or employee, involved in, or knowledgeable about facts that give rise to such claim. The i dentification o f a ny pert inent do cuments, a nd t he s ubstance o f a ny m aterial o ral communication relating to such claim. If an extension of time is also sought, the specific days for which it is sought and the basis for such request. For delay claims, in addition to the above, a description of the operations that were delayed, the reasons for the delay and how they were delayed will be required. 110.07 Auditing Of Claims. All c laims f iled a gainst t he D epartment s hall be s ubject t o a udit by t he D epartment’s External Auditor at any time following the filing of such claim. The audit may begin on ten days notice to the Contractor, Subcontractor, or Supplier. The Contractor, Subcontractor, or Supplier shall cooperate with the a uditors. F ailure o f t he C ontractor, S ubcontractor, o r S upplier t o m aintain a nd retain s ufficient records to allow the Department's auditor to verify the claim shall constitute a waiver of that portion of such claim that cannot be verified and shall bar recovery thereunder. Without l imiting t he ge nerality o f t he f oregoing, a nd a s a m inimum, t he a uditors s hall have available to them the following documents: Daily time sheets and foreman's daily reports. Union agreements, if any. Insurance, welfare, and benefits records. Payroll register. Earnings records. Payroll tax returns. Material invoices, purchase orders, and all material and supply acquisition contracts. Material cost distribution worksheet. Equipment records (list of company equipment, rates, etc.). Vendor rental agreements, and Subcontractor invoices. Subcontractor payment certificates. Canceled checks (payroll and vendors). Job cost report. Job payroll ledger. General l edger, g eneral j ournal, (if u sed) a nd a ll s ubsidiary l edgers a nd j ournals t ogether with all supporting documentation pertinent to entries made in these ledgers and journals. Cash disbursements journal. ---PAGE BREAK--- 85 Financial statements for all years reflecting the operations on this project. Income tax returns for all years reflecting the operations on this project. Depreciation records on all company equipment whether such records are maintained by the company involved, its accountant, or others. If a s ource o ther t han d epreciation rec ords i s u sed t o dev elop c osts f or t he C ontractor's internal purposes i n e stablishing t he a ctual cost o f o wning a nd o perating e quipment, a ll s uch o ther source documents. All documents which reflect the Contractor's actual profit and overhead during the years this Project was being performed and for each of the five years prior to the commencement of this Project. All documents related t o t he p reparation o f t he C ontractor's bid i ncluding t he f inal calculations on which the bid was based. All documents w hich r elate t o ea ch a nd every c laim t ogether w ith a ll do cuments w hich support the amount of damages as to each claim. Worksheets used to prepare the claim establishing the cost components for items of the claim including, but not limited to, labor, benefits and insurance, materials, equipment, subcontractors, and all documents which establish the time periods, individuals involved, the hours and the rates for the individuals. ---PAGE BREAK--- ---PAGE BREAK--- ALABAMA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION 2012 EDITION APPENDIX B ---PAGE BREAK--- ---PAGE BREAK--- SECTION 401 BITUMINOUS SURFACE TREATMENTS 161 DIVISION 400 SURFACING AND PAVEMENTS SECTION 401 BITUMINOUS SURFACE TREATMENTS 401.01 Description. GENERAL. The work covered by this Section consists of basic bituminous treatments such as prime coat, asphalt flush coats, liquid seals, and bituminous surface treatments. This S ection a lso c overs t he w ork o f a pplying a bituminous s urface t reatment c ontaining a polymer additive. Each b ituminous t reatment s hall consist o f o ne o r m ore ho t a pplications of b ituminous material and, except for prime coats, includes a specified cover aggregate which shall be spread after each bituminous application. The work also includes the cleaning of the existing surfaces as well as furnishing and applying all m aterials, a nd necessary i ncidental w ork t hereto, a ll i n a ccordance w ith pl an det ails a nd t hese Specifications. BITUMINOUS TREATMENT TABLE. The f ollowing t able s hows t he a mount o f b ituminous m aterial a nd the s ize a nd a mount o f cover aggregate required for the various types of bituminous treatments. The types are designated in the table by letters of the alphabet such as A, B, C, D, etc. The proposal will designate in the pay item description which of the various types are to be used. The kind of bitumen may also be specified or, if none is specified, the Contractor may select one of the kinds, if not in conflict with other provisions of these Specifications, permitted by the table. All other requirements of the tabular line opposite the type designation shall apply. (Example: A bituminous t reatment Type A KG, s pecifies a p rime c oat w ith t he quantities specified on line covered by a single surface treatment with the quantities specified on line covered in turn by a seal treatment with the quantities shown on line Bituminous materials shall be placed within the tolerance specified by the table for the type treatment involved, unless otherwise ordered by the Engineer in writing. Any variation outside of the designated limits shall be cause for ordering the treatment to be removed and replaced or corrected as directed by the Engineer, all without additional cost to the Department. The rate of aggregate coverage shown by the table is the approximate rate found to produce an a cceptable c overage w hen pr operly a pplied. R egardless o f t he rate s hown, t he C ontractor s hall provide aggregate in sufficient quantities and so spread the aggregate that the bitumen is uniformly and evenly covered. The Engineer will notify the Contractor in writing should it become advisable to change the amounts o f a ny ma terial f rom t he limits s pecified i n t he t able. In s uch e vent a n a djustment i n t he contract unit price will be made as specified in Subarticle 401.06(a). ---PAGE BREAK--- SECTION 401 BITUMINOUS SURFACE TREATMENTS 162 BITUMINOUS TREATMENT TABLE SUBARTICLE 401.01(b) Aggregates Gallons {Liters} of Bituminous Material per square yard {m²} of Treatment Designated Letter Type Treatment Size cu. ft./ sq. yd. {m³/m²} Liquid Asphalt Binder Emulsified Petroleum Resin, Cutback or Emulsified Asphalt A Prime Coat 0.22 – 0.25* {1.00 - 1.13}* B Flush Coat Sand 0.15 {0.0051} 0.16 – 0.19 {0.72 - 0.86} C Flush Coat 9 0.20 {0.0068} 0.16 – 0.19 {0.72 - 0.86} D Liquid Seal 78 or 89 0.25 {0.0085} 0.18 – 0.21 {0.81-0.95} 0.20 – 0.23 {0.90 - 1.04} E Liquid Seal 78 0.25 {0.0085} 0.22 – 0.25 {1.00-1.13} 0.25 – 0.28 {1.13 - 1.27} F Liquid Seal 78 0.27 {0.0091} 0.26 – 0.29 {1.18-1.31} 0.31 – 0.34 {1.40 - 1.54} G Liquid Seal 7 or 78 0.27 {0.0091} 0.31 – 0.34 {1.40-1.54} 0.35 – 0.38 {1.58 - 1.72} H Liquid Seal 6 0.40 {0.0135} 0.31 – 0.34 {1.40-1.54} 0.35 – 0.38 {1.58 - 1.72} J Surface Treatment 6 0.42 {0.0142} 0.33 – 0.36 {1.49-1.63} 0.38 – 0.41 {1.72 - 1.86} K Surface Treatment 5 0.50 {0.0169} 0.35 – 0.38 {1.58-1.72} 0.40 – 0.43 {1.81 - 1.95} L Surface Treatment 1st Application 4 0.9 {0.0305} 0.35 – 0.38 {1.58-1.72} 0.40 – 0.43 {1.81 - 1.95} Dry Choke 78 0.20 {0.0068} 2nd Application 78 0.25 {0.0085} 0.55 – 0.58 {2.49-2.63} 0.62 – 0.65 {2.81 - 2.94} * On cement treated layer, reduce prime bituminous amounts 20 percent. For s houlders, different a mounts o f a ggregate a nd bitumen may b e s hown o n p lans o r i n t he proposal. Aggregate for this treatment shall be crushed aggregate. Approximate rate of application for uniform coverage. Minor adjustments to these rates may be ordered by the Engineer to fit the physical properties of aggregates furnished for use. Multipurpose and Cationic Emulsified Asphalts shall be in the same quantities as shown above for Emulsified A sphalt. C onversion o f a ggregate v olume t o w eight { mass}, w hen r equired, s hall be i n accordance with AASHTO T 19. The ap plication r ates of Bituminous M aterials sh own above a re ba sed o n t he m aterial being a t 60 °F {16 401.02 Materials. All ma terials s hall c omply w ith th e r equirements o f Di vision 8 00, M aterials, e xcept a s n oted herein. Special reference is made to the following: BITUMINOUS MATERIALS, SECTION 804. The g rade o f bi tuminous material s hall be w ithin t he f ollowing limits u nless t he k ind a nd grade are specified on the plans or in the proposal. ---PAGE BREAK--- SECTION 401 BITUMINOUS SURFACE TREATMENTS 163 1. PRIME: Emulsified Asphalt AE-P or NTSS-1HM Cutback Asphalt MC 3O or MC 7O for tight bases; MC 250, RC 7O or RC 250 for open bases. Emulsified Petroleum Resin EPR * * This material shall not be used as a prime on processed reef shell base courses, crushed aggregate base courses, or rubblized concrete. This material shall not be left exposed for more than four days before placing a base layer of asphalt over it. This material shall also be supplied from the producer in the form in which it shall be placed. Material in a concentrated form that requires dilution after delivery will not be allowed. 2. ASPHALT FLUSH COAT: Emulsified Asphalt CRS 2 3. LIQUID SEALS AND SURFACE TREATMENTS WITHOUT POLYMER ADDITIVE: Liquid Asphalt Binder PG 58-22 Cutback Asphalt RC 250, RC 800, MC 800 Emulsified Asphalt CRS 2, CRS 2h 4. LIQUID SEALS AND SURFACE TREATMENTS WITH POLYMER ADDITIVE: Liquid Asphalt Binder PG 64-22 * Emulsified Asphalt CRS 2p, CRS 2hp, CRS-2l * This liquid binder shall be m anufactured from PG 58-22 with polymer additive to achieve the PG 64-22 grade. Where the plans re quire t he p lacement o f a bi tuminous p lant m ix o verlay o ver a bituminous surface treatment or liquid seal, the overlying layer shall not be placed until the asphalt in the bituminous surface treatment or liquid seal has cured to the satisfaction of the Engineer. Curing time i s dep endent upon s everal f actors i ncluding t emperature, h umidity, a nd w ind v elocity. W hen emulsified a sphalt i s u sed, c uring b egins w ith a di stinct c hange i n color, f rom br own t o black, a nd proceeds until the asphalt satisfactorily retains the aggregate. Traffic s tripe o n ea ch layer s hall be p rovided a nd pa id f or i n a ccordance w ith Section 701. AGGREGATE. Coarse aggregates for bituminous surface treatments shall be crushed aggregate meeting the requirements of Section 801. The kind of aggregate materials used shall be a t the Contractor's option within the following limits: 1. The use of carbonate stone such as limestone, dolomite, or aggregate tending to polish under t raffic s hall b e r estricted a s f ollows, ba sed o n t he a verage daily t raffic ( ADT) c ount i n both directions: ≤ 500 vehicles per day - No restrictions apply. > 500 but ≤ 1,000 vehicles per day - Carbonate stone shall not be used in the final application. Aggregates for the final application (wearing layer) shall be limited to siliceous aggregates such a s g ranite, qu artzite, bl ast f urnace s lag o r l ightweight a ggregates ( expanded c lays o r s hales produced by the Rotary Kiln Method). > 1,000 vehicles per day - Carbonate stone shall not be used in any application. The a bove w ill not a pply t o s houlder s urfacing o r det ours, o r t o bituminous s urface treatments which are to be covered over with a bituminous plant mix layer. 2. Crushed gravel may be used for all applications which are to be covered with a bituminous plant mix layer, for all applications on roads having an average daily traffic count (ADT) of less than 1500 vehicles, and for all applications of shoulder surface treatment work. POLYMER ADDITIVE. The polymer additive shall meet the requirements of Section 811. The polymer additive shall be co-milled into the emulsified asphalt at the manufacturer's facility by pre-mixing the polymer into the liquid asphalt binder before the material is emulsified. This method of adding the polymer shall be at the rate of by volume, of the asphalt emulsion. Any change to the above must be a pproved in writing by the Engineer. The temperature of the emulsified asphalt shall be between 140 °F {60 and 180 °F {85 at the time of introduction of the polymer additive. ---PAGE BREAK--- SECTION 401 BITUMINOUS SURFACE TREATMENTS 164 401.03 Construction Requirements. EQUIPMENT. In general, it shall be the Contractor's responsibility to select the proper sizes and amount of equipment to provide the desired results, but the following basic items shall be provided. In addition, all e quipment n ecessary f or t he proper p rosecution o f t he w ork s hall b e a ssembled o n t he s ite a nd must be approved and in good working order before permission to start any treatment will be given. All equipment approved for use shall be on a trial basis, and should after a short test section the e quipment pr ove u nsatisfactory, i t s hall be r emoved, r eplaced, o r s upplemented a s deem ed necessary to accomplish the desired results. 1. CLEANING EQUIPMENT. Cleaning equipment shall be capable of cleaning the surface thoroughly without cutting, tearing, or otherwise damaging the surface. 2. PRESSURE DISTRIBUTOR. A pressure distributor shall be required and shall be so designed and operated that it will distribute the contents, at a pressure between 30 psi {200 kPa} to 75 psi {500 kPa}, in a uniform spray for t he f ull w idth o f t he t reatment a rea w ithout a tomization, a t t he r ate a nd w ithin t he limits specified. Heating equipment shall be provided. Distributors shall be capable of circulating or agitating the bitumen throughout the heating process providing a uniform temperature, with the ranges specified herein, a nd s uitable m eans s hall be provided f or determining s uch temperatures. S uitable measuring eq uipment f or accurately m easuring t he v olume o f t he c ontents shall be provided. The distributor shall be equipped with a spray bar of adjustable height, hand hose, and nozzle. Heating equipment will not be required for the application of Emulsified Petroleum Resin prime. 3. AGGREGATE SPREADER. A self-propelled aggregate spreader with mechanically actuated spreading attachments and adjustable widths of satisfactory design and performance will be required; however, when the area to be processed is of such size or s hape that to require t he use of a mechanical spreader would be impractical, the Engineer may permit the aggregate to be spread manually. 4. ROLLERS. A self-propelled steel wheel roller having a weight {mass} between 5 tons {4 metric tons} and 8 tons {7 metric tons} shall be required immediately behind the aggregate spreader followed by a self-propelled pneumatic tired roller. Only one coverage shall be made with the steel wheel roller. TEMPERATURE AND WEATHER LIMITATIONS FOR PLACEMENT OF SURFACE TREATMENTS. All bituminous treatments shall be applied in strict conformity with the following: 1. SEASONAL No Bituminous Surface Treatment, which will be ex posed to traffic, including shoulder paving, shall be placed between the dates of October 1 and May 1 in North Alabama and between the dates of November 1 and April 1 in South Alabama regardless of weather conditions. For the purpose of identification, South Alabama shall be referred to for projects lying partly or wholly in the area of the State l ying s outh o f l atitude 3 3°N a nd w ith N orth A labama en compassing t he r emaining o r n orthern portion of the State. This seasonal limitation will not apply to Prime Coat. 2. WEATHER. Bituminous surface treatments shall not be placed on a wet surface or when the Engineer will not allow the placement due to existing unfavorable weather conditions. They shall not be placed when t he t emperature i s ex pected t o f all be low f reezing du ring t he night reg ardless o f da ytime temperature, when the ground is frozen, or when the surface temperature is less than 32 °F {0 Bituminous S urface Tr eatment A ( Prime C oat) s hall n ot be placed w hen t he a ir temperature is below 40 °F {4 All other bituminous surface treatments C, D, etc.) shall not be placed when the air temperature is below 60 °F {15 3. MOISTURE IN AGGREGATE. Aggregates s pread w hen t he t emperature i s 7 0 ° F { 20 a nd a bove m ay be s urface damp but not wet. Aggregates spread when the temperature is below 70 °F {20 shall be surface dry. Aggregates found by the Engineer to contain excessive moisture or free water at the time of use shall be rejected. The above limitations shall not be waived unless approved in writing by the Engineer. ---PAGE BREAK--- SECTION 401 BITUMINOUS SURFACE TREATMENTS 165 PREPARATION OF EXISTING SURFACE. Loose m aterial, dust, di rt, c aked clay, o r a ny f oreign m aterial s hall b e removed. C leaning shall be continued until the surface is clean or, in case of application on a soil or aggregate surface, all the loose dirt is removed and the surfaces of the larger size aggregate in the road surface are exposed but not di slodged. A ll cleaning o f t he a rea to be t reated s hall be completed bef ore a ny bituminous material is applied. APPLICATION OF BITUMINOUS MATERIAL. 1. GENERAL. No bituminous material or treatment shall be applied until the base or underlying surface has been approved. 2. PREPARATION OF BITUMINOUS MATERIAL. Bituminous materials used for each treatment shall be heated as previously noted. The material s hall be m aintained w ithin the s pecific t emperature range d uring a pplication. Any material which has not been maintained within the specified range shall be rejected. The following temperature ranges shall apply: TYPE OF BITUMEN PRIME HOT APPLICATION Liquid Asphalt Binder 275 °F – 350 °F {135 °C - 175 Cutback Asphalt RC-70, MC-30, MC-70, MC-250 100 °F – 150 °F {35 °C - 65 RC-250 125 °F – 180 °F {50 °C - 80 RC-800, MC-800 170 °F – 240 °F {75 °C - 115 RC-3000, MC-3000 215 °F – 270 °F {100 °C - 130 Emulsified Petroleum Resin Ambient Temperature Emulsified Asphalt 120 °F – 170 °F {50 °C - 75 120 °F – 170 °F {50 °C - 75 Emulsified Asphalt With Polymer Additive - - - - - - 140 °F – 180 °F {60 °C - 80 It is recommended that, in general, liquid asphalt binders be used June through September and either emulsified asphalt or cutback be used the remainder of the season. Emulsified Petroleum Resin prime will not be required to be heated and shall be applied at a mbient t emperature. No E mulsified P etroleum Resin p rime s hall be placed w hen t he a mbient temperature is below freezing. 3. APPLICATION OF BITUMEN. The bitumen shall be applied uniformly over the area to be treated. Where the treatment width is 26 feet {8 m} or less, the entire width shall be treated in one application, unless otherwise directed. Where only a partial width is treated in one application, extreme care shall be used to insure a slight overlap of adjacent treatments, but not in excess of 4 inches {100 mm}. The spray bar shall be adjusted to the proper height for exact single or double overlap of spray a rea w ithout pa rtial o verlap. U niformity o f di scharge s hall be c hecked before b eginning application an d at o ther t imes a s directed. S treaked a reas a nd a ny o ther a reas lacking uniform distribution shall immediately be made uniform. In all cases the distributor shall be stopped before the application b egins t o ru n light ( just bef ore t he di stributor t ank i s c ompletely em pty). A m ethod o f making joints shall be used that will insure that in beginning and ending the distribution of each load, a proper junction is made with the preceding and succeeding work without excessive bituminous material at the joints. In applying bi tuminous m aterials, t he C ontractor s hall use ef fective m eans t o pr otect structures, walls, curbs, etc. from discoloration or spattering. ---PAGE BREAK--- SECTION 401 BITUMINOUS SURFACE TREATMENTS 166 4. SPECIAL DETAILS. Before a pplying a p rime coat, t he s urface s hall be prepared a s p rovided i n S ubarticle 401.03(c) above and, if necessary, it shall be sprinkled with water. After the prime coat has been applied, the contractor shall keep all traffic off the road until, in the opinion of the Engineer, the prime coat is dry and cured. When directed, the Contractor shall, without extra compensation, spread the minimum necessary amount of approved clean, coarse sand over the bituminous prime to prevent its breaking up under traffic or to speed up curing. No o verlying s urface s hall be pl aced u ntil t he pri me c oat h as been a pproved by t he Engineer. The C ontractor s hall, w ithout ex tra c ompensation, m aintain t he prime t reatment a nd the surface of the base intact until it is covered by an application of a surfacing material. Maintenance shall include satisfactory repair to all holes, ravels, depressions, and areas deficient in prime so that the prime surface shall be smooth and of uniform texture before placing of an overlying surface. SPREADING AND EMBEDDING AGGREGATE. The size and amount of aggregate used shall be in accordance with provisions of Subarticle 401.01(b) for the type treatment required by the plans or proposal. Spreading o f a ggregate shall f ollow a pplication of b ituminous m aterial as c losely as practicable using m echanical a ggregate s preaders; i naccessible a reas s hall be c overed a s di rected. Sufficient aggregate to cover each distributor load, in loaded trucks along with an adequate crew of workmen equipped with brooms standing by, shall be at the site before bituminous application begins. Spreading of the aggregate shall begin a nd continue immediately behind the application of the bituminous material. However, if excessive rolling of the aggregate occurs during spreading, the Engineer may allow the chip spreader to delay in order to hold aggregate rolling to a minimum. Rolling s hall b egin i mmediately be hind t he s preading o peration. S ufficient r ollers s hall b e furnished to insure that the initial pass of the roller is made within five minutes of the spreading of the aggregate. Rolling s hall be continuous, providing coverage o f t he e ntire a rea o f t reatment t o i nsure thorough embedment of the aggregate. Unless a sufficient number of rollers are in operation to complete the above requirement, the next load o f bi tuminous material s hall not be a pplied until t he ro lling o f t he previous a pplication i s completed. When t he Engineer determines t he a ggregate has been t horoughly em bedded, rolling s hall cease and the Contractor shall, without delay, remove all excess aggregate from the treatment area. SPECIAL CONSTRUCTION REQUIREMENTS FOR PLACING OF BITUMINOUS TREATMENT When placing surface treatment special emphasis will be placed on not allowing either public or construction traffic over the work while placing of the treatment; if this cannot be avoided, it shall be well controlled and kept to a minimum. The sequence of placement of the material shall be as follows: 1st Step - Cleaning of surface and applying the first application of bitumen at the rate shown in Subarticle 401.01(b). 2nd Step - Placement of cover aggregate so as to have a uniform cover in contact with the asphalt. The surface should then be rolled with a light roller to key the aggregate with the asphalt. 3rd Step - Place dry choke aggregate and continue rolling and brooming until voids are filled. 4th Step - Apply 2nd application of hot bitumen at rate shown in Subarticle 401.01(b). 5th Step - Apply 2nd application of aggregate and continue brooming and rolling until the voids are filled and the aggregate is keyed to the asphalt. 401.04 Maintenance and Protection of Surface and Traffic. Maintenance s hall i nclude i mmediate r epair o f a ny f ailures o r d efects t hat occur, r epeated a s often a s is n ecessary t o k eep t he s urface c ontinuously i ntact a nd a cceptable. M aintenance s hall be performed without direct compensation. Unless o therwise s pecified o n t he pl ans o r i n t he p roposal, t he C ontractor s hall handle t raffic through the work and over the surface except while bituminous material is actually being applied and covered with aggregate. It shall be his responsibility to take whatever steps are necessary or directed to protect both the work and the traveling public. ---PAGE BREAK--- SECTION 402 SLURRY SEAL COAT 167 401.05 Method of Measurement. Measurement will be made of the number of square yards {square meters} of accepted bituminous treatment, complete in place. The length s hall be t he a ctual length m easured a long t he s urface o f t he t reatment. Th e w idth shall be the designated width of completed surface. Where the pay item specifies a prime coat plus an overlying treatment, the measurement will not include the additional width of the prime coat. Where the pay item specifies a prime coat only, the width will be the specified width of the prime coat. 401.06 Basis of Payment. UNIT PRICE COVERAGE. Payment for accepted bituminous s urface t reatment, or bituminous surface t reatment with polymer additive, Pay Item No. 401-B, measured as provided above, will be paid for at the contract unit p rice per s quare y ard {square m eter} c omplete i n p lace f or t he t ype o f bi tuminous t reatment specified i n t he p roposal by t he t ype d esignation l etter o r l etters; except t hat a djustments i n t he contract unit price s hall be m ade a s f ollows: W hen c hanges i n a mounts o f treatment ma terials a re ordered as provided in Article 401.01, the contract unit price will be adjusted upward or downward accordingly. Adjustment will be based on the increase or decrease in amounts per square yard {square meter}, at the verified cost, f.o.b. delivery point plus 2 cents per gallon {0.5 cent per liter} for the bitumen, a nd t he v erified c ost per s quare y ard { cubic m eter} f or t he a ggregate d elivered t o t he spreader. The contract unit price or adjusted contract unit pri ce for the accepted area complete in place shall be payment in full for furnishing all material, placement of materials, maintenance thereof and for all equipment, tools, labor, and incidentals necessary to complete the work. PAYMENT WILL BE MADE UNDER ITEM NO.: 401-A Bituminous Treatment Type designation letter/letters, Type of bitumen, if specified - per square yard {square meter} 401-B Bituminous Treatment Type designation letter/letters, Type of bitumen, if specified (With Polymer Additive) – per square yard {square meter} SECTION 402 SLURRY SEAL COAT 402.01 Description. This Section shall cover the work of constructing a surface course approximately 1/8 to 3/8 of an inch {3 t o 1 0 m m} i n thickness pl aced o n ex isting pa ved surfaces i n accordance w ith t hese specifications and within reasonably c lose conformity to the lines, grades, and widths shown on t he drawings and as specified. 402.02 Materials. ASPHALT EMULSION. CQS-1h or CQS-1hp shall meet the requirements of Section 804. AGGREGATE. Aggregate shall meet the appropriate requirements of Section 801 and 802 with lightweight aggregate and manufactured sand made from limestone added to the list of approved stones. FILLER. Filler, if required, shall meet the requirements of Section 805. WATER. The water shall be potable and free from harmful soluble salt. COMPOSITION OF MIXTURES. The a ggregate, a sphalt emulsion, w ater a nd, i f r equired, f iller m eeting t he req uirements herein specified, shall conform to the composition by weight {mass} percentages as specified by the Engineer, but within the limits of Table A of this Section. Type I. This aggregate blend is used to seal cracks and fill voids. It should be used on areas where a m inimum w earing s urface an d a m aximum se al i s d esired. T his f ine g radation r equires an application rate of 4 to 10 pounds {2 to 5 kg} of dry aggregate per square yard {square meter}. ---PAGE BREAK--- SECTION 402 SLURRY SEAL COAT 168 Type II. This a ggregate b lend i s u sed t o g ive c rown c orrections a nd a m oderate w earing surface. This surface course shall be used in areas that require this size of aggregate to fill in voids and leave a substantial wearing surface. This gradation requires an application rate of 10 to 20 pounds {5 to 10 k g} o f dry a ggregate per s quare y ard {square m eter} r esulting i n a s urface t hickness o f approximately 1/8 to 3/8 of an inch {3 to 10 mm}. The slurry seal shall meet the requirements of Subarticle 410.02(b) where applicable. TABLE A Composition by Weight {Mass} Percentages (Based on Square Opening Laboratory Sieves) Combined Aggregate Gradations Passing Sieve Type I Type II 3/8" {9.5 mm} 100 No. 4 {4.75 mm} 100 90 -100 No. 8 {2.36 mm} 95 -100 70 - 95 No. 16 {4.18 mm} 50 - 90 45 - 70 No. 50 {300 µm} 20 - 42 15 - 35 No. 200 {75 µm} 7 - 20 5 - 15 Asphalt residue, Percent by Weight {Mass}: 7.0 - 16.0 6.0 - 15.0 402.03 Construction Requirements. WEATHER LIMITATIONS. The w eather limitations a s specified i n I tem 4 10.03(b)1 shall ap ply except t hat slurry s eal shall not be placed when the air temperature is 50 °F {10 or lower; nor when the temperature of the pavement on which it is to be placed is 50 °F {10 or lower. EQUIPMENT REQUIREMENTS. The slurry seal mixing equipment shall be an approved self-propelled, continuous-flow apparatus consisting of a composite of all the required units herein described. The apparatus shall be capable o f proportioning, c ombining, a nd mixing a ccurately t he s pecified c omponents i nto a homogeneous m ixture w ith a n a sphalt f ilm o f s ufficient t hickness t o f urnish t he d esired binding properties. This ap paratus sh all c ontain b ins, t anks, an d r eceptacles of su fficient si ze an d v olume, proportioning f eeders, liquid m easuring m eters o r dev ices, m echanical m ixer, a nd di stributor f or placing the finished mixture. All units shall be integrated, mechanized, and to deliver the component to the mixer simultaneously and in time adjusted sequence. MIXER. The m ixer s hall b e o f t he s piraled, m ulti-blade t ype o r o ther t ype a s a pproved by t he Engineer. The mixing chamber shall have a stated capacity which shall not be exceeded and it shall be mechanically equipped to regulate the mixing time up to but not to exceed four minutes. It shall be equipped to pre-wet the aggregate prior to aggregate contact with the asphalt emulsion. It shall have a gate for controlling the discharge of the mixture into the distributor spreader. SPREADING EQUIPMENT. A m echanically o perated type s queegee distributor s hall b e i ntegrally a ssembled w ith t he slurry mixer. The strike-off shall be lined with a flexible material to prevent loss of the slurry mixture during spreading. The strike-off shall have vertical adjustment available for changing grade and crown to assure uniform spreading of the mixture. The apparatus shall be equipped with a pressure system and a f og t ype s pray ba r a dequate f or placing a c omplete f og c oat o f w ater w ith a m aximum application o f 0 .05 g allons pe r s quare y ard { 0.25 L /m²} o ver the pa vement s urface i mmediately preceding the spreading of the mixture. Hand squeegees, shovels, surface cleaning machines, and hand equipment as necessary, shall be provided to perform the work. CONDITIONING OF EXISTING SURFACE. Conditioning of the existing surface shall be in accordance with Subarticle 410.03(c). ---PAGE BREAK--- SECTION 405 TACK COAT 169 PLACEMENT. The temperature of the components of the completed mixture shall be so controlled that the application temperature of the slurry seal shall be within the range designated by the Engineer but not less than 50 °F {10 nor more than 125 °F {50 . JOINTS. 1. TRANSVERSE JOINTS. Transverse joints shall be constructed by either overlapping the previously cured slurry with 10 to 15 feet {3 to 4 m } of fresh slurry or by wetting the area that the spreader box will touch while the slurry is still in a completely uncured, semi-fluid condition. 2. LONGITUDINAL JOINTS. Longitudinal joints shall be constructed when the slurry is completely uncured or when it is t otally c ured. Sh ould t he s lurry b e c ompletely c ured, t he c ured s lurry a t t he j oint a rea s hall b e wetted by the spray bar. Should the slurry be completely uncured, the slurry shall not be wetted. A burlap drag, or other suitable device, that will cause the fresh slurry coming from the spreader box to distribute itself evenly over the joint, shall be pulled along the joint seam. CURING. Treated areas shall be allowed to cure until such time as the Engineer or inspector-in-charge shall permit their opening to traffic. All traffic shall be diverted up to a maximum of 24 hours to permit undisturbed c uring o f t he s lurry o r u ntil s uch t ime a s c uring ha s t aken p lace a nd r olling ha s b een completed. ROLLING. Any rolling required for the slurry seal shall be done with a pneumatic roller. The roller shall be capable of exerting a contact pressure during rolling of 350 to 450 kPa. Rolling shall consist of not less than four complete coverages over the specified areas. TACK COAT. When specified, a tack coat shall be placed in accordance with Section 405. 402.04 Method of Measurement. The a mount o f s lurry s eal c oat, a pplied a s di rected a nd a ccepted, w ill be m easured i n s quare yards {square meters}. The length will be the actual length measured along the surface. The width will be the actual width sealed as shown on the plans or directed. 402.05 Basis of Payment. UNIT PRICE COVERAGE. The number of square yards {square meters}, measured as provided above, will be paid for at the contract unit price for the item of Slurry Seal Coat of the type specified on the plans, complete in place, which price shall be payment in full for furnishing all materials and constructing the Slurry Seal Coat, and for all equipment, tools, labor, and incidentals necessary to complete the work. PAYMENT WILL BE MADE UNDER ITEM NO.: 402-A Slurry Seal Coat, Type * - per square yard {square meter} * Indicate I or II SECTION 405 TACK COAT 405.01 Description. The work under this Section shall cover the furnishing and placing of a bituminous tack coat on an existing surface which is to be covered by a bituminous plant mix material in accordance with these specifications and in reasonably close conformity with the lines shown on the plans or directed by the Engineer. The work shall include the cleaning of the existing surface prior to application of the tack coat. The area of treatment and the rate of application of a tack coat shall be based on the plans and specifications af ter evaluating t he ac tual surface c ondition o n w hich t he plant m ix o verlay is t o be placed. ---PAGE BREAK--- SECTION 405 TACK COAT 170 405.02 Materials. Bituminous m aterial f or t ack c oat s hall be Emulsified A sphalt o r o ne o f t he P erformance Graded A sphalt B inders s hown i n A rticle 8 04.07. The c ationic g rades C RS-2, C RS-2h, C SS-1, C SS-1h, CQS-1h, CQS-1hp, CRS-2p, CRS-2l or the anionic grade NTSS-1HM shall be used. If Emulsified Asphalt is used, the emulsion shall not be diluted prior to application. Unless shown otherwise on the plans, the contractor shall have the option of using any of the allowable b ituminous m aterials, s ubject t o o ther limitations o f t hese s pecifications. I n m aking t he selection o f materials, t he C ontractor s hall t ake i nto consideration s easonal, w eather, t emperature, and other placement conditions, while keeping in mind that SS stands for slow setting, RS stands for rapid s etting, a nd Q S s tands f or q uick s etting (QS is t he f aster s etting o r breaking em ulsion). L ow temperatures and humid or damp conditions will retard the breaking or setting of all emulsions. The mixing of a cationic and an anionic emulsion will result in failure of emulsion materials. All materials shall meet the requirements of Section 804. 405.03 Construction Requirements. EQUIPMENT. In general it shall be the Contractor's responsibility to select the proper size and amount of equipment to provide the desired results. Equipment furnished shall meet the requirements of Subarticle 401.03(a). SEASONAL, NIGHTTIME, WEATHER, AND TEMPERATURE LIMITATIONS. 1. SEASONAL LIMITATIONS FOR THE PLACEMENT OF TACK. Grades C SS-1, C SS-1h E mulsified A sphalts s hall n ot be pl aced bet ween t he dates o f October 1 a nd M ay 1 i n N orth A labama a nd bet ween t he dates o f N ovember 1 a nd A pril 1 i n S outh Alabama regardless of weather conditions. For the purpose of identification, South Alabama shall be referred to for projects lying partly or wholly in the area of the State lying south of latitude 33 °N and with N orth A labama encompassing t he r emaining o r n orthern po rtion o f t he S tate. T hese s easonal limitations shall not apply to the placement of other bituminous materials for tack allowed by Article 405.02. The tack may be placed if allowed by the Engineer when the pavement temperature is 40°F and rising. 2. NIGHTTIME LIMITATIONS FOR THE PLACEMENT OF TACK. Grade CSS-1 and CSS-1h Emulsified Asphalts shall not be used for tack during nighttime paving operations. 3. WEATHER LIMITATIONS FOR THE PLACEMENT OF TACK. Tack material shall not be applied on a wet surface or when in the Engineer's opinion weather conditions are not suitable. NTSS-1HM may become slippery when wet. 4. TEMPERATURE LIMITATIONS FOR THE PLACEMENT OF TACK. Temperature limitations for t he placement o f t ack coat material s hall be t he s ame a s specified in Subarticle 410.03(b) for plant mixed pavements. NTSS-1HM material shall not be used for cold applied asphalt pavement. PREPARATION OF EXISTING SURFACE. Loose material, dust, dirt, and a ll foreign matter shall be removed from the surface to be treated. Approval of the surface before application of the tack material is required. APPLICATION. Tack coat materials shall be applied in a n amount f rom 0.05 gallons per square yard {0.25 L/m2} up to a maximum of 0.10 gallons per square yard {0.5 L/m²} for emulsified asphalt and from 0.03 gallons per square yard {0.13 L/m2} up to a maximum of 0.07 gallons per square yard {0.3 L/m²} for asphalt bi nder. W hen t acking n ew, f reshly l aid pa vement, t he E ngineer m ay a pprove re ducing t he above minimum requirements. Unless approved otherwise by the Engineer, the application temperature shall be 120 °F - 170 °F { 50 °C - 75 f or Ca tionic E mulsified A sphalts, 1 50 °F – 180 °F { 66 °C – 82 f or Anionic Emulsified Asphalts; and 275 °F – 350 °F {135 °C – 175 °C } for Performance Graded Asphalt Binders. The NTSS-1HM asphalt emulsion shall be covered as soon as practical. An a sphalt di stributor s hall b e pro vided f or u se o n a ll a ccessible a reas; i naccessible a reas such as around manholes, etc. may be coated by other approved methods. When ap plying t ack coat, i t sh all be a pplied t o a ll c ontact su rfaces of c urbs, g utters an d manholes. Tack shall also be applied to all adjacent pavement edges except the pavement edges where ---PAGE BREAK--- SECTION 407 JOINT SEALANT FOR HMA PAVEMENT 171 joint sealant is required. Adjacent surfaces, such as gutters and the like, that are not to be in contact with the mix shall be adequately protected from the spray by means of heavy paper securely fastened in place or other satisfactory means. Any such surface soiled by tack coat material shall be cleaned and restored to its previous condition without additional compensation. Tack coat material shall be spread only far enough in advance to permit the construction to progress consistently, uniformly, and continuously after the curing period and shall not be applied so far in advance that the viscous quality will be reduced by traffic prior to construction thereon. Tack coat t hat l oses i ts v iscous qu ality bef ore bei ng c overed s hall be re newed a nd a ny w hich h as be en damaged shall be replaced without extra compensation. 405.04 Method of Measurement. The a mount o f bi tuminous m aterial u sed a s di rected f or t ack c oat w ill be measured i n g allons {liters}, as specified in Article 109.02. 