INDIANA DEPARTMENT OF TRANSPORTATION

CONTRACT INFORMATION BOOK (CIB)

PART I

CONTRACT NO.

LETTING DATE:

Certified By:

Date: Covering Items in Table of Contents, PART I For Release for Bidding Purposes CONTRACT INFORMATION TABLE OF CONTENTS

CONTRACT NO.

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

PART I PAGES

PROPOSAL PAGE 1 SCHEDULE OF PAY ITEMS 1 – RECURRING PLAN DETAILS 1 - TRAFFIC CONTROL DEVICE REPORT 1 SPECIAL PROVISIONS 1 – PART II

CONTACT FOR CONTRACTORS

DISTRICT CONSTRUCTION DIRECTOR:

*QUESTION FORM

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

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

CONTACTS FOR DISTRICT PERSONNEL ONLY

PHONE:

PHONE: Indiana Department of Transportation Proposal

Date of Letting: April 05, 2017 Time of Letting: 10:00 A.M.

Location of Letting: N725 CONF RM, GOVERNMENT CENTER NORTH 100 N. SENATE AVENUE INDIANAPOLIS, INDIANA 46204

State Certified Contract Number: R -36342-A Project Number(s): 1172473

Districts : Greenfield Counties : HOWARD

Description: NEW PEDESTRIAN BRIDGE CONSTRUCTION

Completion Date or Time ID Description Time Type Liquidated Damages Rate Number of Units

00 COMPLETION DATE 11/9/2018 DT $1,500.00 per Days

01 INTERMEDIATE 11/21/2017 DT $1,500.00 per Days COMPLETION DATE (*) - Indicates Cost Plus Time Site. See Schedule of Items for Cost Per Unit

DBE GOAL: A contract provision goal of 12.00 percent of the contract bid price has been established as the minimum amount for contracting to disadvantaged business enterprises.

Erosion Control: Erosion Control Level One Pre-Bid Meeting Date: Not Applicable

THE FOLLOWING DOCUMENTS ARE INCLUDED IN THE CONTRACT: 2016 STANDARD SPECIFICATIONS EFFECTIVE LIST OF APPROVED OR PREQUALIFIED MATERIALS STANDARD DRAWINGS LISTED ON STANDARD DRAWING INDEX EFFECTIVE 9-1-16 ADDITIONAL REFERENCE MATERIAL MAY BE AVAILABLE ON THE INDOT WEBSITE. THE REFERENCE MATERIAL MAY INCLUDE, BUT IS NOT LIMITED TO PERMITS, ASBESTOS REPORTS, GEOTECHNICAL REPORTS, AND PRE-BID QUESTIONS AND ANSWERS. THE CONTRACTOR SHALL CONSIDER THE AVAILABLE ADDITIONAL REFERENCE MATERIAL IN PREPARATION OF THE PROPOSAL BID. Indiana Department of Transportation Letting Date: April 05, 2017 Proposal Schedule of Items Page 1 of 8 Proposal ID: R -36342-A Project(s): 1172473 SECTION: 1 NEW PEDESTRIAN BRIDGE CONSTRUCTION

Alt Set ID: Alt Mbr ID:

Proposal Approximate Line Item ID Unit Price Bid Amount Number Quantity and Description Units

0001 105-06845 CONSTRUCTION ENGINEERING LUMP SUM LUMP SUM ______._____

0002 109-08359 1.000 LIQUIDATED DAMAGES DOL 1.00 1.00

0003 109-08360 1.000 CONTRACT LIENS DOL 1.00 1.00

0004 109-08443 1.000 QUALITY ADJUSTMENTS, DOL 1.00 1.00 TEMPORARY TRAFFIC CONTROL DEVICES 0005 109-08444 1.000 QUALITY ADJUSTMENTS, FAILED DOL 1.00 1.00 MATERIALS 0006 109-11362 1.000 QUALITY ADJUSTMENTS, FAILURE TO DOL 1.00 1.00 MAINTAIN TEMPORARY EROSION AND SEDIMENT CONTROL MEASURES 0007 110-01001 MOBILIZATION AND DEMOBILIZATION LUMP SUM LUMP SUM ______._____

0008 201-52370 CLEARING RIGHT OF WAY LUMP SUM LUMP SUM ______._____

0009 203-02000 6,039.000 EXCAVATION, COMMON CYS ______.______._____

0010 203-02070 28,551.000 BORROW CYS ______.______._____

0011 204-02290 4.000 SETTLEMENT PLATE EACH ______.______._____

0012 204-08415 8.000 STAKE, SETTLEMENT EACH ______.______._____ Indiana Department of Transportation Letting Date: April 05, 2017 Proposal Schedule of Items Page 2 of 8 Proposal ID: R -36342-A Project(s): 1172473 SECTION: 1 NEW PEDESTRIAN BRIDGE CONSTRUCTION

Alt Set ID: Alt Mbr ID:

Proposal Approximate Line Item ID Unit Price Bid Amount Number Quantity and Description Units

0013 205-12108 12,650.000 STORM WATER MANAGEMENT DOL 1.00 12,650.00 BUDGET 0014 205-12109 SWQCP PREPARATION AND LUMP SUM LUMP SUM ______._____ IMPLEMENTATION, LEVEL 1 0015 207-08266 2,272.000 SUBGRADE TREATMENT, TYPE III SYS ______.______._____

0016 211-02050 7,434.000 B BORROW CYS ______.______._____

0017 211-09266 3,380.000 STRUCTURE BACKFILL, TYPE 3 CYS ______.______._____

0018 214-07202 1,785.000 GEOGRID, TYPE IA SYS ______.______._____

0019 301-07448 587.000 COMPACTED AGGREGATE NO. 53 TON ______.______._____ BASE 0020 302-07455 38.000 DENSE GRADED SUBBASE CYS ______.______._____

0021 303-01180 276.000 COMPACTED AGGREGATE NO. 53 TON ______.______._____

0022 603-93373 734.000 FENCE PEDESTRIAN LFT ______.______._____

0023 604-05528 306.000 HMA FOR SIDEWALK TON ______.______._____

0024 605-06120 112.000 CURB, CONCRETE LFT ______.______._____

0025 609-06257 39.000 REINFORCED CONCRETE BRIDGE SYS ______.______._____ APPROACH, 10 IN. Indiana Department of Transportation Letting Date: April 05, 2017 Proposal Schedule of Items Page 3 of 8 Proposal ID: R -36342-A Project(s): 1172473 SECTION: 1 NEW PEDESTRIAN BRIDGE CONSTRUCTION

Alt Set ID: Alt Mbr ID:

Proposal Approximate Line Item ID Unit Price Bid Amount Number Quantity and Description Units

0026 615-06490 8.000 RIGHT-OF-WAY MARKER EACH ______.______._____

0027 616-02320 9.000 GEOTEXTILES SYS ______.______._____

0028 616-06405 7.000 RIPRAP, REVETMENT TON ______.______._____

0029 621-01004 2.000 MOBILIZATION AND DEMOBILIZATION EACH ______.______._____ FOR SEEDING 0030 621-01852 430.000 MULCHED SEEDING GRASS, 2 SYS ______.______._____

0031 621-02770 7,684.000 EROSION CONTROL BLANKET SYS ______.______._____

0032 621-06545 2.000 FERTILIZER , PERMANENT TON ______.______._____

0033 621-06554 300.000 SEED MIXTURE U LBS ______.______._____

0034 621-06570 120.000 TOPSOIL CYS ______.______._____

0035 621-98038 40.000 MULCH HARDWOOD SHREDDED CYS ______.______._____ BARK 0036 622-05626 15.000 PLANT, CONIFEROUS EVERGREEN, EACH ______.______._____ CONE BROAD UPRIGHT, OVER 72 TO 96 IN. 0037 622-05641 17.000 PLANT, DECIDUOUS SHRUB, 36 TO 48 EACH ______.______._____ IN. Indiana Department of Transportation Letting Date: April 05, 2017 Proposal Schedule of Items Page 4 of 8 Proposal ID: R -36342-A Project(s): 1172473 SECTION: 1 NEW PEDESTRIAN BRIDGE CONSTRUCTION

Alt Set ID: Alt Mbr ID:

Proposal Approximate Line Item ID Unit Price Bid Amount Number Quantity and Description Units

0038 622-05649 12.000 PLANT, DECIDUOUS TREE, SINGLE EACH ______.______._____ STEM, 1.25 TO 2 IN. 0039 622-05654 190.000 PLANT, PERENNIAL EACH ______.______._____

0040 622-07764 IRRIGATION , TREE LUMP SUM LUMP SUM ______._____ WATERING SYSTEM 0041 628-09401 12.000 FIELD OFFICE, A MOS ______.______._____

0042 701-09558 185.000 TEST PILE, INDICATOR, PRODUCTION LFT ______.______._____

0043 701-09560 2.000 TEST PILE, INDICATOR, RESTRIKE EACH ______.______._____

0044 701-09663 769.000 PILE, STEEL PIPE, 0.312 IN., 14 IN. LFT ______.______._____

0045 702-01724 1.000 CONCRETE C, FOOTINGS CYS ______.______._____

0046 702-51005 85.000 CONCRETE, A, SUBSTRUCTURE CYS ______.______._____

0047 702-51110 384.000 GRATES, BASINS, AND FITTINGS, LBS ______.______._____ CAST IRON 0048 702-51863 16.000 FIELD DRILLED HOLE IN CONCRETE EACH ______.______._____

0049 703-06028 2,698.000 REINFORCING BARS LBS ______.______._____

0050 703-06029 30,077.000 REINFORCING BARS, EPOXY LBS ______.______._____ COATED Indiana Department of Transportation Letting Date: April 05, 2017 Proposal Schedule of Items Page 5 of 8 Proposal ID: R -36342-A Project(s): 1172473 SECTION: 1 NEW PEDESTRIAN BRIDGE CONSTRUCTION

Alt Set ID: Alt Mbr ID:

Proposal Approximate Line Item ID Unit Price Bid Amount Number Quantity and Description Units

0051 704-51002 58.000 CONCRETE, C, SUPERSTRUCTURE CYS ______.______._____

0052 709-07110 1,560.000 SEAL COAT GRAFFITI RESISTANT SFT ______.______._____

0053 709-51821 SURFACE SEAL LUMP SUM LUMP SUM ______._____

0054 710-11640 4.000 MASONRY COLUMN EACH ______.______._____

0055 711-04845 BRIDGE STEEL TRUSS PRE- LUMP SUM LUMP SUM ______._____ ENGINEERED 0056 711-51038 STRUCTURAL STEEL LUMP SUM LUMP SUM ______._____

0057 715-05119 58.000 PIPE, TYPE 1, CIRCULAR, 15 IN. LFT ______.______._____

0058 715-09064 58.000 VIDEO INSPECTION FOR PIPE LFT ______.______._____

0059 715-09938 PIPE, BRIDGE DECK DRAIN SYSTEM LUMP SUM LUMP SUM ______._____

0060 715-46005 2.000 PIPE END SECTION, DIAMETER 15 IN. EACH ______.______._____

0061 724-51925 37.000 STRUCTURAL EXPANSION JOINT, SS LFT ______.______._____

0062 731-93945 7,834.000 FACE PANELS, CONCRETE SFT ______.______._____

0063 731-93946 7,834.000 WALL ERECTION SFT ______.______._____ Indiana Department of Transportation Letting Date: April 05, 2017 Proposal Schedule of Items Page 6 of 8 Proposal ID: R -36342-A Project(s): 1172473 SECTION: 1 NEW PEDESTRIAN BRIDGE CONSTRUCTION

Alt Set ID: Alt Mbr ID:

Proposal Approximate Line Item ID Unit Price Bid Amount Number Quantity and Description Units

0064 731-93947 740.000 LEVELING PAD, CONCRETE LFT ______.______._____

0065 801-03290 2.000 CONSTRUCTION SIGN, C EACH ______.______._____

0066 801-03291 2.000 CONSTRUCTION SIGN, D EACH ______.______._____

0067 801-04308 4.000 ROAD CLOSURE SIGN ASSEMBLY EACH ______.______._____

0068 801-04746 2.000 ENERGY ABSORBING , CZ, EACH ______.______._____ TL- , 3 0069 801-06625 18.000 DETOUR ROUTE MARKER ASSEMBLY EACH ______.______._____

0070 801-06640 10.000 CONSTRUCTION SIGN, A EACH ______.______._____

0071 801-06645 2.000 CONSTRUCTION SIGN, B EACH ______.______._____

0072 801-06710 5.000 FLASHING ARROW SIGN DAY ______.______._____

0073 801-06775 MAINTAINING TRAFFIC LUMP SUM LUMP SUM ______._____

0074 801-07118 48.000 BARRICADE, III-A LFT ______.______._____

0075 801-07119 48.000 BARRICADE, III-B LFT ______.______._____

0076 801-08401 550.000 TEMPORARY TRAFFIC BARRIER, LFT ______.______._____ TYPE 2 Indiana Department of Transportation Letting Date: April 05, 2017 Proposal Schedule of Items Page 7 of 8 Proposal ID: R -36342-A Project(s): 1172473 SECTION: 1 NEW PEDESTRIAN BRIDGE CONSTRUCTION

Alt Set ID: Alt Mbr ID:

Proposal Approximate Line Item ID Unit Price Bid Amount Number Quantity and Description Units

0077 801-11642 2.000 PORTABLE CHANGEABLE MESSAGE EACH ______.______._____ SIGN 0078 802-04993 SIGN , NAME SIGNS LUMP SUM LUMP SUM ______._____

0079 805-01419 20.000 CIRCUIT BREAKER, INSTALL EACH ______.______._____

0080 805-02116 20.000 CIRCUIT BREAKER, FURNISH EACH ______.______._____

0081 805-03972 750.000 CONDUIT, PVC, 1 IN. SCHEDULE 40 LFT ______.______._____

0082 805-86898 1,200.000 CONDUIT, STEEL, GALVANIZED, 0.75 LFT ______.______._____ IN. 0083 805-93067 1.000 CONTROLLER CABINET, P EACH ______.______._____

0084 805-94069 900.000 CONDUIT, STEEL, GALVANIZED, 1 IN. LFT ______.______._____

0085 807-02394 1.000 CONTROLLER, LIGHTING EACH ______.______._____

0086 807-02857 1.000 CIRCUIT BREAKER PANEL EACH ______.______._____

0087 807-04744 LIGHTING , MISCELLANEOUS LUMP SUM LUMP SUM ______._____ EQUIPMENT 0088 807-04866 50.000 LUMINAIRE , TYPE A AND A1, BRIDGE EACH ______.______._____ FLOOD LIGHT 0089 807-04866 7.000 LUMINAIRE , TYPE B, BOLLARD LIGHT EACH ______.______._____ Indiana Department of Transportation Letting Date: April 05, 2017 Proposal Schedule of Items Page 8 of 8 Proposal ID: R -36342-A Project(s): 1172473 SECTION: 1 NEW PEDESTRIAN BRIDGE CONSTRUCTION

Alt Set ID: Alt Mbr ID:

Proposal Approximate Line Item ID Unit Price Bid Amount Number Quantity and Description Units

0090 807-04866 13.000 LUMINAIRE , TYPE C, RECESSED EACH ______.______._____ CURB LIGHT 0091 807-05073 70.000 JUNCTION BOX , 4 X 4 X 2 EACH ______.______._____

0092 807-09638 15.000 WIRE, NO. 6 COPPER, IN PLASTIC LFT ______.______._____ DUCT, IN TRENCH, 4 1/C 0093 807-86805 1.000 SERVICE POINT, I EACH ______.______._____

0094 807-87556 11,400.000 WIRE, TW/THW, NO. 10 COPPER, LFT ______.______._____ STRANDED 0095 807-95709 1.000 PHOTOCELLS EACH ______.______._____

0096 807-98336 15.000 WIRE, NO. 1 COPPER, IN PLASTIC LFT ______.______._____ DUCT, 4 1/C Section: 1 Total: ______._____

Total Bid: ______._____ GREENFIELD DISTRICT CONTRACT R -36342

103-C-584d DBE JOINT CHECK REQUEST FORM

(Revised 12-11-14)

INDIANA DEPARTMENT OF TRANSPORTATION DBE JOINT CHECK REQUEST FORM

Name of DBE Contract Number

Name of Prime Contractor Item Number(s)

Name of Material Supplier

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

I have read and understand the above information and have attached a copy of the Joint Check Agreement relating to this request. I hereby acknowledge that the information provided on this form is true and accurate.