405.05 Basis of Payment. UNIT PRICE COVERAGE. The amount of bituminous material used as directed for tack coat, measured as noted above, will be paid for at the contract unit price bid per gallon {liter} which shall be full compensation for furnishing the bituminous material, hauling, heating, application, curing, and maintaining and for all equipment, tools, labor, and incidentals necessary to complete the work. PAYMENT WILL BE MADE UNDER ITEM NO.: 405-A Tack Coat - per gallon {liter} SECTION 407 JOINT SEALANT FOR HMA PAVEMENT 407.01 Description. This S ection s hall c over t he s ealing o f l ongitudinal j oints i n hot m ix a sphalt p avements by t he spraying or rolling of joint sealant on the vertical face of the joint in front of the asphalt spreader. Joint sealant application shall be a separate construction operation from the tack coat application Joint s ealant s hall not be a pplied t o t he joints b etween HMA pa vement a nd paved s houlders unless s hown o therwise o n t he plans. J oint s ealant s hall not b e a pplied t o t he joints between HMA pavement and curbs unless shown otherwise on the plans. 407.02 Materials. A s ample o f t he s ealant w ill be t aken by t he E ngineer a nd t ested i n a ccordance w ith t he requirements established by the Department for sampling and testing Bituminous Surface Treatments given in Section 401. The Contractor shall have the option of using the following materials for the joint sealant: - PG 64-22 performance graded asphalt binder; - PG 67-22 performance graded asphalt binder - CQS-1HP emulsified asphalt; - NTSS-1HM emulsified asphalt; - Pavon™; - Crafco™ Pavement Joint Adhesive Part No. 34524. PG 64-22 shall meet the material requirements given in Table 2 of Section 804. PG 67-22 shall meet the material requirements given in Table 3 of Section 804. CQS-1HP sh all b e a cationic e mulsion blended w ith a mi nimum o f 1 .2 % p olymer me eting t he requirements given in Article 811.03 and the requirements given in the following tables. Pavon™ is a proprietary product that shall also meet the requirements given in the following tables. ---PAGE BREAK--- SECTION 407 JOINT SEALANT FOR HMA PAVEMENT 172 REQUIRED PROPERTIES FROM THE TESTING OF CQS-1HP AND Pavon™ Parameter Test Method Value Residue % By Distillation ALDOT 415 60 % Min. - Viscosity, SF @ 77 sec. AASHTO T 59 20 SF Min. 100 SF Max. Sieve Test, % AASHTO T 59 - 0.1 % Max. Particle Charge AASHTO T 59 Positive REQUIRED PROPERTIES FROM THE TESTING OF DISTILLATION RESIDUE FROM CQS-1HP AND Pavon™ Parameter Test Method Value Penetration, 100 g, 5 secs. @ 77 °F AASHTO T 49 60 mm Min. 130 mm Max. Ductility, cms., @ 39.2 °F AASHTO T-51 40 cms Min. - Elastic Recovery @ 50 % AASHTO T-301 50 % Min. - NTSS-1HM shall be an anionic emulsion meeting the following requirements. REQUIRED PROPERTIES FROM THE TESTING OF NTSS-1HM Parameter Test Method Value Residue % By Distillation ALDOT 415 35 % Min. - Oil Distillate by Volume of Emulsion, % AASHTO T 59 - 1.0 Viscosity, SF @ 77° F, sec. AASHTO T 59 25 SF Min. 500 SF Max. Particle Charge AASHTO T 59 Negative REQUIRED PROPERTIES FROM THE TESTING OF DISTILLATION RESIDUE FROM NTSS-1HM Parameter Test Method Value Penetration, 100 g, 5 secs. @ 77 °F AASHTO T 49 - 20 mm Max. Softening Point AASHTO T-53 65 °C Min. - Crafco™ Pavement Joint Adhesive Part No. 34524 is a proprietary product that shall meet the requirements given in the following table. REQUIRED PROPERTIES FROM THE TESTING OF Crafco™ PAVEMENT JOINT ADHESIVE PART NO. 34524 Parameter Test Method Value Cone Penetration, 77 ºF ASTM D5329 60-100 Flow, 140 ºF ASTM D5329 5 mm-Maximum Resilience, 77 ºF ASTM D5329 30 %-Minimum Ductility, 77 ºF AASHTO T51 30 cm-Minimum Ductility, 39.2 ºF AASHTO T51 30 cm-Minimum Softening Point AASHTO T53 170 ºF Minimum 407.03 Construction Requirements. Unless sh own ot herwise o n t he p lans, j oint se alant sh all on ly be a pplied t o t he joints i n t he wearing l ayers o f S ection 424 ( Superpave) a nd S ection 4 23 ( Stone M atrix A sphalt) m ixes a nd t o t he joints i n t he s urface layers bet ween existing HM A pavement a nd new HM A pavement. Joint se alant shall not be applied to the joints between HMA pavement and paved shoulders unless shown otherwise on the plans. Joint sealant shall not be applied to the joints between HMA pavement and curbs unless shown otherwise on the plans. As a s eparate a pplication f rom t he t ack c oat, t he s ealant s hall be a pplied by bei ng s prayed o r rolled on the face of the vertical joint of the previously placed asphalt layer in front of the asphalt spreader to seal the joint between the previously placed layer and the newly placed layer. Joint sealant shall be placed at the rates and temperatures given in the following table. ---PAGE BREAK--- SECTION 408 PLANING (MILLING) OF EXISTING PAVEMENT 173 JOINT SEALANT APPLICATION RATES AND TEMPERATURE Joint Sealant Application Rate Application Temperature PG 64-22 24 gallons per mile per inch of lift with a +/-10 % tolerance 212 ºF to 230 ºF PG 67-22 24 gallons per mile per inch of lift with a +/-10 % tolerance 275 ºF to 350 ºF CQS-1HP 40 gallons per mile per inch of lift with a +/-10 % tolerance Ambient Temperature NTSS-1HM 40 gallons per mile per inch of lift with a +/-10 % tolerance 165 ºF to 170 ºF Pavon™ 40 gallons per mile per inch of lift with a +/-10 % tolerance Ambient Temperature Crafco™ Pavement Joint Adhesive Part No. 34524 70 gallons per mile per inch of lift with a 10 % tolerance 380 °F ± 20 ° The Engineer will limit the length of placement ahead of the spreader (usually no more than 1000 feet) to reduce the possibility of damage to the sealant. The Engineer will also require the placement of CQ S-1HP emulsified a sphalt, N TSS1HM emulsified a sphalt, a nd Pavon™ f ar e nough a head o f t he asphalt spreader to allow the curing of the sealant. 407.04 Method of Measurement. The application of joint sealant will be measured by the mile for each joint. 407.05 Basis of Payment. UNIT PRICE COVERAGE. Joint sealant will be paid for at the contract unit price per mile for each joint which shall be full compensation for furnishing the joint sealant material, applying the sealant and for all equipment, tools, labor, and incidentals necessary to complete the work. PAYMENT WILL BE MADE UNDER ITEM NO.: 407-B Joint Sealant for Hot Mix Asphalt Pavement - per mile SECTION 408 PLANING (MILLING) OF EXISTING PAVEMENT 408.01 Description. This Section s hall cover t he w ork o f removing, by planing (milling), existing asphalt pavement. The work specified in this Section includes the transporting, stockpiling, or otherwise disposing of the removed pavement material. The removed material shall become the property of the Contractor unless otherwise noted on the plans. If the reclaimed material is suitable for use in a recycled asphalt plant mix, and the Contractor elects to use the material in such fashion, then the height of the stockpiles at the asphalt plant should be limited to prevent moisture buildup or reconsolidation of the material. 408.02 Equipment. The equipment for this operation shall be a machine capable of maintaining a depth of cut and cross slope which shall achieve the results specified herein. The determination of the minimum number of planing machines required and the minimum horizontal planing width of each machine shall be the responsibility o f t he C ontractor, u nless o therwise s pecified o n t he plans. Th e machine s hall b e equipped with automatic grade controls which operate by sensing from one or more skis, wheels, or other t ype o f m echanism moving a long t he pa vement s urface a nd, i f r equired, s hall p roduce a s kid resistant surface texture. The sensing device shall be of sufficient design to significantly improve the longitudinal profile of the pavement surface. The machine shall be equipped with a means to effectively limit the amount of dust escaping from the removal operations. ---PAGE BREAK--- SECTION 408 PLANING (MILLING) OF EXISTING PAVEMENT 174 If the machine is equipped with preheating devices, special attention is directed to the fact that local environmental and other regulations governing the operation of this type of equipment may vary considerably from place to place. It shall be the Contractor's responsibility to familiarize himself and comply with all such local regulations, as well as S tate and Federal rules, and to obtain all necessary permits. 408.03 Construction Requirements. The existing pa vement s hall b e rem oved t o v arying dept hs i n a m anner w hich w ill r estore t he pavement surface to a uniform longitudinal profile and cross section as sp ecified on the plans or as directed by the Engineer. The required planing depth at the centerline and at the edge of pavement may vary to obtain the required cross s lope. T he a pproximate d epths o f r equired p laning a re s hown o n t he plans f or t he appropriate t ypical s ections. In a reas w here t he ex isting ro adway do es not have t he re quired c rown and/or superelevation rate, the planing depths shall vary to provide the desired cross slope and profile. When provided on the plans, areas where planing will not, by itself, sufficiently correct an existing pavement, the C ontractor s hall us e a b ituminous c oncrete leveling layer a long w ith t he planing t o produce the required crown and/or superelevation rate. This leveling layer will be paid for under the appropriate pay item for leveling. The longitudinal profile of the planed surface shall be established by a sensing device on the side of the cut nearest the centerline of the road. The cross slope of the planed surface shall be established by a s econd s ensing dev ice near t he o utside edg e o f t he cut o r by a n a utomatic cross slope control mechanism. The Engineer m ay w aive t he requirement f or a utomatic g rade or c ross s lope c ontrols where the situation warrants such action. The Contractor may elect to make multiple cuts to achieve the required pavement configuration or depth of cut. The planing machine shall be operated to effectively minimize the amount of dust being emitted from the machine. Prewetting of the pavement may be required. On resurfacing projects, the planing operations shall be limited to an area where the planed area will be covered with a bituminous surface treatment or paving, whichever applicable, within 24 hours after planing has begun, unless otherwise noted on the plans. Prior to resurfacing or opening a planed area to traffic, where permitted, the planed surface shall be t horoughly s wept with a po wer b room o r o ther a pproved equipment t o remove, t o t he g reatest extent practicable, fine material and dust particles. This operation shall be conducted in a manner so as to minimize the potential for creation of a traffic hazard and to minimize air pollution. Material r emoved by t he pl aning m achine, a nd m aterial s wept f rom t he p avement, s hall b e disposed of in locations approved by the Engineer. 408.04 Finished Surface. If the planed surface is to be the final surface of the pavement, it shall have either continuous or intermittent striations or any other pre-approved pattern which will provide an acceptable level of skid resistance. If pavement is to be constructed over the planed surface, it shall have a texture which will provide good bonding. The f inished s urface s hall have a r easonably u niform t exture a nd s hall m eet t he s urface requirements specified in Subarticle 410.05(a). Areas v arying f rom a t rue s urface i n ex cess o f t he a bove s tated t olerance m ay be a ccepted without correction if the Engineer determines that they were caused by a pre-existing condition which could not have reasonably been corrected by the planing operation. Any unsuitable texture or profile, as determined by the Engineer, shall be corrected by the Contractor at no additional compensation. The Engineer may require planing of any area where a surface delamination causes a non-uniform texture to occur. 408.05 Method of Measurement. The planing of pavement ordered and accepted will be measured in square yards {square meters} computed f rom s urface measurements t aken t o t he nearest 0 .1 o f a f oot { 0.1 m } o n t he p laned pavement. In areas where a non-uniform layer of thickness is planed off, the approximate layer thickness will be computed by averaging the depth of cut at opposite lane edges for each travelway at longitudinal measurement intervals of approximately 300 feet {100 m} or as directed by the Engineer. This average depth will be used to establish the item number under which payment will be made. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 175 408.06 Basis of Payment. UNIT PRICE COVERAGE. The planing of pavement ordered and accepted, measured as noted above, will be paid for at the c ontract unit price bid w hich s hall b e f ull c ompensation f or t he p laning o f t he pa vement, t he transporting and stockpiling of the removed surplus material, the removal a nd disposal of pavement markers, the removal of grinding residue and the satisfactory disposal thereof, and the cleaning of the pavement a nd f or a ll m aterials, equipment, t ools, l abor, a nd i ncidentals n ecessary t o c omplete t he work. PAYMENT WILL BE MADE UNDER ITEM NO.: 408-A Planing Existing Pavement (Approximately * inches {mm} thru inches {mm} thick) - per square yard {square meter} * Lower limit of approximate thickness to be removed. Upper limit of approximate thickness to be removed. SECTION 410 ASPHALT PAVEMENTS 410.01 Description. The work under this Section covers the general requirements that are applicable to all types of hot and warm mix asphalt pavements of the plant mix type. Deviations from these general requirements will be indicated in the specific requirements for various types of mixes noted in the following sections of these Specifications. This work shall consist of one or more courses of hot and warm mix asphalt plant mix constructed in accordance with these specifications and the specific requirements of the type of mixture required and in reasonably close conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans or established by the Engineer. The Contractor may use either hot mix or warm mix for all Superpave ESAL Range mixes in Section 424 that require PG 67-22 liquid binder. Superpave ESAL Range E mixes requiring PG 76-22 liquid binder shall be produced as hot mix. Warm m ix asp halt sh all b e defined as the use of an approved warm mix technology in the plant mix at the time of production. This work shall also include the preparation of the underlying surface on which the plant mix is to be placed, including patching and/or leveling as shown on the plans or directed. In addition, this work shall also include the placing of widening at locations shown on the plans and/or directed by the Engineer. In general, widening shall consist of narrow width build-ups, three feet o r l ess { one m eter o r l ess}, r equired f or w idening ex isting pa vement, ( 2) pa ving f or t urn-outs beyond three feet {one meter} from the edge of pavement, pavement crossovers, and turning lanes of less than 200 feet {60 m} for crossovers. Paving used on turn-outs for intersecting paved roads and shoulder paving will not be considered as widening unless shown on the plans. All ALDOT procedures referenced are applicable to both hot and warm mix asphalt. 410.02 Materials. APPLICABLE SECTIONS OF SPECIFICATIONS. Materials shall conform to requirements given in Sections 327, 420, 423 and 424. PRODUCTS AND PROCESSES FOR THE PRODUCTION OF WARM MIX ASPHALT. Warm Mix Asphalt products and processes shall be selected from List II-27, “Warm Mix Asphalt Products a nd Processes” o f t he D epartment's m anual t itled " Materials, S ources, a nd D evices w ith Special Acceptance Requirements". Information concerning this list is given in Subarticle 106.01(f) and ALDOT-355. ANTI-STRIPPING AGENTS. All warm mix asphalt mixtures shall include an anti-stripping agent. The warm mix additive supplier may certify that an anti-stripping agent is an integral part of the warm mix additive. All hot mix asphalt mixtures except 327 and 420 shall be tested during design to determine if an anti-stripping agent is needed. During design and production, all other mixes shall have a tensile strength ra tio (TSR) o f a t l east 0 .80 w hen t ested i n a ccordance w ith A ASHTO T 2 83 a s m odified by ALDOT-361. I f a ny TS R v alue f alls be low t he minimum s pecified a bove, plant o perations s hall c ease until c orrective m easures a re t aken. Ho wever, i f a ny vis ual s tripping o ccurs in t he d esign o r f ield ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 176 production, an anti-stripping agent shall be required if deemed necessary by the Engineer. Should it become necessary for the Contractor to include an anti-strip agent in the mix due to the occurrence of visual stripping during field production of the mix after the design tests indicated that the same mix met the above listed TSR requirement, such work will be paid for as Extra Work as defined by Article 104.03. Additional payment for the anti-strip agent will not be made in cases where the same mix has been previously used in field production and visual stripping occurred. The amount of anti-stripping agent, when required, shall be 0.25 to 1.0 % by weight {mass} of the liquid a sphalt bi nder content f or liquid a gents and 0. 5 to 2. 0 % by w eight {mass} o f t he t otal aggregate for powdered agents. Liquid anti-stripping agent shall be added to the liquid asphalt binder by approved on-line blending equipment either at the refinery or the Contractor's mixing plant within ±10% of the specified rate. Silicone may be used in liquid asphalt binder, not to exceed 2 ounces per 5000 gallons {3 ml per 1000 Except when producing Warm Mix Asphalt, other additives shall not be added to the liquid asphalt binder unless expressly authorized in writing by the Materials and Tests Engineer. The use of any unauthorized additive will be cause for rejection of the mixture. COMPOSITION OF MIXTURES. 1. ADJUSTMENTS TO RATE OF PLACEMENT. The project designated rate per square yard {square meter} of the plant mix layers are designed assuming a compacted mix unit weight {mass} of not greater than 158 pounds per cubic foot {2530 kg/m3} for dense graded mixes (light weight aggregates excepted.) Hence, a correction to the plan designated rate per square yard {square meter} will be made in accordance with the following: - If the compacted mix density as determined in the job mix formula design exceeds 158 , or is below 130, pounds per cubic foot, {2530 kg/m3, or is below 2080 kg/m3}, the correction will be based on the formula: x = ab/158 {x = ab/2530}, where x = corrected rate per square yard {square meter}, a = laboratory compacted mix unit weight in pounds per cubic foot {density in kilograms per cubic meter} as shown in the job-mix formula, and b = project designated rate per square yard {square meter} of plant mix as shown on the job plans. - If the laboratory compacted density is between 130 pounds per cubic foot and 158 pounds per c ubic f oot {2080 k g/m3 and 2530 k g/m3}, n o c orrection w ill be m ade t o t he po unds pe r square yard {kilograms per square meter} designated by the plans or proposal. - If the plans provide for the use of lightweight aggregate (expanded clay or shale), the pounds per square yard {kilograms per square meter} of the layer shown by the plans or proposal will not be adjusted. - If the plans provide for the use of an "Open Graded" plant mix layer, the pounds per square yard {kilograms per square meter} of the layer shown by the plans or proposal will not be adjusted. 2. REQUIREMENT FOR APPROVED JOB MIX FORMULA. Work shall not be s tarted under this Section on a specific project until the Contractor has submitted and received approval of a job-mix formula from the Materials and Tests Engineer and the job mix formula has been checked by the Division Materials Engineer for use on the project. A c hange i n a ggregate s ources w ill r equire a new j ob-mix formula bef ore t he n ew material i s used. A c hange i n l iquid a sphalt binder s ource a nd a nti-stripping a gent w ill b e a llowed without a new job-mix formula provided the design criteria is met by a one-point check of the mixture. The one-point check shall include the Air Void, VMA, Stability, Flow, and TSR (Tensile Strength Ratio) and may be determined during the production of the mix. Ho wever, no change in the grade of liquid asphalt binder will be allowed without the approval of the Materials and Tests Engineer. 3. CONTRACTOR'S RESPONSIBILITY FOR JOB-MIX FORMULA. Designs for all mixes shall be the responsibility of the Contractor and shall be submitted by the Contractor for approval. Refer to applicable Sections (420, 424, etc.) for design criteria. The submitted f ormula s hall have b een designed by a c ertified t echnician (Level I II - Designer) in a laboratory that has been certified by the Department. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 177 4. APPROVAL OF JOB MIX FORMULA BY MATERIALS AND TESTS ENGINEER. The Contractor shall submit to the Materials and Tests Engineer, for approval, a Job Mix Formula (JMF) for each mixture to be supplied from a specific plant. The Contractor shall allow at least four weeks for the evaluation and approval of the job mix formula. The s ubmitted f ormula s hall i nclude a ny a dditive by t ype a nd trade name a nd be accompanied by s amples from t he m aterial s ources h e p roposes t o u se i n p roducing t he m ix. Th e job-mix formula for each mixture shall establish a single percentage of aggregate passing each required sieve s ize, a s ingle p ercentage o f liquid a sphalt binder t o be a dded t o t he a ggregate, a s ingle percentage of any additive, and a mixing temperature range suitable for the type, grade, etc. of liquid asphalt binder to be used in the mix. Each job-mix formula shall be accompanied by a test report from an approved laboratory certifying that all current Departmental design test parameters have been met (copies of t he Departmental current design test parameters may be obtained from the office of t he Materials a nd T ests E ngineer). T here w ill b e n o c harge f or t he D epartment's c hecking o f t he Contractor's job-mix formula. The approved job-mix formula for each mixture shall be in effect for a maximum of four years from the approval date on the JMF or until the Materials and Tests Engineer withdraws approval by written order. 5. APPROVAL OF JOB MIX FORMULA BY DIVISION MATERIALS ENGINEER. At l east t wo f ull w orking da ys pr ior t o beg inning t he pro duction o f a sphalt mix f or a specific pro ject, t he C ontractor s hall s ubmit a m ix des ign ( approved by t he Materials a nd T ests Engineer) to the Division Materials Engineer. The project number shall be inserted on the approved job mix formula. The Division Materials Engineer will review the mix design to determine if the job mix formula is appropriate for the specific project. If the job mix formula is appropriate for the project, the D ivision M aterials Engineer w ill s ign t he mix d esign a s b eing a pproved, w ill n ote t he d ate o f approval, and will distribute copies for inspection of the asphalt production. A copy of this approved job mix formula with the Materials and Tests Engineer's approval and the Division Materials Engineer's approval (with the date of approval) shall be available at the plant any time material is being delivered to the State. 6. ESTABLISHMENT OF DELIVERY TEMPERATURE. After the job mix formula has been accepted for use on a specific project, the Contractor shall establish the delivery temperature of the mixture to the project site and inform the Engineer in writing of this temperature before beginning placement of the mix. The Engineer will check and record the temperature of the mixture upon delivery to the project site. The delivery temperature tolerance shall be a plus or minus 20 °F {11 difference from the established delivery temperature. At the Engineer's discretion, isolated loads that are no more than 10 °F {5.5 outside of the plus or minus 20 °F {11 tolerance may be placed if, as determined by t he Engineer, there is not a high variability in the delivery temperature, if the field densities are consistent, there is no segregation, no smoothness def ects, a nd t here a re n o f actors t hat c ause r apid c ooling o f t he m ix ( ambient a ir temperature, wind speed, temperature of the underlying layer, and placement rate). Loads shall not be delivered at a temperature greater than 350 °F {177 7. CONFORMANCE TO APPROVED JOB MIX FORMULA. All m ixtures f urnished f or u se o n t he pr oject s hall c onform t o t he a pproved j ob-mix formulas within the following ranges of tolerances: All liquid asphalt binders used shall meet the requirements given in Section 804. See appropriate pay factor table for liquid asphalt binder content requirements. The mixing temperature shall not exceed 350 °F {177 Tolerances for 327, 420 and 424 mixes: - Plus or minus 7 % for the #4 {4.75 mm} and larger sieve requirements. - Plus or minus 4 % for the #8 through #100 {2.36 mm through 150 µm} sieve requirements. - Plus or minus 2.0 % for the #200 {75 µm} sieve requirement. See Section 423 for gradation requirements for 423 mixes. The initial setting of the controls for all materials shall be those amounts shown on the j ob-mix f ormula. T he above t olerances a re provided f or s light v ariations i nherent i n job control applications. The Contractor shall make changes as necessary in order that the mixture will run as close as practical to the job-mix formula. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 178 8. CONSISTANCY OF MIX DESIGN IN PLACEMENT OF WEARING LAYER. More than one job mix formula may be submitted and approved for a layer of pavement. The placement of the entire wearing layer shall be from the same job mix unless otherwise approved in writing by t he E ngineer. F or l ayers o ther t han t he w earing l ayer, t he C ontractor s hall n otify t he Engineer in writing of the mix design change prior to changing production. RECYCLED ASPHALT PLANT MIX (RAP) AND RECLAIMED ASPHALT SHINGLES (RAS). 1. COMPLIANCE WITH ALDOT-372. On a ll p rojects utilizing reclaimed material i n t he m ixture, t he C ontractor's pa ving operation a nd RAP a nd R AS pr ocessing s hall c onform t o t he re quirements g iven i n A LDOT-372. T he recycled h ot a nd w arm mix a sphalt s hall b e a h omogeneous m ixture o f r eclaimed m aterial, new aggregate (fine or coarse aggregate, or a mixture of fine and coarse aggregate) and new liquid asphalt binder material. 2. ALLOWABLE USAGE OF RAP AND RAS. The Contractor s hall ha ve t he o ption t o use RAP a nd RA S i n a ccordance with t he requirements given in the following table unless shown otherwise on the plans: ALLOWABLE USE OF RAP AND RAS Maximum Allowable Percent of RAP and RAS in Total Aggregate Content Type of Mix Maximum RAP Content # Maximum RAP and RAS Content # 327, Plant Mix Bituminous Base 25 % 25 % 327-E, Permeable Asphalt Treated Base 10 % RAS Not Allowed 420, Open Graded Friction Course 10 % RAP shall not contain chert RAS Not Allowed 423, Stone Matrix Asphalt 424, Superpave Surface Layers: 20 % with no more than 15 % containing chert All Other Layers: 25 % Surface Layers: 20 % All Other Layers: 25 % * Th is l imitation a pplies e ven i f t he s urface l ayer i s t o be c overed by a n O pen G raded F riction Course. If t he a ggregate is c hert g ravel w ith a b ulk s pecific gr avity t hat is l ess t han 2 .550, a maximum of 15 % of the RAP will be allowed. RAP containing chert gravel shall be crushed so that 100 % of the RAP passes the 1/2 inch {12.5 mm} sieve. Additional RAP that does not contain chert gravel may be added to the mixture through a separate feeder. RAS shall be limited to 3 % of the total aggregate content when the RAS is consumer waste (from roofing materials) and shall be limited to 5 % of the total aggregate content when the RAS is manufacturing waste. # The Engineer will consider allowing the RAP and RAS content to be greater than 25 % if requested by the Contractor with the submittal of the required testing of the proposed mix. 3. PROCESSING AND RESTRICTIONS FOR AGGREGATE IN RAP. RAP u sed i n 3 /8 i nch { 9.5 mm} Section 4 24 " Superpave" maximum s ize mi x s hall b e processed s o t hat 1 00 % o f t he R AP pa sses t he 1 /2 i nch { 12.5 m m} s ieve. F or a ll o ther m ixes, t he maximum size of the aggregate in the RAP shall m eet the maximum size for the mix s pecified. T he aggregate i n t he RAP s hall m eet the a ggregate requirements o f t he mix it i s u sed in a nd t he requirements given in Sections 801 and 802 (no gravel in Section 327 PATB, Section 420 and Section 423 mixes). RAP used in Section 327 PATB and Section 420 mixes shall be processed so that 100 % of the RAP is retained on the No. 4 {4.75 mm} sieve. 4. RECLAIMED ASPHALT SHINGLES (RAS). Reclaimed Asphalt Shingles (RAS) shall be handled, stored, and used in accordance with the requirements given for RAP and the following requirements. The RAS shall be m aterials produced as a by-product of the manufacturing process for roofing s hingles a nd/or s crap s hingle ( from r oofing m aterials). T he RAS shall be c omposed o f approximately 20 % to 30 % asphalt, 30 % to 45 % mineral aggregate, and 18 % to 35 % fiber. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 179 The RAS s hall be f ree f rom f oreign m aterials s uch as pa per, n ails, w ood, a nd m etal flashing. The RAS shall be shredded or ground prior to being incorporated into the mixture so that all of the shredded pieces are less than 1/2 inch {12.5 mm} in any dimension. 5. CONTRACTOR PROPOSED DESIGN WITH INCREASED RAP AND RAS CONTENT. a. Amount of Increased RAP and RAS Content Allowed for Consideration. The Contractor may propose a mix using greater than 25 % RAP, or a RAP with RAS blend w ith a c ombined m aximum l imit o f 3 5 % . Th is i ncrease s hall o nly b e p roposed f or u nderlying layers (base and binder layers only) of all Superpave ESAL Range mixes that require PG 67-22 liquid binder. S uperpave ESAL R ange E m ixes r equiring PG 7 6-22 l iquid b inder w ill n ot b e a llowed t o u se greater than 25 % RAP (or RAP and RAS combined). All approved JMF’s approved with this increased amount of RAP, or RAP with RAS blend, shall be produced as warm mix asphalt (WMA) only. b. Design Requirement for the Proposed Use of Increased RAP and RAS. The Contractor shall have an AASHTO Accredited Laboratory perform a Quantitative Extraction a nd R ecovery ( AASHTO T 3 19, " Standard M ethod o f T est f or Quantitative E xtraction a nd Recovery o f A sphalt Binder f rom A sphalt M ixtures") o n t he p roposed b lend o f m aterials a nd t hen perform a n A bsolute V iscosity t est a t 1 40 °F { 60 ( AASHTO T 2 02, " Standard M ethod o f T est f or Viscosity of Asphalts by Vacuum Capillary Viscometer") on the recovered liquid asphalt binder. The Contractor shall also have the following tests performed by the AASHTO Accredited Laboratory: -AASHTO T 240, "Standard Method of Test for Effect of Heat and Air on a Moving Film of Asphalt (Rolling Thin-Film Oven)"; -AASHTO T 315, "Standard Method of Test for Determining the Rheological Properties of Asphalt Binder Using a Dynamic Shear Rheometer (DSR)" after the Rolling Thin-Film Oven test; The C ontractor s hall a lso p erform the te sts g iven i n A LDOT 3 61, "Resistance of Compacted Ho t-Mix A sphalt to M oisture I nduced Da mage" f or t he mi x blend a nd r eport t he unconditioned samples for split tensile strength. A c opy o f t he v iscosity r eport a long w ith t he rotational v iscosity, DS R, a nd s plit tensile results shall be included as part of the design JMF submittal. c. Testing Requirements During Production of Mix with Increased RAP and RAS. During production, the first Lot and each additional 10,000 tons thereafter shall be sampled and an AASHTO Accredited Laboratory shall perform a Quantitative Extraction and Recovery (AASHTO T 319, "Standard Method of Test for Quantitative Extraction and Recovery of Asphalt Binder from Asphalt Mixtures") on the mix and then perform an Absolute Viscosity at 140 °F {60 (AASHTO T 202, " Standard M ethod o f T est f or V iscosity o f A sphalts b y V acuum C apillary V iscometer") o n th e recovered liquid asphalt binder. The Contractor shall also have the following tests performed by the AASHTO Accredited Laboratory: -AASHTO T 240, "Standard Method of Test for Effect of Heat and Air on a Moving Film of Asphalt (Rolling Thin-Film Oven)"; -AASHTO T 315, "Standard Method of Test for Determining the Rheological Properties of Asphalt Binder Using a Dynamic Shear Rheometer (DSR)" After the Rolling Thin-Film Oven Test. The C ontractor s hall a lso p erform t he t ests g iven i n A LDOT 361, "Resistance of Compacted Hot-Mix Asphalt to Moisture Induced Damage" for the mix blend and report the test data for the unconditioned samples for split tensile strength. The contractor shall submit (preferably via email) a report of the results of these tests as soon as possible, but no later than 96 hours after sampling and testing the recovered liquid asphalt bi nder. A c opy o f t his r eport s hall be s ent t o t he P roject Manager, t he D ivision M aterials Engineer, and the State Bituminous Engineer. d. Additional Requirements for RAP Stockpiles Used in Mixes with Increased RAP Content. In addition to the requirements set forth in ALDOT-372, RAP stockpiles utilized for JMF’s with RAP content greater than 25 % shall also meet the following requirements. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 180 ADDITIONAL RAP STOCKPILE REQUIREMENTS FOR RAP USED IN A JOB MIX FORMULA WITH INCREASED RAP CONTENT Control Parameter Standard Deviation* Asphalt Content 0.5 % % Passing #200 Sieve 1.0 % Sieve with 50 % RAP Passing 5.0 % *Based on a minimum of 10 tests Testing for RAP stockpile shall be included as part of the design JMF submittal. LIQUID ASPHALT BINDER DRAINDOWN. 1. FIBER STABILIZER. A fiber stabilizer is required for some mix types (420, 423, etc). A fiber stabilizer may be used on other mix types where draindown is a problem. When fiber is used, the dosage rate shall be a minimum of 0.30 % for both cellulose and mineral fibers by weight of total mix and shall produce a maximum liquid asphalt binder draindown of 0.30 % or less when tested in accordance with AASHTO T305. When fiber is used, the s ampling a nd t esting f requency f or a ll mixes f or bo th C ontractor a nd Department t esting during pro duction s hall be o ne test f or ea ch 5 000 t ons { metric t ons} o r portion thereof. Either cellulose or mineral fibers may be u sed. Th e fiber shall be listed on List II-23, Fibers for use in Hot Mix Asphalt (from the Materials, Sources, and Devices with Special Acceptance Requirements ( MSDSAR) m anual). I f pe lletized f ibers a re u sed, t he f iber w ithin t he pellet s hall b e listed on List II-23. All fibers listed on List II-23 shall meet the requirements of either Item 2 or 3 of this Subarticle. 2. CELLULOSE FIBERS. The m aximum l ength o f t he f iber s hall be 0 .25 i nches { 6.35 m A r epresentative 3 gram sample, when heated in a crucible between 1100 and 1200 °F {595 and 650 for at least 2 hours, shall show between 13 % and 23 % non-volatiles. A representative 5 gram sample, when stirred into 1 00 m l o f di stilled w ater, s hall h ave a pH between 6 .5 a nd 8 .5 a fter s itting f or 3 0 m inutes. A representative 5 gram sample, when saturated with mineral spirits for 5 minutes and then sieved for 10 minutes on a No. 40 {425 µm} sieve, shall absorb between 4 % and 6 % its own weight of mineral spirits. A representative 10 gram sample, when weighed and placed into a 250 °F {121 oven for two hours, shall lose less than 5 % by weight when weighed immediately upon removal from the oven. Sieve analysis of the cellulose fiber shall be either of the following methods: - Using a n A lpine A ir J et S ieve ( Type L a r epresentative 5 g ram s ample o f t he fiber is sieved for 14 minutes at a controlled vacuum of 11 psi {75.8 kPa}. The fibers remaining on the screen are weighed. The results of this analysis shall indicate that 60 % to 80 % of the fiber passes the No. 100 {150 µm} sieve. Or: - Using a M esh S creen A nalysis, a repr esentative 1 0 g ram s ample o f t he f iber i s sieved using a shaker with two nylon brushes on each screen. The results of this analysis shall indicate that t he f iber h as t he f ollowing am ounts passing t he sp ecified sc reens: 7 5 % to 95 % o n t he N o. 20 {850 µm} sieve, 55 % to 75 % on the No. 40 {425 µm} sieve, and 20 % to 40 % on the No. 140 {100 µm} sieve. 3. MINERAL FIBERS. When tested according to the Bauer-McNett fractionation, the fiber length shall have a maximum me an test v alue o f 0. 25 i nches { 6.35 m B y using a phase c ontrast m icroscope, a nd a representative test sample of at least 200 fibers, the fiber diameter shall have a maximum mean test value of 0.0002 inches {5.1 µm}. The shot content passing the No. 60 {285 µm} sieve shall be 85% to 95%. The shot content passing the No. 230 {65 µm} sieve shall be 60 % to 80 This is a measure of non- fibrous material determined on vibrating sieves (for further information see ASTM C 612). ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 181 4. PLACING FIBER IN MIX. a. Manual Method. Provided it can be demonstrated to the satisfaction of the Engineer that the proper dosage of the fibers is uniformly distributed into the mix, manual introduction of fibers is acceptable when a batch plant is used to make the mix. When the fibers are available in prepackaged (weighed) containers, proper dosage may be pre-determined per batch. A device is required to interrupt mixture production and warn the plant operator if the operator manually feeding the fiber fails to introduce it properly. Dry mixing time shall be increased at least five seconds to insure adequate blending. Wet mixing t ime s hall b e i ncreased a t l east f ive s econds f or c ellulose f ibers a nd u p t o f ive s econds f or mineral fibers. Manual introduction of fibers shall not be used in drum plants. b. Automatic Method. Methodology and equipment for metering bulk loose and pelletized fiber into asphalt plants has been developed by the fiber suppliers; whenever the fiber supplier’s recommendations are more stringent than this specification, the fiber supplier’s recommendations are controlling. T his s pecification r equires s pecialized equipment t hat can a ccurately proportion a nd meter, by weight {mass}, the proper amount per batch (for batch plants) or continuously, in a steady uniform manner (for drum plants). Fiber, pelletized or loose, shall not be fed through the cold feed bins or through the rap bin. These proportioning devices shall be interlocked with the plant system and controlled to of the weight of the fibers required so as to maintain the correct proportions for all production rates and batch sizes. During the test strip, an equipment calibration check shall be performed to the satisfaction o f t he E ngineer w hich s hows t he f iber i s bei ng a ccurately metered and uni formly distributed into the mix. These metering devices shall provide in process highflow 10% or more) and lowflow (-10% or less) plant operator notification and interrupt the mix production where the fiber rate is not properly controlled. The fiber metering system shall also provide a record of feed rate (weight or mass per t ime) a nd i nclude a s ection o f t ranslucent pi pe f or v isual c onfirmation o f c onsistent f low rates. Care shall be taken to insure that the fibers are not entrained in the plant’s exhaust system. If there i s a ny ev idence o f fiber i n t he bag-house o r w et-washer f ines, t he liquid a sphalt bi nder line and/or the fiber line shall be relocated so that the fiber is captured by liquid asphalt binder spray and incorporated into the mix. If there is any evidence of clumps of fibers or pellets at the discharge chute, the contractor s hall i ncrease t he m ixing t ime a nd/or i ntensity. This may entail extending the liquid asphalt binder and fiber feeding lines further into the drum. SAMPLING AND INSPECTION. Aggregates will be accepted in stockpiles in accordance with the Department's Testing Manual provided t here i s n o s egregation o r c ontamination, bu t pr oduction o f r equired g radation i n t he m ix shall be the Contractor's responsibility. Liquid asphalt binder will be accepted on the basis of ALDOT-243. The right is reserved to take samples, including aggregates from stockpiles, plant mix from the hot elevator, plant mix from the spreader, liquid asphalt binder from storage tanks at the plant, etc., and to make further tests as needed as a basis for continued acceptance of the materials. Samples o f t he m ixture i n use w ill b e t aken a nd t ested i n a ccordance w ith S ubarticle 106.09(b). When directed, the Contractor shall cut s amples with m echanical equipment from the compacted pa vement f or testing. S amples n ot s maller t han 4 i nches { 100 mm} s quare o r 4 i nches {100 mm} i n diameter f or t he f ull de pth o f t he c ourse t o b e t ested s hall be t aken a t t he l ocations directed by t he E ngineer. F urnishing o f s uitable a pproved c utting e quipment, t he c utting o f t he samples, a nd the immediate repa ir of t he sample holes with similar type of material s hall be performed by the Contractor without extra compensation. A l aboratory s hall b e f urnished f or the c ontrol o f e ach ho t a nd w arm m ix a sphalt plant i n accordance with the provisions of Section 601. 