Authorized DBE Representative

Signature Title Date

Authorized Prime Contractor Representative

Signature Title Date

Authorized Material Supplier Representative

Signature Title Date

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

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

1 GREENFIELD DISTRICT CONTRACT R -36342

INDIANA DEPARTMENT OF TRANSPORTATION PROCEDURES FOR USING JOINT CHECKS UNDER THE DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM

A joint check is a “two party” check payable to two parties. Typically, a joint check is issued by a prime contractor to a subcontractor and to a material supplier or another third party for items or services to be incorporated into a project.

INDOT understands that prime contractors, subcontractors and suppliers may wish to use joint check arrangements for a variety of legitimate reasons, such as assuring that timely payment will be for the supplier’s items or dealing with situations in which it is difficult for a subcontractor to obtain bonding at a competitive rate. However, INDOT also understands that that the use of joint checks can raise questions about whether it is proper to count DBE credit for the items purchased using the joint check.

When joint checks are utilized, DBE credit toward the contract goal will only be allowed when the DBE is performing a “commercially useful function” in accordance with 49 CFR 26.55(c)(1):

“A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to the materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable), and paying for the material itself.”

The following conditions will apply to payments to DBE subcontractors and material vendors using joint checks. INDOT will closely monitor the use of joint checks to ensure that such a practice does not erode the independence of the DBE nor inhibit the DBE’s ability to perform a commercially useful function. Joint checks will not be allowed simply for the convenience of the prime contractor. Failure to follow these conditions may disqualify DBE participation or adversely a contractor’s bidding status.

1. Any implementation of a Joint Check Agreement must first be approved by INDOT and requested by the DBE involved using the DBE Joint Check Request Form provided by INDOT; 2. A formalized Joint Check Agreement between the parties involved (including the conditions of the arrangement and expected use of the joint checks) must accompany the DBE Joint Check Request Form; 3. Each party to the Joint Check Agreement must also submit a statement of its history in using joint checks and any related policies with the DBE Joint Check Request Form; 4. Joint checks should be focused on accomplishing the procurement of materials needed for a particular purpose at a particular time (i.e., contract specific). 5. Even with joint checks, the DBE will remain responsible for the other elements of 49 CFR 26.55(c)(1); 6. No requirement by the prime contractor that the DBE is to use a specific supplier nor the prime contractors “negotiated” price; 7. DBE must release the joint check to the material supplier (upon determining that the material supplier or other third party has fulfilled its responsibilities under the contract); 8. DBEs must be more than an extra participant in releasing the check to the material supplier; 9. Prime contractors must make joint checks available to all contract participants, and may not be restrictive to any one participant; and 10. All parties involved in a formalized joint check agreement must provide INDOT (upon request) with any documentation deemed necessary to substantiate compliance.

2 GREENFIELD DISTRICT CONTRACT R -36342

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

INDOT Lead Des Number: InspectionType Inspection Date: Contract Number: 024 hr (After a > 0.5" Event) Date of Last Precipitation:

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

Areas Inspected

AreaType Inspected AreaType Inspected Area Inspected ,;INA ';INA -/INA Type Disturbed Areas Areas where Water Leaves the Erosion Project Site Controls Material Storage Areas Other: Sediment Controls How was inspection conducted? (check D Windshield D Walking D Other all that apply) Stationing Inspected Sta. to Sta. to Sta. to [JEntire Project DSelect Stations: Sta. Sta. Sta. Part A: Erosion and Sediment Control Best Management Practices (BMPs Ins}!ected Except for the instances listed below, all sediment and erosion controls have been inspected and were found to be in working order and do not require maintenance or conective actions.

BMPType Approximate Station Survey Line: Left, BMP Maintenance or Corrective Action Needed (see table on Right or centerline Describe required corrective actions, maintenance, additions, or From To page 3) directions. Along with description provide image filename here for any reference pictnres provided.

Page 1 of5

108-C-192d

3 GREENFIELD DISTRICT CONTRACT R -36342

Storm Water, Erosion, and Sediment Control Inspection Report INDOT (4-2012) Part B: Additional Quantities or Additional BMPs Needed Any additional control quantities or new BMPs not shown on the SWPPP must be approved by the PEIPS. If multiple locations are involved, identify the exact location of each addition. Justification for the measure must be provided.

BMPType Approximate Station Survey Line: Left, Description/Justification for the additional BMPs (see table on Right or centerline Along with description provide image filename here for any From To pa2e 3) reference pictures provided.

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

BMPType Approximate Station Survey Line: Left, Description (see table on From To Right or centerline Along with description provide image ftlename here for any pa2e 3) reference pictures provided.

Part D: Compliance Evaluation (check only one) the maintenance and improvement actions noted, the areas inspected will meet the intent of the Erosion and Sediment yWithontrol Plan and INDOT contract documents and specifications related to temporary erosion and sediment control. q The areas inspected are not meeting the intent and are in potential noncompliance with the Erosion and Sediment Control Plan and/or INDOT contract documents and specifications related to temporary erosion and sediment control. There is offsite sedimentation and/or a high potential for off-site sedimentation on this project. (If this box is checked, complete the following "Part E: Potential Noncompliance Issues" section of this form)

Part E: Potential Noncompliance Issues BMPType Approximate Station Survey Line: Left, Describe the potential noncompliance issue(s) e.g. failure to (see table on From To Right or centerline adequately inspect the project, repeated failure of a BMP, page 3) failure to install a required BMP, a visible off-site discharge of material (silt, sand, oily water, etc.), or potential off-site discharges or potential failures.

Page 2 of5

108-C-192d

4 GREENFIELD DISTRICT CONTRACT R -36342

Storm Water, Erosion, and Sediment Control Inspection Report INDOT (4-2012) Part F: Inspection Certification I certifY that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assme that qualified personnel properly gather and evaluate the infOlmation submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accmate, and complete. Inspector Name Printed: I Company: I Title: I Date: Inspector Signature:

If evaluating an inspection performed by another inspector, please check one of the following boxes: o I concur with the inspector 0 I do not concur with the inspector (please circle any findings that you do not agree with) Owner Representative Name: Signature: Date: A pennanent copy must be filed withthe project records and be provided to lNDOT or IDEM personnel according to requirements or upon request.

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

2 Temporary Seeding 9 Slope Drain 16 Filter Sock 23 Secondary Spill Containment 3 Permanent Sod or Seed 10 Splash Pad 17 Turbidity Curtain 24

4 Mulch (hydraulic 01' 11 Sediment Trap 18 Smface Roughening 25 bonded fiber mulch) 5 Straw Mulch 12 Sediment Basin 19 Vegetative Filter Strip 26 (blown/laid) 6 Manufactured Surface l3 Retention Pond 20 Inlet Protection 27 Protection Products 7 Check Dam 14 Silt Fence 21 Construction 28 entrance/exit

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

Page 3 of5

108-C-192d

5 GREENFIELD DISTRICT CONTRACT R -36342

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

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

Instructions for INDOT's representative:

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

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

Additional Explanation:

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

• Part B - Only put additional BMPsnot yet installed on the project site in Part B. These can be BMPs intended for a different construction phase of the project or BMPsplanned for other areas of the project that make sense to be deployed at additional locations. This is also where recommendations of measures would occur that identifynew BMPsnot in the contract documents.

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

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

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

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

Page 4 of5

108-C-192d

6 GREENFIELD DISTRICT CONTRACT R -36342

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

Additional Information for Part BMPType Approximate Station Left, Right or Description (see table on From To centerline pa2e 3)

Page 5 of5

108-C-192d

7 GREENFIELD DISTRICT

NOTES:

1. The XW4-2 series signs depicted in the following Standard Drawings shall be superseded by the versions shown on this sheet and are further detailed in the Standard Highway Signs and Markings Book, 2004 edition.

801-TCCO-01 801-TCFO-03 801-TCLC-01 801-TCLC-02 801-TCLC-03 801-TCLC-04 801-TCLC-05 801-TCLC-06 801-TCLC-09 801-TCLC-10 801-TCLC-11 E

801-TCLC-13 801 801-TCLC-15 801-TCLC-16

- 801-TCTC-06 T

- 801-TCTC-09 8 203d 801-TCTC-10

The color and support post details provided on

Recurring Plan Detail 801-R-622d shall apply. 1

o f

1 E ff . f o r

L e tti ng s

O

XW4-2(R) XW4-2(L) n

XW4-2-A(R) XW4-2-A(L) o r

A f t

INDIANA DEPARTMENT OF TRANSPORTATION e r

08 -

LANE ENDS WARNING SIGNS 01 CONTRACT - 15 R -36342 GREENFIELD DISTRICT CONTRACT R -36342 Eff. for Lettings On or After 01-01-17 SIGNAL INDEX AND GENERAL NOTES INDIANA DEPARTMENT OF TRANSPORTATION

E 805-T-215d 1 of 8

9 GREENFIELD DISTRICT " " 0 0

' ' 1 1 1" Weatherhead Service Entrance . " x 0 a - ' M 1 Power Cable Power Cable (Drip Loop) (Drip Loop) Wood Pole Class " 0 - '

2" Weatherhead 1 . . n n i i . . M M " a a

i i " 0 " - D D 3 ' 3 - - ' 1 ' 1 1 1" Dia. Conduit Signal Cables

E Signal Cables (Drip Loop)

805 (Drip Loop) 2" Dia. Conduit

- Two Hole Steel Pipe Straps T or 3/4" S.S. Bands with - 10 215d Conduit Hangers Every 5 ft. (Max. Spacing) Meter (If Required) 3/4" S.S. Banding (Typ.) 2

1" Hub Plate & o

f Close Nipple Controller

8 Entrance Switch, NEMA 1" Hub Plate E

3R Enclosure 1" Close Nipple ff . f

1" Hub Plate o

2" Hub Plate r

L

1" Conduit 2" Close Nipple 2" Conduit e tti 1" Close Nipple Two Hole Pipe Straps 2" Close Nipple ± ng

" 3 - ' s 3

O " Two Hole Pipe Strap Ground Wire in " 9 9 - n - ' 1/2" Dia. Conduit ' 1 1

Ground Line or Ground Line or o r

Top of Sidewalk Top of Sidewalk A " " f t 12 12

INDIANA DEPARTMENT OF TRANSPORTATION e o o t t r

" " 01 6 6 SIGNAL SERVICE & CONTROLLER

Ground Rod - 1'-9" Min. 1'-9" Min. MOUNTED ON WOOD POLE 01 - CONTRACT 17 R -36342 GREENFIELD DISTRICT

1 Steel Pole Band NOTES: " 6 1" Weatherhead See Standard Drawing E 805-SGSP-03 for details of bands. Service Entrance 1 . " x 0 a - ' M 1 Power Cable (Drip Loop)

1" Dia. Conduit " 0

- 2" Weatherhead ' 1

Signal Cables Steel strain pole (Drip Loop) 3/4" S.S. band E

805

- 3/4" S.S. Bands with Conduit T Hangers Every 5 ft (Max. Spacing) - 11 Steel conduit 215d 3/4" S.S. Band (Typ.) (See Detail A) Conduit hanger

Meter (If required) DETAIL A 3

o 1" Hub Plate & Controller

f Close Nipple

8 4" Hub Plate

Entrance Switch, E NENA 3R Enclosure ff . f

1" Hub Plate & o r

1" L. B. Conduit 2" Close Nipple L e

Handhole 2" L.B. Conduit tti ± ng

3 - Grounding Lug ' s 3

O

Ground Wire n Ground Line or

Top of Sidewalk o r

A f " t 0 - e ' INDIANA DEPARTMENT OF TRANSPORTATION 1 r

SIGNAL SERVICE & CONTOLLER 01

1'-0" - Ground Wire MOUNTED ON STEEL POLE 01 Min. - CONTRACT 17 R -36342 GREENFIELD DISTRICT

35 ft Wood Pole Class V 1" Weatherhead Service Entrance " 0 - ' 1 . " x 0 a - ' M 1 Power Cable (Drip Loop)

1" Conduit

Two Hole Pipe Straps or 3/4" S.S. Bands with Conduit Hangers every 5 ft (Max. Spacing) E

805 - T -

12 Meter (If Required) 215d

1" Hub Plate and

Close Nipple 4

o f

Entrance Switch 8

Hub Plate E ff

2" Conduit . f o r

Ground Wire in L " e 0 1/2" Dia. Conduit - ' tti 4 Two Hole Steel Pipe Straps or 3/4" S.S. Bands with ng " s 0 Conduit Hangers - '

2 O n

o r

o " A t

" 12 f 6 t e

" INDIANA DEPARTMENT OF TRANSPORTATION 0 r - '

2 Ground rod 1'-0" SIGNAL SERVICE ON WOOD POLE 01

Min. - 01 - CONTRACT 17 R -36342 GREENFIELD DISTRICT

NOTES: "

6 Tether 1 This distance shall be 10'-0" to 15'-0" above centerline of pavement for vehicular signals and from 7'-0" to 10'-0" above top of sidewalk for pedestrian signals.

Each pedestrian signal and each vehicular signal requires 2 pole plates " 2

2" Weatherhead 0 -

' and 2 pipe arms. 1 .

n 3 See Recurring Plan Detail E 805-T-201d Sheet 01 for pedestrian i

M pushbutton assembly mounting height and unobstructed side reach.

" 3 - ' 1

2 1c/14 Ground Wire from Pipe Arm Metal Head Only Install Grounding Lug on Pedestrian Signal Head each Metal Signal Head E

1c/14 Grounding Wire 805 1" Grounding Bushing or One Grounding

- Lug On One of the Screws on the Tri-Stud T - 13 215d

3/4" S.S. Bands (Typ.)