410.03 Construction Requirements. EQUIPMENT. In general, choice of equipment will be left to the Contractor and it shall be his responsibility to provide proper sized and amounts of equipment that will produce, deliver to the roadbed, spread, and c ompact t he plant m ixed m aterial i n s ufficient qu antities for t he c ontinuous mo vement o f t he spreaders under normal operating conditions. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 182 The mixing plant, hauling, spreading, and compaction equipment shall meet the requirements listed below; however, other equipment that will produce equally satisfactory results, such as electronically or automatically controlled devices of proven performance, will be considered for use in lieu thereof. The C ontractor s hall s ecure a pproval o f a ll equipment prior t o beginning work a nd a ny equipment found unsatisfactory shall be replaced or supplemented. 1. REQUIREMENTS FOR ALL PLANTS. Mixing p lants s hall c omply w ith t he requirements o f A ASHTO M 156 a s m odified by ALDOT-324, Mixing Plant Requirements for Hot-Mixed, Hot-Laid Asphalt Paving Mixtures. In addition to the a bove, i f a r ecycled/reclaimed m ix i s u sed, t he m ixing pl ant s hall be m odified a s n ecessary t o accommodate t he u se o f t he r eclaimed m aterial and n ecessary a dditives. Mixing pl ants s hall be inspected at least annually to insure compliance with the requirements of AASHTO M 156 and ALDOT-324. T he C ontractor/Vendor w ill be c harged a f ee a s s pecified by A LDOT-355, G eneral Information Concerning Materials, Sources, and Devices with Special Acceptance Requirements. If the plant i s r elocated or su bstantially m odified in a ny w ay w ithin a y ear o f the last in spection, a n additional inspection and related fee will be required. The plant shall be equipped with a dust collector constructed to waste or store and later return uniformly to the aggregate mixture all or any part of the material collected. 2. SCALES. A digital recorder shall be installed as part of the platform truck scales. The recorder shall produce a printed digital record on a ticket of the gross and tare weights {masses} of the delivery trucks along with a time and date print for each ticket. Provisions shall be made so that scales may not be manually manipulated during the printing process, and so interlocked as to allow printing only when the s cale h as c ome t o r est. T he s cales a nd re corder s hall b e o f s ufficient c apacity a nd s ize t o accurately determine the weight {mass} of the heaviest loaded truck or tractor trailers that are used for the delivery of the hot and warm mix asphalt from that plant. In l ieu o f p lant a nd t ruck s cales, t he C ontractor m ay pr ovide ei ther ( 1) a n approved automatic printer system which will print the weights {masses} of the material delivered (evidenced by a w eight {mass} t icket f or ea ch load), provided t he s ystem i s used i n conjunction w ith a n a pproved automatic b atching a nd c ontrol s ystem, o r ( 2) a n electronic load c ell w eight { mass} det ermination system with associated computer hardware and automated printing system. The C ontractor m ay p rovide a " weigh {mass} b atcher" sy stem u tilizing a w eigh { mass} hopper e quipped w ith load c ells t hat det ermine t he n et a mount o f m ix de livered f rom t he w eight {mass} hopper. An automated weigh {mass} printing system shall be provided to accurately print the weight {mass} of material delivered, the time, and the date for each ticket. All scales which determine the weight {mass} of the mix for pay purposes shall meet the requirements of Subarticle 109.01(h). 3. HAULING AND REMIXING EQUIPMENT. a. Load Limitations. Reference i s m ade t o A rticle 105. 12 c oncerning l oad limitations o n hauling equipment. Wherever a Material Remixing Device is used, the following restrictions shall apply: - The device shall be empty while on a bridge. - The device shall be moved across a bridge without any other vehicles or equipment being on the bridge. - The device shall be moved on a bridge only within the limits of a lane and shall not be moved on the shoulder of a bridge. - The device shall move at a speed no greater than 5 miles {8 km} per hour without acceleration or deceleration. b. Trucks. Each truck shall have a hole in the side of the body, approximately 5/16 of an inch {8 mm} in diameter and suitably placed, to allow for temperature measurement of the asphalt mix. Trucks used for hauling hot and warm mix asphalt mixtures shall have tight, clean, smooth metal beds that have been thinly coated with a minimum amount of approved asphalt release agent (List II-6, Hot Mix Asphalt Release Coating for Truck Beds, in the MSDSAR manual) to prevent the mixture from adhering to the beds. The use of gasoline, kerosene, diesel or other volatile material is prohibited. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 183 Each t ruck s hall be equipped w ith a t arpaulin t hat s hall b e u sed a s n eeded t o protect the mixture from adverse conditions. The tarpaulin shall be made of water repellent material, be of sufficient weight and strength to resist tearing and be in good condition with no holes or tears. The tarpaulin shall be large enough to cover the load. Mixture s hall n ot l eave t he p lant u nless t he l oad is c overed w hen t he f ollowing conditions exist: - when the air temperature is below 60 °F {15 - when hauling time exceeds 30 minutes; - or when threatening weather exists. c. Material Remixing Device. When Pay Item 410-H is included in the contract, a material remixing device shall be used for the placement of all asphalt layers except the following: - 327-E, Permeable Asphalt Treated Base (PATB); - a layer placed directly on top of PATB if the placement must be accomplished by operating the remixing device on the PATB. If a pay item is not shown on the Plans, the Contractor may use a material remixing device without compensation. A m aterial r emixing d evice s hall not be placed o n a P ermeable A sphalt T reated Base. The material remixing dev ice shall be capable of remixing plant mix between the trucks and the finished mat. Plant mix shall be remixed in the device prior to being laid by the paver or spreader. T he p lant m ix delivered b y t he m aterial r emixing device s hall be a h omogeneous, n on- segregated mixture. Equipment known to accomplish this remixing operation and currently approved by ALDOT are the ROADTEC Shuttlebuggy, Terex/Cedarapids CR 662 RM, BLAW-KNOX MC-330/TWIN PUG TUB, Weiler E1250, and the Weiler E2850. A material remixing device will not be required for temporary work of s hort duration, bridge replacements having less than 1000 feet {300 m} of pavement at each end of a bridge, acceleration and deceleration lanes less than 1000 feet {300 m} in length, tapered sections, widening, patching, s pot leveling, s houlders, c rossovers, s ide s treet returns a nd o ther a reas des ignated b y t he Engineer. A material remixing device will also not be required when placing a continuous leveling layer where the thickness of the layer is required to be transversely tapered (i.e. to correct cross slope) to a thickness less than twice the maximum aggregate size of the layer being placed. 4. HOT AND WARM MIX ASPHALT PAVERS OR SPREADERS. Hot and warm mix asphalt pavers or spreaders shall be self-contained and of sufficient size, power, and stability to receive, distribute, and strike off the asphalt material at rates and widths consistent with the specified typical section requirements and details shown on the plans and noted in Item 410.03(f)2. All asphalt pavers or spreaders used for mainline paving, including shoulders and interchange ramps, shall be eq uipped with a full w idth vibratory, or other compactive type, screed. The augers used to move the material across the width of the screed shall extend within 1.5 feet {450 mm} of the edge of the screed. It will be permissible to use a hydraulically extendable strikeoff for paving turnouts and short sections of pavement including variable width sections and crossovers. When laying mixtures, the paver shall be capable of being operated at forward speeds consistent with satisfactory laying of the mixture, providing a finished surface of the required evenness and texture without tearing, gouging, or shoving of the mixture. All hot and warm mix asphalt paving machines shall be operated with automatic grade and slope controls unless otherwise directed by the Engineer. The automatic grade controls shall be a contact ski, a mobile stringline, or non-contact sonic averaging sensors. The effective length of these controls shall be a minimum of 24 feet {7.3 In the event of a malfunction of the automatic control system, the spreading operation shall be discontinued after one hour until the equipment is repaired. If shown to be required on the plans, special attachments to the pavers and spreaders will be required to shape and finish the pavement. 5. COMPACTION EQUIPMENT. Compaction eq uipment s hall be capable o f c ompacting t he m ixture t o t he r equired density throughout the depth of the layer while it is still in a workable condition without damage to the ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 184 material. The Contractor shall be responsible for the selection of the types and number of rollers to be used. DAYLIGHT, WET WEATHER AND TEMPERATURE LIMITATIONS. 1. OPERATIONS IN DAYLIGHT. Placement a nd compaction o perations s hall b e p erformed during da ylight h ours u nless noted otherwise on the plans or directed otherwise by the Engineer. (The requirements for lighting for nighttime work are given in Article 104.04(a)). 2. WET WEATHER. The m ixture s hall be l aid only u pon a n a pproved u nderlying c ourse, w hich i s dr y, a nd only when weather conditions are suitable. The Engineer may, however, permit work of this character to continue when overtaken by sudden rains, up to the amount which may be in transit from the plant at the time, provided the surface just ahead of the placing is swept clear of water and the mixture is within t he allowable t olerances f rom t he established de livery t emperature. T he l ayer p laced u nder such c onditions s hall b e a t t he C ontractor's ri sk a nd s hall be removed a nd r eplaced by h im w ithout extra compensation should it prove unsatisfactory. 3. COLD WEATHER RESTRICTIONS. Hot mix asphalt (HMA) layers of 200 pounds per square yard {110 kg/m2} or less shall not be placed when the surface or air temperature is below 40 ºF {4 ºC}; air temperature shall be 40 ºF {4 ºC} before t he s preading operation i s s tarted. S preading o perations s hall be s topped w hen t he a ir temperature is below 45 ºF {7 ºC} and falling. For HMA layers over 200 pounds per square yard {110 kg/m2}, the above temperature may be lowered 5 °F {2 Unless otherwise stated in the plans and specifications, polymer modified HMA layers of 200 pounds per square yard {110 kg/m2} or less shall not be placed when the surface or air temperature is below 60 oF {15 oC}; for layers over 200 pounds per square yard {110 kg/m2}, the above temperature may be lowered 10 °F {5 Warm mix asphalt (WMA) layers of 200 pounds per square yard {110 kg/m2} or less shall not be placed when the surface or air temperature is below 32 ºF {0 ºC}; air temperature shall be 32 ºF {0 ºC} before the spreading operation is started. Spreading operations shall be stopped when the air temperature is below 35 ºF {2 ºC} and falling. For WMA layers over 200 pounds per square yard {110 kg/m2}, the above temperature may be lowered 5 °F {2 Unless otherwise stated in the plans and specifications, polymer modified WMA layers of 200 pounds per square yard {110 kg/m2} or less shall not be placed when the surface or air temperature is below 50 oF {10 oC}; for layers over 200 pounds per square yard {110 kg/m2}, the above temperature may be lowered 10 °F {5 With t he exception o f S ection 4 20 " Polymer M odified O pen G raded F riction C ourse" layers, the Contractor may place HMA and WMA layers at temperatures lower than the cold weather limits. T he C ontractor i s w arned t hat o ther f actors s uch a s w ind s peed a nd perc ent humidity m ay increase the heat loss from the HMA and WMA layers. All other requirements for the installation and quality of the HMA and WMA layers shall be applicable to the work even when the restrictions against placement of the HMA and WMA during cold weather are not followed. The layers placed under such conditions s hall be a t t he C ontractor's r isk a nd s hall b e removed a nd replaced w ithout extra compensation if they are unacceptable. There will be no direct payment for additional costs associated with the placement of HMA and WMA during cold weather. PREPARATION OF UNDERLYING SURFACE. 1. GENERAL. The underlying surface must be approved before the placing of a plant mix application will be a llowed. The underlying surface, whether an old surface or a new surface, shall be t horoughly cleaned of all foreign or loose material and maintained in such condition in advance of the surfacing work. Failures in existing pavement or base shall be corrected, as noted in Item 410.03(c)2, in advance of the placement of an overlying layer. A pri me c oat, w hen r equired, s hall b e p laced i n a ccordance w ith S ection 4 01. A t ack coat, when required, shall be placed in accordance with Section 405. 2. PATCHING. When patching of an existing surface is provided by the plans, the Engineer will examine the pavement surface and designate the area to be patched. The designated areas shall be trimmed to neat vertical lines for the depth of the unstable material as directed. The loose faulty material shall be ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 185 picked up and removed from the area. The newly exposed patch area shall be cleaned and treated with prime o r t ack material a s di rected before placement o f pa tching m aterial. The hot a nd w arm m ix asphalt patching material shall be placed and compacted by methods approved by the Engineer until the patch a rea i s f illed t o t he elevation o f t he s urrounding s urface. C ompaction o f t he pa tching material shall be to the degree that further consolidation of the patching material is not anticipated and is acceptable to the Engineer. 3. LEVELING. When leveling of an existing pavement or base is provided by the plans, the surface shall be brought to required grade and cross section with plant mix material. The surface to be treated shall be prepared as noted herein and approved before placing t he new material. The plant mix material shall be s pread i n a ccordance w ith t he provisions o f Item 4 10.03(f)2 a nd s hall be c ompacted t o t he satisfaction of the Engineer. Leveling shall include superelevating when so directed. 4. WIDENING. When widening is provided by the plans, the widening shall be placed at the locations designated by the plans and/or directed by the Engineer. The requirements for placing of the widening shall be the same, as f ar as p ractical, as f or the placing of the normal roadway. Compaction of the widening m aterial s hall b e t o t he deg ree t hat f urther c onsolidation o f t he w idening m aterial i s n ot anticipated and is acceptable to the Engineer. PREPARATION OF MIXTURES. 1. LIQUID ASPHALT BINDER. The l iquid a sphalt binder material s hall be heated i n a m anner t hat i nsures t he even heating of the entire mass under efficient and positive control at all times. Any liquid asphalt binder material which, in the opinion of the Engineer, has been damaged shall be rejected. 2. AGGREGATE. a. Aggregate Used for Batch Mixing and Continuous Mixing Operations. All aggregates shall be dried so that the moisture content of the hot and warm mix asphalt at the point of sampling is less than 0.20 % by weight {mass} in accordance with ALDOT-130. The temperature of the aggregate at the dryer shall not exceed 600 ºF {315 ºC}. When m ore t han t wo i ngredients e nter i nto t he c omposition o f t he m ineral aggregate, they shall be combined as directed. The a ggregate, i mmediately a fter being h eated, s hall be s creened i nto t hree o r more sizes and conveyed into separate bins, ready for batching and mixing with liquid asphalt binder material. However, for mixes using aggregate of 1/2 inch {12.5 mm} maximum size, the number of bins may be reduced to two. b. Aggregates for Dryer Drum Mixing Operations. Maintenance o f a u niform a ggregate g radation i s es sential f or a dryer drum operation; hence, caution and care shall be exercised in stockpiling of materials to avoid segregation. 3. MIXING. a. Mixing Temperature. The mixing temperature of HMA and WMA shall be in accordance with the refineries’ recommendations, ba sed u pon t he t emperature-viscosity c urve, a nd s hall be a dequate t o pro duce a mixture in accordance with the specification requirements. The mixing temperature for hot mix shall not exceed 350 °F {1 77 a nd t he mixing t emperature f or w arm mix s hall f all w ithin t he range o f 215 °F {102 to 280 °F {138 The m ixing t emperature for HM A a nd W MA s hall be c ontinuously recorded a nd delivered to the Engineer on the next working day. b. Batch Mixing. The dried mineral aggregate, and measured mineral filler when used, prepared as prescribed a bove, s hall be c ombined i n uniform batches by determining t he w eight {mass} o f a nd conveying into the mixer the proportionate amounts of each aggregate required to meet the job-mix formula. Th e l argest s ize aggregate s hall be i ntroduced f irst, t hen s maller s izes pr ogressively, w ith mineral filler last, or all mineral components may be added simultaneously. The mineral components shall be thoroughly mixed. The required quantity of liquid asphalt binder material for each batch shall be measured by weight {mass} using scales or a liquid asphalt binder material metering device attached to the liquid asphalt binder material bucket. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 186 After the mineral components have been mixed, the liquid asphalt binder material shall be added and the mixing continued for a period of at least 45 seconds, or longer if necessary to produce a homogeneous mixture. However, if a check by ASTM D 2489 (Ross Method) shows that 95% plus c oating is o btained, a s horter m ixing t ime w ill s uffice. T he Engineer m ay t hen give w ritten permission for a change. Each batch must be kept separate throughout the weight {mass} determining and mixing operations. The mixture shall be uniform in composition, free from lumps or balls of material containing an excess quantity of asphalt, or from pockets deficient in asphalt. c. Continuous Mixing. Components s hall b e i ntroduced a nd p roportioned v olumetrically by c ontinuous methods utilizing equipment specified herein for continuous plants. Amounts of aggregate and liquid asphalt bi nder m aterial entering t he m ixer, a nd t he ra te o f t ravel t hrough t he m ixer, s hall b e s o coordinated t hat a u niform m ixture o f s pecified g radation a nd l iquid a sphalt bi nder c ontent w ill b e produced. d. Dryer-Drum Mixing. Components shall be proportioned by weight {mass} as noted herein in Item 410.03(a)1 for this method of mixing. Amounts of aggregate and liquid asphalt binder material entering the mixer, and the rate of travel through the mixer, shall be so coordinated that a uniform mixture of specified gradation and liquid asphalt binder content will be produced. An anti-stripping agent may be required to insure adequate coating of the aggregates, if so directed by the Engineer. 4. RECYCLED MIXTURES. a. New Aggregate Temperature. The t emperature of the new aggregate shall be super-heated to the point w here, when c ombined w ith t he r eclaimed m aterial, t he s pecified di scharge o r d elivery t emperature i s produced; however, in no case shall the temperature of the new aggregate exceed 600 °F {315 b. Mixing. The plant shall be designed and operated so that heat transfer will take place in the mixing unit without damage to, or vaporization of, the liquid asphalt binder material. For batch type plants, a m inimum dry mixing c ycle o f 1 5 s econds s hall be required f or the new a ggregate a nd reclaimed material b efore i ntroduction o f t he n ew liquid a sphalt binder material. A ll e nvironmental regulations shall be met as required by Article 107.22. TRANSPORTING MIXTURE. The mixture shall be transported in approved equipment in accordance with Item 410.03(a)3. The equipment shall be in sufficient numbers to deliver the material to the roadbed without delay in the quantity required. Loads shall not be delivered too late in the day to be spread, compacted, and finished during daylight hours, unless nighttime work is allowed as shown on the plans or directed by the E ngineer. L oads s hall n ot be de livered a t a temperature g reater t han 3 50 °F { 177 w ithout written permission of the State Materials and Tests Engineer. PLACING THE MIXTURE. 1. RATE OF PLACEMENT. The rate of plant mix to be placed will be specified by the plans; however, this rate may require correction to adjust for the compacted mix unit weight {density} as determined in the job-mix formula design a s o utlined i n S ubarticle 4 10.02(b). T he Engineer m ay direct i n w riting t hat t he designated w eight { mass} be i ncreased o r dec reased i n c ertain a reas. I t s hall be t he C ontractor's responsibility to place and spread the material uniformly to such thickness as will produce the specified average r ate, s eparately f or ea ch layer o f ba se, bi nder, a nd s urface, a nd t o m aintain a c ontinuing check on tonnage {mass} and yardage {area} throughout the day's operation to insure uniform specified rate. The unit for c hecking the average rate shall be approximately 5000 square yards {5000 m2} t o t he n earest ev en truck l oad. I f t he l ast c heck pe rformed i n a ny da y o r a ny s ection o f roadway is between 2000 and 5000 square yards {2000 and 5000 m2}, this section shall be classified as a unit; if less than 2000 square yards {2000 m2}, this section shall be added to the previous unit and the revised unit rechecked. When the initial day's operation is less than 2000 square yards {2000 m2}, this initial section will be carried over to subsequent days' operations to make a unit of approximately 5000 square yards {5000 m2}. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 187 In any unit checked, the average rate shall not vary from the specified rate by more than 10 pounds per square yard {5 kg/m2} for layers of 200 pounds per square yard {110 kg/m2} or less, and 15 pounds per square yard {8 kg/m2} for layers greater than 200 pounds per square yard {110 kg/m2}. On the first applied layer of resurfacing where there is no required milling or leveling, this tolerance is increased to 15 pounds per square yard {8 kg/m2} for layers of 200 pounds per square yard {110 kg/m2} or less, and 25 pounds per square yard {13 kg/m2} for layers greater than 200 pounds per square yard {110 kg/m2}. T his t olerance i s f or p roviding leeway in e quipment a djustment only. A consistent a nd uncorrected variation from the specified rate, even within this tolerance, will not be allowed without the Engineer's written approval. This tolerance does not apply to patching, leveling, and widening. If t he a verage r ate o f a ny u nit i s f ound d eficient by m ore t han t he a bove referenced tolerance, the E ngineer w ill determine w hether t he C ontractor s hall r emove a nd r eplace t he deficient unit without payment for the removal or the material removed, or whether the Contractor may leave the deficient unit in place and cover it with a layer of the same mix of adjusted maximum size aggregate of not less than 80 pounds per square yard {45 kg/m2} average. In case the surface layer shall not be feather-edged at the end of the overlay layer, but a sufficient amount of the surface beyond the ends of the deficient unit shall be removed, to a neat line across the pavement, to allow placing t he f ull 8 0 po unds per s quare y ard { 45 k g/m2} a nd m ake a j oint t hat w ill m eet t he s urface requirements. There will be no payment for any portion of the overlay needed to bring the total up to the designated average rate for that unit. If the average rate of any unit is found to exceed the above referenced tolerance, the tonnage {metric tonnage} in the unit that is in excess of the specified rate will be paid for as specified in Subarticle 410.09(a). Unless otherwise provided in the following sections of these specifications, or shown on the plans, the average rate placed and compacted in one layer shall not exceed 350 pounds per square yard {200 kg/m2} for base or binder layers, and 200 pounds per s quare yard {110 kg/m2} for surface layers. Where the amount to be placed exceeds these limits, it shall be p laced and compacted in two or more approximately equal layers or as shown on the plans. 2. SPREADING. a. General. Spreading o f t he hot a nd w arm m ix a sphalt m ixture s hall be p erformed by equipment m eeting t he r equirements o f I tem 4 10.03(a)4, ex cept a s n oted i n t his I tem. A pproved specialized eq uipment m ay be em ployed t o s pread t he h ot a nd w arm m ix asphalt m aterial w here standard full scale equipment is impractical due to size and irregularity of the area to be paved. For hot and warm mix asphalt pavement wearing layers, spreading operations shall be s o c orrelated w ith p lant a nd h auling e quipment t hat t he s preading o peration, o nce b egun, s hall proceed at a speed as uniform and continuous as practical. The continual forward movement of the spreader requires the use of hauling vehicles capable of supplying the spreader with hot and warm mix asphalt material while the spreader is in motion. Repetitive interruptions or stopping of the spreader shall b e c ause f or t he Engineer t o s top t he w ork until t he C ontractor ev aluates t he c ause o f t he stoppage and has provided a definite action plan for correction of the interruptions. Any interruption will require the thorough check of the area immediately under the spreader and any variances shall be corrected i mmediately o r t he m aterial removed a nd replaced, a s di rected, w ithout a dditional compensation. Material placed in the spreader shall be immediately spread and screeded to such uniform depth that the average rate of the mixture required is secured. Alignment of the outside edges of the pavement shall be controlled by preset control lines, and shall be finished in conformity with these controls. Any spreading operation, which cannot produce acceptable joints within the surface tolerances and density requirements, shall be cause for requiring the C ontractor to modify his operations to include additional spreading equipment. b. Spreading by Motor Grader. For ar eas of a h ot an d warm m ix asp halt plant mix su rface i naccessible t o t he mechanical spreader, patching of pot holes and correcting failures in existing pavement, the plant mix may be dumped in low areas in the amounts directed, windrowed, spread, and compacted to bring the elevation and section to the desired level. If shown on the plans, the Contractor shall use a motor grader or a motor grader equipped with a dragbox to perform the spreading for the leveling operation. The motor grader shall be ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 188 equipped with smooth faced tires. The dragbox, when required, shall be of sufficient size and weight {mass} to effectively shape and level the plant mix and shall be approved by the Engineer prior to use. c. Spreading by Hand. For a reas i naccessible t o m echanical s preading e quipment, a nd w hen pa tching potholes and minor pavement failures, hand spreading of the hot and warm mix asphalt mixture may be permitted. The mixture shall be distributed immediately into place by means of suitable tools and spread in a uniformly loose layer. COMPACTING. As soon as the mixture has been spread and has set sufficiently to prevent undue cracking or shoving, rolling s hall b egin. A d elay i n t he i nitial r olling w ill not be t olerated a nd t he i nitial o r breakdown rolling should in general be performed by rolling longitudinally, beginning at the sides and proceeding toward the center of the surface. The Contractor as part of his QC plan shall establish a rolling pattern when initially constructing any leveling layers using the nondestructive testing devices approved in Section 306 of the Specifications. The device shall either be calibrated to roadway cores or gage counts and shall be used to determine the rolling pattern producing maximum density. Contractor QC personnel shall be on site throughout each day to perform periodic checks and verify that the rolling pattern continually produces the maximum density that is achievable. When paving abuts a previously placed lane, the longitudinal joint shall be rolled in the first pass. On superelevated curves rolling shall begin at the low side and progress toward the high side. If any displacement occurs during rolling, it shall be corrected at once. To prevent adhesion of s urface mixture t o t he ro llers, t he w heels s hall be k ept a dequately m oistened w ith w ater a nd a non-foaming detergent, but an excess of water will not be permitted. Adequate precaution shall be taken to prevent dropping of gasoline or oil on the pavement. In places i naccessible t o a roller, c ompaction s hall be o btained w ith h and o r m echanical t ampers t hat produce adequate pressure to obtain required density. When the roller is in contact with a bridge deck, vibratory mode shall be turned off and the roller shall operate in static mode only. Throughout t he p rocess o f c ompacting, t ests f or s urface s moothness a s requ ired by A rticle 410.05 and density as required by Section 306 shall be made continuously. JOINTS. 1. GENERAL. Placing of hot and warm mix asphalt paving layers shall be as continuous as possible. All joints shall be made in a careful manner in such a way as to provide a smooth, well–bonded, and sealed joint m eeting t he d ensity a nd s urface r equirements o f A rticles 4 10.04 a nd 4 10.05. F ailure t o m eet requirements n oted a bove s hall be c ause f or o rdering t he r emoving a nd reconstruction o f t he j oint without extra compensation. The c ontact s urface of c oncrete s tructures s hall be t reated w ith a t hin c oat o f l iquid asphalt binder material, tack material, or the liquid asphalt binder material used in the mix, prior to construction of the joint. When directed by the Engineer, t he same treatment noted a bove shall be used on cold asphalt joints. 2. LONGITUDINAL. Longitudinal j oints i n t he w earing s urface s hall conform w ith t he edges o f proposed traffic lanes, insofar as practical. Any necessary longitudinal joints in underlying layers shall be offset so as to be at least 6 inches {150 mm} from the joint in the next overlying layer. 3. TRANSVERSE. Transverse joints sh all be c arefully c onstructed. R ollers sh all not p ass over t he unprotected edge o f t he freshly l aid mixture u nless l aying o perations are t o be di scontinued. To facilitate t he ex peditious rem oval o f t he p lant mix j oint w hen laying o perations a re res umed, t he Contractor s hall p lace a h eavy w rapping paper o n t he underlying s urface a cross t he joint a nd place plant mix on top of the paper. Upon resumption of the work, a neat vertical joint shall be formed into the previously laid material to expose the full depth of the layer. The fresh mixture shall be raked and tamped to provide a well-bonded and sealed joint meeting surface and density requirements. 410.04 Density Requirements. Density requirements shall be as specified in Table IV, Subarticle 410.08(e). ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 189 410.05 Surface and Edge Requirements. SURFACE SMOOTHNESS REQUIREMENTS. 1. GENERAL. Surface smoothness and roadway section will be checked by the use of string, Engineer's level, and straight edge. The Contractor shall furnish string, straightedges, and the necessary personnel to handle them under the supervision of the Engineer. Surface sm oothness t ests sh all b e m ade c ontinuously during an d i mmediately af ter rolling so that irregularities may be eliminated to the extent possible by rolling while the material is still workable; otherwise, deficiencies shall be corrected as provided in Article 410.06. 2. PERPENDICULAR TO CENTERLINE OF ROADWAY. The finished surface of all base, binder, and wearing surface layers shall not vary more than 1/4 of an inch {6 mm} from a 10 foot {3.0 m} straightedge placed perpendicular (at a right angle) to the centerline of the roadway anywhere on the surface. Unless s hown o therwise i n t he contract, t he s lope s hall not v ary by more t han 0 .20 % from the required slope in any 10 foot {3.0 m} distance over which the slope is measured without the Engineer's written approval. (If, for example, a 2.0 % slope is required, the measured slope shall not be greater than 2.2 % or less than 1.8 3. PARALLEL TO CENTERLINE OF ROADWAY. The s urface s hall no t v ary m ore t han 1 /4 o f a n i nch { 6 m m} f rom a 1 6 f oot {4 .8 m } straightedge placed parallel t o t he c enterline a nywhere o n t he s urface. A 1 6 f oot { 4.8 m } r olling straightedge, equipped w ith m arking c apability, may be used i n lieu o f t he f ixed s traightedge i f approved by the Engineer. The finished surface shall not vary more than 3/8 of an inch {9 mm} in any 25 foot {8 m} section from a taut string applied parallel to the surface at the following locations: 1 foot {300 mm} inside of the edges of pavement, at the centerline, and at other points designated by the Engineer. The variance from the designated grade shall not increase or decrease by more than 1/2 of an inch {12 mm} in 100 feet {30 EDGE REQUIREMENTS. Unless shown otherwise on the plans, surface, binder, and leveling pavement edges not confined by curbing or other structures may be tamped, generally with a lute and immediately behind the placement operation, to form an approximately 1:1 slope as a preventative measure against cracking and bulging during the rolling process. This procedure shall also be required on the initial edge of a longitudinal cold joint. These edges shall be neatly shaped to line behind the breakdown roller and shall b e t rimmed a s n ecessary a fter f inal r olling, t o a n a ccurately l ined s tring o r w ire providing a maximum tolerance of 2 inches {50 mm} outside the theoretical edge of pavement, with a maximum variation from a true line of 1/2 of an inch {12 mm} in 10 feet {3 m} and a slope not flatter than 1:1. Edges that are distorted by rolling shall be corrected RIDEABILITY REQUIREMENTS. The rideability re quirements c overed i n t his S ubarticle s hall a pply o nly w hen ei ther I tem 410-A, 410-B, or 410-C is included on the plans or in the proposal. 1. TESTING DEVICE. a. Description. The testing device shall be a longitudinal profilograph including all accessories and chart paper herein described. The chart paper containing the log of the smoothness index shall become the p roperty o f t he D epartment a t t he t ime t he m easurements a re t aken. T he f ollowing c ategories cover the furnishing and disposition of the profilograph: Pay I tem 4 10-A - The f urnishing, by t he C ontractor, o f a n ew p rofilograph, including chart paper, and its reconditioning, if deemed necessary by the Engineer, and title transfer to the Department upon completion of its use on the project. Pay Item 410-B - The furnishing, by the Department, of a profilograph for use on the project. The Contractor shall furnish the chart paper. Pay I tem 4 10-C - The f urnishing, by t he C ontractor, o f a n ew o r a cceptable used profilograph, including chart paper, for use on the project with the Contractor retaining ownership of the profilograph. b. Equipment Requirements. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 190 The profilograph shall be a California type profilograph, completely equipped with all necessary accessories. The profilograph shall be hand-propelled and shall have multiple averaging wheels. When the profilograph is required to be furnished by the Contractor, the Contractor shall calibrate t he p rofilograph p rior t o d elivery t o t he project a nd s hall m aintain t he pro filograph during the time its use is required on the project. When the profilograph is furnished by the State, the Department will calibrate and maintain the profilograph. Chart p aper f or t he p rofilograph s hall b e f urnished in s ufficient q uantities f or a ll calibration, test runs, and actual tests deemed necessary by the Engineer. c. Equipment Delivery. The profilograph shall be delivered to the project a minimum of two weeks before the beginning of the paving operation of the pavement layer to be tested to allow time for checking the profilograph. 2. TESTING PROCEDURE. a. Description. Unless shown otherwise by the plans, the following surfaces will be subject to the requirements of this Subarticle if one of the pay items listed in Subitem 410.05(c)1.a. is included in the proposal: - Actual w earing s urfaces i ncluding P olymer M odified O pen G raded F riction Course (Section 420); - The surface of the layer directly beneath the Polymer Modified Open Graded Friction Course. The a ctual t esting pro cedure s hall b e a s o utlined i n A LDOT-335, a c opy o f which may be o btained f rom t he D epartment’s webpage. Th e Engineer reserves t he ri ght t o m ake m inor modifications to this procedure if he deems such will produce better results. The pro filograph t est s hall b e p erformed a s s oon a s practical a fter t he pa vement has bee n ro lled a nd compacted s ufficiently t o p revent da mage t o t he s urface but no later t han t he next w ork da y a fter pl acement o f t he pa vement, u nless o therwise a uthorized by t he Engineer. T he Contractor shall furnish the necessary personnel to operate the profilograph under the direction of the Engineer. The profilograph t est i s considered a part o f t he pa ving o peration a nd w ill be performed i mmediately i n t he p roper s equence, i n a s atisfactory m anner, even t o t he ex clusion o f other work. b. Rideability Requirements. The results of the profilograph tests shall be evaluated by Department personnel as outlined in ALDOT-335. If a Profile Index o f 5 0.0 inches per m ile {800.0 mm/km} i s ex ceeded i n a ny test section of any daily paving operation, the paving operation will be suspended as soon as possible after results of the unacceptable test section are obtained. The paving will not be allowed to resume until corrective action is taken by the Contractor. When t he P rofile I ndex i s m ore t han 20. 0 i nches p er m ile {320.0 m m/km}, per section, a unit price reduction will be assessed. When the Profile Index is less than 10.0 inches per mile {160.0 mm/km} per section, a unit price increase will be added. The price adjustments are given in the following Table 1. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 191 TABLE I Profile Index Inches/Mile/Section {Millimeters/Kilometer/Section} Contract Price Adjustment Percent of Pavement Unit Bid Price Under 10.0 {Under 160.0} 105 – (Profile Index/2.0) {105 – (Profile Index/32.0)} 10.0 to less than 20.0 {160.0 to less than 320.0} 100 20.0 thru 50.0 {320.0 thru 800.0} 100 - (Profile Index – 20.0)/1.5 {100 - (Profile Index – 320.0)/24.0} Over 50.0 {Over 800.0} Unacceptable Any price adjustment for rideability considerations will be applied to the theoretical tonnage { metric tonnage}, c alculated u sing t he plan s pecified r ate o f placement, placed i n t hose sections testing under 10.0, or more than 20.0, inches/mile {160.0, or more than 320.0, mm/km} per section. c. Stringline and Straightedge Requirements. On test sections where the Profile Index is 20.0 inches per mile {320.0 mm/km}, or less, t he longitudinal s tringline a nd s traightedge r equirements o f Item 4 10.05(a)3 may be w aived by the Engineer except a t t ransverse c onstruction j oints a nd t ie-ins. W ithin 50 f eet {15 m} o f a ll transverse construction joints and tie-ins, and on all test sections where the Profile Index is greater than 20.0 inches per mile or greater {320.0 mm/km}, all requirements of Item 410.05(a)3 will apply. 410.06 Correction of Deficiencies and Defects. Deficiencies in surface smoothness shall be remedied to the extent practicable by rolling while the material is still workable. Otherwise the layer shall be removed and replaced as necessary to obtain required smoothness. "Skin patching" of a surface layer to correct low areas or heating and scraping to correct h igh a reas w ill n ot be pe rmitted. O verlays of n ot l ess t han 8 0 po unds per s quare y ard { 45 kg/m2} may be authorized by the Engineer for surface smoothness deficiencies provided all material in the overlay is without additional cost to the Department. Deficiencies in thickness shall be remedied as specified in Item 410.03(f)1. All a reas c ontaining excessive o r def icient a mounts o f l iquid a sphalt binder, a ll a reas s howing unacceptable s egregation of m aterials, a nd a ll a reas u nbonded a fter r olling s hall b e r emoved a nd replaced at no cost to the Department. Unacceptable segregation of a hot and warm mix asphalt mat is defined as any area in w hich two six inch {150 mm} cores are taken and the average percent liquid asphalt binder content of the cores have an absolute difference greater than 0.50 percentage points of the design liquid a sphalt binder c ontent, o r t he c ombined g radation a nalysis o f t he t wo c ores o n selected sieves has an absolute di fference greater than 1 0 percentage points from t he job-mix formula. All testing shall be in accordance with ALDOT-389, "Evaluation of Segregated Areas in Hot Mix Asphalt Pavement." The location of all cores taken for segregation evaluation will be determined by the Department. All coring and traffic control required by ALDOT-389 shall be conducted/supplied by the Contractor at no cost to the Department; however, the Contractor will be reimbursed $500.00 per core when core results are within tolerances and the coring operations require additional traffic control. At a ny t ime t hat s egregation i s det ermined t o be u nacceptable, w ork s hall be a utomatically suspended if positive corrective action is not taken by the Contractor to prevent further segregation in the mat. Upon suspension, the Contractor shall place a test section not to exceed 500 tons {500 metric tons} o f t he a ffected m ixture f or ev aluation by t he E ngineer. However, i f after a f ew l oads i t i s apparent t hat t he c orrective a ctions w ere n ot a dequate, w ork s hall a gain be s uspended a nd t he segregated areas evaluated in accordance with ALDOT-389. Likewise, if after 500 tons {500 metric tons} it is apparent that the problem has been solved, work will be allowed to continue. When correcting subsurface mixtures (base and binder layers), the removal and replacement may be limited to the actual defective areas or the full mat width within the limits of individual defective areas a s di rected by t he Engineer. R emoval and r eplacement o f hot a nd w arm mix asphalt w earing surface l ayers s hall be a m inimum o f t he f ull m at w idth a nd 1 0 f eet { 3 m } i n l ength. A ll s urface tolerance requirements shall apply to the corrected areas for both subsurface and surface mixes. Areas f ound deficient i n density s hall b e r emoved and r eplaced o r i mmediately re-rolled u ntil density is acceptable. All work specified in this Article shall be performed without additional compensation. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 192 410.07 Maintenance and Protection. Sections o f n ewly finished w ork s hall be protected from a ll t raffic u ntil they bec ome pro perly hardened. M aintenance s hall i nclude i mmediate repairs o f a ny def ects t hat may o ccur o n t he w ork; such repairs shall be repeated as often as necessary to maintain the work in a continuously satisfactory condition. T he C ontractor s hall b e r esponsible f or t he protection o f t he w ork a nd protection o f a ny traffic using the work. No extra compensation will be paid for maintenance and protection. 410.08 Method of Measurement. GENERAL. The ac cepted quantity of h ot an d w arm m ix asp halt p lant mix u sed as d irected w ill be measured in tons of 2000 pounds {metric tons} in accordance with the following: When the laboratory compacted density as determined in the job-mix formula design exceeds 158 pounds per cubic foot {2530 kg/m3}, the actual total tonnage {metric tonnage} of mix placed will be adjusted for pay purposes in accordance with the following formula (this shall not apply to Section 327 PATB and Section 420 OGFC): y = 158 c / a { y = 2530 c / where y = total tonnage {metric tonnage} of plant mix for pay purposes; c = actual tonnage {metric tonnage} of plant mix measured and placed, except items subject to pay factor a djustment u nder the Q C/QA p rovisions. On i tems s ubject t o pa y f actor a djustment, t he adjusted tonnage {metric tonnage} (after pay factor adjustment) will be used; a = laboratory compacted mix unit weight in pounds per cubic foot {density in kilograms per cubic meter} as shown in the job-mix formula. No adjustments to the actual total tonnage {metric tonnage} placed will be m ade where the laboratory compacted mix density is below 158 pounds per cubic foot {2530 kg/m3}. No adjustments to the actual tonnage {metric tonnage} placed will be made when the use of lightweight aggregate (expanded clay or shale) is designated. For determining weight {mass}, each load of hot and warm mix asphalt mixture shall have its weight {mass} determined on approved certified scales, as specified in Article 109.01, furnished by the Contractor without direct compensation. The weight {mass} measurement shall include all components of the mixture. No deductions will be made for any of the components, including the liquid asphalt binder material, contained in the mixture. The laboratory compacted density requirements for OGFC are given in Section 420. Section 327 P ATB does not h ave a l aboratory c ompacted de nsity r equirement b ecause a layer t hickness (typically 4 inches {100 mm}) is required instead of a rate of placement. ACCEPTANCE OF THE MIXTURE. The hot and warm mix asphalt mixture will be evaluated at the plant on a LOT to LOT basis. The material will be tested for acceptance in accordance with the provisions of Section 106 and the following requirements. However, any load or loads of mixture, which, in the opinion of the Engineer, are obviously unacceptable, will be rejected for use in the work. The Contractor shall control all operations in the handling, preparation, and mixing of the hot and w arm m ix a sphalt p lant m ix s o t hat t he percent liquid a sphalt bi nder and v oids i n l aboratory compacted samples or gradation will meet the approved job-mix formula within the tolerances shown in Tables II, III, and VI for the 1.00 pay factor. In recognition of the fact that the drying and screening operations may generate additional dust over that shown in the approved mix design, the Contractor's attention is drawn to the realization that the dust must be controlled in order to control VMA and voids in the total mix. Acceptance of the mixture will be in accordance with Subarticle 106.09(c). LOT pay factors for asphalt content and air voids will be determined from Table II for Section 423 m ixes a nd f rom Ta ble I II f or a S ection 424 m ix a fter t he r equirements of I tem 106. 09(c)3 a re satisfied. L OT pa y f actors f or a sphalt c ontent w ill be d etermined f rom t he t op h alf o f Ta ble II f or Section 327 and 420 mixes after the requirements of Item 106.09(c)3 are satisfied. Air voids are not a pay factor for Section 327 and 420 mixes. Gradation is shown as a pay factor for Section 420 mixes in Table VI. The pay factor values determined for the each sieve noted in Table VI will be averaged. This average will then be compared to the asphalt content pay factor. The lowest of these two pay factors will be applied to the mix. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 193 Calculations for the acceptance test results for asphalt content and voids in total mix shall be carried t o t he t ( 0.001) a nd rounded t o t he n earest h undredth (0.01). C alculations f or averages shall be carried to the (0.001) and rounded to the nearest hundredth (0.01) in accordance w ith A ASHTO R 11 r ules o f r ounding. L OT pa y f actors w ill be calculated t o t he n earest hundredth (0.01). Payment for Section 327 and 423 mixes will be o n the basis of Table II Acceptance Schedule for Payment. Payment for a Section 424 mix will be on the basis of Table III Acceptance Schedule for Payment. Payment for Section 420 mixes will be on the basis of Table II and Table VI. SUSPENSION AND VOLUNTARY TERMINATION OF LOTS. The production p rocess w ill b e c onsidered o ut o f c ontrol w hen a ny i ndividual t est res ult (asphalt content, gradation, or air voids) from a LOT has a pay factor equal to 0.80 computed from the "1 Test" row in Table II, Table III, or Table VI, whichever is appropriate. When gradation is a pay factor, a 0 .80 res ult f or a n i ndividual s creen ( before a veraging) i s c onsidered o ut o f c ontrol. I f a ny s ingle gradation for t he 327 mixes falls o utside of the g radation ba nd s hown i n Section 3 27 t he process i s considered out of c ontrol. When this happens, production s hall be s uspended. If mix from the suspended LOT is contained in storage/surge bins, that mix will be considered part of the suspended LOT, and shall not be placed on any State project. When production is suspended as described above, or when the contractor voluntarily terminates a l ot, pro duction s hall n ot b e r e-started u ntil a fter a ll o f t he f ollowing h as be en accomplished: the Contractor shall notify the Project Manager immediately that the process is out of control, or that the LOT has been terminated voluntarily, and that production has been suspended; the Contractor shall determine what adjustments to make in order to bring the process under control and inform the Project Manager in writing of these adjustments; after adjustments, the Contractor shall produce sufficient mix (approximately 25 to 35 tons {25 to 35 metric tons}) as a trial batch and test for control parameters (asphalt content, gradation, and air voids); adjustments, trial batches, and tests shall be repeated as many times as necessary until pay factors for asphalt content, gradation, and air voids equal 1.00, minimum, at which time production may be re-started. Mix utilized as a trial batch shall not be used on the project. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 194 ACCEPTANCE SCHEDULE OF PAYMENT FOR ASPHALT PLANT MIX CHARACTERISTICS. TABLE II SECTION 327 MIXES** SECTION 420 MIXES (OPEN GRADED FRICTION COURSE)** SECTION 423 MIXES (STONE MATRIX ASPHALT) ACCEPTANCE SCHEDULE OF PAYMENT FOR ASPHALT PLANT MIX CHARACTERISTICS Arithmetic Average of the Absolute Values of Deviations of the LOT Acceptance Tests From Job Mix Formula Values Asphalt Content LOT Pay Factor 1.02 1.00 0.98 0.95 0.90 0.80* 1 Test - 0.00-0.48 0.49-0.51 0.52-0.57 0.58-0.66 Over 0.66 2 Tests - 0.00-0.34 0.35-0.36 0.37-0.40 0.41-0.47 Over 0.47 3 Tests - 0.00-0.28 0.29-0.29 0.30-0.33 0.34-0.38 Over 0.38 4 Tests 0.00-0.14 0.15-0.24 0.25-0.26 0.27-0.28 0.29-0.33 Over 0.33 Voids in Total Mix (Lab. Compacted Samples) LOT Pay Factor 1.02 1.00 0.98 0.95 0.90 0.80* 1 Test - 0.00-1.50 1.51-1.62 1.63-1.80 1.81-2.10 Over 2.10 2 Tests - 0.00-1.06 1.07-1.15 1.16-1.27 1.28-1.48 Over 1.48 3 Tests - 0.00-0.87 0.88-0.94 0.95-1.04 1.05-1.21 Over 1.21 4 Tests 0.00-0.45 0.46-0.75 0.76-0.81 0.82-0.90 0.91-1.05 Over 1.05 * I f approved by the Department, the Contractor may accept the indicated LOT partial pay. The Department may require removal and replacement. If the LOT pay factor is greater than 0.80, the Contractor has the option to remove at no cost to the Department and to replace at contract unit bid price rather than accepting the reduced LOT payment. The Acceptance Schedule of Payment for “Voids in Total Mix” will not apply to the 327 and 420 mixes TABLE III SECTION 424 MIXES (SUPERPAVE) ACCEPTANCE SCHEDULE OF PAYMENT FOR ASPHALT PLANT MIX CHARACTERISTICS Arithmetic Average of the Absolute Values of Deviations of the LOT Acceptance Tests From Job Mix Formula Values Asphalt Content LOT Pay Factor - > 1.02 1.00 0.98 0.95 0.90 0.80* 1 Test - 0.00-0.62 0.63-0.68 0.69-0.75 0.76-0.88 Over 0.88 2 Tests - 0.00-0.44 0.45-0.48 0.49-0.53 0.54-0.62 Over 0.62 3 Tests - 0.00-0.36 0.37-0.39 0.40-0.43 0.44-0.51 Over 0.51 4 Tests 0.00-0.19 0.20-0.31 0.32-0.34 0.35-0.38 0.39-0.44 Over 0.44 Voids in Total Mix (Lab. Compacted Samples) LOT Pay Factor - > 1.02 1.00 0.98 0.95 0.90 0.80* 1 Test - 0.00-2.50 2.51-2.70 2.71-3.00 3.01-3.50 Over 3.50 2 Tests - 0.00-1.77 1.78-1.91 1.92-2.12 2.13-2.47 Over 2.47 3 Tests - 0.00-1.44 1.45-1.56 1.57-1.73 1.74-2.02 Over 2.02 4 Tests 0.00-0.75 0.76-1.25 1.26-1.35 1.36-1.50 1.51-1.75 Over 1.75 * I f approved by the Department, the Contractor may accept the indicated LOT partial pay. The Department may require removal and replacement. If the LOT pay factor is greater than 0.80, the Contractor has the option to remove at no cost to the Department and to replace at contract unit bid price rather than accepting the reduced LOT payment. ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 195 TABLE VI SECTION 420 MIXES (OPEN GRADED FRICTION COURSE) ACCEPTANCE SCHEDULE OF PAYMENT FOR ASPHALT PLANT MIX CHARACTERISTICS Arithmetic Average of the Absolute Values of Deviations of the LOT Acceptance Tests From Job Mix Formula Values Gradation 3/8" {9.5 mm} Sieve LOT Pay Factor 1 Test 2 Tests 3 Tests 4 Tests 1.02 - - - 0.00 – 3.60 1.00 0.00 – 12.00 0.00 – 8.48 0.00 – 6.93 3.61 – 6.00 0.98 12.01 – 12.96 8.49 – 9.16 6.94 – 7.48 6.01 – 6.48 0.95 12.97 – 14.40 9.17 – 10.18 7.49 – 8.31 6.49 – 7.20 0.90 14.41 – 16.80 10.19 – 11.88 8.32 – 9.70 7.21 – 8.40 0.80* Over 16.80 Over 11.88 Over 9.70 Over 8.40 Gradation No. 8 {2.36 mm} Sieve LOT Pay Factor 1 Test 2 Tests 3 Tests 4 Tests 1.02 - - - 0.00 – 2.40 1.00 0.00 – 8.00 0.00 – 5.66 0.00 – 4.62 2.41 – 4.00 0.98 8.01 – 8.64 5.67 – 6.11 4.63 – 4.99 4.01 – 4.32 0.95 8.65 – 9.60 6.12 – 6.79 5.00 – 5.54 4.33 – 4.80 0.90 9.61 – 11.20 6.80 – 7.92 5.55 – 6.47 4.81 – 5.60 0.80* Over 11.20 Over 7.92 Over 6.47 Over 5.60 The comparison value for ALDOT and Contractor testing for the 3/8" {9.5 mm} and No. 8 {2.36 mm} sieves is 2.0%. * I f approved by the Department, the Contractor may accept the indicated LOT partial pay. The Department may require removal and replacement. If the LOT pay factor is greater than 0.80, the Contractor has the option to remove at no cost to the Department and to replace at contract unit bid price rather than accepting the reduced LOT payment. ACCEPTANCE OF THE ROADWAY DENSITY. For p aving t hat is n ot m ainline p aving ( paving f or patching, w idening, a nd c rossovers a nd leveling), i n-place density pa y f actors w ill n ot be a pplied. F or m ainline pa ving ( including s houlders, ramps, and acceleration/deceleration lanes), in-place density pay factors will be applied as specified herein unless otherwise noted on the plans or in the specifications. After t he hot a nd w arm mix asp halt m ixture h as b een p laced an d c ompacted, i t sh all b e evaluated for density. A core for mat density determination shall be taken by the Contractor on each 3000 foot {900 m} segment of roadway lane of asphalt mixture placed. The location of each test will designated by the Department. The core shall meet a minimum thickness for use in determining the roadway density. If the core’s average thickness in inches {millimeters} is not at least 0.008 times the rate in pounds per square yard {0.375 times the rate in kilograms per square meter}, another core shall be taken where the Engineer believes the pavement is thick enough for roadway density determination (as close a p ractical t o t he o riginal location). T he core’s a verage t hickness s hall be det ermined by measuring the core’s thickness at six equidistant locations around the circumference of the core. The Department will take immediate possession of the core and will make a density determination of the core i n a ccordance w ith AASHTO T 1 66, M ethod A . Th e density v alues o f t he c ores w ill b e u sed t o compute t he pay f actor f or t hat s ublot. Tes ting l ocations w ill be s elected w ith t he r andom n umber method o utlined i n A LDOT-210. C ontractors a re a llowed, bu t not r equired, t o t ake c ores a nywhere, anytime for quality control. This includes taking cores from the wearing layer. The contractor must have the permission of the Engineer to take cores from a PATB (327) or OGFC (420) mix. All core holes shall be repaired at the contractor’s expense. For purposes of evaluation, a LOT will be as defined in Item 106.09(c)1. A SUBLOT for evaluation of density will be equal to 12,000 feet {3600 m} (4 test results) or fraction of a 12,000 foot {3600 m} length as applicable. For instance, a 27,000 foot {8100 m } L OT w ould be d ivided i nto t wo 12,000 foot {3600 m } S UBLOTS a nd o ne 3000 foot {900 m } SUBLOT. The i n-place density w ill be ex pressed a s a per centage o f t he t heoretical maximum m ix density with the following relationship: ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 196 In-place Density % TMD = X 100 Maximum Mix Density Maximum mix density is equated to maximum mix specific gravity as measured with AASHTO T 209, Flask determination with dry back. The maximum mix specific gravity used will be the average of the values from the four most recent determinations using Contractor data. The a ppropriate pa y f actor f or ea ch S UBLOT w ill be det ermined f rom Ta ble I V f or t he appropriate number of test results. The pay factor for the LOT will be determined by computing the weighted average of the SUBLOTS: PF SUBLOT 1 (Length SUBLOT 1) + PF SUBLOT 2 (Length SUBLOT 2) + … LOT Pay Factor (PF) = Length SUBLOT 1 + Length SUBLOT 2 + … Calculations for the acceptance test results for in-place density will be carried to the hundredths (0.01) and rounded to the nearest tenth LOT and SUBLOT pay factor calculations will be carried to the (0.001) and rounded to the nearest hundredth (0.01) in accordance with AASHTO R 11 rules of rounding. The low rates of placement at which minimum density does not apply are given in Section 306. Density pay factors will not be applied to pavement layers placed at these rates. TABLE IV ACCEPTANCE SCHEDULE OF PAYMENT FOR IN-PLACE DENSITY SECTION 423 MIXES (STONE MATRIX ASPHALT) Characteristic SUBLOT PAY FACTOR Arithmetic Average of the Absolute Values of Deviations of SUBLOT Acceptance Tests From Target** 1 Test 2 Tests 3 Tests 4 Tests In-Place Density 1.02 0.00 - 2.00 0.00 - 1.41 0.00 - 1.15 0.00 - 1.00 1.00 2.01 - 3.33 1.42 - 2.36 1.16 - 1.92 1.01 - 1.67 0.98 3.34 - 3.60 2.37 - 2.55 1.93 - 2.08 1.68 - 1.80 0.95 3.61 - 4.00 2.56 - 2.83 2.09 - 2.31 1.81 - 2.00 0.90 4.01 - 4.67 2.84 - 3.30 2.32 - 2.69 2.01 - 2.33 0.80* Over 4.67 Over 3.30 Over 2.69 Over 2.33 SECTION 424 MIXES (SUPERPAVE) Characteristic SUBLOT PAY FACTOR Arithmetic Average of the Absolute Values of Deviations of SUBLOT Acceptance Tests From Target** 1 Test 2 Tests 3 Tests 4 Tests In-Place Density 1.02 0.0-2.25 0.0-1.59 0.0-1.30 0.0-1.12 1.00 2.26-3.75 1.60-2.65 1.31-2.17 1.13-1.88 0.98 3.76-4.05 2.66-2.86 2.18-2.34 1.89-2.02 0.95 4.06-4.50 2.87-3.18 2.35-2.60 2.03-2.25 0.90 4.51-5.25 3.19-3.71 2.61-3.03 2.26-2.62 0.80* Over 5.25 over 3.71 over 3.03 Over 2.62 * If approved by the Department, the Contractor may accept the indicated partial SUBLOT pay. The Department may require removal and replacement. The Contractor has the option to remove at no cost t o t he D epartment a nd r eplace a t c ontract u nit bi d pr ice rather t han a ccepting t he reduced SUBLOT payment. Target d ensity s hall b e 9 4.0 % o f t he t heoretical m aximum de nsity f or a ll m ixes ex cept f or: - the range of placement rates given in Item 306.03(g)3 (140 pounds per square yard or greater {76 kg per square meter or greater} and less than 200 pounds per square yard {109 kg per square meter} over surface treatments) the target density shall be 92.0 % and; - ESAL Range A and B mixes where the Contractor demonstrates and explains in writing why 94 % of the t heoretical maximum density c annot be a chieved a nd t he E ngineer i nforms t he C ontractor by written notification that the target density can be reduced to 93 % or 92 ---PAGE BREAK--- SECTION 410 ASPHALT PAVEMENTS 197 TABLE V COMPARISON OF ALDOT AND CONTRACTOR TESTING TEST ACCEPTABLE ASPHALT CONTENT ± 0.30 % AIR VOIDS ± 0.50 % GRADATION * See Table VI * Gradations given in Articles 327.02 and 420.02. TACK COAT. Tack coat liquid asphalt material used as directed will be measured and paid for as specified in Section 405. WASTED AND EXCESS MATERIALS APPLIED. Deductions in measurement will be made for all material wasted or lost due to negligence of the Contractor or applied beyond the limits of the work. PROFILOGRAPH. The n umber o f pr ofilographs m easured f or pa yment w ill be t he a ctual n umber o f u nits ordered and accepted. MATERIAL REMIXING DEVICE. The number of material remixing devices measured for payment will be the number of units approved by the Engineer for use. These devices will be measured per each device. 410.09 Basis of Payment. UNIT PRICE COVERAGE. Compensation f or pl ant mix m aterial, m easured as pr ovided a bove, w ill be m ade o n a tonnage {metric tonnage} basis and the contract unit price per ton {metric ton} for each individual item shall be full compensation for construction of the hot and warm mix asphalt plant mix layer complete in p lace o n t he roadbed as i ndicated o r directed, i ncluding a ll m aterials, procurement, handling, hauling, a nd p rocessing c ost, a nd i ncludes a ll equipment, t ools, l abor, a nd incidentals r equired t o complete the work. Unless o therwise c overed by a s eparate pay i tem, t he c ost o f ex cavation f or pa tching a nd widening, compacting the subgrade, backfilling, spreading, or disposing of excess excavated material, removal a nd di sposal o f o ld pa vement, removal a nd r esetting o f ro adway s igns a nd m ailboxes, a nd removal and disposal of pavement markers shall be subsidiary obligations of the associated plant mix pay item, and no additional payment will be made for performing the work. No payment will be made for unacceptable material; for material needed to overlay layers deficient in thickness; for material used in replacing defective or condemned construction; for material wasted in handling, hauling, or otherwise; or for maintaining the work. When the average rate of placement is found to exceed the tolerance given in Item 410.03(f)1., the tonnage {metric tonnage} placed above the specified rate in that unit will be paid for at 5 0 perc ent o f t he c ontract u nit p rice, without further a djustment f or Q C/QA p ay f actors. T his reduction will not be applied to patching, leveling, and widening. The o rdered and accepted profilographs, measured as noted above, will be paid for at the contract u nit pri ce bid w hich shall b e f ull c ompensation f or f urnishing t he u nit a nd i ncludes a ll equipment, t ools, l abor, c alibration, m aintenance, s ervices, s upplies, c hart pa per, a nd i ncidentals necessary to complete these items of work. The number of approved remixing devices, measured as noted above, will be paid for at the contract unit bi d price. This pr ice s hall be f ull c ompensation f or f urnishing t he v ehicles a nd s hall include all equipment, tools, labor, calibration, maintenance, services, operator, and all other items necessary to furnish and operate the vehicles. ---PAGE BREAK--- SECTION 420 POLYMER MODIFIED OPEN GRADED FRICTION COURSE 198 PAYMENT WILL BE MADE UNDER ITEM NO.: See Appropriate Section for Type of Plant Mix Involved. 410-A Profilograph - per Each 410-B State Furnished Profilograph - per Each 410-C Contractor Retained Profilograph - per Each 410-H Material Remixing Device - per Each SECTION 420 POLYMER MODIFIED OPEN GRADED FRICTION COURSE 420.01 Description. The w ork covered by t his Se ction s hall c onsist o f c onstructing a hot mi xed, h ot laid p olymer modified o pen g raded f riction c ourse w earing l ayer g enerally placed o n a n existing pa vement. The typical cross section and the average weight per square yard will be shown on the plans. Requirements for all hot mix asphalt pavements as specified in Section 410 are applicable to this Section, subject to any exceptions contained herein. Quality Control/Quality Assurance (QC/QA) requirements as specified in Section 106 are applicable to this Section, subject to any exceptions contained herein. 420.02 Materials. The m aterials f urnished f or u se s hall c omply w ith t he re quirements o f S ection 4 10 a nd t he following: AGGREGATES. The aggregate shall be limited to 100% crushed, virgin aggregates of the following: granite, quarried quartzite, slag, sandstone or manufactured lightweight aggregate, all of which shall be from approved s ources a nd meet t he a ppropriate r equirements o f S ections 8 01 a nd 8 02. However, if additional du st ( - 200 { - 75 µm} m aterial) i s n eeded, m ineral f iller ( meeting t he re quirements o f Section 805) or agricultural limestone may be used. If agricultural limestone is used, it shall meet the requirements o f A STM C 602, S tandard S pecification f or A gricultural L iming M aterials, f or C lass E agricultural limestone, so that a minimum of 80.0 % of the material will pass the No. 8 {2.35 mm} sieve and 25.0 % will pass the No. 60 {0.250 mm} sieve. In addition, a minimum of 5.0 % will pass the No. 200 {75 µm} sieve. No more than 10.0 % agricultural limestone shall be used. The aggregate shall be combined into a total blend that will produce an acceptable job mix within the gradation limits shown below in the following table. The blend shall be made from at least two stockpiles of different gradations. At least 10% of the blend shall be taken from each stockpile. AGGREGATE GRADATION FOR OPEN GRADED FRICTION COURSE Sieve (Square Mesh Type) Percent Passing By Weight {Mass} 3/4 inch {19.0 mm} 100 1/2 inch {12.5 mm} 85 - 100 3/8 inch {9.5 mm} 55 – 65 No. 4 {4.75 mm} 10 - 25 No. 8 {2.36 mm} 5 - 10 No. 200 {75 µm} 2 - 4 The requirements for allowing the use of RAP and RAS are given in Article 410.02. LIQUID ASPHALT BINDER. The liquid binder shall be a polymer modified PG 76-22 meeting the requirements of Section 804. The proportion of liquid asphalt binder to total sample by weight {mass} shall be 4.7 % to 9.0 The exact proportion shall be fixed by the job mix formula. Additives or modifiers shall be used to prevent stripping of liquid asphalt binder if stripping is observed d uring design, p roduction o r laydown. T hese a dditives o r m odifiers s hall b e f urnished a nd used at no additional cost to the State. POLYMER. The polymer additive shall meet the requirements of Section 811. ---PAGE BREAK--- SECTION 423 STONE MATRIX ASPHALT (SMA)(FIBER STABILIZED ASPHALT CONCRETE) 199 LIQUID ASPHALT BINDER DRAINDOWN. A fiber stabilizer meeting the requirements given in Section 410 shall be incorporated into the mix to reduce draindown. The fiber shall be blended into the mix in accordance with the requirements given in Section 410. 420.03 Design The O pen G raded F riction C ourse s hall b e des igned w ith a m inimum a ir vo id c ontent o f 1 2% according to ALDOT-259, OPEN GRADED ASPHALT CONCRETE FRICTION COURSE DESIGN METHOD. The contractor shall have the responsibility for the design of Section 420 mixes. The laboratory compacted density as determined in the job-mix formula design shall not exceed 150 pounds per cubic foot {2400 kg/m3}; this corresponds with a maximum specific gravity value of 2.837 or a bulk specific gravity of 2.411. The work will be accepted on a LOT by LOT basis in accordance with the applicable requirements. Pay factors for air voids and density shall not apply. 420.04 Construction Requirements. GENERAL. The r equirements o f A rticles 410. 03 t hrough 410. 07 s hall a pply e xcept a s m odified hereinafter in this Article. COMPACTION EQUIPMENT. Item 4 10.03(a)5 i s a mended t o r equire t hat s teel w heel t andem ( 7 t on { 6 m etric t on} minimum size) rollers shall be furnished in sufficient numbers based on the quantity of material being placed t o pr ovide ef fective c ompaction c overage within t he w orkable t ime peri od o f t he m ix a s designated by the Engineer. Rubber-tire rollers shall not be used. WEATHER AND TEMPERATURE LIMITATIONS. The weather, air, and surface temperature limitations for (polymerized) HMA mixes are found in Subarticle 410.03(b). COMPACTING. Subarticle 410.03(g) is amended to require that rolling shall be as approved by the Engineer; no density tests will be required. 420.05 Method of Measurement. The a ccepted quantities of po lymer m odified o pen g raded f riction course w ill b e m easured a s provided in Article 410.08. 420.06 Basis of Payment. UNIT PRICE COVERAGE. Polymer Modified Open Graded Friction Course, measured as noted above, will be paid for at the contract unit price bid in accordance with Article 410.09. PAYMENT WILL BE MADE UNDER ITEM NO.: 420-A Polymer Modified Open Graded Friction Course – per ton {metric ton} SECTION 423 STONE MATRIX ASPHALT (SMA)(FIBER STABILIZED ASPHALT CONCRETE) 423.01 Description. The w ork c overed by t his S ection sh all consist of c onstructing a h ot m ix asp halt layer of f iber stabilized stone matrix asphalt pavement on a prepared surface in accordance with these specifications and in conformity with the lines, grades, typical cross section, and the placement rate shown on the plans o r a s directed. The pl ant, e quipment, a nd c onstruction r equirements for t his pa vement a re specified in Sections 106 and 410, subject to any exceptions herein. All 423 mixes shall be designed and produced in accordance with the requirements given in this Section and ALDOT-395, SMA Mix Design. ---PAGE BREAK--- SECTION 423 STONE MATRIX ASPHALT (SMA)(FIBER STABILIZED ASPHALT CONCRETE) 200 423.02 Materials. AGGREGATES. 1. PROCEDURE FOR ACCEPTANCE OF COARSE AND FINE AGGREGATES. All f ine a nd coarse a ggregate f urnished s hall c ome f rom a n a pproved producer w ho i s participating in and meeting the requirements of ALDOT-249, Procedure for Acceptance of Coarse and Fine A ggregates. Th e pro ducer's name s hall b e l isted i n t he D epartment's Materials, S ources, an d Devices with Special Acceptance Requirements Manual, List I-1. The Department has established a list of qu alified p roducers o f fine a nd c oarse a ggregates. R efer t o S ubarticle 1 06.01(f) a nd A LDOT-355 concerning this list. 2. TYPES OF ACCEPTABLE COARSE AGGREGATES FOR SMA. Coarse a ggregate s hall be aggregate r etained o n t he N o. 4 {4.75 m m} s ieve. The vir gin coarse a ggregate s hall be 1 00% c rushed g ranite, quarried q uartzite, l imestone, s andstone, s lag, o r other 100% crushed manufactured stone meeting the requirements given in Section 801. 3. FLAT AND ELONGATED PARTICLES IN COARSE AGGREGATES FOR SMA. The m aximum a mount o f f lat a nd e longated particles i n c oarse a ggregate f or S MA i s given in the following table. PERCENT OF FLAT AND ELONGATED PARTICLES IN COARSE AGGREGATE FOR SMA Test Method Maximum Flat & Elongated % by Count 3:1 (max to min) ASTM D 4791 Section 8.4 20 % Flat & Elongated % by Count 5:1 (max to min) ASTM D 4791 Section 8.4 5 % 4. COARSE AGGREGATE SOUNDNESS FOR SMA. The percent degradation of the source aggregate by the sodium sulfate soundness test (AASHTO T 1 04, Soundness o f A ggregate b y U se o f Sodium Su lfate o r M agnesium Su lfate) after f ive cycles of testing shall not exceed 10 5. DELETERIOUS MATERIALS AND ABSORPTION IN COARSE AGGREGATE FOR SMA. The amount of deleterious substances and absorption in the coarse aggregate shall not exceed the limits given in the following table. DELETERIOUS MATERIALS AND ABSORPTION IN COARSE AGGREGATE FOR SMA Coal and Lignite (Visual) 0.25 % Clay Lumps and Friable Particles (AASHTO T 112) 0.25 % Other local deleterious substances (Shale, Mica, Marcasite, etc.) (Visual) 2.0 % Absorption (Absorption on the material passing the 3/4 inch {19.0 mm} sieve and retained on the No. 4 {4.75 mm} sieve) (AASHTO T 85 Applies to gravel aggregates only. 2.0 % * Section 8.1 of AASHTO T 85 modified to require a 15 minute vacuum saturation period as per Section 6.3 of AASHTO T 209 prior to the required 15-19 hour soaking period. 6. LOS ANGELES ABRASION CRITERIA FOR COARSE AGGREGATE FOR SMA. The p ercent l oss o f t he coarse a ggregate by t he L A A brasion t est ( AASHTO T 9 6, Resistance to Abrasion of Small Size Aggregate by use of the Los Angeles Machine) shall not exceed 48 % except that, for Sandstone and Blast Furnace Slag, the LA Abrasion shall not exceed 55 7. FINE AGGREGATE FOR SMA. Fine aggregate shall be 100% crushed granite, limestone, sandstone, slag, or other 100% crushed m anufactured s tone meeting t he requirements o f S ection 802 a nd the f ollowing t able. T he parent material shall meet the requirements given in Section 801. FINE AGGREGATE QUALITY REQUIREMENTS FOR SMA Test Method Minimum Maximum Uncompacted Voids AASHTO T 304* 45 % 100 % Sand Equivalent AASHTO T 176* 50 % 100 % Liquid Limit AASHTO T 89 0 % 25 % Plasticity Index, AASHTO T 90 Non-plastic *The Sand Equivalent and Uncompacted Voids may be run on the blend of the aggregates. The fine aggregate shall be non-plastic when tested in accordance with AASHTO T 89, as modified by ALDOT-232, and AASHTO T 90 and shall have a maximum of 1.0 % clay lumps and friable ---PAGE BREAK--- SECTION 423 STONE MATRIX ASPHALT (SMA)(FIBER STABILIZED ASPHALT CONCRETE) 201 particles a s d etermined b y A ASHTO T 112. I t s hall c onsist o f h ard, t ough g rain, f ree o f i njurious amounts of clay, loam, or other deleterious substances. 8. MINERAL FILLER FOR SMA. The mineral filler shall meet the requirements of Section 805. RECYCLED ASPHALT PAVEMENT (RAP) & RECLAIMED ASPHALT SHINGLES (RAS). The requirements for allowing the use of RAP and RAS are given in Article 410.02. BLEND OF AGGREGATES. The combined aggregates shall conform to the percent passing by volume requirements given in the following table. PERCENT PASSING BY VOLUME OF AGGREGATE FOR SMA Sieve Size 1.5 inch {37.5 mm} Maximum Aggregate Size 1 inch {25.0 mm} Maximum Aggregate Size 3/4 inch {19.0 mm} Maximum Aggregate Size 1/2 inch {12.5 mm} Maximum Aggregate Size 3/8 inch {9.5 mm} Maximum Aggregate Size Lower Limit Upper Limit Lower Limit Upper Limit Lower Limit Upper Limit Lower Limit Upper Limit Lower Limit Upper Limit 1.5 inch {37.5 mm} 100 100 1 inch {25.0 mm} 90 100 100 100 3/4 inch {19.0 mm} 30 86 90 100 100 100 1/2 inch {12.5 mm} 26 63 50 74 90 100 100 100 3/8 inch {9.5 mm} 24 52 25 60 26 78 90 100 100 100 # 4 {4.75 mm} 20 28 20 28 20 28 26 60 90 100 # 8 {2.36 mm} 16 24 16 24 16 24 20 28 28 65 # 16 {1.18 mm} 13 21 13 21 13 21 13 21 22 36 # 30 {600 µm} 12 18 12 18 12 18 12 18 18 28 # 50 {300 µm} 12 15 12 15 12 15 12 15 15 22 # 200 {75 µm} 8 10 8 10 8 10 8 10 12 15 An example of how to blend aggregate based upon volume can be found in ALDOT-395, SMA Mix Design. The production tolerances for the above gradation bands are as specified in Item 410.02(b)2, except that the tolerance for the No. 4 {4.75 mm} sieve is 4% and for the 3/8 inch {9.5 mm} sieve is Aggregates that tend to polish under traffic, such as limestone, dolomite, or marble, shall be permitted only in widening as defined by Article 410.01, shoulder paving, underlying layers, and layers that are t o be c overed b y P olymer M odified O pen Graded F riction C ourse ( Section 4 20) m ix i n t his contract, except as noted in the following table. ---PAGE BREAK--- SECTION 423 STONE MATRIX ASPHALT (SMA)(FIBER STABILIZED ASPHALT CONCRETE) 202 ALLOWABLE CARBONATE STONE CRITERIA FOR SMA BPN 9 Value Of Aggregate Source * Maximum Allowable Percentage Of Carbonate Stone ≤ 25 30 26 through 28 35 29 through 31 40 32 through 34 45 ≥ 35 50 * This value, BPN 9, is made using the British Pendulum Tester on aggregate source specimen polished for 9 hours on an accelerated polishing machine known as the British Wheel as per ASTM D 3319, ASTM E 303 and BMTP-382. In no case shall the total amount of virgin carbonate stone in the combined mixture used as actual wearing surface layers exceed the percentage shown in Table 4. When parts of the carbonate stone used in the mix are from differing strata of material or coming from multiple sources that are represented by different BPN 9 values, the lowest BPN 9 value will be used. LIQUID ASPHALT BINDER. 1. REQUIRED TYPE OF LIQUID ASPHALT BINDER FOR SMA. Unless o therwise s hown on t he p lans, t he l iquid a sphalt bi nder s hall meet t he requirements of Section 804 and shall be polymer-modified to meet a PG 76-22 as given in Section 811. The minimum liquid asphalt binder content shall be as given in the following table (by weight {mass} of total mix. MINIMUM LIQUID ASPHALT BINDER CONTENT FOR SMA Maximum Aggregate Size (inches) {mm} Minimum Liquid Asphalt Binder Content by weight) by mass} 1.5 {37.5} 5.3 1.0 {25.0} 5.5 3/4 {19.0} 5.7 1/2 {12.5} 5.9 3/8 {9.5} 6.1 2. LIQUID ASPHALT BINDER DRAINDOWN. A f iber s tabilizer meeting t he r equirements g iven i n Section 4 10 s hall be i ncorporated into t he m ix t o r educe draindown. T he f iber s hall be blended i nto t he m ix i n a ccordance w ith the requirements given in Section 410. 423.03 Design. All SMA m ixes s hall be de signed a ccording t o A LDOT-395, SM A Mix De sign. S MA mi xes s hall b e designed using a 50 blow Marshall design. The SMA shall have a minimum VMA of 17, a VCAMIX less than the VCADRC (calculating Voids in the Coarse Aggregate is explained in ALDOT-395 SMA Mix Design) and air voids o f 4.0 % . T he S MA m ix s hall b e d esigned w ith a m inimum t ensile s trength ratio o f 0 .80 according t o A LDOT-361. The m ix s hall ex hibit 4 .50 m m o r l ess r utting w hen t ested a ccording t o ALDOT-401, R utting S usceptibility D etermination of A sphalt Paving M ixtures U sing t he A sphalt Pavement Analyzer. 