5

o Pedestrian Pushbutton f

Assembly 1c/14 Ground Wire from 8

Metal Head Only E ff . f

1 o r

L

Ground Lug e tti

3

Handhole for Steel Pole ng s

Ground Wire O n

Ground Line or Top of Sidewalk o r

A f " t 0 e

INDIANA DEPARTMENT OF TRANSPORTATION ' r 1

SIGNAL INDICATION MOUNTED 01 -

ON STEEL POLE 01 Ground Rod 1' 0" - CONTRACT 17 R -36342

14

8 f o 6 215d - T - 805 E Pedestrian Pushbutton Assembly Top of Sidewalk Ground Line or Pedestrian Signal Head Tether 3/4" S.S. Bands (Typ.) 3/4" S.S. Bands with Conduit Hangers (See Detail A) 2" Weatherhead

3

1'-0" 1'-0" 1'-0" 1c/14 Grounding 1" Dia. Conduit 1c/14 Grounding Wire Pole Plate 2" Dia. Conduit Wire Pipe Arm Ground Rod Downguy

1 2 2 1'-3" Min.

6" to 1c/14 Grounding Wire Lug On One of the Screws on Tri-Stud 1" Grounding Bushing or One each Metal Signal Head Install Grounding Lug on 12" DETAIL A Wood Pole 3/4" S.S. Band Conduit Hanger Steel Conduit 3 2 1 NOTES: pushbutton assembly mounting height and unobstructed side reach. See Recurring Plan Detail E 805-T-201d Sheet 01 for pedestrian and 2 pipe arms. Each pedestrian signal and each vehicular requires 2 pole plates pedestrian signals. for vehicular signals and from 7'-0" to 10'-0" above top of sidewalk This distance shall be 10'-0" to 15'-0" above centerline of pavement INDIANA DEPARTMENT OF TRANSPORTATION SIGNAL INDICATION MOUNTED

ON WOOD POLE

17 - 01 - 01 r e t f A r o n O s ng tti e L r o f . ff E

-36342 R CONTRACT DISTRICT GREENFIELD GREENFIELD DISTRICT

NOTES:

Traffic Signal Assembly 1 On metal signal heads grounding wire shall connect each signal head and the bottom grounding bushing of the assembly to the grounding lug. 1c/14 Grounding Wire 1 (Metal Heads Only) 2. Single conductor (hookup) shall be used from slipfitter terminal block to signal indications.

3 See Recurring Plan Detail E 805-T-201d Sheet 01 for pedestrian Compartment Slipfitter pushbutton assembly mounting height and unobstructed side reach. 4 See Standard Drawing E 805-SGGR-03 for grounding lug details.

1c/14 Grounding Wire 1 (Metal Heads Only) Pedestrian Signals E

805

- 1c/14 Ground Wire T - 15 215d t f

15

o 7 t

t

f START CROSSING

o Watch For Vehicles Pedestrian Pushbutton Assembly DON'T START Finish Crossing FLASHING f

TIME REMAINING 10 TIMER To Finish Crossing

STEADY DON'T CROSS

8 TO CROSS

PUSH BUTTON t f E

ff 10

. o t

t f f o

7 r

L e tti

3 Pedestal Base ng s

4 Grounding Lug Inside, Back of Base O n

Ground Wire Top of Sidewalk Road Centerline o r

A f t

6" to 12" INDIANA DEPARTMENT OF TRANSPORTATION e r

Pedestrian Foundation Type A PEDESTAL MOUNTED SIGNAL INDICATIONS 01 Ground rod 1'-0" - Min. 01 - CONTRACT 17 R -36342

16

8 f o 8 215d - T - 805 E Ground Rod

6" to 12" 3'-0" 1'-0" Pedestrian Base 1 Grounding Lug Ground Wire 4 1/2" Outside Diameter Of Pole Slipfitter Three Set Screws Pedestal Foundation Type A 1 NOTES: See Standard Drawing E 805-SGGR-03 for grounding lug details. INDIANA DEPARTMENT OF TRANSPORTATION CONTROLLER CABINET TYPE G

ON PEDESTAL

17 - 01 - 01 r e t f A r o n O s ng tti e L r o f . ff E

-36342 R CONTRACT DISTRICT GREENFIELD 09-01-13 801-T-150d TRAFFIC CONTROL DEVICE REPORT

(Adopted 09-01-05) CONTRACT: ______PROJECT: ______DATES: ______thru ______DATE DATE LOCATION DESCRIPTION * Use “” if O.K. *REMARKS PLACED REMOVED S M T W T F S

* If device is not O.K., describe deficiency under Remarks.

Date Corrective Action Taken: ______Report Prepared By: ______, Title: ______801-T-150d GREENFIELD DISTRICT Contract No. R -36342

SPECIAL PROVISIONS TABLE OF CONTENTS

100-C-147 PAYMENT OF PREDETERMINED MINIMUM WAGE DETERMINATION...... 1

100-C-151A FHWA-1273...... 1

100-C-151D EXECUTIVE ORDER 11246...... 14

100-C-151E TITLE VI ASSURANCES...... 25

100-C-188 STANDARD SPECIFICATIONS...... 27

100-C-214 CONSTRUCTION LETTING E-MAIL BOX...... 27

100-C-226 AS-BUILT LIGHTING PLANS...... 28

100-C-246 CARGO PREFERENCE ACT...... 28

103-C-244 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM...... 28

103-C-252 LEASES AND RENTALS...... 32

103-C-253 GOOD FAITH EFFORTS PRIOR TO AWARD...... 32

105-C-248 COOPERATION BY CONTRACTOR...... 33

107-B-040 ENVIRONMENTAL RESTRICTIONS...... 33

107-C-245 WAIVER OF LEGAL RIGHTS...... 35

108-C-089 PERCENTAGE OF WORK REQUIRED OF PRIME CONTRACTOR...... 36

108-C-234 CONTRACT COMPLETION DUE TO IDEM NOTICE OF TERMINATION, NOT...... 36

200-R-401 RECYCLED FOUNDRY SAND...... 37

203-R-360 EMBANKMENTS CONSTRUCTED OF COAL COMBUSTION BY-PRODUCTS...... 44

203-R-628 COMPACTION ACCEPTANCE WITH LWD...... 47

203-R-647 BORROW AND DISPOSAL SITE REQUIREMENTS...... 48

203-R-651 USE OF RECYCLED CONCRETE PAVEMENT FOR EMBANKMENT CONSTRUCTION.... 56

203-R-653 EMBANKMENT OTHER THAN ROCK, WITH STRENGTH OR DENSITY CONTROL..... 57

205-R-636 STORM WATER MANAGEMENT ...... 58

207-R-652 SUBGRADE TREATMENT MATERIALS...... 76

211-R-625 STRUCTURE BACKFILL TYPE 3...... 77

400-C-251 ESAL CATEGORIES AND HMA TYPE A...... 77

II i GREENFIELD DISTRICT Contract No. R -36342

400-R-641 HMA PAVEMENT...... 78

502-R-640 PCC WATER/CEMENTITIOUS RATIO...... 97

604-R-633 CURB RAMPS, LANDINGS, AND DETECTABLE WARNING SURFACES...... 98

621-R-637 SEED MIXTURES AND SEED REQUIREMENT...... 107

628-C-250 OFFICE EQUIPMENT REQUIREMENTS...... 113

702-B-303 FALSEWORK REMOVAL...... 117

724-B-086 APPROVED EXPANSION JOINT SS DEVICES...... 119

731-B-298 MECHANICALLY STABILIZED EARTH RETAINING WALLS...... 119

801-C-157 CERTIFICATION OF TEMPORARY TRAFFIC CONTROL DEVICES...... 120

801-R-542 WORKSITE ADDED PENALTY SIGNS...... 121

801-T-194 AUTOMATED FLAGGER ASSISTANCE DEVICE...... 122

801-T-198 TRAFFIC CONTROL FOR TRAFFIC BREAKS...... 124

801-T-207 TEMPORARY TRAFFIC BARRIERS...... 125

805-T-078 ELECTRICAL INSULATION SEALANT...... 126

807-T-193 LUMINAIRES...... 126

901-R-627 PCC AND BLENDED CEMENTS...... 134

902-R-645 ASPHALT MATERIALS...... 136

904-R-626 AGGREGATES...... 138

914-R-631 FABRIC STAPLES...... 142

103-C-036 OWNER’S AND CONTRACTOR’S PROTECTIVE LIABILITY INSURANCE COVERAGE

FOR OPERATIONS OF DESIGNATED CONTRACTOR...... 144

105-C-247 BRIDGE INSPECTION COORDINATION...... 145

107-R-169 STATEMENTS ABOUT EXISTING CONDITIONS OF UTILITIES, ADDITIONAL

RIGHT-OF-WAY, AND ENCROACHMENTS...... 146

108-C-095 FAILURE TO COMPLETE ON TIME FOR CALENDAR COMPLETION DATE...... 147

201-C-052 INITIAL PAYMENT FOR CLEARING RIGHT-OF-WAY...... 148

701-B-132 PILE DRIVING...... 148

FAILURE TO COMPLETE ON TIME FOR INTERMEDIATE COMPLETION DATE...... 149

BRIDGE, STEEL TRUSS, PRE-ENGINEERED...... 149

II ii GREENFIELD DISTRICT Contract No. R -36342

FENCE PEDESTRIAN...... 154

MASONRY COLUMN...... 158

LUMINAIRE, TYPE B, BOLLARD LIGHT...... 164

CONTROLLER CABINET...... 165

LUMINAIRE, TYPE C, RECESSED CURB LIGHT...... 166

CIRCUIT BREAKER PANEL...... 167

LUMINAIRE, TYPE A AND A1, BRIDGE FLOOD LIGHT...... 169

CONTROLLER LIGHTING...... 170

SEAL COAT, GRAFFITI RESISTANT...... 171

MULCHED SEEDING, SEED MIXTURE GRASS, TYPE 2...... 172

PLANTS...... 173

MULCH, SHREDDED HARDWOOD...... 173

IRRIGATION, TREE WATERING SYSTEM...... 173

UNDISTRIBUTED QUANTITIES...... 174

APPROVAL OF BORROW SITES...... 175

SETTLEMENT PLATES AND STAKES...... 175

MECHANICALLY STABILIZED EARTH RETAINING WALLS...... 175

SIGN...... 176

ROAD CLOSURE...... 183

II iii GREENFIELD DISTRICT Contract No. R -36342

100-C-147 PAYMENT OF PREDETERMINED MINIMUM WAGE DETERMINATION (DAVIS-BACON ACT) General Decision Number IN170006

(Revised 02-03-17)

General Decision Number IN170006 shall apply to this contract.

The above referenced wage determination is available at the Department’s Contract Administration Division website location: http://www.in.gov/dot/div/contracts/letting/index.html.

The modification number and publication date for the General Decision effective for the bid opening is posted on the Contract Administration website ten days prior to the bid opening. The bidder shall enter the appropriate modification number, General Decision Number, and publication date in the proposal form.

100-C-151A FHWA-1273

(Revised 05-01-12)

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying

ATTACHMENTS

A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower- tier subcontractor or service provider.

Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).

II 1 GREENFIELD DISTRICT Contract No. R -36342

2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.

4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts.

In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 601.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3.

Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements.

1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract.

b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so.

3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

II 2 GREENFIELD DISTRICT Contract No. R -36342

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal.

6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

II 3 GREENFIELD DISTRICT Contract No. R -36342

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.

8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship.

9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations.

10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT- assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate.

11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following:

(1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

II 4 GREENFIELD DISTRICT Contract No. R -36342

III. NONSEGREGATED FACILITIES

This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more.

The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.

IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-ofway of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

II 5 GREENFIELD DISTRICT Contract No. R -36342

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

II 6 GREENFIELD DISTRICT Contract No. R -36342

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

II 7 GREENFIELD DISTRICT Contract No. R -36342

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

II 8 GREENFIELD DISTRICT Contract No. R -36342

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages.

The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT

This provision is applicable to all Federal-aid construction contracts on the National Highway System.

1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions:

(1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract.

2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements.

II 9 GREENFIELD DISTRICT Contract No. R -36342

VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract.

2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704).

VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project:

18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;

Shall be fined under this title or imprisoned not more than 5 years or both."

IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:

1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements.

II 10 GREENFIELD DISTRICT Contract No. R -36342

X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200.

1. Instructions for Certification – First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below.

b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.

c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default.

d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals:

(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency;

II 11 GREENFIELD DISTRICT Contract No. R -36342

(2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and

(4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

2. Instructions for Certification -Lower Tier Participants:

(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more -2 CFR Parts 180 and 1200)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.

b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.

d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

II 12 GREENFIELD DISTRICT Contract No. R -36342

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

ATTACHMENT A -EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS

This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965.

1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on- site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except:

a. To the extent that qualified persons regularly residing in the area are not available.

b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work.

c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below.

2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service.

3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required.

II 13 GREENFIELD DISTRICT Contract No. R -36342

4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above.

5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region.

6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work.

100-C-151D EXECUTIVE ORDER 11246

(Revised 07-21-16)

The Standard Specifications are revised as follows:

SECTION 103, BEGIN LINE 501, DELETE AND INSERT AS FOLLOWS: 103.03 BlankEqual Employment Opportunity

(a) Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)

1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein.

2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

II 14 GREENFIELD DISTRICT Contract No. R -36342

a. Minority Hiring Goals by County

COUNTY PCT. COUNTY PCT. COUNTY PCT.

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

b. Female Hiring Goal. The female hiring goal is 6.9% throughout the State. Minority females may be counted both as a minority and as a female.

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

II 15 GREENFIELD DISTRICT Contract No. R -36342

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

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

4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" as shown in the contract documents.

(b) Equal Opportunity Clause The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause:

During the performance of this contract, the Contractor agrees as follows:

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

II 16 GREENFIELD DISTRICT Contract No. R -36342

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

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

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

(5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

(6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

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

II 17 GREENFIELD DISTRICT Contract No. R -36342

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

The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract.

The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance.

The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings.

II 18 GREENFIELD DISTRICT Contract No. R -36342

(c) Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)

1. As used in these specifications:

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted;

b. “Director” means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. “Employer identification number” means the Federal Social Security number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

d. “Minority” includes:

(i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin);

(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race);

(iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

(iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

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

II 19 GREENFIELD DISTRICT Contract No. R -36342

3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor’s or Subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables.

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

5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

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

II 20 GREENFIELD DISTRICT Contract No. R -36342

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

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

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

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

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

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

II 21 GREENFIELD DISTRICT Contract No. R -36342

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

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

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

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

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

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3.

II 22 GREENFIELD DISTRICT Contract No. R -36342

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

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

n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors’ adherence to and performance under the Contractor’s EEO policies and affirmative action obligations.

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

II 23 GREENFIELD DISTRICT Contract No. R -36342

9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non- minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized).

10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, sexual orientation, gender identity, or national origin.

11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246.

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

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

II 24 GREENFIELD DISTRICT Contract No. R -36342

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

15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

100-C-151E TITLE VI ASSURANCES

(Revised 05-21-15)

During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “contractor”) agrees as follows:

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

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

II 25 GREENFIELD DISTRICT Contract No. R -36342

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

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

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

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

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

II 26 GREENFIELD DISTRICT Contract No. R -36342

100-C-188 STANDARD SPECIFICATIONS

(Revised 05-01-15)

Wherever in the contract documents the 1999, 2006, 2008, 2010, 2012 or 2014 Standard Specifications are referenced, it shall be interpreted to mean the 2016 Standard Specifications.