423.04 Hot Mix Asphalt Plant Requirements. MINERAL FILLER. The introduction of the mineral filler shall be in accordance with Section 4.3 of AASHTO M 156 a s s pecified i n ALDOT-324 t o i nsure a ccurate metering a nd proportioning. Adequate dry s torage shall be provided for the mineral filler. In a batch plant, mineral filler shall be added directly into the weigh hopper. In a drum plant, mineral filler shall be added directly into the drum mixer near enough to t he l iquid a sphalt binder l ine s o t hat t he m ineral f iller i s c aptured by t he l iquid a sphalt bi nder. Note: for most SMA projects, the flow rate of the mineral filler governs the plant production rate. HOT-MIXTURE STORAGE. SMA shall not be stored at elevated temperatures for more than three hours. SMA shall not be heated above 350 °F {177 without the approval of the Engineer. ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 203 423.05 Construction Requirements. GENERAL. Construction requirements shall be the same as specified in Articles 410.03 through 410.07 except as noted in this Article. WEATHER AND TEMPERATURE LIMITATIONS. The weather, air and surface temperature limitations for (polymerized) HMA mixes are found in Subarticle 410.03(b). SURFACE PREPARATION. A thin tack coat meeting the requirements of Section 405 shall be applied to ensure uniform and complete adherence of the overlay. COMPACTION. The mixture, when delivered to the paver, shall have a temperature of not less than 290-°F {145-°C}. Due to the nature of stone matrix asphalt mixture, the surface shall be rolled immediately. Rolling shall be accomplished with steel wheel rollers. Pneumatic tire rollers shall not be used on stone matrix asphalt. Rollers shall move at a uniform speed, not to exceed 3 miles per hour {5 km/hr}, with the drive roller nearest the paver. Rolling shall be continued until all roller marks are eliminated and the r equired de nsity h as bee n o btained, but n ot a fter t he m at h as c ooled t o 2 40 °F { 115 ° Th e Contractor s hall m onitor density d uring t he c ompaction pr ocess by u se o f n uclear d ensity g auges t o ensure t hat t he r equired den sity i s bei ng o btained. I f v ibratory c ompaction c auses a ggregate breakdown or forces liquid asphalt binder to the surface, the vibratory mode shall be turned off and the roller shall operate in static mode only. To prevent adhesion of the mixture to the rollers, it shall be necessary to keep the wheels properly m oistened w ith water m ixed w ith v ery s mall quantities o f d etergent o r o ther a pproved material. 423.06 Method of Measurement. The a ccepted q uantities o f s tone m atrix a sphalt bi nder layer a nd s tone matrix a sphalt w earing layer will be measured as provided in Article 410.08. The SMA mix shall be evaluated for liquid asphalt binder content, laboratory compacted air voids, and in-place density; pay factors will be applied. 423.07 Basis of Payment. UNIT PRICE COVERAGE. Stone Matrix Asphalt Binder Layer and Stone Matrix Asphalt Wearing Layer, measured as noted above, will be paid for at the contract unit price bid in accordance with Article 410.09. PAYMENT WILL BE MADE UNDER ITEM NO.: 423-A Stone Matrix Asphalt Wearing Layer, * Maximum Aggregate Size - per ton {metric ton} 423-B Stone Matrix Asphalt Binder Layer, * Maximum Aggregate Size - per ton {metric ton} * Specify Maximum Aggregate Size, either 1.5, 1, 3/4, 1/2 or 3/8 inches {37.5 mm, 25 mm, 19 mm, 12.5 mm, or 9.5 mm} SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 424.01 Description. The work covered by this Section shall consist of a hot or warm bituminous plant mixed pavement layer p laced o n a prepared s urface i n a ccordance with t hese s pecifications an d i n reasonably c lose conformity with the lines, grades, typical cross section, and the approximate placement rate shown on the plans or as directed. ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 204 The Contractor may use either hot mix or warm mix for all Superpave ESAL Range mixes in Section 424 requiring PG 67-22 liquid binder. Superpave ESAL Range E requiring PG 76-22 liquid binder shall be produced as hot mix. General r equirements f or a ll bi tuminous c oncrete pa vements a s s pecified in S ection 4 10 a re applicable to this Section, subject to any exceptions contained herein. Quality Control/Quality Assurance (QC/QA) requirements as specified in Section 106 are applicable to this section, subject to any exceptions contained herein. The work will be accepted on a LOT by LOT basis in accordance with the applicable requirements. 424.02 Materials. The materials furnished for use shall conform to the requirements of Section 410 and the following: AGGREGATES. 1. PROCEDURE FOR ACCEPTANCE OF COARSE AND FINE AGGREGATES. All f ine a nd c oarse a ggregate f urnished s hall c ome f rom a n a pproved producer w ho i s participating in and meeting the requirements of ALDOT-249, Procedure for Acceptance of Coarse and Fine A ggregates. Th e pro ducer's name s hall b e l isted i n t he D epartment's Materials, S ources, a nd Devices with Special Acceptance Requirements Manual, List I-1. The Department has established a list of qu alified p roducers o f fine a nd c oarse a ggregates. R efer t o S ubarticle 1 06.01(f) a nd A LDOT-355 concerning this list. 2. TYPES OF ACCEPTABLE COARSE AGGREGATES FOR SUPERPAVE. Coarse aggregate shall be aggregate retained on the No. 4 {4.75 mm} sieve. Coarse a ggregate s hall c onsist o f c rushed (or uncrushed) g ravel w ith a b ulk s pecific gravity greater than 2.550 (AASHTO T 85), crushed stone, o r crushed slag, or a combination thereof having h ard, s trong, d urable pieces, f ree f rom a dherent c oatings, a nd m eeting a ll requirements o f these specifications. 3. FLAT AND ELONGATED PARTICLES IN COARSE AGGREGATES FOR SUPERPAVE. The maximum amount of flat and elongated particles in coarse aggregate for Superpave is given in the following table. PERCENT OF FLAT AND ELONGATED PARTICLES IN COARSE AGGREGATE FOR SUPERPAVE Test Method Maximum Flat & Elongated % by Count 5:1 (max to min) ASTM D 4791 Section 8.4 10 % * * Shall not apply to the 3/8 inch {9.5 mm} mix or to ESAL Range A/B 4. COARSE AGGREGATE SOUNDNESS FOR SUPERPAVE. The percent degradation of the source aggregate by the sodium sulfate soundness test (AASHTO T 1 04, Soundness o f A ggregate by Use o f Sodium Su lfate o r M agnesium Su lfate) after f ive cycles of testing shall not exceed 10 5. DELETERIOUS MATERIALS AND ABSORPTION IN COARSE AGGREGATE FOR SUPERPAVE. The amount of deleterious substances and absorption in the coarse aggregate shall not exceed the following limits: RESTRICTION OF DELETERIOUS MATERIALS AND ABSORPTION IN COARSE AGGREGATE FOR SUPERPAVE Coal and Lignite (Visual) 0.25 % Clay Lumps and Friable Particles (AASHTO T 112) 0.25 % Other local deleterious substances (Shale, Mica, Marcasite, etc.) (Visual) 2.0 % Absorption (Absorption on the material passing the 3/4 inch {19.0 mm} sieve and retained on the No. 4 {4.75 mm sieve}) (AASHTO T 85 Applies to gravel aggregates only. 2.0 % * Se ction 8 .1 o f A ASHTO T 8 5 modified t o r equire a 1 5 m inute v acuum s aturation per iod a s per Section 6.3 of AASHTO T 209 prior to the required 15-19 hour soaking period. 6. LOS ANGELES ABRASION CRITERIA FOR COARSE AGGREGATE FOR SUPERPAVE. The p ercent l oss o f t he coarse a ggregate by t he L A A brasion t est ( AASHTO T 9 6, Resistance to Abrasion of Small Size Aggregate by use of the Los Angeles Machine) shall not exceed 48 % except that, for Sandstone and Blast Furnace Slag, the LA Abrasion shall not exceed 55 7. FINE AGGREGATE FOR SUPERPAVE. Fine a ggregate s hall be a ggregate pa ssing t he N o. 4 { 4.75 m m} s ieve. G ravel u sed t o manufacture fine aggregate shall have a bulk specific gravity greater than 2.550 (AASHTO T 85). ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 205 The fine aggregate shall be non-plastic when tested in accordance with AASHTO T 89, as modified by ALDOT-232, and AASHTO T 90 and shall have a maximum of 1.0 % clay lumps and friable particles a s d etermined b y A ASHTO T 112. I t s hall c onsist o f h ard, t ough g rain, f ree o f i njurious amounts of clay, loam, or other deleterious substances. 8. CLAY CONTENT FOR SUPERPAVE. The am ount of c lay m aterial, as i ndicated b y t he sand e quivalent, m easured on t he aggregate passing the No. 4 {4.75 mm} sieve as determined by AASHTO T 176, Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test, shall be no less than the values defined in the following table according to the total design traffic in equivalent single axle loads (ESALs). CLAY CONTENT CRITERIA FOR SUPERPAVE ESAL Range Traffic (ESALs) Sand Equivalent A/B ESALs < 1.0x106 > 40.0 C/D 1.0x106 < ESALs < 1.0x107 > 45.0 E 1.0x107 < ESALs < 3.0x107 > 45.0 9. MINERAL FILLER FOR SUPERPAVE. Mineral filler shall consist of finely divided mineral matter such as rock dust, slag dust, hydrated lime, hydraulic cement, or fly ash meeting the requirements of Section 805. The introduction of mineral filler shall be in accordance with AASHTO M 156, Section 3.3, as s pecified i n A LDOT-324, w ith t he a dditional re quirement t hat a ccurate proportioning s hall b e accomplished by means of pneumatic or mechanical metering. RECYCLED ASPHALT PAVEMENT (RAP) & RECLAIMED ASPHALT SHINGLES (RAS). The requirements for allowing the use of RAP and RAS are given in Article 410.02. BLEND OF AGGREGATES. 1. GRADATIONS FOR BLEND OF AGGREGATES. The coarse and fine aggregates, mineral filler, and recycled material shall be combined in a total blend that will produce an acceptable job mix within the gradation limits determined by the maximum a nd minimum c ontrol points a nd a restricted zone a s shown in the following tables. Restricted zones ar e a f unction of t he m aximum p article si zes i n t he b lended g radations. M aximum particle size is defined as the sieve size that is two sizes larger than the first sieve to retain more than 10 % of the material. The sequence of sieve sizes to be used in determining maximum particle size is given in the following tables. Gradation charts illustrating gradation requirements are given in Article 424.03. The r equired m ix w ill b e s hown o n t he p lans. U nless o therwise s hown o n t he p lans, binder and base layer mixtures may be designed on either the fine or coarse side, or through of the restricted zone. All wearing layers shall be designed either through the restricted zone or on the fine side of the restricted zone. Also, all ESAL range mixes shall exhibit 4.50 mm or less rutting when tested according to ALDOT-401, Rutting Susceptibility Determination of Asphalt Paving Mixtures Using the Asphalt Pavement Analyzer. ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 206 AGGREGATE GRADATION CONTROL POINTS AND BOUNDARIES OF RESTRICTED ZONE FOR SUPERPAVE 1 1/2 inch {37.5 mm} Maximum Size Mix Control Point (Percent Passing) Sieve Size Minimum Maximum No. 200 {75 µm} 1 7 No. 8 {2.36 mm} 19 45 3/4" {19 mm} - 90 1" {25 mm} 90 100 1.5" {37.5 mm} Maximum 100 - Restricted Zone No. 4 {4.75 mm} 39.5 39.5 No. 8 {2.36 mm} 26.8 30.8 No. 16 {1.18 mm} 18.1 24.1 No. 30 {600 µm} 13.6 17.6 No. 50 {300 µm} 11.4 11.4 AGGREGATE GRADATION CONTROL POINTS AND BOUNDARIES OF RESTRICTED ZONE FOR SUPERPAVE 1 inch {25.0 mm} Maximum Size Mix Control Point (Percent Passing) Sieve Size Minimum Maximum No. 200 {75 µm} 2 8 No. 8 {2.36 mm} 23 49 1/2" {12.5 mm} - 90 3/4" {19 mm} 90 100 1" {25 mm} Maximum 100 - Restricted Zone No. 4 {4.75 mm} - - No. 8 {2.36 mm} 34.6 34.6 No. 16 {1.18 mm} 22.3 28.3 No. 30 {600 µm} 16.7 20.7 No. 50 {300 µm} 13.7 13.7 AGGREGATE GRADATION CONTROL POINTS AND BOUNDARIES OF RESTRICTED ZONE FOR SUPERPAVE 3/4 inch {19.0 mm} Maximum Size Mix Control Point (Percent Passing) Sieve Size Minimum Maximum No. 200 {75 µm} 2 10 No. 8 {2.36 mm} 28 58 3/8" {9.5 mm} - 90 1/2" {12.5 mm} 90 100 3/4" {19.0 mm} Maximum 100 - Restricted Zone No. 4 {4.75 mm} - - No. 8 {2.36 mm} 39.1 39.1 No. 16 {1.18 mm} 25.6 31.6 No. 30 {600 µm} 19.1 23.1 No. 50 {300 µm} 15.5 15.5 ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 207 AGGREGATE GRADATION CONTROL POINTS AND BOUNDARIES OF RESTRICTED ZONE FOR SUPERPAVE 1/2 inch {12.5 mm} Maximum Size Mix Control Point (Percent Passing) Sieve Size Minimum Maximum No. 200 {75 µm} 2 10 No. 8 {2.36 mm} 32 67 No. 4 {4.75 mm} - 90 3/8" {9.5 mm} 90 100 1/2" {12.5 mm} Maximum 100 - Restricted Zone No. 4 {4.75 mm} - - No. 8 {2.36 mm} 47.2 47.2 No. 16 {1.18 mm} 31.6 37.6 No. 30 {600 µm} 23.5 27.5 No. 50 {300 µm} 18.7 18.7 AGGREGATE GRADATION CONTROL POINTS FOR SUPERPAVE 3/8 inch {9.5 mm} Maximum Size Mix Control Point (Percent Passing) Sieve Size Minimum Maximum No. 200 {75 µm} 6 12 No. 16 {1.18 mm} 30 60 No. 4 {4.75 mm} 75 100 3/8" {9.5 mm} Maximum 95 100 Note: This mix has no Restricted Zone and up to 5% may be retained on the maximum size sieve (3/8 inch {9.5 mm}). 2. COARSE AGGREGATE ANGULARITY FOR BLEND OF AGGREGATES. The c oarse a ggregate a ngularity s hall be m easured o n t he total bl ended a ggregate retained on the No. 4 {4.75 mm} sieve in accordance with ASTM D 5821. A f ractured f ace i s d efined a s a n a ngular, r ough, or bro ken s urface o f a n aggregate particle created b y crushing, by o ther a rtificial means, o r by nature. A face i s considered f ractured only i f i t h as a p rojected ar ea at l east as l arge as on e-quarter o f t he m aximum pro jected a rea (maximum cross-sectional area) of the particle and has sharp, well-defined edges. The percent by weight {mass} of the coarse particles of the blended aggregate retained on the No. 4 {4.75 mm} sieve with one fractured face and with two or more fractured faces shall be no less than the values in the following table. COARSE AGGREGATE ANGULARITY REQUIREMENTS FOR SUPERPAVE ESAL Range Traffic (ESALs) Wearing Surface & Binder Layers Base Layers A/B ESALs < 1.0x106 75 / - 50 / - C/D 1.0x106 < ESALs < 1.0x107 85 / 80 60 / - E 1.0x107 < ESALs < 3.0x107 95 / 90 80 / 75 Note: "85 / 80" denotes that 85 % of the coarse aggregate has at least one fractured face and 80 % has two or more fractured faces. 3. FINE AGGREGATE ANGULARITY FOR BLEND OF AGGREGATES. The p ercent a ir v oids i n l oosely c ompacted f ine a ggregate, m easured a ccording t o AASHTO T 304, Method or ASTM C 1252, Method Uncompacted Void Content of Fine Aggregate (as Influenced by Particle Shape, Surface Texture, and Grading) shall be no less than the values in the following table. ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 208 FINE AGGREGATE ANGULARITY REQUIREMENTS FOR SUPERPAVE ESAL Range Traffic (ESALs) Minimum % Air Void Base Binder & Surface A/B ESALs < 1.0x106 43 43 C/D 1.0x106 < ESALs < 1.0x107 43 45 E 1.0x107 < ESALs < 3.0x107 43 45 4. RESTRICTIONS IN THE USE OF CARBONATE STONE FOR BLEND OF AGGREGATES. The restrictions for the use of carbonate stone are given in the following table. These restrictions do not apply to widening as defined in Article 410. 01, shoulder paving, underlying layers, and layers that are to be covered by Polymer Modified Open Graded Friction Course (Section 420) mix in this contract. CRITERIA FOR THE USE OF CARBONATE STONE IN SUPERPAVE BPN 9 Value Of Aggregate Source * Maximum Allowable Percentage Of Carbonate Stone ≤ 25 30 26 through 28 35 29 through 31 40 32 through 34 45 ≥ 35 50 * This value, BPN 9, is made using the British Pendulum Tester on aggregate source sp ecimen p olished for 9 h ours on an ac celerated p olishing machine known as the British Wheel as per ASTM D 3319, ASTM E 303 and ALDOT-382. In no case shall the total amount of virgin carbonate stone in the combined mixture used as actual wearing surface layers that are exposed to traffic exceed the percentage shown in Table 5. When parts of the carbonate stone used in the mix are from differing strata of material or coming from multiple sources that are represented by different BPN 9 values, the lowest BPN 9 value will be used. LIQUID ASPHALT BINDER. Liquid asphalt binders shall come from an approved producer who is participating in and meeting the requirements of ALDOT-243, Acceptance Program For Asphalt Materials. The producer’s name s hall be listed i n t he D epartment’s Materials, S ources, an d D evices W ith S pecial A cceptance Requirements Manual, List I-4. The Department has established a list of qualified producers of asphalt materials. Refer to Subarticle 106.01(f) and ALDOT-355 concerning this list. Unless shown otherwise on the plans or in the proposal, liquid asphalt binder for use in all mixes shall meet the requirements of AASHTO M 3 20, Standard Specification For P erformance G raded A sphalt B inder, as m odified by t he requirements given in the following table and Section 804. ALLOWABLE ASPHALT BINDER GRADES FOR SUPERPAVE ESAL Range Traffic (ESALs) Base & Lower Binder Layers Upper Binder & Wearing Surface Layers A/B ESALs < 1.0x106 PG 67-22 PG 67-22 C/D 1.0x106 < ESALs < 1.0x107 PG 67-22 PG 67-22 E 1.0x107 < ESALs < 3.0x107 PG 67-22 PG 76-22* * The asphalt binder shall be 76-22 for leveling when the top of the leveling is within 4 inches {100 mm} o f the f inal pa vement s urface. The asphalt bi nder may b e P G 67-22 for leveling t hat i s no t w ithin 4 i nches { 100 m m} o f t he f inal p avement s urface an d f or al l patching and widening. If Open Graded Friction Course (Section 420) layers are required, the final pavement surface shall be the surface of the layer below these layers. Asphalt Binders shall meet the requirements of Section 804. Polymer modifiers shall be blended at an approved refinery and meet the requirements of Section 811. Approved Warm Mix additives or processes are given in List II-27, “Warm Mix Asphalt Products and Processes” of the Materials, Sources, and Devices with Special Acceptance Requirements manual. MIX PROPERTIES. 1. AIR VOIDS (Va). The design air voids for all levels of traffic is 4.0 ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 209 2. VOIDS IN MINERAL AGGREGATE (VMA). The job mix shall be designed at a minimum VMA given in the following table. VOIDS IN MINERAL AGGREGATE DESIGN VMA FOR SUPERPAVE Maximum Aggregate Size * Minimum VMA for Mixes Designed on the Fine Side of the Restricted Zone Minimum VMA for Mixes Designed Thru or on the Coarse Side of the Restricted Zone 3/8" {9.5 mm} 16.5 16.5 1/2" {12.5 mm} 16.5 15.5 3/4" {19.0 mm} 15.5 14.5 1" {25.0 mm} 14.5 13.5 1.5" {37.5 mm} 13.5 12.5 * As defined in Subarticle 424.02(c) All 3 (9.5 mm} mixes w here t he ESAL range is g reater t han A/B shall have a maximum VMA of 18.0. Production VMA may be 0.5 lower than design VMA. 3. LIQUID ASPHALT BINDER CONTENT (Pb). The job mix shall be designed at a minimum Liquid Asphalt Binder Content (Pb) given in the following table. Production tolerances shall be governed by the pay factors in Table III, Section 410.08. LIQUID ASPHALT BINDER CONTENT (Pb) CRITERIA FOR SUPERPAVE Maximum Aggregate Size* Minimum Liquid Asphalt Binder Content (Pb) by Percent of Total Mix Nd = 60 3/8" {9.5 mm} 5.90 1/2" {12.5 mm} 5.50 3/4" {19.0 mm} 5.10 1" {25.0 mm} 4.40 1.5" {37.5 mm} 4.20 * As defined in Subarticle 424.02(d) 4. DUST PROPORTION (D/Pbe). The ratio of the percent by weight {mass} of aggregate passing the 75 µm sieve to the effective asphalt content expressed as percent by weight {mass} of the total mix shall be between 0.60 and 1.20 for mixes designed either through or on the fine side of the restricted zone and between 0.60 and 1.60 for mixes designed on the coarse side of the restricted zone. All 3/8 inch {9.5 mm} mixes shall have a dust to effective asphalt ratio range of 0.90 to 2.00. These ratio limits apply to both the design and p roduction p hases. Effective a sphalt content i s t hat liquid a sphalt bi nder not a bsorbed i nto t he aggregate pore structure and is determined according to Section 4.09 of the Asphalt Institute's, MS-2, Mix Design Methods for Asphalt Concrete. 5. LIQUID ASPHALT BINDER DRAINDOWN. A f iber s tabilizer m eeting t he r equirements g iven i n S ection 4 10 m ay be i ncorporated into t he m ix t o r educe draindown. T he f iber s hall be blended i nto t he m ix i n a ccordance w ith the requirements given in Section 410. 6. RESISTANCE TO MOISTURE-INDUCED DAMAGE. All mixes shall be designed and produced to have a tensile strength ratio (TSR) of at least 0.80 when compacted according to ALDOT-384 at 7.0 % air voids and tested in accordance with AASHTO T 283 as modified by ALDOT-361, except the specimen shall be 6.00" {150 mm} in diameter and 3.75" {95 mm} in height. ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 210 DESIGN PROCEDURE. All Superpave mixes with 100 % virgin aggregate shall be designed in accordance with ALDOT- 384, Mix Design Procedure for Superpave Level I. All other Superpave mixes containing RAP shall be designed in accordance with ALDOT-388, Superpave Volumetric Mix Design Procedure Using Recycled Asphalt Pavement. All S uperpave G yratory C ompactors s hall h ave t heir a ngle o f g yration v erified by the E ngineer f ollowing t he pro cedure i n A ASHTO T P 7 1, S tandard M ethod o f Tes t f or E valuation o f Superpave Gyratory Compactor (SGC) Internal Angle of Gyration Using Simulated Loading. This includes all design, quality control, and quality assurance SGCs. The compactors shall tilt the specimen molds at an average internal angle of 20.2 ± 0.35 mrad (1.16± 0.02 degrees). 424.03 Gradation Requirements. 0 10 20 30 40 50 60 70 80 90 100 PERCENT PASSING GRADATION CHART FOR 1 1/2 inch {37.5 mm} MAXIMUM SIZE AGGREGATE Maximum Density Line 75 150 300 600 1.18 um 2.36 4.75 9.5 mm 12.5 19.0 25.0 37.5 50 0 Restricted Zone Maximum Control Points Minimum Control Points 0 200 100 50 30 16 8 4 3/8 1/2 3/4 1 1 1/2 2 No. In. Sieve Size to the 0.45 Power 0 10 20 30 40 50 60 70 80 90 100 PERCENT PASSING GRADATION CHART FOR 1 inch {25 mm} MAXIMUM SIZE AGGREGATE Maximum Density Line 75 150 300 600 1.18 um 2.36 4.75 9.5 mm 12.5 19.0 25.0 37.5 50 0 Restricted Zone Maximum Control Points Minimum Control Points 0 200 100 50 30 16 8 4 3/8 1/2 3/4 1 1 1/2 2 No. In. Sieve Size to the 0.45 Power ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 211 0 10 20 30 40 50 60 70 80 90 100 PERCENT PASSING GRADATION CHART FOR 3/4 inch {19 mm} MAXIMUM SIZE AGGREGATE Maximum Density Line 75 150 300 600 1.18 um 2.36 4.75 9.5 mm 12.5 19.0 25.0 37.5 50 0 Restricted Zone Maximum Control Points Minimum Control Points 0 200 100 50 30 16 8 4 3/8 1/2 3/4 1 1 1/2 2 No. In. Sieve Size to the 0.45 Power 0 10 20 30 40 50 60 70 80 90 100 PERCENT PASSING GRADATION CHART FOR 1/2 inch {12.5 mm} MAXIMUM SIZE AGGREGATE Maximum Density Line 75 150 300 600 1.18 um 2.36 4.75 9.5 mm 12.5 19.0 25.0 37.5 50 0 Restricted Zone Maximum Control Points Minimum Control Points 0 200 100 50 30 16 8 4 3/8 1/2 3/4 1 1 1/2 2 No. In. Sieve Size to the 0.45 Power ---PAGE BREAK--- SECTION 424 SUPERPAVE BITUMINOUS CONCRETE BASE, BINDER, AND WEARING SURFACE LAYERS 212 424.04 Construction Requirements. GENERAL. The mixing temperature shall not exceed 350 °F {177 BINDER LAYER AND WEARING SURFACE LAYER. Construction requirements shall be as specified in Articles 410.03 through 410.07. BASE LAYER. The construction requirements for base layers shall be as specified in Articles 410.03 through 410.07, except as follows: The edges shall be trimmed immediately after final rolling, using an accurately aligned string or wire, to a tolerance of 2 inches {50 mm} outside the theoretical edge of the layer and to a slope not flatter than 1:1. Any edge distorted by rolling shall be corrected. PREPARATION OF MIXTURES - MOISTURE CONTENT. Each time a n a sphalt c ontent me asurement i s ma de ( ALDOT-354 o r A ASHTO T 308) , t he amount of moisture in the mixture shall be determined, regardless of aggregate type, as specified in ALDOT-130 and reported on Form BMT-20. The moisture determination shall be used in computing the corrected asphalt content. Moisture samples shall be taken with the asphalt content samples from the loaded truck. Moisture in the mixture shall not exceed 0.20% by weight {mass}. PRODUCTION TOLERANCES. All mixtures furnished for use shall conform to the approved job mix formula (JMF) within the tolerances s et i n A rticle 4 10.02. M ixture g radations m ay be pr oduced w ithin t he restricted zone provided the gradations are within the tolerances. 424.05 Method of Measurement. The a ccepted q uantities of S uperpave B ituminous C oncrete W earing S urface L ayer, S uperpave Bituminous Concrete Binder Layer, and Superpave Bituminous Concrete Base Layer will be measured as provided in Article 410.08, subject to any exceptions contained herein. 424.06 Basis of Payment. UNIT PRICE COVERAGE. Superpave Bituminous Concrete Wearing Surface Layer, Superpave Bituminous Concrete Binder Layer, and Superpave Bituminous Concrete Base Layer will be paid for at the contract unit price bid in accordance with Article 410.09, subject to any exceptions contained herein. 0 10 20 30 40 50 60 70 80 90 100 PERCENT PASSING GRADATION CHART FOR 3/8 inch {9.5 mm} MAXIMUM SIZE AGGREGATE Maximum Density Line 75 150 300 600 1.18 um 2.36 4.75 9.5 mm 12.5 19.0 25.0 37.5 50 0 Maximum Control Points Minimum Control Points 0 200 100 50 30 16 8 4 3/8 1/2 3/4 1 1 1/2 2 No. In. Sieve Size to the 0.45 Power ---PAGE BREAK--- SECTION 428 SCORING BITUMINOUS PAVEMENT SURFACE 213 PAYMENT WILL BE MADE UNDER ITEM NO.: 424-A Superpave Bituminous Concrete Wearing Surface Layer, , Maximum Aggregate Size Mix, ESAL Range - per ton {metric ton} 424-B Superpave Bituminous Concrete * Binder Layer, , Maximum Aggregate Size Mix, ESAL Range - per ton {metric ton} 424-C Superpave Bituminous Concrete Base Layer, , Maximum Aggregate Size Mix, ESAL Range - per ton {metric ton} * Specify either “Upper” or “Lower”. Specify "Patching", "Leveling", "Widening", etc. only when required. Specify Maximum Aggregate Size: 3/8", 1/2", 3/4", or 1.5" {9.5 mm, 12.5 mm, 19.0 mm, 25.0 mm, or 37.5 mm}. Specify or SECTION 428 SCORING BITUMINOUS PAVEMENT SURFACE 428.01 Description. This Section shall cover the work of scoring bituminous plant mix pavement surfaces at locations shown on the plans or directed by the Engineer. The scoring shall consist of creating impressions, or grooves, at regular intervals in the shoulder pavement surface. The creation of the grooves shall be made by roller or cutter as indicated on the Plans. 428.02 Materials. N/A 428.03 Construction Requirements. GENERAL. It is intended that areas of the pavement surface designated by the plans or by the Engineer to be scored shall be so done as to produce a rumble strip effect to alert inattentive drivers. The size, shape, and spacing of the grooves formed during the rolling or cutting procedure shall b e a s s hown o n t he p lans u nless a di fferent c onfiguration i s a pproved by the Construction Engineer. Unless ordered otherwise by the Engineer, all grooves shall be perpendicular to the pavement edge. EQUIPMENT. 1. ROLLING. The roller s coring e quipment s hall consist o f a modified s elf-propelled s teel wheel, o r combination steel wheel and rubber tire, roller of a sufficient size to satisfactorily perform the work. Only rubber tires having a smooth or slick tread design will be permitted. The roller shall be equipped with a water system to moisten the drums and tires to prevent picking up the bituminous material. The roller shall be modified by welding or otherwise attaching semicircular pipes or rods, of the size and configuration necessary to form the impressions called for by the plans, to the center of one steel roller drum on each roller. The roller shall be equipped with an acceptable guide, clearly visible to the operator, in order that proper alignment of the completed scored shoulder is obtained. 2. CUTTING. The c utting scoring e quipment shall consist of a rotary type c utting h ead with cutting tips a rranged i n a p attern t hat w ill p rovide a s mooth c ut. T he c utting he ad s hall b e o n i ts o wn independent suspension from that of the power unit to allow the tool to align with the slope of the shoulder and any irregularities in the shoulder surface. OPERATIONAL REQUIREMENTS. The equipment shall be operated in a workmanlike manner that will satisfactorily produce a pavement s urface ha ving uni form g rooves o f t he d imensions a nd s pacing a s shown o n t he p lans o r specified in this Article. Equipment used to construct scored shoulders shall be positioned by using methods which will avoid scoring at locations other than those designated on the plans or directed by the Engineer. ---PAGE BREAK--- SECTION 430 SOIL OR AGGREGATE TYPE SURFACE 214 The debris that results from cutting shall be removed on a daily basis by a sweeper/vacuum or other approved methods. 428.04 Method of Measurement. The scoring of bituminous pavement surface ordered and accepted will be measured in linear feet {meters} of each row of grooves placed. When more than one row of grooves is required on a surface, each row will be measured separately. 428.05 Basis of Payment. UNIT PRICE COVERAGE. The scoring of bituminous pavement surface, measured as noted above, will be paid for at the contract unit price bid which shall be full compensation for the scoring of the pavement, and for all materials, equipment, tools, labor, and incidentals necessary to complete the work. PAYMENT WILL BE MADE UNDER ITEM NO.: 428-B Scoring Bituminous Pavement Surface By Rolling - per linear foot {meter} 428-C Scoring Bituminous Pavement Surface By Cutting – per linear foot {meter} 428-D Scoring Bituminous Pavement Surface Edge By Cutting ( * inch {mm} wide) - per linear foot {meter} * Width of scoring. ---PAGE BREAK--- ALABAMA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION 2012 EDITION APPENDIX C ---PAGE BREAK--- ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 483 DIVISION 700 TRAFFIC CONTROL DEVICES AND HIGHWAY LIGHTING SECTION 701 TRAFFIC STRIPE 701.01 Description. This Section s hall c over the w ork o f pl acing a p ermanent o r t emporary t raffic s tripe at t he locations s hown o n t he p lans o r w here directed by t he Engineer. T his S ection s hall a lso c over t he removal of existing or temporary traffic stripe. ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 484 701.02 Materials. Materials shall be furnished in accordance with the requirements given in Sections 856 and 857. The required dimensions, color, class, retroreflectivity and type of stripe will be shown on the plans. The required type of material will be designated by "Class" in accordance with the following. CLASS OF TRAFFIC STRIPE CLASS MATERIAL 1 Paint 1H High Build Paint 2 Standard Thermoplastic Material 2T Thin Film Spray Applied Thermoplastic Material 3 Tape W Warranted Traffic Marking Material The required reflectivity will be designated by "Type" in accordance with the following. TYPE OF TRAFFIC STRIPE TYPE REFLECTIVITY A Reflective B Non-reflective Class 1H, Class 2, and Class 2T materials shall be in compliance with the formulations given in the tables in Section 856 for each class. Class 1, Class 3, Class W and Drop On Glass Beads shall be one of the materials shown on List V-3, Temporary Traffic Marking Materials, and List V-4, Permanent Traffic Marking Materials. These lists are in the Department’s Manual, “Materials, Sources, and Devices with Special Acceptance Requirements”. Information concerning these lists is given in Subarticle 106.01(f) and ALDOT-355. 701.03 Construction Requirements. ACCEPTANCE PROGRAM FOR TRAFFIC MARKING MATERIALS. The guidelines for the evaluation and acceptance of traffic marking materials are given in the procedure A LDOT-420 " Acceptance P rogram f or Tra ffic M arking M aterials". T hese g uidelines s hall b e followed in the furnishing and placement of stripe. TEMPORARY TRAFFIC STRIPE. 1. REQUIREMENT FOR TEMPORARY STRIPE. A ro adway s hall not be opened t o t raffic w ithout a t raffic s tripe unless approved otherwise by the Engineer. Lane lines shall be maintained at all times when traffic is required to pass through the areas of construction. Existing lane lines covered by paving operations shall be replaced with temporary stripe. Temporary edge lines will not be required unless shown to be required on the plans or required by the Engineer. 2. ALLOWABLE TEMPORARY STRIPE MATERIAL. Temporary traffic stripe shall be reflective and shall be: - Permanent Traffic Marking Materials (Class 1, LIST V-4) or; - Removable Tape (List V-3). 3. WEATHER CONDITIONS FOR THE APPLICATION OF TEMPORARY STRIPE. Temporary striping may be placed without regard to the weather conditions if allowed by the Engineer. 4. CONFIGURATION OF TEMPORARY STRIPE. A broken line of temporary stripe shall consist of 4 inch {100 mm} wide by 8 foot {2.4 m} long markings placed on 40 foot {12 m} centers. A solid line of temporary stripe shall be a continuous 4 inch {100 mm} wide stripe. Other width stripes may be required as shown on the plans. 5. TEMPORARY TRAFFIC MARKING TAPE. Temporary t raffic m arking t ape s hall be a pplied a s r ecommended by the t ape manufacturer o r a s di rected by t he Engineer. A ny failure o f t raffic m arking tape s hall b e r epaired immediately. 6. REMOVAL OF TEMPORARY STRIPE. A temporary solid line stripe of marking tape used on an underlying pavement layer, or any type temporary stripe of marking tape used on a wearing surface shall be removed. ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 485 A t emporary s olid o r b roken l ine s tripe o f paint u sed on a w earing su rface sh all b e removed if it is not to be completely covered with a Class 1H or 2 permanent stripe. Other t ypes o f t emporary s tripe m ay remain i n p lace i f t he t emporary s tripe w ill be covered by the placement of paving layers or permanent stripe. CLASS 1 PAINT. 1. USAGE OF CLASS 1 PAINT. Class 1 paint shall be used for temporary striping unless shown otherwise on the plans. Class 1 paint shall not be applied to concrete surfaces. 2. CLEANING SURFACES PRIOR TO THE APPLICATION OF CLASS 1 PAINT. Areas to be striped shall be thoroughly cleaned of all dirt, oil and other debris in a way that will not damage the pavement surface. Striping shall not begin until the Engineer has inspected the pavement surface and has informed the Contractor that striping may begin. 3. WEATHER CONDITIONS FOR THE APPLICATION OF CLASS 1 PAINT. Class 1 paint may be placed without regard to the weather conditions if allowed by the Engineer. 4. EQUIPMENT FOR THE APPLICATION OF CLASS 1 PAINT. Equipment for the application of Class 1 paint shall be designed to place the paint and reflective beads w hen r equired. T he equipment s hall b e c apable o f p lacing t he m aterials a t t he required rates of placement and within the allowable placement tolerances. 5. REQUIRED RATE OF PLACEMENT OF CLASS 1 PAINT STRIPE. Class 1 paint for temporary applications shall be placed at the rate of 10 gallons per mile for a 4 i nch w ide s olid s tripe {24 L /km f or a 1 00 m m w ide s olid s tripe} except f or t he f ollowing circumstances. The rate of placement for temporary applications shall be 18 gallons per mile for a 4 inch wide solid stripe {43 L/km for a 100 mm wide solid stripe} on rough pavement surfaces such as Open Graded Friction Course (OGFC), milled surfaces, or when used as a temporary stripe that will not be covered within 60 calendar days. Class 1 paint for permanent applications shall be placed at the rate of 22.5 gallons per mile for a 5 inch wide solid stripe {53.8 L/km for a 125 mm wide solid stripe} except for the following circumstances. The rate of placement for permanent applications shall be 27.5 gallons per mile for a 5 inch wide solid stripe {65.0 L/km for a 125 mm wide solid stripe} on rough pavement surfaces such as Open Graded Friction Course (OGFC) and milled surfaces. The rates o f pl acement f or o ther w idths o f s tripe and f or b roken s tripe s hall be t he prorated r ates o f p lacement d etermined f rom t he placement ra tes g iven f or 5 i nch { 125 m m} s olid stripe. Paint stripe that is placed at a rate that is not greater than 95 % of the required rate shall be replaced if the stripe is not accepted by the Engineer with an approved price reduction. 6. PLACEMENT OF REFLECTIVE BEADS ON CLASS 1 PAINT. Type 1 glass beads shall be placed at a rate of 146.3 pounds per mile for a solid 5 inch wide s tripe {41.3 k g/km f or 1 25 mm w ide s olid s tripe}. Prorated rates o f a pplication s hall b e made other widths of stripe and for broken stripe. Beads shall be applied before the final set of the paint has occurred to insure that the beads will adhere to the paint. CLASS 1H, HIGH BUILD PAINT. 1. USAGE OF CLASS 1H PAINT. Class 1H paint shall be used for State maintenance operations only. Class 1H paint may be applied to asphalt and concrete surfaces. Asphalt pavement shall be a llowed t o c ure f or a per iod o f 1 4 c alendar da ys bef ore t he a pplication o f t he C lass 1 H pa int. Concrete pavement shall be allowed to cure for a period of 30 calendar days before the application of the Class 1 H paint. 2. PREPARATION OF SURFACES PRIOR TO THE APPLICATION OF CLASS 1H PAINT. Areas to be striped shall be thoroughly cleaned of all dirt, oil and other debris in a way that will not damage the pavement surface. Striping shall not begin until the Engineer has inspected the pavement surface and has informed the Contractor that striping may begin. Curing compound on concrete surfaces shall be removed by grinding, wire brushing, sand blasting or other effective means. ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 486 3. WEATHER CONDITIONS FOR THE APPLICATION OF CLASS 1H PAINT. Permanent C lass 1 H pa int s hall not be p laced d uring r ain o r m ist o r i f t he pavement surface is wet. Class 1H paint shall only be placed when the pavement temperature is 45 ºF {7 ºC} and rising. 4. EQUIPMENT FOR THE APPLICATION OF CLASS 1H PAINT. Equipment for the application of Class 1H paint shall be designed to place the paint, and reflective beads w hen r equired, a t t he re quired ra tes o f p lacement a nd w ithin t he a llowable placement tolerances. 5. REQUIRED RATE OF PLACEMENT OF CLASS 1H PAINT STRIPE. Class 1H paint shall be placed at the rate given in the following table. Rough pavement surfaces are such surfaces as Open Graded Friction Course (OGFC) and milled surfaces. Class 1H paint shall be placed at the rate of 34.3 gallons per mile for a 5 inch wide solid stripe {81.8 L/km for a 125 mm wide solid stripe} except for the following circumstances. The rate of placement for permanent applications shall be 40.5 gallons per mile for a 5 inch wide solid stripe {96.8 L/km for a 125 mm wide solid stripe} on rough pavement surfaces such as Open Graded Friction Course (OGFC) and milled surfaces. The rates of placement for other widths of stripe and for broken stripe shall be prorated rates determined from the placement rates given for 5 inch {125 mm} solid stripe. Class 1H paint stripe that is placed at a rate that is not greater than 95 % of the required rate shall be replaced if the stripe is not accepted by the Engineer with an approved price reduction. The required width of the stripe will be shown on the plans. 6. PLACEMENT OF DROP ON REFLECTIVE BEADS ON CLASS 1H PAINT. Type 3 glass beads shall be placed on the Class 1H paint at a rate of 220 pounds per mile for a 5 inch solid wide stripe {93.7 kg/km for 125 mm wide solid stripe}. The rates of placement for other widths of stripe and for broken stripe shall be pro rated rates determined from t he placement rates given for 5 inch {125 mm} solid stripe. 