100-C-214 CONSTRUCTION LETTING E-MAIL BOX

(Revised 04-23-08)

The Contractor has the option to submit certain contract bid documents, as defined in the proposal, either as original paper copies filed with the proposal or as electronic documents.

To submit electronic documents, the Contractor shall attach the documents to an e-mail sent to the following address:

[email protected]

To ensure that the electronic documents are placed in the correct contract folder with a date and time stamp and that they cannot be altered, the subject line of the e-mail shall contain the following information in the exact format shown:

CompanyNameDocumentTitleLettingDate-ContractNumber

The subject line shall contain no spaces, periods, commas, apostrophes or other punctuation marks other than the one hyphen indicated between CompanyNameDocumentTitleLettingDate and ContractNumber.

LettingDate shall be in the format MMDDYY.

ContractNumber shall be in the format AA#####Z, where AA is the 1 or 2 letter prefix, ##### is the 5 digit number and Z is the 1 letter suffix.

The following is an example of the subject line for the Jones Construction Co., Inc., submitting a drug testing plan for contract IR-30999- A for a March 15, 2008 letting:

JonesConstructionCoIncDrugPlan031508-IR30999A

Documents must be time stamped by the INDOT e-mail box prior to the time stated in the advertisement.

II 27 GREENFIELD DISTRICT Contract No. R -36342

100-C-226 AS-BUILT LIGHTING PLANS

(Adopted 04-17-12)

The Contractor shall prepare two sets of as-built plans for the lighting portion of the contract. The as-built lighting plans shall be submitted to the Engineer no later than the end of the burn-in period for the luminaire.

Lighting as-built plans shall include a copy of the project title sheet and the plan sheets that show the lighting related work. The plans shall indicate the as-built location of light poles, high mast towers, electrical service, conduit runs, and lighting handholes.

The cost of as-built lighting plans shall be included in the cost of the lighting items.

100-C-246 CARGO PREFERENCE ACT

(Adopted 01-07-16)

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

The CPA requirements shall be effective for the Federal-aid highway program for all Federal-aid projects awarded after February 15, 2016.

For additional information, see the FHWA's web page providing guidance for CPA requirements at https://www.fhwa.dot.gov/construction/cqit/cargo.cfm.

103-C-244 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM

(Revised 04-21-16)

The Standard Specifications are revised as follows:

SECTION 103, BEGIN LINE 3, DELETE AND INSERT AS FOLLOWS: 103.01 Disadvantaged Business Enterprise Program This requirement will apply only to a federal aid contract.

II 28 GREENFIELD DISTRICT Contract No. R -36342

(a) General Requirements Failure to carry out the requirements set forth in 49 CFR 26, as outlined in the Department's DBE Program Manual, shall constitute a breach of contract and, after notification, may result in such contract sanctions as the Department or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) withholding of payments to the Contractor under the contract until the Contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part.

The above referenced CFR section requires the following policy and disadvantaged business enterprise obligation to be included in all subsequent agreements between the Contractor and all subcontractors as follows:

1. It will be the policy of the Department to create a level playing field on which DBE’s can compete fairly for federally funded contracts. Consequently, the disadvantaged business enterprise requirements of 49 CFR Part 26, as outlined in the Department’s DBE Program Manual, apply to this contract.

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

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

II 29 GREENFIELD DISTRICT Contract No. R -36342

When a race/gender conscious DBE firm is removed from eligibility, the Contractor shall take the following steps:

1) If a subcontract has not yet been executed, the Contractor shall not count work performed by the firm toward the contract goal. The Contractor will be directed to meet the contract goal with an eligible DBE firm or demonstrate that it has made a good faith effort to do so.

2) If a subcontract has been executed before the firm has been declared ineligible, the Contractor shall continue to count work performed by the firm toward the contract goal.

The Contractor shall not terminate or reduce a commitment to a DBE, or an approved substitute DBE firm, that was listed on the Affirmative Action Certification without the prior written consent of the Department. This includes, but is not limited to, instances in which the Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm. Unless the Department provides written consent, the Contractor shall not be entitled to any payment for work or materials unless it is performed or supplied by the listed DBE.

Written consent will only be provided by the Department if the Contractor has good cause to terminate or reduce its commitment to the DBE firm. Good cause shall consist of any of the following circumstances:

1) The listed DBE subcontractor fails or refuses to execute a written contract.

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

3) The listed DBE subcontractor fails or refuses to meet the Contractor's reasonable, nondiscriminatory bond requirements.

4) The listed DBE subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness.

5) The listed DBE subcontractor is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to CFR Parts 180, 215 and 1,200 or applicable state law.

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

II 30 GREENFIELD DISTRICT Contract No. R -36342

7) The listed DBE subcontractor voluntarily withdraws from the project and provides the Department written notice of its withdrawal.

8) The listed DBE is ineligible to receive DBE credit for the type of work required.

9) A DBE owner dies or becomes disabled with the result that the listed DBE contractor is unable to complete its work on the contract.

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

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

When a DBE subcontractor is terminated as specified herein or fails to complete its work on the contract for any reason, the Department will require the Contractor to make good faith efforts to find another DBE subcontractor to substitute for the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the DBE that was terminated, to the extent needed to meet the contract goal the Department established for the contract.

In order to receive DBE credit for commitments made as part of the prime contract award process, a DBE firm shall be certified before the due date for bids on the prime contract. There may be situations after the award of the prime contract in which it is appropriate to count DBE credit for the use of a DBE firm. To be eligible to obtain DBE credit in these situations, the DBE firm shall be certified prior to participation on the contract.

If a non-DBE contractor joint ventures with a DBE contractor, the portion of the joint venture which is performed by a DBE may be utilized to achieve the DBE goal. Two types of DBE joint ventures are allowed and are defined as follows:

II 31 GREENFIELD DISTRICT Contract No. R -36342

SECTION 108, BEGIN LINE 102, INSERT AS FOLLOWS: During the progress of the work, the Engineer shall be notified at least 24 h in advance of undertaking construction operations. This advance notification shall also apply anytime a DBE is scheduled to work on a project or deliver material or supplies to a project site.

103-C-252 LEASES AND RENTALS

(Adopted 07-21-16)

The Standard Specifications are revised as follows:

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

103-C-253 GOOD FAITH EFFORTS PRIOR TO AWARD

(Adopted 08-10-16)

The Standard Specifications are revised as follows:

SECTION 103, BEGIN LINE 242, DELETE AND INSERT AS FOLLOWS: If the apparent low bidder has not achieved the contract DBE goal, the bidder shall respond by email or in writing within five business days after notification by the Department of the failure to meet the DBE goal. The response shall provide evidence identifying the bidder’s good faith efforts and all affirmative actions taken prior to letting to achieve the required DBE goal. Failure to respond within the five business day period will result in rejection of the bid, and may result in forfeiture of the bid bond, and the referral of the bidder to the Prequalification Committee.

Responses shall be sent to the Department’s Division of Contract Administration. The Department will review the bidder’s good faith efforts for compliance with these requirements.

If the Department determines that adequate good faith efforts have been made, and the bidder has met all other bidding requirements, the contract will be awarded.

If the Department determines that good faith efforts were inadequate, the Department will issue written notification notify the bidder of the determination to the bidder by email. The determination will outline the reasons for determination of non-compliance with good faith effort requirements.

II 32 GREENFIELD DISTRICT Contract No. R -36342

The bidder may request a review of a determination of non-compliance by making a email or written submittal within five business days of the bidder’s receipt of notification of non- compliance from the Department. The request for review shall include evidence disputing the Department’s reasons for issuing a determination of non-compliance. The request shall be sent to the Department’s Division of Contract Administration.

105-C-248 COOPERATION BY CONTRACTOR

(Adopted 01-21-16)

The Standard Specifications are revised as follows:

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

107-B-040 ENVIRONMENTAL RESTRICTIONS

(Revised 05-23-13)

The Standard Specifications are revised as follows:

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

(a) Tree Habitat All trees outside the construction limits shall not be disturbed.

(b) Indiana Bat All felling of trees equal to or greater than 3 in. in diameter shall be performed between October 1 and the following March 31, inclusive, so as to minimize project-related impacts on the Indiana bat, Myotis Sodalis.

II 33 GREENFIELD DISTRICT Contract No. R -36342

(c) Fish Spawning If the contract contains an in-channel excavation restriction due to impacts upon fish spawning, the Contractor may request a waiver of a portion of the restriction period by means of written contact to the Indiana Department of Natural Resources Division of Fish and Wildlife, Environmental Supervisor. Such request shall be made not more than two weeks prior to anticipated in-channel work during the restriction period shown above. The expected response time from the Indiana Department of Natural Resources will be approximately five work days. The Indiana Department of Natural Resources will consider each waiver on a case-by-case basis.

The information and criteria shown below shall be provided with the waiver request.

1. Location of the project, including stream name, route number or road name, Indiana Department of Natural Resources Certificate of Approval of Construction in a Floodway docket number, and description of the proposed work.

2. Amount of time required to do the work, and the dates requested to be waived. The amount of time required shall be reasonable to accomplish the proposed work.

3. The amount of in-channel area proposed to be disturbed by the work. Disturbance across the full width of the stream may result in more negative impacts than disturbance of smaller portions of the stream.

4. Water level at the time of the request.

5. Approximate water temperature at the time of the request.

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

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

II 34 GREENFIELD DISTRICT Contract No. R -36342

107-C-245 WAIVER OF LEGAL RIGHTS

(Adopted 06-02-15)

The Standard Specifications are revised as follows:

SECTION 107, BEGIN LINE 733, DELETE AS FOLLOWS: 107.23 Waiver of Legal Rights Upon completion of the work, the Department will expeditiously make final inspection and notification of acceptance. Such final acceptance, however, shall not preclude or estop the Department from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Department be precluded or estopped from recovering from the Contractor or its surety, or both, such overpayment as it may sustain by failure on the part of the Contractor to fulfill its obligations under the contract. A waiver on the part of the Department of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach.

The Contractor, without prejudice to the terms of the contract, shall be liable to the Department for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the rights of the Department under any warranty or guaranty. All costs and charges incurred by the Department, including, but not limited to, attorneys’ fees and litigation expenses incurred by the Department with regard to the Contractor’s and/or Surety’s performance under the contract or performance bond, or related to the work to be provided under the contract, together with the cost of remedying the work under the contract to the extent and in the manner decided by the Department, will be deducted from any monies due or which may become due. If there are no monies or insufficient monies still due from the Department to the Contractor, the Contractor and/or Surety shall be liable to the Department for any such costs and charges.

SECTION 108, BEGIN LINE 715, DELETE AS FOLLOWS: All costs and charges incurred by the Department, including, but not limited to, attorneys’ fees and litigation expenses incurred by the Department with regard to the Contractor’s and/or Surety’s performance under the contract or performance bond, or related to the work to be provided under the contract, together with the cost of completing the work under the contract, will be deducted from any monies due or which may become due. If such expense exceeds the sum which would have been payable under the contract, the Contractor and the surety shall be liable and shall pay to the Department the amount of such excess.

II 35 GREENFIELD DISTRICT Contract No. R -36342

108-C-089 PERCENTAGE OF WORK REQUIRED OF PRIME CONTRACTOR

(Revised 05-23-13)

The Standard Specifications are revised as follows:

SECTION 108, BEGIN LINE 3, DELETE AND INSERT AS FOLLOWS: 108.01 Subletting of Contract The contract, contracts, or portions thereof; or the right, title, or interest therein shall not be sublet, sold, transferred, assigned, or otherwise disposed of without written consent. In case such consent is given, the Contractor will be allowed to sublet a portion thereof, but shall perform with its own organization, work amounting to not less than 50% 30% of the original or revised contract amount, whichever is less. All items designated in the contract as specialty items may be performed by subcontract. The cost of such specialty items so performed by subcontracts may be deduced from the total cost before computing the amount of work required to be performed by the Contractor with its own organization. No subcontracts or transfer of contracts will release the Contractor of liability under the contract and bonds. Approved subcontractors will not be allowed to further subcontract their work.

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

(Revised 02-20-14)

The time provided between the Intermediate Completion Date and Contract Completion Date is to allow the Contractor time to perform final remediation as well as inspect and report deficiencies for all erosion control features and to allow for the receipt of the IDEM Notice of Termination, NOT, as required under the provisions of Rule 5. All other work on the contract shall be complete before the Intermediate Completion Date. Prior to the Contract Completion Date, the Contractor shall maintain the project in accordance with 108.04 and 205, and complete all necessary erosion and sediment control inspections and reports. If the NOT is not received by the contract completion date, any required maintenance, inspections and reports will be paid as extra work in accordance with 104.03.

The Contractor shall establish vegetation in accordance with 621 and 622 and achieve a minimum coverage of 70% uniform vegetation density per Rule 5 requirements and will be based on the lowest density area on the project within any ground area of 9 sq ft. The Department will have sole discretion in verifying the 70% minimum coverage for the groundcover. If this threshold is not met by the Contract Completion Date, the Contractor may be subject to liquidated damages in accordance with 108.09 if the items related to erosion and sediment control have not been accomplished in accordance with the contract documents. The liquidated damages, if assessed, will be charged until such time that the Department is satisfied that the contract requirements have been met.

II 36 GREENFIELD DISTRICT Contract No. R -36342

Any agreed upon soil amendments or additional extra work for which no items exist in the itemized proposal and are not covered elsewhere in the contract documents, will be paid for in accordance with 104.03.

Final acceptance will not be granted until the IDEM NOT is received and all other work is completed.

200-R-401 RECYCLED FOUNDRY SAND

(Revised 06-18-15)

Description Recycled foundry sand, RFS, consists of a mixture of residual materials used from ferrous or non-ferrous metal castings and natural sands. The Contractor shall have the option of incorporating RFS into applicable operations in accordance with 105.03.

Materials RFS sources are to be selected from the Department’s list of approved Foundry Sand Sources. RFS may be substituted for B borrow or Borrow upon the approval of the Office of Geotechnical Services.

The Contractor shall provide a copy of the Indiana Department of Environmental Management’s, IDEM, waste classification certification for Type III or IV residual sands prior to use. The IDEM certification shall clearly identify the stockpiles with regard to their extent and geographical location.

The Contractor shall provide the Engineer with a type A certification in accordance with 916 for RFS prior to use of the materials. The type A certification shall consist of applicable laboratory tests results of gradation. Consultants on the Department’s list of approved Geotechnical Consultants shall perform the testing of RFS materials.

RFS use is restricted to the following additional requirements:

1. RFS derived from Type III residual sand shall not be allowed within 100 ft, horizontally, of a stream, river, lake, reservoir, wetland or any other protected environmental resource area. 2. RFS derived from Type III or Type IV residual sand shall not be placed within 150 ft, horizontally, of a well, spring, or other ground source of potable water. 3. RFS shall not be allowed adjacent to metallic pipes, or other metallic structures. 4. RFS shall not be used as encasement material. 5. RFS shall not be used in MSE wall applications. 6. RFS placement shall be at least 2 ft above ground water elevation.

II 37 GREENFIELD DISTRICT Contract No. R -36342

If RFS is used in embankment, excavation and replacement operations as a replacement for B borrow or borrow, the following additional restrictions will be required.

1. Borrow: RFS shall be in accordance with 203. 2. B borrow: RFS shall be in accordance with 211.

Construction Requirements RFS shall be transported in a manner that prevents the release of fugitive dust and loss of material. Adequate measures shall be taken during construction operations to control fugitive dust from RFS. RFS shall not be applied when wind conditions result in problems in adjacent areas or result in a hazard to traffic on any adjacent roadway. The spreading of RFS shall be limited to an amount that shall be encased within the same workday. If weather causes stoppage of work or exposes the RFS to washing or blowing, additional RFS may be spread when the work resumes. Spraying with water, limewater, or other sealing type sprays will be considered to be acceptable methods for dust control.

When RFS is used as borrow or B borrow, the lift thickness and compaction of the materials shall be in accordance with 203.23. The dynamic cone penetrometer, DCP, criteria will be determined by a test section in accordance with ITM 514. The DCP testing will be performed in accordance with ITM 509. The moisture content shall be controlled in accordance with 203.23. The test section shall be constructed in the presence of a representative of the Office of Geotechnical Services. When RFS is used as B borrow, the DCP criteria for the granular soils shall be used in accordance with 203.23. Nuclear density testing of RFS will not be allowed.

When RFS is used in embankment construction, the sideslopes of the RFS shall be encased with 1.5 ft of non-RFS borrow materials. All RFS shall be encased with a minimum of 1 ft of non-RFS borrow materials prior to the completion of construction operations in a calendar year. The encasement materials shall be placed and compacted concurrently with the RFS lifts. Encasement materials not meeting the AASHTO M 145 Classifications of A-6 and A-7 shall be submitted to the Office of Geotechnical Services for approvals.

Method of Measurement RFS applications will be measured in accordance to the respective uses for borrow or B borrow.

Basis of Payment RFS will be paid for at the contract unit price in accordance with the respective uses for borrow or B borrow.

No payment will be made for the transportation, handling, or any special construction requirements such as alternative compaction means or encasement activities, when using RFS materials.

The cost of the use of water, limewater, sprays, or other activities necessary for dust control, shall be included in the cost of the respective pay item.

II 38 GREENFIELD DISTRICT Contract No. R -36342

The cost of geotechnical testing for the use of RFS materials shall be included in the cost of the respective pay item.

RECYCLED FOUNDRY SAND SOURCE APPROVAL CRITERIA

The following procedures covers the requirements for Foundry Sand source approvals or otherwise prescribed subject matter to be added, maintained and removed from a Department’s approved list.

The procedures for approval may involve hazardous materials, operations, and equipment. These procedures do not purport to address all of the safety problems associated with the use of the product. The source’s responsibility is to establish appropriate safety and health practices and determine the applicability of regulatory limitations prior to use.

General Requirements

1. A source, requesting approval for addition to the Department’s list, shall provide to the Office of Materials Management the following:

(a) Name and location of source or manufacturer, (b) List of material and specification reference for the material that the approval is being requested, (c) Average monthly production of the material by size, type or grade, (d) Name, address, and telephone number of responsible contact person, (e) Facility layout or production process of the material, (f) Quality parameters of the material, (g) Raw material sampling and testing frequency, (h) Procedures for conforming materials which provides a positive linkage between the furnished materials and the quality control test data, (i) Procedures for non-conforming materials, (j) Procedures for marking and tracking materials, (k) Procedures for documentation maintenance, (l) Finished material sampling and testing frequency, (m) Procedures for reviewing and updating the source operations, (n) Testing laboratory quality system, (o) Names, titles and qualifications of sampling and testing personnel, (p) Location and telephone number of the laboratory testing office, (q) Sample management describing procedures for samples identification, maintenance of the samples prior to testing, sample retention and disposal of samples, (r) Testing report procedures, (s) Methods used to identify improper test results and procedures followed when testing deficiencies occur, (t) Statistical analysis of test results, and (u) Maintenance of test records

II 39 GREENFIELD DISTRICT Contract No. R -36342

The application shall be signed and dated by the source’s or manufacturer’s representative at the time the application is submitted for acceptance. The application shall be maintained to reflect the current status and revisions shall be provided to the Department in writing.

2. Testing may be required which will be performed outside the Department’s laboratories. A recognized laboratory shall be the following:

(a) A State transportation agency testing laboratory, (b) A testing laboratory regularly inspected by the AMRL, or (c) A testing facility approved by the Department.

Approval Requirements In addition to the general requirements, the source shall also submit the following to the Office of Materials Management.

(a) Name of Testing Facility (b) Dates samples were obtained (c) Dates samples were tested (d) Test method used for IDEM classification (e) Letter from IDEM indicating the waste classification of the materials (f) Test results for TCLP and neutral leachate (g) Stockpile sampling locations, including depths and available historical testing results (h) Gradation test results (i) Recycled Foundry Sand (RFS) Source Certification

The Recycled Foundry Sand (RFS) source certification is included as Attachment A. A new approval submission shall be required when re-sampling is required in accordance with 329 IAC 10-9-4(e) (2). (In accordance with 329 IAC 10-9-4 (e)(2) for foundry waste, re-sampling is conducted: at two-year intervals whenever the process changes or according to a schedule for re- sampling by the IDEM Commissioner based on variability noted in previous sampling and other factors affecting the predictability of waste characteristics.)

When metal concentration of the Type III residual sand exceeds 80% of the allowable limits within IDEM classification, an indemnification clause is required. The "Recycled Foundry Sand (RFS) Indemnification Clause" is included as Attachment B.

II 40 GREENFIELD DISTRICT Contract No. R -36342

Maintaining Approval Test reports shall be generated in accordance with specification requirements for the material and submitted monthly to the Office of Materials Management. If the material is not produced by the source in a given month, the monthly submittal shall state:

“No ______was manufactured during ______.” Material month/year

Samples of material may be obtained randomly for verification at the source or at the point of incorporation into the work in accordance with 106.02.

The source shall provide written notification of any changes, revisions or updates of their operations, source name or address, contact person or product name to the Office of Materials Management.

To maintain approval, a summary of new stockpile test results for the acceptance analysis shall be submitted monthly indicating testing every 2,000 t. Tested and approved RFS stockpiles shall be properly signed for easy identification. If no new stockpiles are created in a given month, a letter indicating, "no new RFS stockpiles for month/year were created" shall be submitted to the Office of Materials Management.

Removal from Approved List A source will be removed from the approved list for the following, but not limited to, reasons:

(a) Test failures determined by Department verification sampling, (b) Monthly test reports not provided for three consecutive months, (c) Test reports generated by the source which indicate non- compliance with specification requirements, or (d) Performance of the product no longer meets the intended purpose.

II 41 GREENFIELD DISTRICT Contract No. R -36342

Attachment A

RECYCLED FOUNDRY SAND (RFS) SOURCE CERTIFICATION

This is to certify recycled foundry sand (RFS) stockpiles geographically located as follows: RFS ______

RFS was produced by the ______Company located in ______(City), and ______(State) and was shipped for use on Indiana Department of Transportation projects is Type ______(III or IV) material according to the IDEM’s restricted waste criteria. If any metal concentration exceeds 80% of the allowable limits for a Type III material the foundry shall provide the Department with an acceptable indemnification clause. The ______RFS source also agree that processes and stockpiles associated with the production of such RFS may be inspected and sampled at regular intervals by properly identified representatives of the Department or a duly assigned representative.

______(Date of Signing)______(RFS Producer)

______(Title)

______(Signature)

State of ______SS: County of ______

Subscribed and sworn to before me by ______of the firm of ______this ______day of ______20__

______Notary Public

My Commission Expires: ______

This certification has been reviewed and approved by:

______(INDOT Representative) Date

II 42 GREENFIELD DISTRICT Contract No. R -36342

Attachment B

RECYCLED FOUNDRY SAND (RFS) INDEMNIFICATION CLAUSE

______RFS producer shall indemnify, defend, exculpate, and hold harmless the State of Indiana, its officials, and employees from any liability of the State of Indiana for loss, damage, injury, or other casualty of whatever kind or to whomever caused, arising out of or resulting from a violation of the federal or Indiana Occupational Safety and Health Acts (OSHA), the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), or any other environmental law, regulation, ordinance, order or decree (collectively referred to hereinafter as "Environmental Laws"), as a result of the supply, testing, and application of residual sand or other materials supplied under this Contract by ______source, whether due in whole or in part of the negligent acts or omissions of: (1) ______Foundry, its agents, officers, or employees, or other persons engaged in the performance of the contract; or (2) the joint negligence of them and the State Of Indiana, its officials, agents, or employees.

This contract shall include, but not be limited to, indemnification from: (1) any environmental contamination liability due to the supply, testing, and application of residual sand in road base, embankments, or other projects designated by the Department as agreed to by the parties, and (2) any liability for the clean up or removal of residual sand, or materials incorporating such sand, pursuant to any Environmental Law.

The RFS producer also agrees to defend any such action on behalf of the State of Indiana, to pay all reasonable expenses and attorneys fees for such defense, and shall have the right to settle all such claims. Provided, however, that no liability shall arise for any such fees or expenses incurred prior to the time that ______Foundry shall have first received actual and timely written notice of any claim against the State which is covered by this Indemnification Agreement. If timely written notice of any claim hereunder is not received by ______Foundry, and ______Foundry is thereby prejudiced in its ability to defend or indemnify, then to the extent of such prejudice, this Indemnification Agreement shall be void.

This Indemnification Agreement does not create any rights in any third party, and is solely for the benefit of the State of Indiana and its agents, officials, and employees.

II 43 GREENFIELD DISTRICT Contract No. R -36342

203-R-360 EMBANKMENTS CONSTRUCTED OF COAL COMBUSTION BY-PRODUCTS

(Revised 05-23-13)

Description The Contractor shall have the option of using coal combustion by-products (C.C.B.P.) as borrow or as B borrow. C.C.B.P. shall not be used as backfill for MSE walls nor within 1 ft of subsurface drain trenches unless otherwise approved. Adherence to the provisions herein does not preclude applicability of local, state or federal regulations and laws.

Materials C.C.B.P. include fly ash, bottom ash, or boiler slag or combinations of these materials produced by coal-fired electrical or steam generating units. These by-products shall be type III or type IV materials per IDEM’s restricted waste typing criteria. Current production materials shall not contain boiler tube scalings containing high concentrations of arsenic and selenium. C.C.B.P. shall be in accordance with 203.08 for borrow or 211 for B borrow unless otherwise stated herein.

The maximum fly ash content for C.C.B.P. mixtures shall be limited to 40%, dry unit weight unless otherwise approved. Fly ash is defined as that portion of C.C.B.P. passing the #200 (75 µm) sieve.

C.C.P.B. shall be supplied dry or in a moist condition and transported to the project in a manner that prevents the release of dust and loss of material.

The Contractor shall provide the Engineer with a certification stating the typing of the material and that the C.C.B.P. test at less than 5 ppm of boron as determined by the Indiana Neutral Leachate Testing methodology (INLT). The form of the certification shall be as follows:

C.C.B.P. SOURCE CERTIFICATION

This is to certify that all C.C.B.P. produced by the ______Power Plant of ______located in ______, ______, shipped for use on the Indiana (City) (State) Department of Transportation project ______is type ______material according to IDEM’s restricted waste typing (III or IV) criteria with further restrictions that the boron levels test at less than 5 ppm (INLT methodology) and current production materials do not contain boiler tube scalings. ______also agrees that (Company) any part of the named power plant associated with the production of such C.C.B.P. may be checked at regular intervals by properly identified representatives of the Indiana Department of Transportation.

______(Date) (Company)

______(Signature)

II 44 GREENFIELD DISTRICT Contract No. R -36342

The Contractor shall, if requested, furnish the Engineer with a copy of the most recent testing results upon which the certification is based. This information shall include the following information:

a. entity performing the test, b. date samples were obtained, c. date samples tested, d. test methods used, e. frequency of sampling, and f. stockpile sampling locations including depths and available historical testing results.

The Department reserves the right to conduct independent quality assurance testing at any time and may reject non-conforming material.

CONSTRUCTION REQUIREMENTS

C.C.B.P. not incorporated into the contract through placement, compaction, and encasement within five calendar days will be considered to be in storage. Prior to storing C.C.B.P. within the contract limits the Contractor shall have an approved erosion control plan to prevent C.C.B.P. runoff and erosion. Total C.C.B.P. in storage shall not exceed 9,200 cu yd and the maximum time in storage shall be 180 calendar days.

Adequate measures shall be taken during construction to control dust. Spraying with water, lime water, bituminous sprays, or other sealing sprays will be considered to be acceptable methods for dust control.

Type III C.C.B.P. shall not be placed as follows:

a. Below the seasonal high water table b. Within 100 horizontal feet of a perennial stream/river and lake/reservoir c. Within 150 horizontal feet of a well, spring, or other ground water source of potable water d. Adjacent to a wetland or other protected environmental resource area.

It will be the Contractor’s responsibility to prepare bids for this item by anticipating placement limits and estimating quantities of C.C.B.P. by referencing to the restrictions set out by a. through d.

The placement and compaction of C.C.B.P. shall be performed in accordance with 203.23 except that unless otherwise approved in writing, the Contractor shall arrange to conduct test strips to determine appropriate compaction methods and moisture control limits. The construction of these test strips shall be as directed by the Department’s Office of Materials Management.

C.C.B.P. shall be placed in 8 in. loose lifts.

II 45 GREENFIELD DISTRICT Contract No. R -36342

They shall be compacted using a vibratory steel wheel roller unless otherwise approved. The minimum total compactive effort shall be 47,000 lb. If the manufacturer’s charts do not list the static weight acting upon the compaction drum, the roller shall be weighed. The weight shall be added to the centrifugal force and the roller rated in accordance with the Construction Industry Manufacturer’s Association. The roller shall not exceed 3 mph.

Compaction shall start at the edges and progress towards the center of the embankment.

Based on the results of the test strips the Department’s Office of Materials Management will determine appropriate compaction and moisture control criteria. Nuclear gauges shall not be used to measure moisture or density unless a new calibration curve is made for C.C.B.P. and approved by the Office of Materials Management.

Areas of C.C.B.P. adjoining dissimilar materials, excluding encasement, shall be benched to prevent slope failures and control differential settlement.

If the Contractor elects to place C.C.B.P. with a high hydraulic conductivity (e.g. bottom ash), a drainage plan to alleviate hydraulic pressure within the fill shall be submitted to the Engineer. Embankment construction shall not commence until the Engineer approves the plan.

While type III C.C.B.P. will not be considered as corrosive to metal structures the Department reserves the right to conduct appropriate tests (e.g. pH) and direct the Contractor to take reasonable protective measures if a pH less than 6 is detected. Such measures may include the substitution of natural soil borrow for C.C.B.P. in areas of concern.

Encasement shall be soil in accordance with 203.08. C.C.B.P. shall not be used as encasement. C.C.B.P. shall be covered with a minimum of 1 ft of soil. Soil encasement shall be placed and compacted at the same time as the C.C.B.P. lifts. All cover materials shall be appropriately seeded and vegetated in accordance with 621.

Method of Measurement C.C.B.P., including encasement, will be measured by the cubic yard.