7. RETROREFLECTIVITY OF CLASS 1H PAINT. The t arget ret roreflectivity s hall b e 3 00 m cd/lux/sq m f or w hite s tripe and 2 00 mcd/lux/sq m for yellow stripe. The Engineer will measure the retroreflectivity of edge lines for each color at 5 random locations throughout the project selected in accordance with the requirements given in ALDOT Procedure 210, "Selecting Samples By The Random Numbers Method". If t he a verage o f t he 5 r etroreflectivity m easurements i s 8 5 % o f t he t arget retroreflectivity, or greater, the stripe will be accepted without a price adjustment for retroreflectivity. If the average of the 5 retroreflectivity measurements is less than 85 % and greater than 50 % of the target retroreflectivity, the stripe will be paid for at a percentage equal to the percentage determined from the measurements. For example, if the average of the measurements is 65 % of the target retroreflectivity, payment for the stripe will be 65 % of the contract unit price. If t he a verage o f t he 5 r etroreflectivity m easurements is 5 0 % o f t he t arget retroreflectivity, or less, the stripe shall be removed and replaced without extra compensation. Any portion o f t he s tripe t hat i s det ermined b y t he Engineer t o b e noticeably inconsistent with the overall striping and measures less than 50 % of the target retroreflectivity shall be removed and replaced without extra compensation. Retroreflectivity measurements will be made in accordance with the requirements given in A LDOT-422 " Method o f R etroreflectivity M easurement o f Tr affic M arking M aterials" w ith t he exception o f t he s ampling f requency. M easurements w ill be m ade b etween 7 a nd 3 0 c alendar da ys after the completion of the placement of all stripe. 8. COLOR AND LUMINANCE FACTOR OF CLASS 1H PAINT. The color and luminance factors shall meet the requirements given in Section 856. CLASS 2, STANDARD THERMOPLASTIC. 1. USAGE OF CLASS 2 THERMOPLASTIC. Class 2 thermoplastic shall be used for permanent striping, and for other circumstances designated by the Engineer. Class 2 thermoplastic may be applied to asphalt and concrete surfaces. Asphalt pavement shall be allowed to cure for a period of 14 calendar days before the application of ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 487 the thermoplastic. Concrete pavement shall be allowed to cure for a period of 30 calendar days before the application of the thermoplastic. 2. SURFACE PREPARATION PRIOR TO THE APPLICATION OF CLASS 2 THERMOPLASTIC. Areas to be striped shall be thoroughly cleaned of all dirt, oil and other debris in a way that will not damage the pavement surface. Curing compound on concrete surfaces shall be removed by grinding, wire brushing, sand blasting or other effective means. A pr imer, s ealer o r s urface pre paration a dhesive o f t he t ype rec ommended by t he manufacturer of the Class 2 thermoplastic shall be applied to concrete surfaces (concrete pavement and bridge decks) before the application of the thermoplastic. Longitudinal stripes shall be offset at least 2 inches {50 mm} from longitudinal joints in concrete surfaces. Striping shall not begin until the Engineer has inspected the pavement surface and has informed the Contractor that striping may begin. 3. WEATHER CONDITIONS FOR THE APPLICATION OF CLASS 2 THERMOPLASTIC. Class 2 thermoplastic shall not be placed during rain or mist or if the pavement surface is wet. The pavement surface temperature shall be at least 50 °F {10 and rising before application will be a llowed t o a sphalt pa vement s urfaces. The pavement s urface t emperature s hall b e a t l east 60 °F {16 and rising before application will be allowed to concrete pavement surfaces. 4. EQUIPMENT FOR THE APPLICATION OF CLASS 2 THERMOPLASTIC. The equipment shall be capable of placing thermoplastic and beads at the required rates of placement and within the allowable placement tolerances. The equipment shall have the capacity to maintain the thermoplastic at temperatures greater t han 390 °F { 200 T he t emperature o f the t hermoplastic s hall be g reater t han 3 90 ° F {200 at the point of application. The equipment shall be capable of applying glass beads to the surface of the stripe by a double drop application. The bead dispenser for the first bead drop shall be attached to the striping machine so that the beads are dispensed closely behind the thermoplastic material. The second bead dispenser shall be attached to the striping machine so that the beads are dispensed immediately after the f irst b ead d rop a pplication. T he bead dispensers s hall b e e quipped w ith a n a utomatic c ut-off control that is with the cut-off of the thermoplastic material. The dispensers shall apply the g lass bea ds t o produce a uniform a ppearance o n t he e ntire s urface o f t he s tripe a nd 5 0 % embedment of the beads. The Engineer will make the determination of the acceptability of the bead embedment by visual inspection. 5. REQUIRED THICKNESS OF CLASS 2 THERMOPLASTIC MATERIAL. Class 2 thermoplastic shall be placed to a target uniform thickness of 0.100 inches {2.5 mm. The required width of the stripe will be shown on the plans. The Engineer w ill m easure t he t hickness o f t he ed ge lines f or ea ch color a t 5 ra ndom locations throughout the project selected in accordance with the requirements given in ALDOT Procedure 210. If t he a verage o f t he 5 thickness m easurements i s 8 5 % o f t he t arget t hickness, o r greater, the stripe will be accepted without a price adjustment for thickness. If the average of the 5 thickness measurements is less than 85 % and greater than 50 % of the target thickness, the stripe will be paid for at a percentage equal to the percentage determined from t he m easurements. For ex ample, i f t he a verage o f t he m easurements i s 6 5 % o f t he t arget thickness, payment for the stripe will be 65 % of the contract unit price. If the average of the 5 thickness measurements is 50 % of the target thickness, or less, the stripe shall be removed and replaced without extra compensation. Any portion o f t he s tripe t hat i s det ermined b y t he Engineer t o b e noticeably inconsistent w ith t he ov erall st riping an d m easures l ess t han 5 0 % o f t he t arget t hickness s hall be removed and replaced without extra compensation. Thickness and width measurements will be made in accordance with the requirements given in ALDOT-423 "Method of Measuring Traffic Stripe and Traffic Control Legends and Markings" with the exception of the sampling frequency. Measurements will be made between 7 and 30 calendar days after t he c ompletion o f t he p lacement o f a ll s tripe. T he re moval a nd r eplacement s hall be do ne without additional compensation. ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 488 6. PLACEMENT OF DROP ON REFLECTIVE BEADS ON CLASS 2 THERMOPLASTIC. The Contractor shall use either one of the optional double drop bead systems shown in the following tables. OPTION 1 > AASHTO TYPE 4 BEADS AND AASHTO TYPE 1 BEADS Type of Reflective Beads AASHTO Type 4 AASHTO Type 1 Order of Placement First Second Minimum Rate of Placement 6 pounds per 100 square feet {2.7 kg per 9.3 m2} 8 pounds per 100 square feet {3.6 kg per 9.3 m2} OPTION 2 > 3M "REFLECTIVE ELEMENTS" AND AASHTO TYPE 3 BEADS Type of Reflective Beads 3M "Reflective Elements" AASHTO Type 3 Order of Placement First Second Minimum Rate of Placement 6.6 pounds per 100 square feet {3.0 kg per 9.3 m2} 10 pounds per 100 square feet {4.5 kg per 9.3 m2} 7. RETROREFLECTIVITY OF CLASS 2 THERMOPLASTIC. The t arget ret roreflectivity s hall b e 4 50 m cd/lux/sq m f or w hite s tripe and 3 00 mcd/lux/sq m for yellow stripe. The Engineer will measure the retroreflectivity of edge lines for each color at 5 random locations throughout the project selected in accordance with the requirements given in ALDOT Procedure 210. If t he a verage o f t he 5 r etroreflectivity m easurements i s 8 5 % o f t he t arget retroreflectivity, or greater, the stripe will be accepted without a price adjustment for retroreflectivity. If the average of the 5 retroreflectivity measurements is less than 85 % and greater than 50 % of the target retroreflectivity, the stripe will be paid for at a percentage equal to the percentage determined from the measurements. For example, if the average of the measurements is 65 % of the target retroreflectivity, payment for the stripe will be 65 % of the contract unit price. If t he a verage o f t he 5 r etroreflectivity m easurements i s 5 0 % o f t he t arget retroreflectivity, or less, the stripe shall be removed and replaced without extra compensation. Any portion o f t he s tripe t hat i s det ermined b y t he Engineer t o b e noticeably inconsistent with the overall striping and measures less than 50 % of the target retroreflectivity shall be removed and replaced without extra compensation. Retroreflectivity measurements will be made in accordance with the requirements given in ALDOT-422 with the ex ception of the sampling frequency. M easurements w ill be made between 7 and 30 calendar days after the completion of the placement of all stripe. 8. COLOR AND LUMINANCE FACTOR OF CLASS 2 THERMOPLASTIC. The color and luminance factors shall meet the requirements given in Section 856. CLASS 2T, THIN FILM SPRAY APPLIED THERMOPLASTIC. 1. USAGE OF CLASS 2T THERMOPLASTIC. Class 2T thermoplastic shall be used for permanent striping, and for other circumstances designated by the Engineer. Class 2T thermoplastic may be applied to asphalt and concrete surfaces. Asphalt pavement shall be allowed to cure for a period of 14 calendar days before the application of the thermoplastic. Concrete pavement shall be allowed to cure for a period of 30 calendar days before the application of the thermoplastic. 2. SURFACE PREPARATION PRIOR TO THE APPLICATION OF CLASS 2T THERMOPLASTIC. Areas to be striped shall be thoroughly cleaned of all dirt, oil and other debris in a way that will not damage the pavement surface. Curing compound on concrete surfaces shall be removed by grinding, wire brushing, sand blasting or other effective means. ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 489 A pri mer, s ealer o r s urface pr eparation a dhesive o f t he t ype r ecommended by t he manufacturer of the Class 2T thermoplastic shall be applied to concrete surfaces (concrete pavement and bridge decks) before the application of the thermoplastic. Longitudinal stripes shall be offset at least 2 inches {50 mm} from longitudinal joints in concrete surfaces. Striping shall not begin until the Engineer has inspected the pavement surface and has informed the Contractor that striping may begin. 3. WEATHER CONDITIONS FOR THE APPLICATION OF CLASS 2T THERMOPLASTIC. Class 2T thermoplastic shall not be placed during rain or mist or if the pavement surface is wet. The pavement surface temperature shall be at least 50 °F {10 and rising before application will be allowed to asphalt pavement surfaces. The pavement surface temperature shall be at least 60 °F {16 and rising before application will be allowed to concrete pavement surfaces. 4. EQUIPMENT FOR THE APPLICATION OF CLASS 2T THERMOPLASTIC. Equipment for the application of Class 2T thermoplastic shall be designed to place the thermoplastic a nd b eads a t t he r equired r ates o f pl acement a nd w ithin t he a llowable p lacement tolerances. The equipment shall have the capacity to maintain the thermoplastic at temperatures greater than 390 °F { 200 T he t emperature o f the t hermoplastic s hall be g reater t han 3 90 ° F {200 at the point of application. 5. REQUIRED THICKNESS OF CLASS 2T THERMOPLASTIC MATERIAL. Class 2 T t hermoplastic sh all be placed t o a t arget u niform t hickness o f 0 .060 i nches {1.5 mm}. The required width of the stripe will be shown on the plans. The Engineer w ill m easure t he t hickness o f t he ed ge lines f or ea ch color a t 5 ra ndom locations throughout the project selected in accordance with the requirements given in ALDOT Procedure 210. If t he a verage o f t he 5 thickness m easurements i s 8 5 % o f t he t arget t hickness, o r greater, the stripe will be accepted without a price adjustment for thickness. If the average of the 5 thickness measurements is less than 85 % and greater than 50 % of the target thickness, the stripe will be paid for at a percentage equal to the percentage determined from t he m easurements. For ex ample, i f t he a verage o f t he m easurements i s 6 5 % o f t he t arget thickness, payment for the stripe will be 65 % of the contract unit price. If the average of the 5 thickness measurements is 50 % of the target thickness, or less, the stripe shall be removed and replaced without extra compensation. Any po rtion o f t he s tripe o f t he s tripe t hat i s determined by t he E ngineer to be noticeably inconsistent with the overall striping and measures less than 50 % of the target thickness shall be removed and replaced without extra compensation. Thickness and width measurements will be made in accordance with the requirements given in A LDOT-423 w ith t he ex ception o f t he sampling f requency. Measurements w ill b e made between 7 and 30 calendar days after the completion of the placement of all stripe. The removal and replacement shall be done without additional compensation. 6. PLACEMENT OF DROP ON REFLECTIVE BEADS ON CLASS 2T THERMOPLASTIC. Type 1 glass beads shall be placed on the Class 2T thermoplastic at a rate of 220 pounds per mile f or a 5 i nch s olid w ide s tripe {93.8 k g/km f or 1 25 m m w ide s olid s tripe}. The ra tes o f placement for other widths of stripe and for broken stripe shall be prorated rates determined from the placement rates given for 5 inch {125 mm} solid stripe. 7. RETROREFLECTIVITY OF CLASS 2T THERMOPLASTIC. The t arget ret roreflectivity s hall b e 2 50 m cd/lux/sq m f or w hite s tripe and 1 75 mcd/lux/sq m for yellow stripe. The Engineer will measure the retroreflectivity of edge lines for each color at 5 random locations throughout the project selected in accordance with the requirements given in ALDOT Procedure 210. If t he a verage o f t he 5 r etroreflectivity m easurements i s 8 5 % o f t he t arget retroreflectivity, or greater, the stripe will be accepted without a price adjustment for retroreflectivity. If the average of the 5 retroreflectivity measurements is less than 85 % and greater than 50 % of the target retroreflectivity, the stripe will be paid for at a percentage equal to the percentage ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 490 determined from the measurements. For example, if the average of the measurements is 65 % of the target retroreflectivity, payment for the stripe will be 65 % of the contract unit price. If t he a verage o f t he 5 r etroreflectivity m easurements i s 5 0 % o f t he t arget retroreflectivity, or less, the stripe shall be removed and replaced without extra compensation. Any po rtion o f t he s tripe o f t he s tripe t hat i s determined by t he E ngineer t o be noticeably i nconsistent w ith t he o verall s triping a nd m easures l ess t han 5 0 % o f t he t arget retroreflectivity shall be removed and replaced without extra compensation. Retroreflectivity measurements will be made in accordance with the requirements given in ALDOT-422 with the ex ception of the sampling frequency. M easurements w ill be made between 7 and 30 calendar days after the completion of the placement of all stripe. 8. COLOR AND LUMINANCE FACTOR OF CLASS 2T THERMOPLASTIC. The color and luminance factors shall meet the requirements given in Section 856. CLASS 3, TAPE. Class 3 Tape shall be used for permanent striping, and for other circumstances designated by the Engineer. Class 3 t ape sh all b e ap plied i n ac cordance w ith t he p rocedures r ecommended by t he manufacturer. Tape stripe shall not be placed when the pavement temperature is below 60 °F {16 Tape m ay b e p laced a t l ower t emperatures i f s hown i n t he m anufacturer's r ecommendations f or placement and allowed by the Engineer. The target retroreflectivity of the Class 3 tape shall be 450 mcd/lux/sq m for white tape and 350 mcd/lux/sq m for yellow tape. The Engineer will measure the retroreflectivity of edge lines for each color at 5 random locations throughout the project selected in accordance with the requirements given in ALDOT Procedure 210. If t he a verage o f t he 5 r etroreflectivity m easurements i s 8 5 % o f t he t arget retroreflectivity, or greater, the tape will be accepted without a price adjustment for retroreflectivity. If the average of the 5 retroreflectivity measurements is less than 85 % and greater than 50 % of the target retroreflectivity, the tape will be paid for at a percentage equal to the percentage determined from the measurements. For example, if the average of the measurements is 65 % of the target retroreflectivity, payment for the tape will be 65 % of the contract unit price. If t he a verage o f t he 5 r etroreflectivity m easurements i s 5 0 % o f t he t arget retroreflectivity, or less, the tape shall be removed and replaced without extra compensation. Any portion of the tape that is determined by the Engineer to be noticeably inconsistent with the overall striping and measures less than 50 % of the target retroreflectivity shall be removed and replaced without extra compensation. Retroreflectivity measurements will be made in accordance with the requirements given in ALDOT-422 with the ex ception of the sampling frequency. M easurements w ill be made between 7 and 30 calendar days after the completion of the placement of all stripe. WARRANTED TRAFFIC MARKING MATERIALS. Class W traffic m arking materials shall be used for permanent striping, and f or other circumstances designated by the Engineer. Class W traffic marking materials shall be applied in accordance with the procedures recommended by the manufacturer. REMOVING STRIPE AND MARKERS. Existing traffic stripe (permanent or temporary), markers and adhesive shall be removed by a method that will not damage or disfigure the appearance of pavement surfaces that will be visible at the completion of construction. Burning the old stripe will not be permitted. Hiding t he o ld s tripe by covering i t w ith a s triping m aterial t hat i s c olored t o m atch t he appearance o f t he pa vement s urface w ill o nly be allowed i f a pproved i n w riting by t he Engineer. Covering t he o ld s tripe w ill o nly be c onsidered f or h iding w hat m ay re main o f t he s tripe o n rough pavement s urfaces l ike O pen G raded F riction C ourse a fter o ther m ethods o f removal have f ailed t o adequately remove t he old stripe. The Contractor shall propose the type, color and application rate the s triping material f or review a nd a pproval by t he Engineer. T here w ill be no ex tra compensation given for furnishing and applying striping material to hide an existing stripe. Removal of traffic stripe, existing or temporary, will be paid for as a separate item of work. ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 491 Existing traffic stripe (permanent or temporary), markers and adhesive shall be removed by a method t hat will not da mage o r di sfigure t he a ppearance o f s urfaces t hat w ill be v isible a t t he completion of construction. Burning or painting over the old stripe will not be permitted. Removal of traffic stripe, existing or temporary, will be paid for as a separate item of work. PLACEMENT LOCATION. The Engineer will set the limits of no-passing zones. The Contractor shall provide all other controls required to place the stripe in accordance with the details shown on the plans or as directed by the Engineer. The Contractor shall mark the surfaces prior to the placement of the stripe to insure that the stripe will be installed in the required location. The Contractor may be required to adjust the operation of the striping equipment to cover the width and length of existing stripe. WIDTH AND LENGTH PLACEMENT TOLERANCES. 1. PERMANENT STRIPING. A tolerance of 1/2 of an inch {13 mm} over or 1/8 of an inch {3 mm} under the required width w ill be a llowed, provided t he v ariation i s gradual a nd does n ot detract f rom t he g eneral appearance. Segments of broken line may vary up to 1 foot {0.3 m} from the required length. Segments shall have neat edges without mist or drip. Variations from the control guide up to 1 inch {25 mm} will be allowed provided the variation does not increase or decrease at a rate of more than 1/2 of an inch {13 mm} in 20 feet {7.5 Lines that do not meet these tolerances shall be removed and replaced, without a dditional compensation. E stablishment o f t olerances do es not r elieve t he C ontractor o f responsibility to construct as closely as practicable to exact plan dimensions. 2. TEMPORARY STRIPE. The width of the temporary stripe shall not exceed 4 inches {100 mm}, but shall have a 1/2 inch {13 mm} under tolerance. Traffic marking tape shall have a nominal 4 inch {100 mm} width. The tolerance for the of the temporary broken stripe sections shall be 1 foot {0.3 m} under and 1 foot {0.3 m} over the length specified in Subitem 701.03(e)5.a. Strict compliance to alignment on underlying s urfaces will not be r equired provided a reasonable straight line o f markings is obtained. The tolerances for placement on a wearing surface shall be the same as those for permanent striping. 3. FAILURE TO MEET WIDTH AND LENGTH PLACEMENT TOLERANCES. Permanent or temporary striping placed on a final wearing surface that does not meet the t olerances s pecified s hall b e r emoved a nd r eplaced w ithout c ompensation. This i ncludes a reas where t he pe rmanent s triping do es not match t he a lignment, s pacing, et c. o f t he t emporary s tripe, leaving the temporary stripe exposed. Portions, or as much as the entire pavement surface, shall be overlaid with a bituminous plant mix layer in extreme cases of disfigurement of the pavement due to stripe removal. The Engineer will make the final determination of the severity of the disfigurement, the requirement for the extent of t he o verlay, a nd t he m aterial a nd p lacement r equirements f or t he p lant m ix r equired f or t he overlay. The Contractor shall place the overlay without compensation. PROTECTION OF TRAFFIC STRIPE. Traffic shall be prevented from crossing traffic stripe that is not dried, cured or taken a set to bear the traffic. The Contractor shall use a sufficient number of flagmen or other protection for the stripe to prevent traffic from damaging the newly applied stripe. Sections of traffic stripe that have been marred or picked up by traffic shall be repaired and the pavement shall be cleaned outside the limits of the stripe. Repair and cleaning shall be done by the Contractor without extra compensation. PROTECTION OF TRAFFIC. The Contractor shall furnish and place without extra compensation all warning and directional signs required to direct, control and protect the traveling public while marking and striping operations are in progress. Temporary barricades and signs of the design shown on the plans or directed by the Engineer s hall b e p laced as s hown o n t he p lans a t t he b eginning a nd e nd o f t he s ection t hat t he Contractor p roposes to s tripe i n o ne o peration. A s soon a s t he s triping m aterial h as dried o r cured sufficiently in any one section to permit traffic to cross the traffic line, the temporary barricades and signs sh all b e m oved ah ead t o t he next se ction. Barricades an d si gns shall n ot be le ft i n p lace overnight. ---PAGE BREAK--- SECTION 701 TRAFFIC STRIPE 492 The s triping e quipment s hall b e o perated i n a manner t o cause t he l east di sruption t o t he normal flow of traffic. 701.04 Method of Measurement. ITEMS 701-A, 701-B, 701-C, 701-E, 701-F, AND 701-G. Solid or broken traffic stripe (Items 701-A, and 701-C ) will be measured in miles {kilometers} along the centerline of each stripe either by direct measurement and computation to the nearest 0.001 mile {0.001 kilometer} or by odometer to the nearest 0.001 mile {0.001 kilometer}. Solid, broken, or dotted traffic stripe (Items 701-B, 701-E, 701-F and 701-G) will be measured in linear feet {meters} along the centerline of the stripe to the nearest linear foot {meter}. The length of broken traffic stripe and dotted traffic stripe complete in place and accepted will include the gaps shown on the plans as a part of the traffic line design but will not include the length of any other gap or section omitted by the Engineer. Each width of traffic stripe will be measured separately for payment. ITEMS 701-D AND 701-H. Any traffic stripe, existing or temporary, removed as directed (Items 701-D and 701-H) will be measured in the same manner noted for placement of the type stripe involved. Removal of markings or legends w ill be m easured a nd pa id f or under t he a ppropriate i tem provided in Section 703. ITEM 701-K. Retroreflectometers w ill be m easured p er ea ch d evice i ncluding a ttachments, o perator's manuals and transfer of ownership to the Department. ITEM 701-L. Micrometers w ill b e m easured pe r ea ch s et ( one bri dge a nd o ne c antilever m icrometer) including attachments, operator's manuals and transfer of ownership to the Department. ITEM 701-M Spectrocolorimeters w ill be m easured pe r ea ch d evice i ncluding at tachments, op erator’s manuals and transfer of ownership to the Department. 701.05 Basis of Payment. UNIT PRICE COVERAGE. The length of Solid or Broken Traffic Stripe, Item 701-A, and t he length of Solid or Broken Traffic Stripe, Item 701-G, measured as noted above, will be paid for at the respective contract unit prices a nd s hall b e f ull compensation f or t he s tripe i ncluding t he c leaning o f t he pa vement, t he furnishing a nd a pplying o f t he s triping m aterial, a nd f or a ll eq uipment, t ools, l abor and i ncidentals necessary to complete the item of work. The length of Dotted Traffic Stripe, Item 701-B, measured as noted above, will be paid for at the contract unit price which shall be full compensation for furnishing all materials of the appropriate color consistent with the use of the stripe in accordance with the plan details, the preparation of the pavement, the application of the striping material, and for all equipment, tools, labor and incidentals necessary to complete this item of work. The length of Solid or Broken Temporary Traffic Stripe, Item 701-C, and the length of Solid or Broken Temporary Traffic S tripe, I tem 7 01-E, a nd D otted T emporary T raffic S tripe, I tem 7 01-F, measured as noted a bove, will be paid for at the respective contract unit prices which shall be f ull compensation for the furnishing of all materials, of the appropriate color consistent with the use of the stripe in accordance with the requirements of the plan details and the MUTCD, the preparation of the surface, t he placing o f t he m aterial, t he m aintenance o f t he t raffic s tripe, and f or a ll equipment, miscellaneous materials, tools, labor and incidentals necessary to complete the item of work. The length of existing or temporary Solid or Broken Traffic Stripe Removed, Item 701-D, and the l ength o f S olid, B roken, o r D otted T raffic S tripe Removed, I tem 7 01-H, m easured a s p rovided above, w ill be paid f or a t t he c ontract u nit pr ice which s hall b e pa yment i n f ull f or a ll materials, equipment, tools, and labor necessary to complete the work. When the traffic stripe to be removed consists of pavement markers used as traffic stripes the cost of removing markers, marker adhesive, and existing paint, plastic or tape located between the markers shall also be included in the price. PAYMENT WILL BE MADE UNDER ITEM NO.: 701-A Solid/Broken Color, Class * Type Traffic Stripe - per mile {kilometer} ---PAGE BREAK--- SECTION 703 TRAFFIC CONTROL MARKINGS AND LEGENDS 493 701-B Dotted Class * Type Traffic Stripe - per linear foot {meter} 701-C Solid/Broken Temporary Traffic Stripe - per mile {kilometer} 701-D Solid/Broken Traffic Stripe Removed - per mile {kilometer} 701-E Solid/Broken Temporary Traffic Stripe - per linear foot {meter} 701-F Dotted Temporary Traffic Stripe - per linear foot {meter} 701-G Solid/Broken Color, Class * Type Traffic Stripe - per linear foot {meter} 701-H Solid/Broken/Dotted Traffic Stripe Removed - per linear foot {meter} * Specify "1H", "2T", or or Specify or Specify "Paint", "Plastic", "Tape", etc., only if required. SECTION 703 TRAFFIC CONTROL MARKINGS AND LEGENDS 703.01 Description. This Section shall cover the work of placing permanent or temporary traffic control markings and legends at the locations shown on the plans or where directed by the Engineer. This Section shall also cover the removal of existing or temporary traffic control markings and legends. 703.02 Materials. Materials shall be furnished in accordance with the requirements given in Sections 856 and 857. The required dimensions, color, type of material and reflectivity will be shown on the plans. The r equired t ype o f material w ill b e d esignated b y " Class" a nd " Type" i n a ccordance w ith t he requirements given Section 701 Class 1H, Class 2, and Class 2T materials shall be in compliance with the formulations given in the tables in Section 856 for each class. Class 1, Class 3, Class W and Drop On Glass Beads shall be one of the materials shown on List V-3, Temporary Traffic Marking Materials, and List V-4, Permanent Traffic Marking Materials. These lists are in the Department’s Manual, “Materials, Sources, and Devices with Special Acceptance Requirements”. Information concerning these lists is given in Subarticle 106.01(f) and ALDOT-355. 703.03 Construction Requirements. ACCEPTANCE PROGRAM FOR TRAFFIC MARKING MATERIALS. The guidelines for the evaluation and acceptance of traffic marking materials are given in the procedure A LDOT-420 " Acceptance P rogram f or Tra ffic M arking M aterials". T hese g uidelines s hall b e followed in the furnishing and placement of traffic markings and legends. TEMPORARY TRAFFIC MARKINGS AND LEGENDS. Temporary traffic control markings and legends shall be furnished and placed in accordance with all of the requirements given in Section 701 for Temporary Traffic Stripe except for the placement tolerances f or length a nd w idth. T he length o f t he markings a nd legends s hall be n o g reater than 2 inches {5 0 mm} o ver o r 1 i nch { 25 m m} under t he re quired length. The w idth o f t he m arkings a nd legends shall be no greater than 1/2 o f an inch {12 mm} over or 1/2 o f an inch {12 mm} under the required width. PERMANENT TRAFFIC MARKINGS AND LEGENDS. Permanent traffic control markings and legends shall be furnished and placed in accordance with all of the requirements given in Section 701 for permanent traffic stripe except for the following: - any type of equipment may be used that produces acceptable results; - Class 2 thermoplastic shall be placed to produce a minimum uniform thickness of 0.125 inches {3.0 mm}. - the length of the markings and legends shall be no greater than 2 inches {50 mm} over or 1 inch {25 mm} under the required length. - the width of the markings and legends shall be no greater than 1/2 of an inch {12 mm} over or 1/2 of an inch {12 mm} under the required width - beads may be hand placed. - retroreflectivity measurements will not be required. ---PAGE BREAK--- SECTION 705 PAVEMENT MARKERS 494 REMOVING MARKINGS OR LEGENDS. The r emoval o f t raffic m arkings a nd legends s hall be done i n a ccordance w ith t he requirements given in Section 701. 703.04 Method of Measurement. The area of Traffic Control Markings or Legends (Items 703-A, 703-B, 703-F, and 703-G) complete in place and accepted will be the sum of the areas shown on the plans for each marking and legend constructed within the required placement tolerance. The Removal of Traffic Control Markings or Legends (Item 703-C) shall be measured in the same manner a s pres cribed a bove ex cept t hat i t s hall c over o nly t he a rea f rom w hich t he m arkings w ere actually removed. The area of Temporary Traffic Control Markings or Legends, (Items 703-D and 703-E) complete in place a nd a ccepted, w ill be t he s um of t he ar eas shown on t he p lans f or e ach m arking an d l egend constructed within the required placement tolerance. No measurement for payment will be made for the removal of temporary markings or legends, the removal of such being classified as incidental to the Items of Temporary Traffic Control Markings and Temporary Traffic Control Legends. 703.05 Basis of Payment. UNIT PRICE COVERAGE. The a ccepted s quare f eet { square m eters} o f Tr affic C ontrol M arkings o r L egends, I tems 703-A, 703-B, 703-F, and 703-G, measured as provided above, will be paid for at the contract unit price bid which shall be full compensation for the item complete in place and includes the cleaning of the pavement, f urnishing a nd a pplying t he markings o r l egends, a nd f or a ll materials, equipment, t ools, labor and incidentals necessary to complete the work. The accepted square feet {square meters} of Traffic Control Markings or Legends Removed, Item 703-C, measured as provided above, will be paid for at the contract unit price bid which shall be full compensation for the item complete in place and includes traffic control for removal, all necessary materials, equipment, tools, labor and incidentals necessary to complete the work. The accepted square feet {square meters} of Temporary Traffic Control Markings or Legends, Items 703-D and 703-E, measured as noted above, will be paid for at the contract unit price bid which shall be full compensation for the item complete in place and includes the cleaning of the pavement, furnishing a nd applying t he m arkings o r l egends, t raffic c ontrol f or pl acing, a nd f or a ll m aterials, equipment, tools, labor and incidentals necessary to complete the work. PAYMENT WILL BE MADE UNDER ITEM NO.: 703-A Traffic Control Markings, Class , Type - per square foot {square meter} 703-B Traffic Control Legends, Class , Type - per square foot {square meter} 703-C Removal of Traffic Control Markings or Legends - per square foot {square meter} 703-D Temporary Traffic Control Markings - per square foot {square meter} 703-E Temporary Traffic Control Legends - per square foot {square meter} 703-F Cold Laid Polymeric Traffic Control Markings - per square foot {square meter} 703-G Cold Laid Polymeric Traffic Control Legends - per square foot {square meter} SECTION 705 PAVEMENT MARKERS 705.01 Description. This Section shall cover the work of furnishing and installing pavement markers of the Class and Type specified by the plans or proposal, at the locations designated on the plans or directed by the Engineer, all in conformity with the plans and these Specifications. Pavement markers shall be divided into Classes and Types as noted. Class - Reflective markers. Type 1 - Mono-directional. 1-A. 1 White reflector face with the marker body other than the reflector face shall be white, silver white or a neutral color. 1-B. 1 Y ellow reflector f ace w ith t he m arker body other t han t he r eflector f ace shall be yellow in color. ---PAGE BREAK--- SECTION 705 PAVEMENT MARKERS 495 Type 2 - Bi-directional. 2-A. 2 White reflector faces with marker body other than the reflector faces shall be of a white, silver white, or a neutral color. 2-B. 1 White reflector and 1 yellow face with marker body other than the reflector faces shall be of a white, silver white, or a neutral color, or may be 1/2 yellow on the side with the yellow reflector and 1/2 white, silver white, or a neutral color on the side with the white reflector. 2-C. 1 White reflector and 1 red reflector face with the marker body other than the reflector faces shall be of a white, silver white, or a neutral color or may be 1/2 red on the side with the red reflector and 1/2 white, silver white or a neutral color on the side with the white reflector. 2-D. 2 Yellow reflector faces with the marker body other than the reflective faces yellow in color. 2-E. 1 Yellow reflector and 1 red reflector face with the marker body other than the reflector faces shall be yellow in color or may be 1/2 red on the side with the red reflector and 1/2 yellow on the side with the yellow reflector. Class "A-H" - Reflective markers with hard, abrasion-resistant lens surface. Type designations shall be as shown above for Class markers. Class - Non-Reflective markers. Type 1 - Ceramic. 1-A. White 1-B. Yellow 1-C. Black Class - Temporary markers. Type 1 - Mono-directional. 1-A. 1 White reflector face 1-B. 1 Yellow reflector face Type 2 - Bi-directional. 2-A. 2 White reflector faces 2-B. 1 White and 1 Yellow reflector face 2-C. 1 White and 1 Red reflector face 2-D. 2 Yellow reflector faces 2-E. 1 Yellow and 1 Red reflector 705.02 Materials. Materials f urnished f or u se s hall c omply w ith t he a ppropriate requirements o f D ivision 8 00, Materials, with special attention directed to Section 882. The D epartment h as established List V P ermanent P avement M arkers, T emporary Pavement Markers, M arker A dhesive, D elineators a nd Ha zard Markers. Th is l ist i s i n t he D epartment’s M anual, “Materials, Sources, and Devices with Special Acceptance Requirements”. Only the materials on these lists s hall be f urnished f or u se. I nformation c oncerning t his list is give n in S ubarticle 1 06.01(f) a nd ALDOT-355. 705.03 Construction Requirements. GENERAL. Equipment shall include an automatic mixing and metering machine capable of preparing a machine t ype a dhesive m eeting t he re quirements of A rticle 8 82.04 a nd m etering t he a mount o f adhesive required to affix each marker to the pavement. The pr ocedure f or i nstalling t he m arkers s hall be t hat o f t he C ontractor provided s uch i s within the scope of the installation procedure recommended by the manufacturer of the marker and such is demonstrated to be operable and that the markers are firmly affixed to the surface in such a manner that they will not be displaced under traffic; the entire bottom surface shall be coated with adhesive. The i nstallation o f t he markers s hall be s uch t hat t he c olor o f t he m arker housing i s compatible with the color of the traffic stripes they are to supplement or replace. Reflective pavement markers shall be placed at the designated location in such a way that the color of the reflected light is in accordance with the plan details or as directed by the Engineer. The portions of the highway surface to which the marker is to be attached shall be free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement or any other material which ---PAGE BREAK--- SECTION 707 DELINEATORS AND HAZARD MARKERS 496 might affect the attachment of the marker to the pavement, with the area to which the marker is to be affixed prepared by sand blasting immediately prior to placement of the marker. The g eneral locations o f t he pa vement m arkers w ill b e i ndicated by t he p lan det ails o r directed by the Engineer. The Contractor shall provide all engineering services necessary to premark and l ay o ut t he m arkers in a ccordance w ith t he p lan d etails. T he C ontractor s hall s ubmit t o t he Engineer for approval three copies of a report of survey which clearly indicates the locations for the various types of markers to be used along with spacing, pattern, etc. specified by the plan details. Said report s hall be s ubmitted a t least t wo w eeks prior t o b eginning p lacement o perations. U pon acceptance and approval of the report data the Engineer may waive the two week time period noted above. N ote i s m ade o f t he f act t hat o btaining a pproval o f t he a bove n oted re port i s c onsidered incidental to the work and no time extension or time delay will be considered due to failure to obtain approval of the report. After p lacement o f a ny temporary ma rkers, t he Contractor s hall ma intain t hem, a t his expense, in such a manner as to provide good, definite delineation during hours of both daylight and darkness u ntil t hey a re o verlaid by a s ubsequent pa vement l ayer, o r ( 2) t hey a re removed a s directed by the plans or the Engineer, or in case of a detour road, until traffic is removed from the detour. PUBLIC CONVENIENCE AND CLEAN UP. The road may be fully open to public travel during the progress of work under this Section. Hence, when work is to be performed under traffic, the Contractor shall operate his equipment and store h is m aterials an d su pplies i n su ch a m anner as t o c ause a m inimum of i nconvenience t o t he traveling public. Upon c ompletion o f t he work und er t his Section a ny d amage t o t he p avement o r o ther facilities caused by the operation or the Contractor's equipment, shall be repaired by the Contractor as directed without additional cost to the State. 