Basis of Payment C.C.B.P. embankments will be paid for as borrow at the contract unit price per cubic yard placed and compacted.

Payment will be made under:

Pay Item Pay Unit

Borrow ...... CYS

II 46 GREENFIELD DISTRICT Contract No. R -36342

The cost of the construction of test strips, drainage systems necessary to alleviate hydraulic pressure, water, lime water, bituminous sprays, or other sealing sprays necessary for dust control, or for moisture content will be included in the cost of the pay item.

203-R-628 COMPACTION ACCEPTANCE WITH LWD

(Revised 10-20-16)

The Standard Specifications are revised as follows:

SECTION 203, AFTER LINE 971, INSERT AS FOLLOWS: The compaction of chemically modified soils and coarse aggregates will be determined by Light Weight Deflectometer, LWD, testing in accordance with ITM 508. The moisture content will be determined in accordance with AASHTO T 255 or ITM 506. The compaction procedures shall be in accordance with 203.23, 215, 301, 302, and 303. Compaction of aggregate shall not occur if the moisture content of the aggregate is greater than 6.0%.

The maximum allowable deflection will be determined from a test section or will be specified. Acceptance testing with a LWD will be in accordance with ITM 508. The optimum moisture content and gradation will be determined by performing AASHTO T 99 Method C, AASHTO T 11, and AASHTO T 27 on representative samples of the aggregates.

The moisture content of the aggregate shall be between 4.0% and the optimum moisture content when the aggregate is delivered to the project. Water shall not be added to the aggregate on the grade. Samples for moisture content testing will be taken on the grade from the first truck of the day. The frequency of the moisture content test for aggregates will be a minimum of one test for each day of aggregate placement.

The maximum allowable deflection for chemically modified soils and aggregate over chemically modified soils shall be in accordance with the following:

Material Type Maximum Allowable Deflection, mm Lime Modified Soil 0.30 Cement Modified Soil 0.27 Aggregates over Lime Modified Soil 0.30 Aggregates over Cement Modified Soil 0.27 Table 1

Test sections shall be constructed in accordance with ITM 514 in the presence of a representative of the Office of Geotechnical Services for other materials not included in Table 1 to determine the maximum allowable deflection.

II 47 GREENFIELD DISTRICT Contract No. R -36342

Acceptance of the compaction of chemically modified soils or aggregates will be determined by averaging three LWD tests obtained at a random station determined in accordance with ITM 802. The location of the three tests will be at 2 ft from each edge of the construction area and at 1/2 of the width of the construction area. The average deflection shall be equal to or less than the maximum allowable deflection allowed in Table 1 or determined by the test section. The frequency of the LWD testing will be three tests for each 800 t for compacted aggregate and three tests for each 1,400 cu yd of chemically modified soil.

If the average deflection is not equal to or less than the maximum allowable deflection for aggregates, a sample of the aggregate shall be obtained in accordance with AASHTO T 2 and a moisture content test shall be performed in accordance with AASHTO T 255 to determine if the moisture content is within the acceptable limits. If the moisture content is not within the acceptable limits, additional LWD tests may be taken at the same locations after 24 h if the moisture content is within the acceptable limits at the time of testing. The aggregate will be accepted if the LWD tests are equal to or less than the maximum allowable deflection.

203-R-647 BORROW AND DISPOSAL SITE REQUIREMENTS

(Adopted 10-20-16)

The Standard Specifications are revised as follows:

SECTION 202, BEGIN LINE 13, DELETE AND INSERT AS FOLLOWS: 202.02 General Requirements All buildings and foundations in accordance with 202.06, structures, fences, tanks, and other obstructions, any portions of which are on the right-of-way shall be razed, removed, and disposed of, except utilities and those features for which other provisions have been made for removal. Designated sSalvageable material designated by the Department shall be removed without unnecessary damage in sections or pieces which may be transported readily and shall be stored at specified places within the project limits or as otherwise designated. Except for regulated materials, which shall be disposed of in accordance with 104.06, and bridge painting debris which is subject to 619, non-salvageable material shall be disposed of in accordance with 203.08.

Materials not designated by the Department as salvageable and removed from the construction site shall become the property of the Contractor and shall be disposed of in accordance with 203.08, except for regulated materials, which shall be disposed of in accordance with 104.06, and bridge painting debris which is subject to 619.

II 48 GREENFIELD DISTRICT Contract No. R -36342

SECTION 202, BEGIN LINE 52, DELETE AND INSERT AS FOLLOWS: Unless otherwise specified, salvageable itemsmaterials removed from the construction site shall become the property of the Contractor and proper allowance for their value shall be taken into account in the bid price of the item involved. Where a house or building has been removed previously and the existing utilities and drains or sewer connections have not been terminated and sealed, this work shall be performed in accordance with 104.03, or as otherwise provided for in the contract.

SECTION 202, BEGIN LINE 77, DELETE AND INSERT AS FOLLOWS: Except for tank content waste, which is classified in accordance with 202.08, the Engineer will classify regulated materials as one of the following Department categories for the purpose of disposal requirements and payment.

SECTION 202, BEGIN LINE 111, DELETE AND INSERT AS FOLLOWS: Unless otherwise specified, structural steel and salvageable materials not designated by the Department to be salvaged shall become the property of the Contractor. It shall be removed from the site before completion of the work and proper allowance for its value shall be taken into account in the bid price of the item involved. If the structure is to remain the property of the Department, steel or wood bridges shall be carefully dismantled without unnecessary damage, steel members shall be match marked, and all salvaged material shall be stored in accordance with 202.02.

Blasting or other operations necessary for the removal of an existing structure or obstruction, which may damage new construction, shall be completed prior to placing the new work.

If stated in the special provisions, all concrete which is of suitable size for riprap and not needed for such use on the project shall be stockpiled on the project in an approved manner, for use by the Department.

SECTION 202, BEGIN LINE 168, DELETE AND INSERT AS FOLLOWS: (c) Disposal of Concrete All concrete from complete or partial removals, which is determined to be acceptable for riprap, shall be used on the project as directed. Disposal or placement as riprap will not be paid for directly, but the cost thereof shall be included in the cost of removal. Disposal of concrete from complete or partial removals shall be in accordance with 203.08.

202.04 Removal of Pipe and Tile Drains When so provided in the proposalindicated in the contract documents or as directed, all pipe and tile drains shall be removed and reasonable precaution taken to avoid breaking or damaging them. The pipe or tile shall be stored neatly on the right-of-way, unless it is to be re- laid as a part of the contract. Otherwise, the conditions in accordance with 104.05 shall apply.

II 49 GREENFIELD DISTRICT Contract No. R -36342

Pipes to be re-laid shall be removed and stored so that there is no loss or damage to the pipe. Replacement will be required of sections lost from storage or from damage through negligence or from improper methods in handling. Removal of pipe or drain tile, any necessary cleaning, removal of headwalls, storage of pipe, and disposal of removed headwall material and unsuitable pipe will not be paid for directly, the cost thereof to be included in the various pay items.

Sanitary or storm sewers no longer in use shall be removed from under the roadway and shoulders if so specified on the plans or in the proposal or if so directed. No payment will be made for this removal if the removal is shown on the plans and no pay item exists, or if this removal is necessary during the placing of other structures or during other excavation operations. The removal of pipes that are not shown in the contract documents and those that are not being replaced at the same location will be paid for in accordance with 109.05. Disposal of pipe and tile drain material shall be in accordance with 203.08.

SECTION 203, BEGIN LINE 51, DELETE AND INSERT AS FOLLOWS: 203.08 Borrow or Disposal Borrow shall consist of approved material required for the construction of embankments or for other portions of the work and shall be obtained from approvedaccepted locations and sources outside the right-of-way. Borrow material shall be free of substances that will form deleterious deposits, or produce toxic concentrations or combinations that may be harmful to human, animal, plant or aquatic life, or otherwise impair the designated uses of a stream or area. Unless otherwise designated in the contract, arrangements shall be made for obtaining borrow. Borrow, as designated herein, shall not include material excavated beyond the right-of-way limits at intersecting public roads, private and commercial drive approaches and material furnished as B borrow.

Disposal of waste material, other than regulated material and bridge painting debris, from within the right-of-way shall only be allowed at approvedaccepted locations either within or outside the right-of-way. Disposal of regulated material shall be in accordance with 104.06. Disposal of bridge painting debris shall be in accordance with 619.

Proposed borrow and disposal sites shall be accepted by the Engineer prior to the start of any borrow or disposal operations at the site. For each proposed site, an IC-203 Request for Acceptance of Borrow or Disposal Site form, available on the Department's website, shall be submitted to the Engineer a minimum of 14 days prior to the Contractor’s planned start of operations at the site. All requests for acceptance of a borrow or disposal site shall be in accordance with 203.08(a).

Acceptance of any proposed borrow or disposal site by the Engineer shall not relieve the Contractor of the responsibility to utilize an appropriate site and to comply with all applicable local, State and Federal laws and regulations.

II 50 GREENFIELD DISTRICT Contract No. R -36342

The Contractor shall provide the Engineer a minimum of 14 days notice prior to opening borrow areas in order to obtain original cross sections, measurements, and borrow material samples prior to borrow area use.

No extension of completion time will be granted due to any delays by the Contractor in securing acceptance of borrow and disposal sites.

(a) Borrow and Disposal Site Requirements Any proposed borrow or disposal site submitted for acceptance shall be presented as, and meet the requirements of one of the following site definitions.

1. Solid Waste Site A Solid Waste Site shall be defined as a solid waste facility, in accordance with 329 IAC 10-2-176, with a current IDEM operating number.

A request for acceptance of a Solid Waste Site shall include the following:

a. Name and contact information of the facility operator. b. Address of the facility. c. The IDEM operating number. d. The expiration date of the IDEM operating permit.

2. Established Site An Established Site shall be defined as an established location, other than as defined in 203.08(a)1, proposed for borrow or disposal activity that is disturbed or developed for public, municipal, governmental, commercial, industrial, construction or any other similar or related activity. The Established Site shall be operating under permits required by local, State and Federal laws for the activities proposed by the Contractor.

A request for acceptance of an Established Site shall include the following:

a. Name and contact information of the site owner. b. Address of the site. c. Copy of a right-of-entry obtained from the property owner. Rights-of-entry shall include rights for access by Department personnel to the site. d. Aerial view site plan with the location of the borrow or disposal areas delineated. e. Location of all proposed storm water management features for the delineated borrow or disposal area. f. List of the documented permits, permit numbers and permit expiration dates for all permits under which the site operates.

II 51 GREENFIELD DISTRICT Contract No. R -36342

g. Documentation that a wetlands delineation and an archaeological field survey, with record check, have been performed by qualified professionals shall be provided when borrow or disposal activities are identified for areas of the proposed site that remain undeveloped or undisturbed.

Any required wetlands delineation and archaeological field surveys, with record check, shall be limited to those undeveloped and undisturbed areas identified for borrow or disposal that are greater than 0.1 acres.

3. General Site A General Site shall be defined as a location, other than as defined in 203.08(a)1 and 203.08(a)2, that has not been disturbed or developed for public, municipal, governmental, commercial, industrial, construction, or other similar or related activity. A General Site shall include private, residential, agricultural fields and pastures, or any other similar or related locations. General Sites shall require additional documentation for acceptance.

A request for acceptance of a General Site shall include the following:

a. Name and contact information of the property owner. b. Address or location of the site. c. Copy of a right-of-entry obtained from the property owner. Rights-of-entry shall include rights for access by Department personnel to the site. d. Site location plan, site dimensions, adjacent property and right-of-way lines, all demarcated jurisdictional wetlands or isolated wetlands, all demarcated archeological sites, existing and proposed finished contours and proposed finished slope grades. e. Site operations plan detailing the operations proposed for the site, what equipment will be utilized, how the site will be accessed and any other information relevant to the operation of the site. f. Copy of the Rule 5 Notice of Intent, if required in accordance with 327 IAC 15-5. g. Storm water management plan for the site including the storm water features to be incorporated and the sequencing of the measures with respect to the operations plan for the site. h. Documentation signed by a wetlands professional verifying that the site has been inspected for the presence of both wetlands and isolated wetlands and, if any are present, specifying the area to be demarcated as jurisdictional or isolated wetlands. i. Documentation of the archeological field survey, with record check, signed by a qualified archeologist including the limits and border of any archeological site discovered. j. Copies of all other permits obtained by the Contractor to perform operations at the site.

II 52 GREENFIELD DISTRICT Contract No. R -36342

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

Except where a licensed commercial site or a permitted siteWhen General Site is utilized identified for borrow or disposal, the Contractor shall obtain all permits required by local, State and Federal laws prior to the start of any operations at the site.

Licensed commercial sites and permitted sites are defined as follows:

(a) A licensed commercial site is a solid waste facility with a current IDEM operation number.

(b) A permitted site is a location that is operated under permits required by local, State and Federal laws for the activities proposed by the Contractor. A permitted site shall also have documentation that a wetlands delineation and an archaeological survey have been performed by qualified professionals.

For proposed borrow or disposal sites other than licensed commercial or permitted sites,All proposed General Sites shall have an inspection of areas outsideimpacted by the construction limits shall beborrow or disposal operations conducted by a qualified wetland professional approved by the Department to determine if wetlands are present on the site. An approved wetland professional shall be prequalified with the Department to perform environmental services work type 5.4 Ecological Surveys or shall be certified by the Society of Wetland Scientists as a wetland professional-in-training or professional wetland scientist. A list of approved wetland professionals is maintained on the Department's website. The wetlands inspection shall be in accordance with the current U.S. Army Corps of Engineers Wetland Delineation Manual and the appropriate regional supplement. The inspection shall also determine if isolated wetlands as defined by IDEM are present. The Contractor shall demarcate in a method approved by the Engineer the boundary of all wetlands identified within the proposed borrow or disposal site in a method acceptable to the Engineer.

II 53 GREENFIELD DISTRICT Contract No. R -36342

For proposed borrow or disposal sites other than licensed commercial or permitted sites, Proposed General Sites shall have a qualified archaeologist shall perform a record check and field survey, with record check, to determine if any significant archeological sites exist within the proposed site. The Indiana Department of Natural Resources Division of Historic Preservation and Archeology maintains a roster of qualified archeological consultants. If any archaeological sites are identified, the archaeologist shall establish the limits of the site along with a reasonable border. The Contractor shall demarcate in a method approved by the Engineer the border of all identified archeological sites identified within the proposed borrow or disposal site in a method acceptable to the Engineer.

Identified archeological sites shall not be disturbed unless the site is cleared by established procedures and written authorization to enter the site has been obtained by the Contractor.

Borrow and disposal sites shall be approved by the Engineer prior to the start of any earth disturbing operations at the site. A request for approval of a borrow or disposal site shall be submitted to the Engineer a minimum of 14 days prior to the Contractor’s planned start of operations at the site. All requests for approval of a borrow or disposal site shall include a description of the Contractor’s planned operations at the site. In the case of disposal sites, the description shall include a listing of the types of material to be disposed of at the site.

A request for approval of a licensed commercial site shall include the following:

(a) The name and address of the facility. (b) The IDEM operating number. (c) The expiration date of the IDEM operating permit.

A request for approval of a permitted site shall include the following:

(a) Name of the site owner. (b) Address of the site. (c) A list of the permits, permit numbers and permit expiration dates for all permits under which the site operates. (d) Documentation that a wetlands delineation and an archaeological survey have been performed by qualified professionals.

A request for approval of a site, other than a licensed commercial or permitted site, shall include the following:

(a) Name of the property owner. (b) Address or location of the site.

II 54 GREENFIELD DISTRICT Contract No. R -36342

(c) A copy of a right-of-entry obtained from the property owner. Rights-of-entry shall include rights for access by Department personnel to the site for the purposes of monitoring, measurement, and sampling. (d) A site plan showing the site location, site dimensions, adjacent property and right- of-way lines, all demarcated jurisdictional wetlands or isolated wetlands, all demarcated archeological sites, existing and proposed finished contours and proposed finished slope grades. (e) A site operations plan detailing the operations proposed for the site, what equipment will be utilized, how the site will be accessed and any other information relevant to the operation of the site. (f) A copy of the Rule 5 Notice of Intent, if required in accordance with 327 IAC 15- 5. (g) An erosion control plan for the site including the types of erosion control measures to be incorporated and the sequencing of the measures with respect to the operations plan for the site. (h) Documentation signed by a wetlands professional verifying that the site has been inspected for the presence of both wetlands and isolated wetlands and, if any are present, specifying the area to be demarcated as jurisdictional or isolated wetlands. (i) Documentation of the archeological record check and field survey signed by a qualified archeologist including the limits and border of any archeological site discovered. (j) Copies of all other permits obtained by the Contractor to perform operations at the site.

The Contractor shall provide the Engineer a minimum of 14 days notice prior to opening borrow areas for the purpose of obtaining original cross section elevations and measurements and to sample the borrow material prior to use.

(b) Additional Requirements Identified archeological sites shall not be disturbed unless the site is cleared by established procedures and written authorization to enter the site has been obtained from the Department’s Cultural Recourses office. Archaeological artifacts encountered during operations shall be addressed in accordance with 107.10.

No excavation shall occur and no material shall be disposed of within the boundaries of the demarcated wetlands and archeological areas unless the operations are in compliance with all required permits and these specifications.

The Contractor shall install all temporary erosion and sedimentstorm water management control measures at accepted borrow or and disposal sites other than licensed commercial and permitted siteslocations designated as Established Sites and General Sites prior to the start of any earth disturbing activity. The Contractor shall develop and construct all mitigation measures necessary to fulfill the requirements of all permits obtained by the Contractor for operation of a borrow and disposal site.

II 55 GREENFIELD DISTRICT Contract No. R -36342

No excavation shall occur or no material shall be disposed of within the boundaries of the demarcated wetlands and archeological areas unless the operations are in compliance with all required permits and these specifications.

No extension of completion time will be granted due to any delays by the Contractor in securing approval of borrow and disposal sites.

Approval of a proposed borrow or disposal site by the Engineer, whether the proposed site is commercial, permitted, or otherwise, shall not relieve the Contractor of its responsibility to utilize an appropriate site and to comply with all applicable local, State and Federal laws and regulations.

Archaeological artifacts encountered during operations shall be addressed in accordance with 107.10.

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

(Adopted 10-20-16)

The Standard Specifications are revised as follows:

SECTION 203, AFTER LINE 680, INSERT AS FOLLOWS: Recycled concrete pavement may be used in embankment construction. The recycled material shall meet the requirements of B borrow in accordance with 211.02 or rock embankment in accordance with 203.20.

The recycled concrete pavement may only be placed below the pavement underdrains and shall be constructed in accordance with 203.23. The recycled concrete pavement shall not be used within 2 ft of the water table. Proofrolling in accordance with 203.26 shall be performed to cover the whole grade for every 5 ft of fill. Any rut greater than 1/2 in. shall be corrected as directed.

A geotextile in accordance with 918.02 shall be placed prior to the placement of other material when the material is finer than recycled material. A minimum 18 in. encasement suitable for vegetation growth shall be constructed in accordance with 203.09.

II 56 GREENFIELD DISTRICT Contract No. R -36342

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

(Adopted 11-18-16)

The Standard Specifications are revised as follows:

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

Acceptable Acceptable Acceptable Maximum Optimum Minimum Minimum Minimum Textural Dry Moisture DCP value DCP value for DCP value Classificat Density Content Range for 6 in. 12 in. for 12 in. ion (pcf) (%) for 95% for 95% for 100% compaction compaction compaction CLAY SOILS Clay < 105 19 - 24 6 * Clay 105 - 110 16 - 18 7 * Clay 111 - 114 14 - 15 8 * SILTY SOILS Silty 115 - 116 9 * 13 - 14 Silty 117 - 120 11 * SANDY SOILS Sandy 121 - 125 12 * 8 - 12 Sandy > 125 15 * GRANULAR SOILS – STRUCTURE BACKFILL AND A-1, A-2, A-3 SOILS No. 30 6 9 No. 4 7 10

1/2 in. 11 14 1 in. 16 19 Note: * Test section required in accordance with ITM 514

Three random test locations will be determined in accordance with ITM 802 for each 2,000 cy yd of compacted soil for each two-lane pavement sectionUnless otherwise specified, all material directed to be compacted in accordance with 203.23 shall meet the acceptable minimum DCP value for 95% compaction. Subgrade shall meet the acceptable minimum DCP value for 100% compaction when required.

As an alternate, all embankments shall be compacted to at least 95% of their maximum dry density and all subgrade shall be compacted to at least 100% of their maximum dry density. In situ density will be determined in accordance with AASHTO T 191 and the moisture content as specified.

II 57 GREENFIELD DISTRICT Contract No. R -36342

For clay, silty, and sandy soils compacted to 100% of their maximum dry density, a test section is required in accordance with ITM 514 for DCP testing.

Clay soils shall be constructed and tested with DCP in 6 in. lifts, whereas silty, sandy, and granular soils shall be constructed in 6 in. lifts and tested with DCP for 12 in.

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

Soil Type Moisture Compaction Range Clay (< 105 lb/cu ft) -2 to +2% of optimum moisture content Clay (105-114 lb/cu ft) -2 to +1% of optimum moisture content Silty and Sandy (> 114 lb/cu ft) -3% to optimum moisture content Granular 5 to 8%

DCP testing will be performed in accordance with the Frequency Manual at random locations determined in accordance with ITM 802.

Moisture testsing will be performed every four hours for clayey soils and once a day for silty , sandy, and granular soil typesin accordance with the Frequency Manual.

205-R-636 STORM WATER MANAGEMENT

(Revised 11-18-16)

The Standard Specifications are revised as follows:

SECTION 101, AFTER LINE 33, INSERT AS FOLLOWS: BMP best management practice CESSWI Certified Erosion Sediment and Storm Water Inspector CISEC Certified Inspector of Sediment and Erosion Control CPESC Certified Professional in Erosion and Sediment Control NOI Notice of Intent NOS Notice of Sufficiency NOT Notice of Termination RECP rolled erosion control product SWQCP Storm Water Quality Control Plan SWQM Storm Water Quality Manager

SECTION 108, DELETE LINES 114 THROUGH 219.

II 58 GREENFIELD DISTRICT Contract No. R -36342

SECTION 108, AFTER LINE 219, INSERT AS FOLLOWS: For those contracts requiring IAC 327 15-5, having waterway permits, and storm water management, the Contractor shall locate, install, maintain and remove temporary sediment and erosion control BMPs, for earth disturbing activity areas, and develop a SWQCP, for the Engineer’s acceptance, in accordance with 205.

Where required by IAC 327 15-5, stockpile and storage sites shall be permitted by an IDEM NOS. An NOI with an IDEM time stamp 48 hours prior to the beginning of operations at the sites shall also meet these requirements. The Contractor shall obtain an NOS, or IDEM time stamped NOI submitted to the Engineer prior to the beginning of operations at those locations. Borrow and disposal sites shall be in accordance with 203.08.

For those contracts not requiring IAC 327 15-5, having no waterway permits, and not requiring storm water management, the contractor shall submit a written site plan to the Engineer describing the following:

1. A description of the contract site. 2. The locations of all equipment storage areas, fueling locations, construction trailers, batch plants, and designated concrete truck washout locations. 3. A material handling and spill prevention plan.

The site plan shall be submitted for acceptance 14 calendar days prior to the start of construction activity.

The cost of preparation and implementation of the site plan described above shall be included in the cost of the other items of the contract.

SECTION 108, BEGIN LINE 243, DELETE AS FOLLOWS: The cost of preparation of the erosion control plan shall be included in the cost of the erosion and sediment control items.

SECTION 109, BEGIN LINE 808, DELETE AND INSERT AS FOLLOWS: (g) Erosion and Sediment Control, E&SCStorm Water Management Quality adjustments will be calculated in accordance with 205.08.

SECTION 205, DELETE LINES 1 THROUGH 516.

SECTION 205, BEGIN LINE 1, INSERT AS FOLLOWS: SECTION 205 - STORM WATER MANAGEMENT

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

II 59 GREENFIELD DISTRICT Contract No. R -36342

MATERIALS

205.02 Materials Materials shall be in accordance with the following:

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

CONSTRUCTION REQUIREMENTS

205.03 General Requirements The Contractor shall locate, install, maintain and remove storm water management control BMPs for earth disturbing activity areas, and develop a SWQCP, in accordance with IAC 327 15-5. The Contractor’s SWQCP shall be a required contract specific component to the Department’s Design SWPPP. The submitted and accepted Contractor’s SWQCP and the Department’s Design SWPPP shall work in coordination with each other to complete the requirements of IAC 327 15-5.

(a) Storm Water Quality Control Plan Development The Contractor’s SWQCP shall be developed by a professional engineer who holds a current CPESC or CPESC In-Training certification or approved equivalent. The SWQCP developer shall be familiar with the project site and be able to develop the SWQCP in accordance with the site conditions. In the event of conflict between requirements, pollution control laws, rules, or regulations of other Federal, State or local agencies, the Contractor’s SWQCP shall adhere to the more restrictive laws, rules, or regulations. The SWQCP developer shall issue clarifications, correct errors and omissions, and revise the SWQCP as required. The Contractor’s SWQCP shall be stamped by the SWQCP developer as defined above.

II 60 GREENFIELD DISTRICT Contract No. R -36342

The Contractor shall develop the project SWQCP for all applicable storm water management measures in accordance with 327 IAC 15-5, Chapter 205 of the Indiana Department of Transportation Design Manual, the IDEM “Indiana Storm Water Quality Manual”, ITM 803, and all other applicable contract documents.

The Contractor’s SWQCP shall incorporate all narrative information, plan sheets, and implementation information necessary for storm water management utilized for the project. The SWQCP shall include any revisions to the Department’s Design SWPPP and the plans to comply with all known permit requirements applicable to the construction phase of the project included in the NOI, 401 and 404 permits, and all other permits as well as those required by the Contractor in accordance with 107.01 and 205.03(c).

A copy of the Contractor’s offsite operations permits for items such as offsite stockpiles, borrow sites, waste sites, or storage areas shall be submitted to the Engineer prior to operations at those sites.

Electronic files of any plan sheets and narratives shall be provided in .pdf format.

The Contractor may elect to prepare and submit the SWQCP in multiple phases. The first phase of the SWQCP shall show the location, installation, and maintenance of storm water management BMPs for the existing topography of the project during clearing activities and prior to earth disturbing activities for the remaining construction. The first phase of the SWQCP shall be submitted prior to subsequent phases. Additional phases shall show the progression from the existing topography to the final grade and shall be submitted for review prior to earth disturbing activity for that phase. Each phase of the SWQCP shall be modified to meet existing field conditions as needed.

If a governmental agency or a local governmental authority finds a violation of NPDES or any other surface water permits provided in the bid documents, or any BMPs are incomplete, or the Contractor’s SWQCP is incomplete, full responsibility shall be borne by the Contractor to make corrections. In addition if an assessment, damage judgment or finding, agreed order, fine, or any other expense for a violation of the contract requirements is leveled against the Department, the Contractor shall reimburse the State for that amount within 30 days. The Contractor agrees to indemnify and hold harmless the Department and will reimburse the Department for any assessments, damage judgments or finding, fine, penalty or other expense relating to this portion of the contract. The Department may withhold the amount owed from the Contractor’s subsequent pay estimates. Delays caused by stop work orders from regulatory agencies, suspension of work orders from the Department, or any other delays caused by inadequate submittals or implementation will be considered Non-Excusable Delays in accordance with 108.08(c).

II 61 GREENFIELD DISTRICT Contract No. R -36342

(b) Storm Water Quality Manager The Contractor shall designate one person as the contract SWQM. The designated individual shall be trained as a level 1 or level 2 SWQM as indicated within the contract documents. The SWQM training level shall meet or exceed the level required within the contract documents.

1. Level 1 SWQM A level 1 SWQM shall have successfully completed the Department’s Construction Storm Water Training course and hold a current training verification document for that course.

2. Level 2 SWQM A level 2 SWQM shall meet the requirements of 205.03(b)1, and hold a current certification as a CESSWI, or a CESSWI In-Training, or a CISEC, or a CISEC In-Training, or a CPESC, or a CPESC In-Training, or an approved equivalent.

The SWQM shall be responsible for ensuring that the Contractor’s SWQCP has been submitted for review prior to implementation. The SWQM shall also be in responsible charge of the implementation of the Contractor’s SWQCP. Implementation of the SWQCP includes installation, maintenance, and removal of all storm water management measures. The SWQM shall also be in responsible charge of the weekly and post-event inspections. The inspections shall be documented electronically using the Storm Water, Erosion, and Sediment Control Inspection Report which is available on the Department’s website or provided by the Engineer.

The SWQM shall attend the pre-construction conference and at least one contract scheduling meeting per calendar month. The SQWM shall accompany personnel from IDEM or other governmental agencies, as required, during site visits by those agencies. The name of the SWQM shall be furnished to the Engineer at, or prior to, the pre-construction conference. If the designated individual is replaced during the contract, the replacement shall be designated, and notification given to the Engineer within 24 hours.

(c) Storm Water Quality Control Plan Content The Contractor’s developed SWQCP shall include the processes and procedures of how the Contractor intends to meet the requirements as outlined in this section and in accordance with ITM 803, Contractor Quality Control Plan for Storm Water.

Any individual phase of the SWQCP shall be submitted to the Engineer for review a minimum of 14 calendar days prior to commencing earth disturbing activities for that phase. Upon receipt, the Engineer will perform a review of the submitted phase of the SWQCP within 14 calendar days for acceptance.

At a minimum, the SWQCP shall include the following:

1. Description of the site.

II 62 GREENFIELD DISTRICT Contract No. R -36342

2. Locations of all proposed top soil stockpiles.

3. Locations of all proposed equipment storage areas, fueling locations, construction trailers, batch plants, and designated concrete truck washout areas.

4. Proposed construction sequence and phasing of storm water management measures including plans for installation, maintenance, and removal of BMPs.

5. Locations and design flow from offsite areas that drain onto project limits. The SWQCP design shall include BMPs properly sized and placed to accommodate runoff from outside of the project limits and the drainage quantity from within the project limits.