705.04 Method of Measurement. Pavement Markers installed as directed and accepted will be measured by counting separately the number of various class and types of markers provided by the plans or proposal. 705.05 Basis of Payment. UNIT PRICE COVERAGE. The number of Pavement Markers measured as noted above will be paid for at the respective contract unit price bid for each class and type specified by the plans or proposal. Said contract unit prices bid s hall be f ull c ompensation f or f urnishing a nd i nstalling t he pavement m arkers, r emoving pavement markers (if required), and for all materials, equipment, labor and incidentals necessary to complete the work. PAYMENT WILL BE MADE UNDER ITEM NO.: 705-A Pavement Markers, Class , Type - per each SECTION 707 DELINEATORS AND HAZARD MARKERS 707.01 Description. This Section shall cover the work of furnishing delineators and hazard markers and the installation of such at the locations designated on the plans or directed, in conformity with the plans and these specifications. Delineators will be classified by the "type" installation in accordance with plan details, which set forth details of various types of delineator installation. All delineators will be mounted on posts except as shown on the plans or detailed hereinafter. At t hose l ocations s hown o n t he p lans o r di rected by t he E ngineer, de lineators m eeting t he requirements specified hereinafter or on the plans shall be mounted on guardrail. All old delineators shall be removed and disposed of in a manner acceptable to the Engineer. Also at those locations shown on the plans or directed by the Engineer, delineators meeting the requirements specified hereinafter or on the plans shall be mounted on barrier rail. ---PAGE BREAK--- SECTION 707 DELINEATORS AND HAZARD MARKERS 497 Hazard Markers w ill be classified a ccording to t he type o f i nstallation, i n a ccordance w ith p lan details. Hazard markers may be composed of sign panel and/or reflectors with backing panel, mounted on posts or highway structures. 707.02 Materials. Materials furnished for use shall be new, complying with the appropriate sections of Division 800, Materials. Special reference is made to Section 881. If the hardware used to secure an old delineator is in a condition acceptable to the Engineer, the Contractor, at his option, may use the old hardware in lieu of new hardware when mounting guardrail mounted delineators, Item 707-C. The Barrier Rail Mounted Delineators and mounting hardware shall be new and shall be furnished and m aintained i n a ccordance w ith t he details s hown o n t he p lans. The d elineators shall have a minimum rectangular reflective area of 3 inches wide by 4 inches tall {75 mm inches wide by 100 mm tall}. 707.03 Construction Requirements. DELINEATOR INSTALLATIONS. 1. ERECTING POSTS. The po sts f or t he delineators s hall b e s et a t t he locations shown on t he p lans and as directed by t he E ngineer. P osts s hall b e e rected t o a t rue v ertical position. A ny po st damaged o r otherwise unsuitable f or t he w ork s hall b e r emoved a nd r eplaced by t he C ontractor a t his ex pense. Posts shall be inserted into the ground to a depth of not less than 24 inches {600 mm}. Posts m ay be dr iven w here t his c an be done without da mage t o t he po sts o r galvanization. Otherwise, at the Contractor's election, posts shall be set in a 6 inch {150 mm} diameter drilled hole a nd backfilled w ith s and a nd t horoughly f looded w ith w ater t o insure compaction. T his backfill shall extend up to the existing ground elevation, or the Contractor may use poured concrete in lieu of sand. If solid rock is encountered, holes shall be drilled and backfilled with concrete to the top of the rock or as directed. Concrete for setting posts shall be Class A concrete complying with applicable portions of Section 501, with the following modifications: The c oncrete m ay be d ry ba tched a t a central m ixing pl ant a nd d elivered t o t he project. Before the concrete is placed water s hall be added. This may be do ne in small amounts as needed and mixed on a mixing board or in a mortar box. After water is added, the mix shall be used within s ixty ( 60) m inutes. P osts s hall be h eld i n p roper po sition u ntil t he c oncrete h ardens. Th e concrete shall have cured for 72 hours before any strain is placed on the post. Test cylinders for the concrete will not be required. Where posts are required to be set in concrete medians, holes approximately 6 inches {150 mm} in diameter may be drilled or square holes approximately 6 inches by 6 inches {150 mm by 150 mm} may be cut or formed during placing of the concrete median. The posts shall be set by driving or other approved means, to a depth of not less than 24 inches {600 mm} below top of the median and to such greater depth as may be required to erect the delineator at the required elevation, above the pavement. After the post has been set, the hole up to the bottom of the pavement shall be backfilled and compacted; the hole for the depth of the median pavement shall then be filled with one of the appropriate bituminous plant mixes provided in the Specifications. 2. ATTACHING DELINEATORS. After erection of the delineator posts as noted, the delineators shall be affixed to the post in the manner shown on the plans. 3. GUARDRAIL MOUNTED DELINEATOR. The d elineators sh all b e acceptably af fixed t o t he g uardrail i n t he m anner shown on t he plans. O ld o r r econditioned h ardware m ay be used o nly w ith t he a pproval o f t he E ngineer. All delineators shall be new. 4. BARRIER RAIL MOUNTED DELINEATOR. The delineators shall be a cceptably affixed to the barrier rail i n the manner shown on t he plans. The delineators shall be installed at a maximum spacing of 40 feet {12.2 meters} between each delineator or at a closer spacing if shown on the plans or directed by the Engineer. ---PAGE BREAK--- SECTION 707 DELINEATORS AND HAZARD MARKERS 498 HAZARD MARKERS INSTALLATIONS. 1. ERECTING POSTS. Posts, when required, shall be installed in the same manner prescribed in Subarticle for delineator posts modified to cover embedment depth of posts shown by plan details. 2. ATTACHMENT OF MARKERS AND PANELS. After erection of posts, when required, markers and panels shall be affixed to posts or structures as required in accordance with the details shown on the plans. PUBLIC CONVENIENCE AND FINAL CLEANUP. The ro ad m ay b e f ully o pen t o t he public t ravel during t he progress o f w ork u nder t his section. Hence, when work is to be performed under traffic, the Contractor shall operate his equipment as w ell as st ore m aterials a nd s upplies i n su ch a m anner as t o c ause a m inimum of inconvenience to the traveling public. Special attention is directed to Article 107.07. Upon completion of the work under this Section, the Contractor shall remove all surplus and waste material caused by this work and shall restore the area to at least the same condition as was existing pri or t o c ommencing o f t he w ork. A ny da mage t o s lopes, pa vement, e tc. caused by t he operation of the Contractor's equipment shall be repaired as directed without additional cost to the Department. Prior to completion of the project, the Contractor shall clean the installed delineators, when directed by the Engineer, without additional cost to the Department. 707.04 Method of Measurement. Delineator I nstallations i nstalled a s di rected a nd a ccepted w ill b e m easured by c ounting separately the number of a particular type or types of delineator installations provided by the plans or proposal. Guardrail mounted delineator, installed as directed and accepted, will be measured per each for the number installed. Barrier rail mounted delineator, installed as directed and accepted, will be measured per each for the number installed. There will be no measurement of delineators that the Contractor must install to replace damaged or missing delineators. Hazard M arker I nstallations i nstalled a s di rected a nd a ccepted w ill b e m easured by c ounting separately t he number o f a pa rticular type o r t ypes o f h azard m arker i nstallations pr ovided by t he plans or the proposal. 707.05 Basis of Payment. UNIT PRICE COVERAGE. The n umber o f t he particular t ype o f D elineator I nstallations o rdered a nd a ccepted, measured as noted above, will be pa id for at the respective unit prices bid for each type installation, Said unit price bid shall be full compensation for furnishing and installation of the delineators complete in place, including posts, hardware, brackets, braces and all materials, equipment, tools, labor and incidentals necessary to complete the work. The number of guardrail mounted delineator installations, ordered and accepted, measured as noted above, will be paid for at the respective unit price bid for each delineator and shall be full compensation for furnishing, installing, and cleaning the delineators complete in place, including a ll hardware, delineators, m aterials, equipment, t ools, l abor, i ncluding t he r emoval o f o ld de lineators, reconditioning of hardware and all incidentals necessary to complete the work. The number of barrier rail mounted delineator installations, ordered and accepted, measured as noted above, will be paid for at the respective unit price bid for each delineator and shall be full compensation for furnishing, installing, and cleaning the delineators complete in place, including a ll hardware, delineators, materials, equipment, tools, labor, and a ll i ncidentals necessary to complete the work. The number o f t he pa rticular t ype o f Ha zard M arker I nstallations o rdered a nd a ccepted, measured as noted above, will be pa id for at the respective unit prices bid for each type installation. Said u nit pr ice bi d s hall be f ull c ompensation f or f urnishing a nd i nstalling t he Ha zard M arker Installation complete i n place, i ncluding post o r a nchors a s re quired by p lan d etails, hardware, brackets, braces and all materials, equipment, tools, labor and incidentals necessary to complete the work. ---PAGE BREAK--- SECTION 708 OBJECT SAFETY MARKINGS 499 PAYMENT WILL BE MADE UNDER ITEM NO.: 707-A Type , Color Delineator Installation - per Each 707-B Type Hazard Marker Installation - per Each 707-C Guardrail Mounted Delineator - per Each 707-G Barrier Rail Mounted Delineator ( * ) - per Each * Specify "Mono-directional", "Bi-directional", etc. SECTION 708 OBJECT SAFETY MARKINGS 708.01 Description. This Section shall cover the work of providing reflective safety markings on roadway objects and bridges in accordance with the details shown on the plans or directed. Safety marking will be classified according to Type, in accordance with the following: Type 1: A Type 1 marking shall consist of marking an area with alternate diagonal stripes of reflective yellow and a stripe of a non-reflective material. The size of the area and the width and slope of the stripes a long with the reflective color will be shown in the detailed plans or directed by t he Engineer. Type 2: A Type 2 marking shall consist of marking an area with reflective white or silver-white material. The size and shape of the area of coverage will be shown in the detailed plans or directed by the Engineer, 708.02 Materials. REFLECTIVE MATERIAL. The reflective material furnished for use shall be capable of readily adhering to various types of material especially concrete, steel, and wood, and capable of being applied by brush, spray, silk screen or other acceptable methods. The reflective material shall be capable of being applied in one application, that is, the addition of another material such as beads to produce the required reflectivity will not be acceptable. Reflective requirements when tested by the procedure outlined in paragraph 4.4.7 of Federal Specifications LS-300A shall be as follows: COEFFICIENT OF RETROREFLECTIVITY candlepower/footcandle/square foot {candelas/lux/m²} Color White or Silver-White #1 White or Silver-White #1 Yellow Incident Angle Divergence Angle .2 .5 .2 .5 .2 .5 - 4 20 10 40 20 10 5 - 40 7 4 11 8 3 3 Test panels of the materials shall be submitted for evaluation of the reflective capabilities by the Testing Engineer. Test panels shall be square, 12 inches X 12 inches {300 mm by 300 mm}, and shall be made of aluminum prepared with a good quality of white exterior primer. The reflective material shall be applied at the manufacturer's recommended wet film application rate and such rate shall be noted on the back of the test panel. Drying time of the material shall be such that the surface treated shall be dust free within 10 minutes and dry to touch within 30 minutes after application. Durability of the material shall be such that no appreciable discoloration, cracking, crazing or blistering occurs and at least 80% of the specified reflective requirements is retained after exposed for 1200 hours to Atlas twin arc weathering in accordance with ASTM D 822. NON-REFLECTIVE MATERIAL. The non-reflective material furnished for use shall be a flat black color meeting one of the following requirements: ---PAGE BREAK--- SECTION 709 MILE {KILOMETER} POSTS 500 1. Comply with the requirements noted in Subarticle above except that there will be no reflective requirements and the material shall have a gloss reading of less than 20 units at an angle of 45° when measured with a photovoltmeter or a meter capable of giving equal results. 2. Comply with the following requirements: a. Capability of readily adhering to a concrete surface. b. Provide a uniform high degree of hiding power with one application. c. Tests: Total Solids 50 Min. FSS-4041 Weight {Mass} per gallon {liter} 9 pounds {1 kg} Min. FSS-4184 Viscosity 60 KU Min. - 80 KU Max. FSS-4281 Dry Time 8 hrs. Max. FSS-4061 with 0.0025 inches {0.06 mm} wet film Fineness of Grind 4 Min. Hegman Scale Gloss Reading 20 units @ 45° Max. Photovoltmeter or equivalent 708.03 Construction Requirements. PREPARATION OF SURFACE. The s urface di rected t o be t reated s hall be c lean, dry a nd f ree o f a ny l oose l aitance o r foreign material. Cleaning may be accomplished by the use of soap and water, cleaning solvent, wire brushes or other acceptable means which will produce the desired results. APPLICATION OF REFLECTIVE AND NON-REFLECTIVE MATERIAL. The material may be placed by brush, spray, silk screening or other means consistent with the recommendations of the manufacturer which will produce the desired results. 708.04 Method of Measurement. The a ctual a rea o f t he v arious t ypes o f O bject S afety M arkings o rdered a nd a ccepted w ill be computed in square feet {square meters} to the nearest square foot {0.1 m²} from measurements taken on the surface of the prepared area. 708.05 Basis of Payment. UNIT PRICE COVERAGE. The a rea o f O bject S afety M arkings m easured a s n oted a bove w ill b e pa id f or a t t he respective contract unit price bid for the various types of markings complete in place. Said unit price bid shall b e f ull c ompensation f or f urnishing a ll m aterials, c leaning a nd preparation o f t he s urface, application of the materials and for all labor, tools, equipment and incidentals necessary to complete the work. PAYMENT WILL BE MADE UNDER ITEM NO.: 708-A Type Object Safety Marking - per square foot {square meter} ---PAGE BREAK--- ALABAMA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR HIGHWAY CONSTRUCTION 2012 EDITION APPENDIX D ---PAGE BREAK--- ---PAGE BREAK--- SECTION 800 MATERIALS 556 DIVISION 800 MATERIALS SECTION 800 MATERIALS 800.01 General. All m aterials u sed i n t he work s hall b e n ew, u nused m aterial t hat w ill m eet t he re quirements described in this Division unless the same are altered by specific requirements of any Section of these Specifications, Supplemental Specifications, Special Provisions, or by modifying notes on the plans. All materials shall also meet the requirements of applicable portions of Section 106 which will supplement the requirements of this Section. All tests shall be in accordance with the current Departmental testing schedule. 800.02 Inspection Arrangements. CONTRACTORS' NOTIFICATION. It s hall be t he d uty o f t he C ontractor t o n otify t he E ngineer o f t he s ource of t he v arious materials r equired f or ea ch p roject. This n otice s hall be received s ufficiently i n a dvance o f a ny shipment o f materials s o that i nspection may be a rranged a t t he pro ducing p lant i f t he Engineer s o elects. PLANT INSPECTION. Whenever the quantity of materials warrants such an arrangement and/or it is economically advantageous to the Department, t he i nspection of materials at the original o r immediate source of supply w ill be m ade. However, t he Department i s under n o o bligation t o t he C ontractor t o i nspect materials until it arrives at the site of the work. In general, all aggregates, soil, brick, reinforcing and structural steel, bituminous materials, timber, lumber, piling, and posts which are to become a part of the completed work will be inspected at the point of production. For timber, lumber, piling, and posts which are to be given preservation treatment, this inspection will be performed at the treating plant in conjunction with inspection of the treating process. GENERAL DETAILS. 1. For lumber and timber products, the producer shall have sorted his stock and shall have separated a sufficient quantity of material to insure that all of each item for inspection is available before the Inspector is called. In the event that part of the shipment is rejected because of failure to meet t he s pecification r equirements, t he p roducer shall f urnish o ther s tock t o r eplace t he r ejected items. 2. Should t he qu antity o f a ny m aterial re jected f or f ailure t o m eet s pecification requirements a mount t o 2 0 percent o r more o f t he material i nspected a nd t ested at that time, t he inspection operation will be suspended until the producer shall have regraded his stock or revised his production methods to produce material uniformly conforming with the specifications. When sampling stockpiles of aggregates, base materials, etc., the average of all samples must be within the gradation band required for the size aggregate specified. In no case will stockpiles be acceptable if more than 20% of the total samples fall outside the gradation band. In addition, any failing sample must be within 20% of the range specified for any designated sieve. 3. In case the stock has not been properly prepared or separated before calling an Inspector, or in case of delay in replacement of rejected material, the extra inspection cost occasioned by such delay will be charged against the Contractor for whom the material is being produced and will be deducted from any sums due or which may become due the Contractor. 4. Where a Contractor's producer or jobber requests inspection of material for warehouse stock o r f or u se i n plants w here s tocks o f m aterials i nspected a nd a ccepted f or u se i n highway construction or maintenance cannot be kept separated from materials which are to be used on other work, the cost of inspection of those materials which have been approved for highway work, but are ---PAGE BREAK--- SECTION 800 MATERIALS 557 later di verted t o o ther u ses not c onnected w ith t he D epartment's h ighway c onstruction o r maintenance, will be charged to the Contractor who requested such inspections. 800.03 Testing, General. Where m aximum a nd m inimum s pecification l imits a re g iven, i t i s i ntended and ex pected t hat materials having approximately mean values will be furnished under the respective specifications. The established a llowances f or v ariations i n t he de termination o f t hese v alues a re considered i n establishing t he l imits a nd n o t olerances i n ex cess o f t he es tablished v ariation a llowances w ill be permitted unless so specifically stated in the proposal or on the plans. Unless otherwise specified in the test procedure or material specification, all test results will be ro unded o ff i n a ccordance w ith A STM E 2 9 a nd repo rted t o t he s ame n umber o f p laces a s t he specification. Where material is fabricated of or treated with another material or any combination of materials is assembled to form a product, any or all of which are covered by these specifications, the failure of any of the components of the product to comply with the designated specifications shall be deemed sufficient cause for the rejection of the whole. The sieves used for testing materials shall be woven wire cloth conforming to AASHTO M 92. 800.04 Tests for Concrete Materials. Preliminary samples of fine aggregate, water, and cement shall be subject to both 7 and 28 day tests o r t heir e quivalent a nd a cceptance based t hereon. D uring t he progress o f t he w ork, t hese materials may be accepted on the basis of the 7 day test, except that Type III cement may be accepted on the basis of the 3 day test. 800.05 Bituminous Mixture Stability and Density Test. These t ests s hall conform t o t he current m ethods a s des cribed i n A LDOT-307 o r A LDOT-344, depending on the maximum aggregate size. 800.06 Measurement of Liquid Bituminous Materials. MEASUREMENT. Actual measurement shall be in accordance with the provisions of Subarticle 109.02(a) and/or PROCEDURE. Unless o therwise pro vided i n t he p roposal form, the p rocedure i n c onjunction w ith a ll shipments in tank cars or trucks shall be as follows: 1. The producer or supplier shall furnish to the Engineer in charge of the project a shipping notice (Form BMT-146) for each shipment, containing the following information: Tank number and initials, if any. Type, grade, and weight {mass} of bituminous material contained. Date of Shipment. Shipping Point. Destination. Consignee. Project Number. Temperature of bituminous materials, degrees Fahrenheit {Celsius}, at time truck tank was measured. Failure to furnish data will be cause for rejecting the shipment. 2. Before ea ch s hipment o f bi tuminous m aterial i s u nloaded, t he E ngineer s hall be g iven opportunity t o m ake s uch m easurement a s n ecessary t o det ermine t he n et qu antity o f m aterials delivered. 3. Conversion of verified weight to gallons {mass to liters} may be used for measurement purposes provided prior written approval is obtained from the Engineer. 800.07 Soil Analysis Test. MECHANICAL ANALYSIS. This test shall be performed in accordance with AASHTO T 88. ELUTRIATION TEST FOR CLAY. This test shall be performed in accordance with AASHTO T 88. ---PAGE BREAK--- SECTION 801 COARSE AGGREGATE 558 CALIFORNIA BEARING TEST. The California Bearing Test shall be performed in conformity with AASHTO T 193 as modified by ALDOT-115. LIQUID LIMIT. This test shall be performed in accordance with AASHTO T 89 as modified by ALDOT-232. 800.08 Field Performance Test. In a ddition t o s pecifications a nd t ests s pecified, i t m ay be n ecessary t o h ave c ertain m aterials undergo f ield p erformance t esting f or a pr escribed peri od. T he materials i nvolved a nd t he s pecified field performance testing will be determined by the Department's Product Evaluation Board (PEB). The PEB will determine which type of material will require this field performance testing and the duration thereof. In general, this will include materials such as Pavement Markers, C oncrete Joint Fillers and Sealants, C oncrete P atching M aterials, E poxies, R eflective M aterial f or O bject S afety M arkings, Membranes for Waterproofing Joints, and certain pavement marking materials. SECTION 801 COARSE AGGREGATE 801.01 Description. GENERAL. Coarse aggregate shall consist of crushed or uncrushed gravel, crushed stone, or crushed slag, having hard, strong, durable pieces, free from adherent coatings and conforming to the requirements provided in this Section. Gravel aggregate for use in bituminous plant mixes and bridge superstructure concrete (except prestressed concrete) shall have a bulk specific gravity greater than 2.550 (AASHTO T 85). ACCEPTANCE. The Department has established a list of qualified producers of coarse aggregates. Refer to Subarticle 106.01(f) and ALDOT-355 concerning this list. All coarse aggregates furnished shall come from an approved producer who is participating in and me eting t he r equirements o f A LDOT-249, " Quality C ontrol P rogram f or A cceptance o f F ine a nd Coarse Aggregates". T he p roducer's name s hall be listed i n t he D epartment's " Materials, Sources a nd Devices With Special Acceptance Requirements" manual, List I-1. 801.02 Deleterious Substances. Material s uspected o f c ontaining del eterious s ubstances w ill be ex amined i n the l aboratory a nd will be rejected if the amount is considered objectionable. Coarse a ggregate f or P ortland c ement c oncrete a nd c over a ggregate f or bi tuminous t reatment shall be washed and shall be free from adherent coatings. Coating on crushed stone shall be dust of fracture as determined by washing the material passing the No. 200 {75 µm} sieve in accordance with AASHTO T 11 or visual inspection using a petrographic microscope. Adherent coating will be checked by washing in a large container without scrubbing or applying water pressure. The aggregate will then be checked for adherent coating by visual inspection. Aggregate that has an adherent coating will not be acceptable. The amount of deleterious substances shall not exceed the limits shown in the following table. ---PAGE BREAK--- SECTION 801 COARSE AGGREGATE 559 MAXIMUM ALLOWABLE DELETERIOUS MATERIALS IN COARSE AGGREGATE TYPE OF DELETERIOUS MATERIAL Bituminous Surface Treatments and Concrete Classes A, B and All Other Uses Coal and Lignite (Visual) 0.25 % 0.25 % Clay Lumps (AASHTO T 112) 0.25 % 0.25 % Material Passing the No. 200 {75 µm} Sieve (AASHTO T 11) 1.0 % 2.0 % Flat or Elongated particles (5:1 Ratio) (ASTM D 4791 by Weight {Mass}) 10.0 % 10.0 % Flat or Elongated particles (3:1 Ratio) (ASTM D 4791 by Weight {Mass}) 20.0 % 20.0 % Other local deleterious substances (Shale, Mica, Marcasite, etc.) (Visual) 2.0 % 2.0 % Reactive Silica (via ASTM C 25) restrictions apply to the use of limestone in Portland Cement Concrete) 8.0 % 8.0 % Absorption * See NOTE 1 following this table. See NOTE 2 following this table. See NOTE 3 following this table. NOTE 1: One of the three following options shall be used for the design of concrete mixes with limestone aggregates that contain more than 8.0% silica. The submittal of a concrete mix design using limestone aggregate with more than 8% silica will not be a pproved if it does not include one of the following three options. Option 1: Class F fly ash shall be substituted for cement at a fixed rate of 20% replacement by weight. Option 2: Ground Granulate Blast Furnace Slag shall be substituted for cement at a fixed rate of 50 % replacement by weight. increases the time of setting of concrete, therefore this option shall be used only for concrete placed at ambient temperatures of 45 ºF {7 ºC} or above. Option 3 : C lass C f ly ash an d m icrosilica sh all be su bstituted f or c ement at a f ixed r ate o f 3 5 % replacement by w eight. The distribution o f t he replacement s hall be 3 0 % C lass C f ly ash an d 5 % microsilica by weight. NOTE 2 : T he restriction o f t he a mount o f a bsorption a pplies t o g ravel a ggregates o nly f or t he following a pplications. G ravel f or u se i n bi tuminous pl ant m ixes a nd bridge s uperstructure c oncrete (except prestressed concrete) shall have a total sample absorption not greater than 2.0 percent on the material passing t he 3 /4 inch { 19.0 m m} s ieve a nd ret ained o n t he N o. 4 75 m m} s ieve a s p er modified AASHTO T 85. Section 8.1 of AASHTO T 85 shall be modified to require a 15 minute vacuum saturation period as per Section 6.3 of AASHTO T 209 prior to the required 15-19 hour soaking period. NOTE 3 : T he ma ximum allowable deleterious materials i n c oarse a ggregate u sed i n C lass A concrete a pplies o nly t o concrete used f or bridge substructures, box c ulverts, ret aining w alls, a nd concrete safety barriers. 801.03 Crushed Stone, Gravel, and Crushed Gravel. GENERAL. Crushed stone shall be from approved ledges or working strata within an approved source and shall consist of clean, tough, durable fragments, reasonably free of shale, conforming to requirements for the type use noted in Subarticle 801.03(b) and the gradation specified. Gravel s hall c onsist o f a c lean, t ough, durable, n atural ro unded o r s emi-rounded s iliceous rock, free from coatings of any character, and conforming to the gradation specified. Crushed gravel shall consist of crushed fragments of gravel, conforming to the requirements of Subarticles and of this Article. Gravel f or u se i n bi tuminous pl ant m ixes a nd b ridge s uperstructure c oncrete ( except prestressed concrete) shall have a bulk specific gravity greater than 2.550 (AASHTO T 85). ---PAGE BREAK--- SECTION 801 COARSE AGGREGATE 560 Unless o therwise s pecified, a t least 8 0 p ercent by weight {mass} o f t he b lended a ggregate retained o n t he N o. 4 { 4.75 m m} s ieve s hall h ave a t l east t wo fully f ractured f aces m easured i n accordance with ASTM D 5821. PHYSICAL TESTS. Crushed s tone, g ravel, a nd c rushed g ravel s hall m eet t he f ollowing requirements f or the respective physical tests: Cement Concrete Bituminous Work All Other Uses 1. Percent Wear Los Angeles Test (AASHTO T 96) 50 Max. 48 Max. * 60 Max. 2. Percent Sound, Soundness Test (AASHTO T 104 using Sodium Sulphate and 5 Cycles) 90 Min. 90 Min. 90 Min. * Except for Sandstone and Blast Furnace Slag, 55 Max. 801.04 Blank. 801.05 Crushed Slag. GENERAL. Slag is defined as a stone-like siliceous material with porous faces produced as a by-product of various manufacturing processes. Crushed slag produced from processing slag obtained from sources approved by the Materials and T ests E ngineer s hall consist o f c lean, t ough, durable pi eces, r easonably u niform i n density a nd quality w ithout t hin o r elongated pieces, f ree f rom de leterious s ubstances, a nd conforming t o the specified gradation. Crushed slag furnished for use in Bituminous Wearing Surface layers shall, in addition to the above, be restricted in its glassy particles content, when tested in accordance with ALDOT-321 to the following: Type Wearing Surface Glassy Particle Content Surface Treatments 10% Maximum Open Graded P.M. 10% Maximum Dense Graded P.M. 25% Maximum PHYSICAL TESTS. Physical tests for crushed slag shall be the same as provided by Subarticle 801.03(b) for the type of construction specified, i.e., soil type, or bituminous. 801.06 Coarse Aggregate for White Concrete. This coarse aggregate shall be white or very light colored gravel, limestone, marble, or granite, subject to the approval of the Engineer for color and otherwise conforming to the specifications of this section for coarse aggregate. The size number will be shown on the plans and/or proposal. 801.07 Coarse Aggregate for Mastic (For Water Proofing Concrete Surfaces). Coarse aggregate for mastic shall be a well crushed stone, slag, or washed gravel that will pass a 3/8 inch {9.5 mm} sieve and be retained on a No. 8 {2.36 mm} sieve. It shall be free from soft particles and organic matter. 801.08 Gradation. Coarse a ggregate s hall be g raded be tween t he l imits s pecified a nd t he s ize o r s izes des ignated shall c onform t o t he limits s hown i n t he f ollowing C oarse A ggregate G radation Ta ble pr ovided i n Subarticle 801.11(d). 801.09 Aggregates for Base. Aggregates for base layers shall consist of gravel, crushed gravel, crushed slag, or crushed stone as specified for the type of base designated; however, sand and gravel from local roadside pits will only be required to comply with the applicable portion of Section 826. 801.10 Aggregates for Bituminous Work. Aggregate for bituminous work shall be one or a combination of the aggregates specified for the type o f bi tuminous w ork i nvolved. I t s hall b e u niformly g raded s o a s t o m eet t he g radation requirements for the size designated to be used. The aggregate shall be of such nature that, when once ---PAGE BREAK--- SECTION 801 COARSE AGGREGATE 561 thoroughly dried and coated with the bituminous material proposed for construction, the coating will not strip off upon contact with water. 801.11 Use, Care, and Handling: Gradation Table and Explanation. CARE AND HANDLING. Care and handling shall be as provided by Article 106.05. STORAGE. 1. Attention is directed to the requirements of Article 106.05 and the following: The Contractor shall prepare the storage area as needed; any stockpiled material that cannot be removed without including dirt or other foreign matter shall be rejected. 2. Stockpiling shall be as provided by ALDOT-175. 3. Different s izes o f a ggregate a nd a ggregate f rom di fferent s ources s hall be s tored i n separate s tockpiles s ufficiently s eparated f rom ea ch o ther s o t hat t he m aterial w ill not be come intermixed. A ny m aterial which s egregates s o t hat the g rading n o l onger c onforms t o t hat s pecified shall be rejected for use. USE. 1. At the time of their use, the aggregates shall be free from all foreign materials. 2. When more than one size of aggregate is required, the various sizes shall be combined in proper proportions at the mixer or plant. 3. Aggregates s tored i n pro portioning bi ns s hall b e pr otected f rom r ain by w aterproof coverings. COARSE AGGREGATE GRADATION TABLE. TABLE OF ALDOT COARSE AGGREGATE SIZES * PERCENT PASSING BY WEIGHT {MASS}, EACH LABORATORY SIEVE (U.S.A. STANDARD SERIES) Size > 4 inch {100 mm} 3.5 inch {90 mm} 3 inch {75 mm} 2.5 inch {63 mm} 2 inch {50 mm} 1.5 inch {37.5 mm} 1 inch {25.0 mm} 3/4 inch {19.0 mm} 1/2 inch {12.5 mm} 3/8 inch {9.5 mm} # 4 {4.75 mm} # 8 {2.36 mm} # 16 {1.18 mm} # 50 {300 µm} # 100 {150 µm} # 200 {75 µm} Number ∨ 1 100 90-100 25-60 0-15 0-5 2 100 90-100 35-70 0-15 0-5 24 100 90-100 25-60 0-10 0-5 3 100 90-100 35-70 0-15 0-5 357 100 95-100 35-70 10-30 0-5 4 100 90-100 20-55 0-15 0-5 467 100 95-100 35-70 10-30 0-5 410 100 85-100 60-85 30-60 18-30 11-20 8-15 5-9 2-6 5 100 90-100 20-55 0-10 0-5 56 100 90-100 40-85 10-40 0-15 0-5 57 100 95-100 25-60 0-10 0-5 6 100 90-100 20-55 0-15 0-5 67 100 90-100 20-55 0-10 0-5 68 100 90-100 30-65 5-25 0-10 0-5 610 100 90-100 25-60 7-30 0-15 7 100 90-100 40-70 0-15 0-5 78 100 90-100 40-75 5-25 0-10 0-5 710 100 90-100 50-85 12-35 0-15 8 100 85-100 10-30 0-10 0-5 89 100 90-100 20-55 5-30 0-10 0-5 810 100 70-90 50-74 38-62 20-42 9-24 8910 100 90-100 60-85 40-70 10-25 1-5 9 100 85-100 10-40 0-10 0-5 10 100 85-100 10-30 * Explanation of Table 1. Tabulated figures are percentages by weight {mass} of material finer than each laboratory sieve. 2. Exclusive of lightweight aggregates, the minimum dry rodded weight per cubic foot {mass per cubic meter} shall be 65 pounds {1040 kg} for Sizes 1, 3, and 4, and 70 pounds {1120 kg} for other sizes. See Article 801.12 for weight {mass} of lightweight aggregate. The f ollowing c oarse a ggregate ( gravel o nly) g radation m ay be s ubstituted f or u se i n c oncrete headwalls, i nlets, m iscellaneous c oncrete units, s lope pa ving, m achine l aid c urbs, g utters, o r combination curbs and gutters: ---PAGE BREAK--- SECTION 801 COARSE AGGREGATE 562 Sieve Size (Square Openings) Percent Passing By Weight {Mass} 1.5 inches {37.5 mm} 100 1 inch {25.0 mm} 80 – 100 3/4 inch {19.0 mm} 70 – 100 1/2 inch {12.5 mm} 25 - 80 # 4 {4.75 mm} 0 - 15 # 8 {2.36 mm} 0 - 10 801.12 Lightweight Aggregates for Bituminous Work. Lightweight Aggregates of expanded clays or shales produced by the Rotary Kiln Method shall meet the requirements noted herein in this Section except the maximum dry rodded weight {mass} shall be 55 pounds per cubic foot {880 kg/m³} and the L.A. Abrasion Test (AASHTO T 96) shall be modified to compensate for lightweight aggregate by the use of the following method. Modification to AASHTO T 96 for Lightweight Aggregate: To avoid the excessive volume of material in the testing machine which will occur when the lightweight a ggregate s ample i s p repared a ccording t o A ASHTO T 9 6, i t i s n ecessary t o re duce t he weight {mass} proportionately to obtain an equal volume of lightweight aggregate comparable to that normally obtained with a conventional aggregate sample. The abrasive charge must also be reduced in a similar manner. 1. Determine the unit weight {mass} (UL) of the lightweight aggregate by AASHTO T 19. 2. Assume an average unit weight {mass} of conventional aggregate to be 97.0 pounds per cubic foot {1554 kg/m³}. 3. Reduce the lightweight aggregate sample. UL = X { UL = X } 97.0 C 1554 C X = (UL) { X = (UL) } 97.0 1554 Where: UL = Unit weight {mass} of lightweight aggregate sample (pounds per cubic foot {kilograms per cubic meter}) C = Weight {Mass} of Conventional aggregate required for grading in AASHTO T 96. X = Reduced lightweight aggregate sample charge. 4. Reduce the abrasive charge: UL = X1 { UL = X1 } 97.0 CL 1554 CL X1 = (CL) (UL) { X1 = (CL) (UL) } 97.0 1554 Where: UL = Unit weight {mass} of lightweight aggregate (pounds per cubic foot {kilograms per cubic meter}) CL = Weight {Mass} of abrasive charge required for grading in AASHTO T 96. X1 = Reduced abrasive charge for lightweight aggregate. 5. Remainder of procedure as set forth in AASHTO T 96. NOTE: It is sometimes impossible to obtain the exact abrasive charge with the steel balls available. In this case, obtain the closest abrasive charge possible to the reduced value and then adjust the weight {mass} of the sample in proportion to the new abrasive charge. ---PAGE BREAK--- SECTION 802 FINE AGGREGATES 563 SECTION 802 FINE AGGREGATES 802.01 Description. GENERAL. Fine ag gregate sh all c onsist o f na tural o r m anufactured s and having ha rd, c lean, d urable, uncoated particles and conforming to the requirements provided in this Section. ACCEPTANCE. The D epartment has es tablished a l ist o f qu alified pr oducers o f f ine a ggregates. R efer t o Subarticle 106.01(f) and ALDOT-355 concerning this list. All fine aggregates furnished shall come from an a pproved producer who is participating in and me eting t he r equirements o f A LDOT-249, " Quality C ontrol P rogram f or A cceptance o f F ine a nd Coarse Aggregates". T he p roducer's name s hall be listed i n t he D epartment's " Materials, Sources a nd Devices With Special Acceptance Requirements" manual, List I-1. 802.02 Concrete Sand. DESCRIPTION. Concrete san d sh all c onsist of n atural san d, blends of n atural sa nd, b lends o f n atural a nd manufactured s and, o r m anufactured s and. The u se o f m anufactured s and s hall be limited t o t he conditions noted in Article 802.06. Blended sand shall be mixed and tested for gradation after blending has been completed. The san d shall b e w ashed a nd have s trong, h ard, c lean, durable pa rticles m eeting t he physical requirements noted below and the gradation requirements of ALDOT Size No. 100. There will be no F.M. or mortar strength requirements for concrete sand used in bituminous pavements. DELETERIOUS SUBSTANCES. 1. T he maximum w eight {mass} of d eleterious su bstances sh all n ot exceed the f ollowing requirements: Materials passing the # 200 {75 µm} sieve removed by decantation shall be subject to approval or rejection based on the following: a. If an y sam ple has m ore t han 2 m aterial p assing t he # 2 00 { 75 µ m} si eve b y decantation, the stockpile will be rejected. b. An average will be made of the samples tested by decantation through the # 200 {75 µm} sieve. If the average is greater than 2.0%, the stockpile will be rejected. If the average is 2.0% or less, the stockpile will be accepted. c. If smaller quantities of the fine aggregate are being tested where only one sample would be required, this sample will be required to comply with a 2 maximum re moved by decantation, not to exceed the following percentages: Shale 1.0 % Coal and/or Lignite 0.5 % Clay Lumps 0.5 % Cinders and Clinkers 0.5 % Other local deleterious substances (such as alkali, mica, coated grains, soft and flaky particles) 1.0 % Total shale, coal, and/or lignite, clay lumps, cinders and clinkers, and other local deleterious substances 3.0 % Maximum Concrete s and t o be u sed i n concrete headwalls, i nlets, m iscellaneous c oncrete u nits, slope pa ving, m achine laid c urbs, g utters, o r c ombination c urbs a nd g utters shall c omply w ith t he above except that not more than 3.0 percent shall pass the # 200 {75 µm} sieve by decantation. 2. The p ercentage o f c lay lumps s hall be determined by ex amining t he va rious fractions which remain after the test for grading. An indication of clay lumps shall require testing in accordance with AASHTO T 112 to determine the amount of clay lumps. 3. The diameter of deleterious substances shall not exceed the maximum size of aggregate. ORGANIC IMPURITIES. All f ine a ggregate s hall b e f ree f rom i njurious a mounts o f o rganic i mpurities. A ggregates subjected t o t he c olorimetric t est f or o rganic i mpurities a nd p roducing a c olor da rker t han t he ---PAGE BREAK--- SECTION 802 FINE AGGREGATES 564 standard shall be rejected unless they pass the mortar strength or concrete strength tests as outlined in Subarticles 802.02(e) and SOUNDNESS. When subjected to five cycles of the soundness test of fine aggregate by the use of sodium sulphate the measured percentage of loss shall not be more than 10 percent by weight {mass} when tested by AASHTO T 104. In lieu of the soundness test, satisfactory evidence may be provided that the fine aggregate has been exposed to natural weathering, either directly or in concrete for a period of at least five years without appreciable disintegration. MORTAR STRENGTH. When tested in accordance with AASHTO T 71, fine aggregate shall have compressive strength not less than 95% of treated sand as prescribed in AASHTO T 7 1 at 3 days and 14 days with the use of Type III Portland cement or at 7 days and 28 days with Type I or Type II Portland cement. CONCRETE STRENGTH. Fine aggregate failing to meet the requirements herein provided for mortar strength may be used if when tested in combination with the cement and coarse aggregate to be used in the work, the crushing or tensile strength of the concrete at the end of 7 days (3 days with Type III cement used) and 2 8 da ys is a t least equal t o t he s trength o btained f rom s pecimens made with s and meeting t he requirements f or t he c lass o f c oncrete i n w hich t he m aterial i s t o be u sed, o r ( 2) w hen t he pa st performance record of the aggregate with the particular cement has been satisfactory. GRADATION UNIFORMITY. The gradation of ALDOT Size No. 100 fine aggregate from any one source shall be reasonably uniform. For the purpose of determining the degree of uniformity, a fineness modulus determination shall be made upon r epresentative s amples f rom the s ource i n a ccordance w ith t he provisions o f AASHTO M 6 for fineness modulus determination. The following schedule will apply to ALDOT Size No. 100 fine aggregate for various kinds of concrete. Portland Cement Concrete Pavement, Bridge Superstructure Concrete, and Prestressed Concrete: F.M. 2.30 Min. 3.00 Max. Establish Working F.M. Tolerance from W.F.M. is plus or minus 0.20 Structure Concrete (Other Than Bridge Superstructure Concrete): F.M. 2.30 Min. 3.00 Max. Working F.M. is not required, however, if the F.M. exceeds 2.80 the Contractor will be required to increase t he d esignated cement v olume by 0 .25 b ags per c ubic y ard {0.25 bags per cubic m eter} without additional cost to the State. If requested in writing by the Contractor, consideration will be given to using fly ash in the mix to increase the fines. The fly ash will be substituted for cement as directed by the Materials and Tests Engineer. There will be no F.M. requirements on concrete sand used in concrete headwalls, inlets, miscellaneous c oncrete u nits, s lope pa ving, m achine laid c urbs, g utters, o r c ombination c urbs a nd gutters. 802.03 Mortar Sand. Sand f or m ortar, A LDOT S ize N o. 1 01, s hall c onsist o f w ashed, hard, s trong, durable, uncoated mineral o r rock pa rticles, rea sonably f ree f rom i njurious a mounts o f o rganic o r o ther deleterious substances and meeting applicable requirements of Article 802.02. 802.04 Bituminous Pavement Fine Aggregate. Fine aggregate for use in bituminous paving mixtures is defined as aggregate passing the 3/8 inch {9.5 mm} sieve and with a minimum 80 percent passing the No. 4 {4.75 mm} sieve. The aggregate may be natural f ine a ggregate o r m anufactured f ine a ggregate. Th e f ine a ggregate s hall b e non-plastic when tested in accordance with AASHTO T 8 9, as modified by ALDOT-232, and AASHTO T 90 and shall have a maximum of 1.0 percent clay lumps and friable particles as determined by AASHTO T 112. It shall c onsist o f h ard t ough g rain, f ree o f i njurious a mounts o f c lay, l oam, o r o ther deleterious substances. Manufactured f ine a ggregate s hall be t he pr oduct pro duced f rom t he c rushing o f a ggregates meeting t he requirements o f Section 8 01 a nd s hall have 1 00 percent passing t he 3 /8 i nch {9.5 mm} ---PAGE BREAK--- SECTION 802 FINE AGGREGATES 565 sieve with 95 percent of the material retained on the No. 8 {2.36 mm} sieve having at least one freshly fractured face. Natural fine aggregate is defined as any fine aggregate that is not manufactured fine aggregate. Natural fine aggregate shall be reasonably clean, non-plastic, and uniformly graded sand which shall pass the 3/8 inch {9.5 mm} sieve and not have more than 10 percent passing the No. 200 {75 µm} sieve when tested in accordance with AASHTO T 11 and T 27. Mineral filler meeting the requirements of Section 805, agricultural limestone, or carbonate stone screenings may be used when additional fines are needed. 802.05 Blank. 802.06 Manufactured Sand for Portland Cement Concrete. Manufactured s and s hall meet a ll o f t he r equirements f or A LDOT # 100 c oncrete s and, A rticle 802.02, e xcept t he r equirement o f S ubitem 802. 02(b)1a m ay be i ncreased t o f ive pe rcent i f t he material is "Dust of Fracture." Manufactured sand may be produced from crushing gravel, granite, sandstone, or quartzite which may be used either as a blend with natural sand or as one hundred percent of the total fine aggregate. Gravel u sed t o pr oduce manufactured s and f or u se i n c oncrete pa vement or br idge s uperstructure concrete (except prestress concrete) shall have a bulk specific gravity greater than 2.550 (AASHTO T 85). Manufactured sand produced from crushing limestone shall not be used in bridge decks or concrete pavement. However, manufactured limestone sand may be used in prestressed or precast concrete, or cast in place concrete, which will not be exposed to vehicular traffic, if approved by the Engineer. 802.07 Fine Aggregate for White Concrete. Fine aggregate for white concrete shall be a natural white, washed sand and/or an artificial sand made from white quartz, crushed white limestone, white marble, or white granite and shall contain no discoloring material, c lay loam, o r o ther f oreign matter. It s hall be s ecured f rom s ources pr eviously tested a nd a pproved by the D epartment f or w hiteness a nd light r eflecting qu alities o r by v isual comparison shall be, in the opinion of the Engineer, at least as white as the approved standard sample on f ile i n t he E ngineer's o ffice. O ther r equirements f or t his f ine a ggregate s hall c onform t o A rticle 802.02, with the gradation requirements in accordance with ALDOT Size No. 106. 802.08 Blank. 802.09 Gradation. Fine aggregate shall be w ell graded between the limits specified and the size or sizes designated shall conform to the limits shown in the Fine Aggregate Gradation Table. TABLE OF ALDOT FINE AGGREGATE SIZES Aggregate Size Number DESCRIPTION PERCENT PASSING BY WEIGHT {MASS}, SIEVE SIZE 1 3/8 inch {9.5 mm} No. 4 {4.75 mm} No. 8 {2.36 mm} No. 16 {1.18 mm} No. 50 {300 µm} No. 100 {150µm} No. 200 {75µm} 100 Concrete Sand 100 95-100 80-100 50-90 5-30 0-10 101 Mortar Sand 100 15-40 0-10 104 Plant Mix Sand 100 0-12 105 Manufactured Sand 100 95-100 50-80 20-50 10-25 5-12 106 White Concrete Fine Aggregate 100 95-100 75-100 50-90 10-35 5-15 0-5 NOTES: 1. Figures are percentages by weight {mass} of material finer than each sieve. 2.The F.M. for Size No. 100 when used in Portland cement concrete pavement shall be 2.30 minimum, 3.00 maximum. 3. See Articles No. 802.02 to 802.07 for descriptions. ---PAGE BREAK--- SECTION 804 ASPHALT MATERIALS 566 OPTIONAL TABLE OF ALDOT FINE AGGREGATE SIZES FOR CONCRETE TYPES 2, 3, & 4 DESCRIPTION PERCENT PASSING BY WEIGHT {MASS}, SIEVE SIZE 1/2 inch {12.5 mm} 3/8 inch {9.5mm} No. 4 {4.75 mm} No. 8 {2.36 mm} No 16 {1.18 mm} No. 30 {600 µm} No. 50 {300 µm} No. 100 {150 µm} Concrete Sand 100 95-100 85-100 75-100 50-90 30-80 5-45 0-10 NOTE: Concrete sand for concrete headwalls, inlets, miscellaneous concrete units, slope paving, machine laid curbs, gutters, or combination curbs and gutters may meet this gradation in lieu of the ALDOT Size No. 100 Concrete Sand gradation given above. 802.10 Aggregate for Bituminous Work. The provisions of Article 801.10 are applicable to all Fine Aggregate used in bituminous work. 802.11 Use, Care, and Handling; Gradation Table. Use, care, a nd handling o f f ine a ggregate s hall b e in a ccordance w ith t he provisions o f A rticle 801.11, modified with respect to fine aggregate where necessary. SECTION 804 ASPHALT MATERIALS 804.01 General. The a sphalt m aterials f urnished s hall be o f a pproved q uality a nd s hall m eet t he r equirements shown under its respective type in the following tables and referenced specifications for the kind of material f urnished. F or a ny c ontract, t he m aterial f urnished s hall s how u niform t est results. W here more t han o ne g rade o f material i s p ermitted f or any i tem o f w ork, t he Engineer s hall s pecify t he grade . In all cases, the Engineer will specify the consistency limits for the grade of material shown on the plans and/or proposal. The Contractor may, without extra compensation, supply asphalt material containing a pproved a dditives f or p roducing n on-stripping c haracteristics. For s uch materials, a n adjustment in the total asphalt requirements of this subdivision will be made as deemed necessary. Sampling of tank cars, tank trucks, distributor trucks, or recirculating storage tanks shall be by the use of a sampling valve, as prescribed in Figure 3 of AASHTO T 40, installed in the tanks. All products f urnished f or u se s hall be f rom a n a pproved p roducer w ho i s pa rticipating i n a nd meeting the requirements of ALDOT-243, ACCEPTANCE PROGRAM FOR ASPHALT MATERIALS, and listed on List I-4, PRODUCERS OF ASPHALT PRODUCTS, of the Department's "Materials, Sources, and Devices With Sp ecial A cceptance R equirements" M anual. R efer t o S ubarticle 1 06.01(f) a nd A LDOT-355 concerning this list. 804.02 Performance Graded Asphalt Binders (PGAB). The m aterial su pplied u nder t his A rticle s hall b e a sphalt pr epared by t he r efining o f a sphaltic petroleum. No a ir-blown or o xidized a sphalt w ill be a llowed. The ref ined a sphalt bi nder shall be homogeneous, free of water and shall not foam when heated at 347 °F {175 The PG 58-22, PG 64-22, and PG 76-22 binders shall conform to the requirements given in AASHTO M-320 as s hown i n Tables 1, 2 a nd 4 i n A rticle 804.07. T he PG 67 -22 b inder ( not s hown i n AASHTO M-320) shall conform to the requirements given in AASHTO M-320 and the requirements given in Table 3 of Article 804.07. Shipping t emperature o f t he a sphalt f rom t he r efinery s hall not ex ceed 3 56 ° F { 180 f or unmodified binders. For polymer modified binders, shipping temperatures in excess of 356 °F {180 may be allowed with the approval of the Materials and Tests Engineer. At the time of use, the asphalt temperature shall comply with the requirements of Item 401.03(d)2. or Subarticle 410.02(b) whichever is applicable. 804.03 Cutback Asphalt. The materials supplied under this Article s hall be made f rom liquid asphalt binder and naphtha solvent, so proportioned and mixed that the finished product shall be homogeneous and conform to the requirements of AASHTO M 81 for rapid curing cutback and AASHTO M 82 for medium curing cutback. 804.04 Emulsified Asphalt. The materials supplied under this Article shall be homogeneous emulsification of asphalt and shall show no separation of asphalt or objectionable change in viscosity within three months after delivery. ---PAGE BREAK--- SECTION 804 ASPHALT MATERIALS 567 Separation a t a ny t ime caused by f reezing o r contamination s hall be cause f or rej ection. E mulsified asphalt shall conform to the requirements as shown in Asphalt Materials Table No. 5 in Article 804.07. 804.05 Emulsified Petroleum Resin. The material supplied under this Article shall be a homogeneous emulsification of petroleum resin. The emulsified petroleum resin shall be s upplied from the producer in the form in which it shall be placed. No di lution o f t he pro duct w ill b e a llowed after t he product has l eft t he s upplier’s f acility. Emulsified petroleum resin shall conform to the requirements as shown in Asphalt Materials Table No. 6. in Article 804.07. 804.06 Blank. 804.07 Tables of Asphalt Materials. ASPHALT MATERIALS TABLE NUMBER 1, GRADE PG 58-22. ASPHALT MATERIALS TABLE NO. 1 SPECIFICATIONS FOR PERFORMANCE GRADED ASPHALT BINDER Property Grade PG 58-22 Specification Test Method Original Binder Flash Point Temperature Minimum 230 °C AASHTO T 48 Rotational Viscosity Maximum 3 Pa•s @ 135 °C AASHTO T 316 Dynamic Shear, G*/sin δ Minimum 1.00 kPa @ 58 °C AASHTO T 315 Rolling Thin Film Oven Residue (AASHTO T 240) Mass Loss (RTFO) Maximum 1.00 % AASHTO T 240 Dynamic Shear, G*/sin δ Minimum 2.20 kPa @ 58 °C AASHTO T 315 Pressure Aging Vessel Residue (AASHTO R 28) Dynamic Shear, G*•sin δ Maximum 5000 kPa @ 22 °C AASHTO T 315 Creep Stiffness, S Maximum 300 MPa @ -12 °C AASHTO T 313 m-value Minimum 0.300 @ -12 °C AASHTO T 313 ASPHALT MATERIALS TABLE NUMBER 2, GRADE PG 64-22. ASPHALT MATERIALS TABLE NO. 2 SPECIFICATIONS FOR PERFORMANCE GRADED ASPHALT BINDER Property Grade PG 64-22 Specification Test Method Original Binder Flash Point Temperature Minimum 230 °C AASHTO T 48 Rotational Viscosity Maximum 3 Pa•s @ 135 °C AASHTO T 316 Dynamic Shear, G*/sin δ Minimum 1.00 kPa @ 64°C AASHTO T 315 Rolling Thin Film Oven Residue (AASHTO T 240) Mass Loss (RTFO) Maximum 1.00 % AASHTO T 240 Dynamic Shear, G*/sin δ Minimum 2.20 kPa @ 64 °C AASHTO T 315 Pressure Aging Vessel Residue (AASHTO R 28) Dynamic Shear, G*•sin δ Maximum 5000 kPa @ 25 °C AASHTO T 315 Creep Stiffness, S Maximum 300 MPa @ -12 °C AASHTO T 313 m-value Minimum 0.300 @ -12 °C AASHTO T 313 ---PAGE BREAK--- SECTION 804 ASPHALT MATERIALS 568 The binder shown in Table No. 2 shall be made by adding polymer to a refined grade of PG 58-22 or shall be blended from PG 76-22 using an ALDOT approved blending procedure at the refinery. Air blown and oxidized asphalt shall not be used. All PG 64-22 shall contain a minimum of 1.5 by weight, polymer solids. A sample and infrared scan (Fourier Transform Infrared, FTIR) using the ALDOT 408 test method to determine t he s tyrene a nd bu tadiene p eaks a nd p olymer percentage a t t he a ppropriate po lymer loading shall be submitted to the Materials and Tests Engineer for laboratory evaluation prior to use. All polymers shall conform to Section 811 for polymer additives. All Polymer Modified Asphalt Binder manufacturers shall submit the information required in Article 811.01 annually or upon request by the Department. ASPHALT MATERIALS TABLE NUMBER 3, GRADE PG 67-22. ASPHALT MATERIALS TABLE NO. 3 SPECIFICATIONS FOR PERFORMANCE GRADED ASPHALT BINDERS (NOT SHOWN IN AASHTO M-320) Property Grade PG 67-22 Specification Test Method Original Binder Flash Point Temperature Minimum 230 °C AASHTO T 48 Rotational Viscosity Maximum 3 Pa•s @ 135 °C AASHTO T 316 Dynamic Shear, G*/sin δ Minimum 1.00 kPa @ 67 °C AASHTO T 315 Rolling Thin Film Oven Residue (AASHTO T 240) Mass Loss (RTFO) Maximum 1.00 % AASHTO T 240 Dynamic Shear, G*/sin δ Minimum 2.20 kPa @ 67 °C AASHTO T 315 Pressure Aging Vessel Residue (AASHTO R 28) Dynamic Shear, G*•sin δ Maximum 5000 kPa @ 26.5 °C AASHTO T 315 Creep Stiffness, S Maximum 300 MPa @ -12 °C AASHTO T 313 m-value Minimum 0.300 @ -12 °C AASHTO T 313 ASPHALT MATERIALS TABLE NUMBER 4, GRADE PG 76-22. ASPHALT MATERIALS TABLE NO. 4 SPECIFICATIONS FOR PERFORMANCE GRADED ASPHALT BINDER Property Grade PG 76-22 Specification Test Method Original Binder Flash Point Temperature Minimum 230 °C AASHTO T 48 Rotational Viscosity Maximum 3 Pa•s @ 135 °C AASHTO T 316 Dynamic Shear, G*/sin δ Minimum 1.00 kPa @ 76°C AASHTO T 315 Rolling Thin Film Oven Residue (AASHTO T 240) Mass Loss (RTFO) Maximum 1.00 % AASHTO T 240 Dynamic Shear, G*/sin δ Minimum 2.20 kPa @ 76 °C AASHTO T 315 Elastic Recovery Minimum 50 10°C AASHTO T 3011 Pressure Aging Vessel Residue (AASHTO R 28) Dynamic Shear, G*•sin δ Maximum 5000 kPa @ 26.5 °C AASHTO T 315 Creep Stiffness, S Maximum 300 MPa @ -12 °C AASHTO T 313 m-value Minimum 0.300 @ -12 °C AASHTO T 313 1The following exceptions shall be made to the requirements given in AASHTO T 301: The statement given in Section 4.5 that reads "Attach the clips to the pins or hooks of the force adapter and the testing machine…" shall be disregarded. The mold shall be in accordance with t he r equirements g iven in A STM D 6084 w ith d imensions n oted in t his m ethod. All Elastic Recovery failures will be subject to FTIR scans for acceptability. All binders used in Table 4 shall be made by the addition of polymer to refined grades of PG 67-22 without using air blown or oxidized asphalt. All PG 76-22 shall contain a minimum of 2.5 by weight, polymer solids. A sample and infrared scan (Fourier Transform Infrared, FTIR) using the ALDOT 408 test method to determine t he s tyrene a nd bu tadiene p eaks a long w ith t he percentage o f po lymer a dded a t t he ---PAGE BREAK--- SECTION 804 ASPHALT MATERIALS 569 appropriate po lymer loading s hall b e s ubmitted t o t he M aterials a nd Tes ts E ngineer f or l aboratory evaluation prior to use. All polymers shall conform to Section 811 for polymer additives. All Polymer Modified Asphalt Binder manufacturers shall submit the information required in Article 811.01 annually or upon request by the Department. ASPHALT MATERIALS TABLE NUMBER 5, EMULSIFIED ASPHALTS. ASPHALT MATERIALS TABLE NO. 5 SPECIFICATIONS FOR EMULSIFIED ASPHALTS VISCOSITY GRADE NTSS-1HM Min-Max CMS-2, CMS-2h, CSS-1, CSS-1h, CRS-2 CRS-2p* CRS-2l* AE-P Min-Max CRS-2h CRS-2hp* Min-Max CQS-1h CQS-1hp* Min-Max AASHTO TESTS AASHTO M 208 Meet T 59 Elastic Recovery Minimum 50 % @ 50°F {10°C} - - 50 % for CRS-2p and CRS-2l - - 50% for CRS-2hp 50% for CQS-1hp T 301 Viscosity, Saybolt Furol: @ 77 °F {25 Sec @ 122 °F {50 Sec 25 500 - - - - - - 10 50 - - - - 200 500 20 150 - - - - T 59 T 59 *See Note #4 Settlement, 5 days, % - - 5 - - - - 5 - - - - - - - - T 59 Storage Stability Test 24 hr., % - - 1.0 - - - - - - - - 1.0 - - 1.0 T 59 Demulsibility, 35 m/0.8% Sod. Dioctyl Sulfosucinate, % - - - - - - - - 60 - - - - - - T 59 Classification Test - - - - - - - - Passes - - - - T 59 Particle Charge Negative - - - - - - Positive Positive T 59 Sieve Test, % - - - - - - 0.1 - - 0.10 - - 0.10 T 59 Distillation: Oil Distillate or Naphtha, by Volume of Emulsion, % Residue by Distillation, % - - 1.0 35 - - - - - - - - 12 45 - - - - 3.0 65 - - - - - - 60 - - T 59 T 59 Stone Coating Test, % Coated - - - - - - - - - - - - - - - - See Note #1 Modified Sand Coating - - - - - - - - - - - - - - - - See Note #2 Tests on Residue from Distillation: Float Test @ 140 °F {60 Sec. Solubility in CLCH:CCL2, % Ductility @ 77 °F {25 cm Ash, % by Mass Specific Gravity, 77 77 °F {25 °C/25 Softening Point - - - - - - - - - - 65ºC - - - - - - - - - - - - 20 - - 97.5 - - - - - - - - - - - - - - - - - - - - - - 97.5 - - 60 - - - - - - - - - - - - - - - - - - 97.5 - - 40 - - - - - - - - - - - - - - See Note #3 T 44 T 51 T 111 T 228 T 53 Penetration 77 °F {25 100 g. 5s 20 - - - - - - 70 100 60 110 T 49 * All CRS-2p, CRS-2hp, CRS-2l, and CQS-1hp shall contain a m inimum of 3.0 % polymer by volume. CRS-2p shall meet the requirements given in AASHTO M 316 with the exception of polymer content. All polymers shall conform to t he r equirements g iven in S ection 8 11. A ll E lastic R ecovery f ailures w ill b e su bject t o FT IR sc ans f or acceptability. The following exceptions shall be made to the requirements given in AASHTO 301: The statement given in Section 4.5 that reads "Attach the clips to the pins or hooks of the force adapter and the testing machine…" shall be disregarded. The mold shall be in accordance with the requirements given in ASTM D 6084 with dimensions noted in this method. ---PAGE BREAK--- SECTION 804 ASPHALT MATERIALS 570 NOTES TO ASPHALT MATERIALS TABLE NO. 5. NOTE Stone Coating Test. Use AASHTO T 59, Coating Test, except the mixture of stone and asphalt emulsion shall be mixed v igorously f or f ive minutes a nd t hen i mmediately drenched w ith a pproximately t wice i ts o wn volume o f t ap w ater a t r oom t emperature a fter w hich t he a ggregate s hall be a t l east 9 0 pe rcent coated with an asphalt film. NOTE Modified Sand Coating Test. Use A ASHTO T 5 9, C oating T est, e xcept a mi xture o f a ir-dry t est ag gregate an d asp halt emulsion shall be mixed thoroughly for five minutes then allowed to stand for five hours, after which the mixture shall be capable of being mixed for an additional five minutes. The mixture shall then be drenched with approximately twice its own volume of tap water at room temperature without showing more t han 1 0 p ercent loss o f b ituminous f ilm. T he t est a ggregate f or us e i n t his t est s hall be a combination o f 90 percent c oncrete s and a nd 1 0 p ercent P ortland c ement. The a mount o f a sphalt emulsion used shall be 10 percent by weight {mass} of the aggregate. NOTE Float Test. Use A ASHTO T 5 0, w ith t he exception t hat t he residue s hall be a llowed t o cool t o ro om temperature a nd r e-melted a t lowest po ssible t emperature t hat w ill b ring i t t o a s ufficiently f luid condition for easy pouring. Then pour into the collar for completion of the float test. NOTE Viscosity Test. If t he V iscosity Tes t beg ins t o dr ip a t 1 22 ° F { 50 t est t emperature, t he t est s hall be repeated at 160 °F {70 The Viscosity at 160 °F {70 shall not exceed 200 seconds. ASPHALT MATERIALS TABLE NUMBER 6, EMULSIFIED PETROLEUM RESIN. ASPHALT MATERIALS TABLE NO. 6 SPECIFICATIONS FOR EMULSIFIED PETROLEUM RESIN RESULTS TEST METHODS TESTS Minimum Maximum ASTM AASHTO Particle Charge Test Positive D 244 T 59 Residue, % * (Residue contains 5% Asphalt) 60 D 244 T 59 Sieve Test, % 0.1 D 244 T 59 Viscosity, @ 77 °F {25 SFS 14 60 D 244 T 59 Tests on Residue: Flash Point, COC Viscosity at 140 °F {60 (cST) 210 190 450 D 92 D 2170 T 48 T 201 * ASTM D 2 44 E vaporation Tes t f or per cent o f res idue i s m odified by heating 5 0 g ram s ample t o 1 49 °C unt il f oaming c eases, t hen c ooling immediately and calculating results. Test procedure identical with ASTM except that distilled water shall be used in place of 2% sodium oleate solution. ---PAGE BREAK--- SECTION 804 ASPHALT MATERIALS 571 ASPHALT MATERIALS TABLE NO. 5 SPECIFICATIONS FOR EMULSIFIED ASPHALTS VISCOSITY GRADE NTSS-1HM Min-Max CMS-2, CMS-2h, CSS-1, CSS-1h, CRS-2 CRS-2p* AE-P Min-Max CRS-2h CRS-2hp* Min-Max CQS-1h CQS-1hp* Min-Max AASHTO TESTS AASHTO M 208 Meet T 59 Elastic Recovery Minimum 50 % @ 50°F {10°C} - - 50 % for CRS-2p - - 50% for CRS-2hp 50% for CQS-1hp T 301 Viscosity, Saybolt Furol: @ 77 °F {25 Sec @ 122 °F {50 Sec 25 500 - - - - - - 10 50 - - - - 200 500 20 150 - - - - T 59 T 59 *See Note #4 Settlement, 5 days, % - - 5 - - - - 5 - - - - - - - - T 59 Storage Stability Test 24 hr., % - - 1.0 - - - - - - - - 1.0 - - 1.0 T 59 Demulsibility, 35 m/0.8% Sod. Dioctyl Sulfosucinate, % - - - - - - - - 60 - - - - - - T 59 Classification Test - - - - - - - - Passes - - - - T 59 Particle Charge Negative - - - - - - Positive Positive T 59 Sieve Test, % - - - - - - 0.1 - - 0.10 - - 0.10 T 59 Distillation: Oil Distillate or Naphtha, by Volume of Emulsion, % Residue by Distillation, % - - 1.0 35 - - - - - - - - 12 45 - - - - 3.0 65 - - - - - - 60 - - T 59 T 59 Stone Coating Test, % Coated - - - - - - - - - - - - - - - - See Note #1 Modified Sand Coating - - - - - - - - - - - - - - - - See Note #2 Tests on Residue from Distillation: Float Test @ 140 °F {60 Sec. Solubility in CLCH:CCL2, % Ductility @ 77 °F {25 cm Ash, % by Mass Specific Gravity, 77 77 °F {25 °C/25 Softening Point - - - - - - - - - - 65ºC - - - - - - - - - - - - 20 - - 97.5 - - - - - - - - - - - - - - - - - - - - - - 97.5 - - 60 - - - - - - - - - - - - - - - - - - 97.5 - - 40 - - - - - - - - - - - - - - See Note #3 T 44 T 51 T 111 T 228 T 53 Penetration 77 °F {25 100 g. 5s 20 - - - - - - 70 100 60 110 T 49 * All CRS-2p, CRS-2hp and CQS-1hp shall contain a minimum of 3.0 % polymer by volume. CRS-2p shall meet the requirements given in AASHTO M 316 with the exception of polymer content. All polymers shall conform to the requirements given in Section 811. T he following exceptions shall be made to the requirements given in AASHTO 301: The statement given in Section 4.5 that reads "Attach the clips to the pins or hooks of the force adapter and the testing machine…" shall be disregarded. The mold shall be in accordance with the requirements given in ASTM D 6084 with dimensions noted in this method. ---PAGE BREAK--- SECTION 804 ASPHALT MATERIALS 572 NOTES TO ASPHALT MATERIALS TABLE NO. 5. NOTE Stone Coating Test. Use AASHTO T 59, Coating Test, except the mixture of stone and asphalt emulsion shall be mixed v igorously f or f ive minutes a nd t hen i mmediately drenched w ith a pproximately t wice i ts o wn volume o f t ap w ater a t r oom t emperature a fter w hich t he a ggregate s hall be a t l east 9 0 pe rcent coated with an asphalt film. NOTE Modified Sand Coating Test. Use A ASHTO T 5 9, C oating T est, e xcept a mi xture o f a ir-dry t est ag gregate an d asp halt emulsion shall be mixed thoroughly for five minutes then allowed to stand for five hours, after which the mixture shall be capable of being mixed for an additional five minutes. The mixture shall then be drenched with approximately twice its own volume of tap water at room temperature without showing more t han 1 0 p ercent loss o f b ituminous f ilm. T he t est a ggregate f or us e i n t his t est s hall be a combination o f 90 percent concrete s and a nd 1 0 p ercent P ortland c ement. The a mount o f a sphalt emulsion used shall be 10 percent by weight {mass} of the aggregate. NOTE Float Test. Use A ASHTO T 5 0, w ith t he exception t hat t he residue s hall be a llowed t o cool t o ro om temperature a nd r e-melted a t lowest po ssible t emperature t hat w ill b ring i t t o a s ufficiently f luid condition for easy pouring. Then pour into the collar for completion of the float test. NOTE Viscosity Test. If t he V iscosity Tes t beg ins t o dr ip a t 122 °F { 50 t est t emperature, t he t est s hall be repeated at 160 °F {70 The Viscosity at 160 °F {70 shall not exceed 200 seconds. ASPHALT MATERIALS TABLE NO. 6 SPECIFICATIONS FOR EMULSIFIED PETROLEUM RESIN RESULTS TEST METHODS TESTS Minimum Maximum ASTM AASHTO Particle Charge Test Positive D 244 T 59 Residue, % * (Residue contains 5% Asphalt) 60 D 244 T 59 Sieve Test, % 0.1 D 244 T 59 Viscosity, @ 77 °F {25 SFS 14 60 D 244 T 59 Tests on Residue: Flash Point, COC Viscosity at 140 °F {60 (cST) 210 190 450 D 92 D 2170 T 48 T 201 * ASTM D 2 44 E vaporation Tes t f or per cent o f res idue i s m odified by heating 5 0 g ram s ample t o 1 49 °C unt il f oaming c eases, t hen c ooling immediately and calculating results. Test procedure identical with ASTM except that distilled water shall be used in place of 2% sodium oleate solution. ---PAGE BREAK--- SECTION 805 MINERAL FILLER, HYDRATED LIME,CALCIUM CHLORIDE, BRICK, AND BLOCKS 573 SECTION 805 MINERAL FILLER, HYDRATED LIME,CALCIUM CHLORIDE, BRICK, AND BLOCKS 805.01 Mineral Filler, Hydrated Lime, Calcium Chloride, Brick and Blocks. These minerals shall meet the following requirements: Mineral Filler AASHTO M 17 Hydrated Lime ASTM C 207, Type N. Calcium Chloride AASHTO M 144, Type S or L Sewer Brick AASHTO M 91, Grade S.M. or M.M. Building Brick (Clay or Shale) AASHTO M 114, Grade S.W. or M.W. Concrete Brick (Manholes, etc) ASTM C 55, Type 11, Grade S Concrete Brick (Buildings) ASTM C 55, Type 1, Grade N-I or N-II Concrete Block (Hollow Load Bearing) ASTM C 90, Grade N, Type I or II 805.02 Mineral Filler for Hot Mix Asphalt. These minerals shall consist of finely divided mineral matter such as crusher fines, rock dust, slag dust, hydrated lime, h ydraulic c ement, P ortland cement, l oess o r C lass " F" f ly a sh me eting t he requirements of AASHTO M 17. Any lime based product shall meet the requirements of AASHTO M 303. SECTION 806 MINERAL ADMIXTURES 806.01 Mineral Admixtures. GENERAL. The D epartment h as e stablished a l ist of Mineral Admixtures F or U se I n P ortland C ement Concrete. These products can be found on List I-3 of the Department’s "Materials, Sources, and Devices With Sp ecial A cceptance R equirements" M anual. R efer t o S ubarticle 1 06.01(f) a nd A LDOT-355 concerning this list. FLY ASH. Fly a sh s hall c onsist o f t he f inely divided r esidue o r a sh t hat rem ains a fter burning f inely pulverized coal at high temperatures and shall meet the requirements of AASHTO M 295. MICROSILICA. Microsilica f or use a s a mineral a dmixture i n P ortland c ement concrete s hall m eet t he requirements of AASHTO M 307. GROUND GRANULATED BLAST FURNACE SLAG. Ground g ranulated blast f urnace s lag f or u se a s a m ineral a dmixture i n P ortland cement concrete s hall m eet t he r equirements o f A ASHTO M 3 02, G rade 100 o r 120. The t otal c ementitious material (the ground granulated blast furnace slag and the cement) shall meet the total alkali content requirement in Article 815.07. Additional requirements are given in Section 501. If g round g ranulated blast furnace slag is u sed as a mineral admixture in soil-cement stabilization, the ground granulated blast furnace slag shall meet the requirements of AASHTO M 302, Grade 100 o r 120, a nd t he c ontent s hall b e 50 % o f t he w eight { mass} o f th e t otal c ementitious material. ---PAGE BREAK--- SECTION 807 WATER 574 SECTION 807 WATER 807.01 Water for Cement Concrete. Water used in cement concrete shall be fresh, free from oil, and shall not contain impurities in excess of the following limits: Acidity or alkalinity calculated in terms of calcium carbonate 500 mg/L AASHTO T 26 Total organic solids 500 mg/L AASHTO T 26 Total inorganic solids 500 mg/L AASHTO T 26 Chloride Ion Concentration 250 mg/L AASHTO T 26 Sulfate Ion Concentration 250 mg/L AASHTO T 26 pH Min. 6.0, Max. 8.0 ASTM D 1293 A c omparison o f t he g iven w ater w ith di stilled w ater can be o btained by making standard soundness, t ime of se tting, an d m ortar st rength t ests w ith st andard O ttawa san d, u sing t he sam e cement of standard quality with each water. Any indication of unsoundness, marked change in time of setting, o r a v ariation o f m ore t han 1 0 pe rcent i n strength f rom results o btained w ith mixtures containing the distilled water shall be sufficient cause for rejection of the water under test. Water from city water supplies may be accepted without being tested. Water used in curing cement concrete or mortar shall be free from salt or other substance which may be injurious to concrete. 807.02 Water for General Purposes. This w ater s hall be s uitable f or t he purpose i ntended a nd f ree f rom s ubstances h armful t o t he particular work involved. 807.03 Water for Lime Stabilization work. Water shall be from an approved source, free from any substance which might be harmful to the work, and the total inorganic solids shall not exceed 0.20 percent. SECTION 808 AIR ENTRAINING ADDITIVES 808.01 Air Entraining Admixtures. GENERAL. Air e ntraining a dmixtures for P ortland cement c oncrete s hall c omply w ith A ASHTO M 1 54. These additives shall not contain chloride added during its manufacture. Air entraining admixtures already approved for use may not be required to meet performance tests; however, new agents not already approved, if deemed necessary, will be required to meet the comparative strength and non-bleeding provisions of AASHTO M 154 modified to require only 3, 7, and 28 day flexural and compressive tests. ACCEPTANCE OF MATERIAL FOR USE. The Department has established a l ist of Chemical Admixtures For Use I n Portland Cement Concrete. T hese pr oducts c an be f ound o n L ist I I-1 o f th e De partment’s " Materials, S ources, a nd Devices With Special Acceptance Requirements" Manual. Refer to Subarticle 106.01(f) and ALDOT-355 concerning this list. SECTION 809 CHEMICAL ADMIXTURES FOR CONCRETE 809.01 Chemical Admixtures for Concrete. GENERAL. Chemical a dmixtures f or concrete s hall c omply w ith t he requirements o f A ASHTO M 1 94 within the following limitations: ---PAGE BREAK--- SECTION 810 GEOTEXTILES 575 These a dmixtures s hall not c ontain c alcium chloride o r s ugars a dded during i ts manufacture. The dosage of each type additive will be included in the concrete design mix issued from the Bureau of Materials and Tests. When a n a ir en training a dmixture i s u sed w ith a w ater re ducer a nd/or re tarder, both admixtures must be manufactured by the same producer. ADMIXTURE TYPES. Type A Water-reducing admixtures Type B Retarding admixtures Type C Accelerating admixtures Type D Water-reducing and retarding admixtures Type E Water-reducing and accelerating admixtures Type F Water-reducing, high range admixtures Type G Water-reducing, high range, and retarding admixtures ACCEPTANCE OF MATERIAL FOR USE. The Department has established a l ist of Chemical Admixtures For Use I n Portland Cement Concrete. T hese pr oducts c an be f ound o n L ist I I-1 o f t he D epartment’s " Materials, S ources, an d Devices With Special Acceptance Requirements" Manual. Refer to Subarticle 106.01(f) and ALDOT-355 concerning this list. SECTION 810 GEOTEXTILES 810.01 Geotextile Filters. Geotextile filters shall meet the appropriate chemical and physical requirements of AASHTO M 288 for t he a pplication f or w hich t he m aterial i s t o b e u sed. T he D epartment has es tablished a l ist o f acceptable Geotextiles. Only the materials on this list shall be furnished for use. This list, List II-3, is given i n the " Materials, S ources, a nd D evices With S pecial Acceptance R equirements" M anual. Information concerning this list is given in Subarticle 106.01(f) and ALDOT-355. Geotextile rolls s hall be f urnished w ith a s uitable wrapping f or p rotection a gainst moisture a nd extended u ltraviolet ex posure p rior t o pl acement. Each r oll s hall b e l abeled o r t agged t o pr ovide product identification sufficient for inventory and quality control purposes. Rolls shall be stored in a manner w hich protects t hem f rom t he e lements. I f s tored o utdoors, t hey s hall be elevated a nd protected with a waterproof cover. The geotextile shall be formed in widths of not less than 6 feet {2 Sheets of geotextile may be sewn together with thread of a material meeting the chemical requirements given for the plastic yarn to f orm f ilter w idths a s r equired. T he s heets o f g eotextile s hall b e s ewn t ogether a t t he point o f manufacture or another approved location. SECTION 811 POLYMER ADDITIVES FOR ASPHALT MATERIALS 811.01 General. Any polymer not specifically addressed in this Section shall not be used. Variations in composition of polymers listed in this Section will also be considered, if requested in writing to the Materials and Tests Engineer. The use of any polymer shall require the submittal of a written certification to the Materials and Tests E ngineer f rom t he manufacturer s howing t est res ults f or p hysical p roperties o f t he m aterial including, as a minimum, polymer types, polymer percentages, percentage of any cross linking agent and specific gravity. The manufacturer shall also submit a procedure for incorporating the polymer into the a sphalt m aterial f or actual p roduction a nd laboratory bl ending, w hich would i nclude b lending procedures, des ired t emperatures, duration o f bl ending, et c. A s ample o f t he bituminous material along with an infrared trace using ALDOT 408 procedure or AASHTO T 302 for emulsions showing the styrene and butadiene peaks and percentage of polymer shall also be submitted by the refinery to the ---PAGE BREAK--- SECTION 811 POLYMER ADDITIVES FOR ASPHALT MATERIALS 576 Department f or laboratory ev aluation prior t o u se. Th is s ubmittal s hall b e made a nnually o r u pon request by the Department or if the manufacturer changes polymer sources. Field blends of emulsions shall not require an FTIR trace. 811.02 Styrene Butadiene Rubber (SBR) Latex for Hot Mix Asphalt. The latex to be used shall be unvulcanized styrene butadiene rubber in liquid latex form. A sample of t he a sphalt binder a t t he a ppropriate polymer loading a long w ith a n i nfrared t race s howing the styrene a nd butadiene p eaks s hall be s ubmitted t o t he D epartment f or l aboratory ev aluation s emi- annually o r i f t he m anufacturer c hanges p olymer s ources. T he m anufacturer o f t he S BR l atex s hall provide a w ritten c ertification s howing t est res ults f or t otal r ubber s olids, pe rcent s tyrene a nd butadiene m onomer, a sh content, a nd v iscosity. T he t est r esults s hall c omply w ith t he f ollowing minimum requirements: Total Solids, % by weight {mass} (min.) 67 Monomer Ratio Butadiene/Styrene, % 75/25 ± 3 Brookfield, Viscosity, RVT #3 Spindle, 20 rpm 500-2000 Total weight per gallon {mass per liter, kg} 7.7 – 8.0 {3.5 - 3.6} Total Ash (max.), % of Total Rubber Solids, ASTM D 297 3.5 811.03 SBR Latex for Asphalt Surface Treatments. The SBR latex to be used shall be an unvulcanized styrene butadiene rubber in liquid latex form. The manufacturer of the SBR latex shall provide a written certification showing test results for total rubber s olids, p ercent s tyrene a nd butadiene m onomer, a sh c ontent, a nd v iscosity. The t est res ults shall comply with the following minimum requirements: Cationic CRS-2 Compatible Total Solids, % by weight {mass} (min.) 60 Monomer Ratio Butadiene/Styrene, % 75/25 ± 3 Brookfield, Viscosity, RVT #3 Spindle, 20 rpm 500-3000 Total Ash (max.), % of Total Rubber Solids, ASTM D 297 3.5 Before beginning t he S BR latex r ubber s urface t reatment o peration, a nd a s o ften t hereafter a s deemed necessary, t he D epartment w ill c heck t he c ompatibility o f t he S BR l atex and t he a sphalt emulsion by using the following procedure: 1. Measure 100 ml of hot asphalt emulsion (160 °F {71 in beaker. 2. Add 10% of SBR latex to the hot emulsion. 3. Using a stirring rod, mix the contents by hand for a minimum of two minutes. Check for coagulum. 4. Allow to cool to ambient temperature. Note any separation or coagulum. If the SBR latex-asphalt emulsion is in a smooth liquid state, the materials show compatibility. If the materials coagulate, the C ontractor w ill be r equired t o make an y c hanges n ecessary, su ch as lowering the pH of the asphalt emulsion or increasing the surfactant in the asphalt emulsion, to create compatibility of the materials. The SBR latex-asphalt emulsion shall be used within 24 hours after combining the materials unless special authorization of the Engineer allows otherwise. 811.04 Styrene Butadiene (SB) or Styrene Butadiene Styrene (SBS) for Hot Mix Asphalt. A sample of the asphalt binder at the appropriate polymer loading, along with an infrared trace using ALDOT 408 showing the styrene and butadiene peaks, along with the percent polymer added shall be submitted to the Department for laboratory evaluation.