6. Locations of all construction entrances where vehicles and equipment will enter and exit the site.

7. Material handling and spill prevention plan. A plan for the collection, storage, and disposal of concrete washout waste water shall be in accordance with 205.03(d).

8. Statements that the storm water management measures for the project shall, at a minimum, be inspected on a weekly basis and within 24 h of every 1/2 in. rain event.

9. Provisions to ensure that pollutants such as fuels, lubricants, asphalt, sewage, wash water, or waste from concrete mixing operations, and other harmful materials shall not be discharged into existing bodies of water.

10. Provisions to ensure that all applicable regulations and statutes relating to the prevention and abatement of pollution shall be complied with in the performance of the contract.

11. Statements that all appropriate storm water management items shall be in place prior to disturbing the project site.

When Waters of the United States are located within the project limits the following shall also be addressed in the SWQCP:

1. A method for delineating the boundaries of the Waters of the United States as shown on the plans.

II 63 GREENFIELD DISTRICT Contract No. R -36342

2. A method for conducting work located in or adjacent to bodies of water, and how the work in those locations shall be conducted in compliance with all conditions within the project 401, and 404 permits.

(d) Temporary Storm Water Management Features Temporary storm water management measures shall be placed as soon as practicable. Perimeter protection and sediment traps shall be installed prior to beginning earth disturbing activities. Pipe end sections and anchors shall be installed when the structure is installed. If the pipe end sections or anchors cannot be placed at the same time, temporary riprap splashpads shall be placed at the outlets of the pipes until end sections or anchors can be installed.

Adjustments of the storm water management measures shall be made to satisfy field conditions and shall be subject to the Engineer’s approval. Adjustments made to meet field conditions shall be made as soon as practicable and shall be maintained as necessary.

The Contractor shall provide a stable construction entrance at the points where construction traffic will enter onto an existing road. Where there is insufficient space for a stable construction entrance, other measures shall be taken to prevent the tracking of sediment onto the pavement. These temporary entrances shall be the responsibility of the Contractor to completely install, maintain, and remove.

Within the SWQCP, the Contractor shall provide a written plan for the collection, storage, and disposal of concrete washout waste water that is adequate for the size of the concrete pour, the environmental conditions of the job site, and in accordance with IAC 327 15- 5-7(2) and IAC 327 15-13-17(2)(F). A secondary washout container shall be on site and be part of the material handling and spill prevention plan. Straw bale washout pits will not be allowed. Concrete washout waste water may either be recycled back into the truck, washed out into a lined roll off container or a lined in-ground pit of adequate size, or an approved manufactured product, or taken back to a batch plant. Lining shall consist of a minimum of one sheet of 10 mil plastic, be continuous with no over lapping, and free of leaks.

Concrete waste water liquid shall be fully evaporated prior to the planned capacity of the washout container capacity being exceeded. Otherwise the waste water shall be pumped out into a secondary lined container or into a tanker and taken to an approved disposal facility. Concrete waste water shall not be allowed to leak onto the ground, run into storm drains, or into any body of water. Where washout waste water leaks onto the ground, all contaminated soils shall be excavated and disposed of in accordance with 202.08 except that all costs associated with excavation and disposal shall be the responsibility of the Contractor.

The installation of storm water management measures shall include those necessary or required by permits at off-site locations such as borrow and disposal areas, field office sites, batch plants, locations where the Contractor’s vehicles enter and leave public roads, and other locations where work pertaining to the contract is occurring. The Contractor’s SWQM shall be responsible for the installation, inspection, and maintenance of these measures.

II 64 GREENFIELD DISTRICT Contract No. R -36342

The Contractor shall employ dust control measures in accordance with 107.08(b).

(e) Permanent Storm Water Management Features Permanent storm water management measures shall be incorporated into the work at the earliest practicable time.

205.04 Temporary Surface Stabilization Non-vegetated areas shall be temporary stabilized if the area remains inactive for more than seven days. The area will be considered inactive when no meaningful work toward accomplishing a pay item has been performed at a site of disturbed soil. Stabilization methods shall be as shown in the SWQCP.

(a) Seed Temporary seeding shall be placed on disturbed areas that are expected to be inactive for more than seven days, or as agreed to by the Contractor and the Engineer. Seed shall be placed either by drilling in, spraying in a water mixture, or by use of a mechanical method which places the seed in direct contact with the soil. Where inaccessible to mechanical equipment, or where the area to be seeded is small, a hand operated cyclone seeder or other approved equipment may be used. Seed shall not be covered more than 1/2 in. Seed may be distributed by a drill seeder, cyclone seeder, hand or other approved equipment which allows for even distribution of the seed. If as a result of a rain event, the prepared seed bed becomes rutted, crusted or eroded, or depressions exist, the soil shall be reworked until it is smooth. Reworked areas shall be re- seeded. All seeded areas shall be mulched within 24 h after seeding.

Temporary seed shall be used for surface stabilization and temporary ground cover. Temporary cover mixtures shall be placed and be subject to seasonal limitations as defined herein. This mixture is not intended to be used as a permanent seed mixture. This mixture shall not be used to satisfy the requirements of the warranty bond.

The mix shall be spray mulched where the slope is steeper than 3:1. From June 16 through August 31, mulching alone shall be used to stabilize the soil.

(b) Spring Mix Spring mix shall be used from January 1 through June 15. This mixture shall be applied at the rate of 150 lb/ac. The mix shall consist of oats.

(c) Fall Mix Fall mix shall be used from September 1 through December 31. This mixture shall be applied at the rate of 150 lb/ac. This mix shall consist of winter wheat.

Unless otherwise indicated in the SWQCP, fertilizer shall be spread uniformly over the area to be seeded and shall be applied at 1/2 the rate shown in 621.05(a). Fertilizer shall only be applied during the active growing season March through November.

II 65 GREENFIELD DISTRICT Contract No. R -36342

(d) Mulch Mulch shall be applied uniformly in a continuous blanket at the rate of 2.5 t/ac. If seeded, mulch shall be placed within 24 h after seeding. The percent of moisture in the mulch shall be determined in accordance with 621.14(c).

Mulch shall be punched into the soil so that it is partially covered. The punching operation shall be performed longitudinally to the slope. The tools used for punching purposes shall be disks that are notched and have a minimum diameter of 16 in. The disks shall be flat or uncupped. Disks shall be placed a minimum of 8 in. apart. Shaft or axle sections of disks shall not exceed 8 ft in length.

The disk for punching shall be constructed so that weight may be added or hydraulic force may be used to push puncher into the ground. An even distribution of mulch shall be incorporated into the soil.

On a slope of 3:1 or steeper but flatter than 2:1, or where specified, temporary mulch stabilization shall also be used. Unless otherwise specified, the following types may be used.

1. Type A The mulch shall be held in place by means of commercially produced water borne mulch binder product. The product shall be manufactured and used in accordance with all applicable State and Federal regulations. Such product shall be applied in accordance with the manufacturer’s written instructions. A copy of the written instructions shall be supplied to the Engineer prior to the seeding work. The product shall include a coverage indicator to facilitate visual inspection for evenness of application. If the mulch fails to stay in place, the Contractor shall repair all damaged areas.

2. Type B The mulch shall be held in place with binder twine fastened down with wooden pegs not less than 6 in. long spaced 4 ft apart. The twine shall be placed parallel to and also at 60° to the pavement edge in both directions. The distance between the intersections of the diagonal strands measured along the strands shall be 12 ft. The strand parallel to the pavement shall cross the diagonal strands at their intersections to form equilateral triangles of 12 ft on a side.

II 66 GREENFIELD DISTRICT Contract No. R -36342

3. Type C The mulch shall be held in place with a polymeric plastic net. The plastic net shall be unrolled such that it lays out flat, evenly, and smoothly, without stretching the material. The plastic net shall be held in place by means of staples. The staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be spaced not more than 4 ft apart with rows alternately spaced. The plastic net shall be secured along the top and bottom of the soil slope with staples spaced not more than 1 ft on center. The ends and edges of the plastic net shall be overlapped approximately 4 in. and stapled. Overlaps running parallel to the slope shall be stapled 1 ft on center and overlaps running perpendicular to the slope shall be stapled at least 3 ft on center. The plastic net shall be placed with the length running from top of slope to toe of slope, or the plastic net shall be placed with the length running horizontally or parallel to the contour.

On a slope of 2:1 or steeper, or where specified, a manufactured surface protection product shall be used.

(c) Manufactured Surface Protection Products The following manufactured surface protection products may be used for covering an area that has not been seeded. Soil cover shall not be used to cover seeded areas. Prior to placing the manufactured surface protection product, the area to be covered shall be free of all rocks or clods of over 1 1/2 in. in diameter, and all sticks or other foreign material, which prevent the close contact of the blanket with the seed bed.

After the area has been properly shaped, fertilized, and seeded, the manufactured surface protection product shall be laid out flat, evenly, and smoothly, without stretching the material.

1. Excelsior Blanket An excelsior blanket may be used as mulch for seeding where seeding is specified or where erosion control blanket is specified. Excelsior blankets shall be placed within 24 h after seeding operations have been completed. Excelsior blankets shall be installed in accordance with the manufacturer’s recommendation.

2. Straw Blanket A straw blanket may be used as mulch for seeding where mulched seeding is specified or where erosion control blanket is specified. Straw blankets shall be placed within 24 h after seeding. The straw blanket shall be unrolled over the designated area so that the plastic mesh is on top and the straw fibers are snugly and uniformly in contact with the soil surface. The rolls shall be butted together and stapled in place. The staples shall be driven through the blanket at a 90° angle to the plane of the ground surface. Each staple shall anchor the plastic mesh. The staples shall be spaced per the manufacturer’s recommendation.

For placement on a slope, the straw blankets shall be placed with the length running from the top of slope to the toe of slope and shall extend a minimum of 3 ft over the crown of the slope. The blanket shall be stapled in accordance with the manufacturer’s recommendation.

II 67 GREENFIELD DISTRICT Contract No. R -36342

For placement in ditch lines, the straw blanket shall be unrolled parallel to the centerline of the ditch. The blanket shall be placed so that there are no longitudinal seams within 24 in. of the bottom centerline of the ditch. In a ditch line, the blanket shall be stapled in accordance with the manufacturer’s recommendation with a minimum of six staples across the upstream end of each roll.

3. Rolled Erosion Control Products The Contractor shall use degradable RECPs including netting, open weave textile, and erosion control blankets.

Seed shall be applied in accordance with 621 unless soil infilling is required.

If soil infilling is required, RECP shall be first installed and then seed applied and brushed or raked 1/4 to 3/4 in. of topsoil into voids in the RECP filling the full product thickness. Staples of at least 6 in. in length shall be used to secure the RECP. The RECP shall be unrolled parallel to the primary direction of flow and placed in direct contact with the soil surface. RECP shall not bridge over surface inconsistencies. Edges of adjacent RECP shall be overlapped by 2 to 4 in. Staples shall be placed to prevent seam separation in accordance with the manufacturer’s recommendations.

4. Geotextile Disturbed soil shall be covered with geotextile. The covering shall be placed over the exposed soil in a shingle like fashion with a 2 ft minimum overlap covering all loose or disturbed soil. The geotextile, if new, shall be in accordance with 918.02. The geotextile used for soil covering need not be new but shall not have holes or unrepaired rips or tears. All repairs shall be made in accordance with the manufacturer’s recommendation.

205.05 Concentrated Flow Protection

(a) Check Dam Check dams and modified check dams shall be constructed as shown on the plans. Geotextile for check dams shall be in accordance with 616 unless otherwise specified. Temporary revetment riprap shall be in accordance with 616. No. 5 and No. 8 filter stone shall be in accordance with 904.

(b) Check Dam, Traversable Traversable check dams shall be composed of straw bales, 8 in. minimum diameter fiber rolls, or 8 in. minimum diameter socks filled with straw, ground wood chips, shredded bark, or other approved material for site specific conditions. Rolls and socks may be stacked in a triangle pattern as shown on the plans. Check dams shall be staked as shown on the plans or as directed by the manufacturer. Check dams shall be configured to eliminate gaps between sections. Straw bales shall be placed such that the bindings are parallel to and not in contact with the ground.

II 68 GREENFIELD DISTRICT Contract No. R -36342

(c) Diversion Interceptors Grading for diversion interceptors shall be in accordance with 203 with the exception that compaction requirements will not apply. The Contractor shall identify the construction areas which shall utilize diversion type A or B. Slope drains shall be provided at the low points of the diversion interceptor. Perimeter diversion, type C shall be installed prior to earth moving activities and shall be immediately stabilized. Type A or B shall be stabilized if anticipated to be left in place for more than seven calendar days.

(d) Sediment Traps Sediment traps shall be constructed with revetment riprap, filter stone and geotextile.

(e) Sediment Basins Embankment construction shall be in accordance with 203. Temporary revetment riprap used for overflow protection shall be in accordance with 904, unless otherwise indicated in the SWQCP. Sediment basins shall be constructed as shown on the plans, or as indicated in the SWQCP. Sediment basins shall be designed to provide a minimum storage volume to contain the runoff from a 10 year 24 h storm event.

(f) Slope Drains Slope drain pipes shall be lengthened as required due to the construction of the embankment.

(g) Vegetative Filter Strips Designated vegetative filter strips shall not be disturbed. Small rills that form shall be repaired. Fertilizer shall be applied as indicated in the SWQCP.

(h) Splashpads Splashpads shall be constructed with revetment riprap with geotextile.

(i) Inlet Protection All deck and curb drains shall have sediment control measures when the structure or road is to be used for hauling operations or adjacent to disturbed areas. Copies of all current manufacturers’ installation manuals shall be provided prior to installation.

205.06 Perimeter Protection

(a) Silt Fence Shipping, handling and storage shall be in accordance with the manufacturer’s recommendations. The silt fence material shall be in accordance with 918.04. The silt fence material will be rejected if it has defects, tears, punctures, flaws, deterioration, or damage incurred during manufacture, transportation, storage, or installation. Each roll shall be labeled or tagged to provide product identification.

II 69 GREENFIELD DISTRICT Contract No. R -36342

Joints shall be made from the ends of each section of fence wrapped around a wood stake and joined together or other method recommended by the manufacturer. Copies of all current manufacturer manuals shall be provided prior to installation.

(b) Filter Berm Filter berms shall be constructed of organic mulch, filter sock, or No. 5 and No. 8 filter stone.

205.07 Maintenance Storm water management measures shall be inspected, at a minimum, once every seven days and after a 1/2 in. rain event. Inspections shall be documented and records shall be maintained by the Contractor, to be submitted to the Engineer on the next business day following the inspection. The temporary protection measures shall be remedied within 48 h after inspection or as directed. The Contractor shall rebuild or repair damaged storm water management measures.

If conditions do not allow the Contractor access to the location of the storm water management features using normal equipment and maintenance, the Contractor shall submit to the Engineer an acceptable written alternate schedule, within 48 h, to bring the storm water management features back into compliance.

(a) Silt Fence If the fence fabric tears, starts to decompose, or becomes ineffective, the affected portion shall be replaced. Deposited sediment shall be removed once it reaches 1/2 the height of the fence at its lowest point. Once the contributing drainage area has been stabilized, the Contractor shall remove the fence and sediment deposits, grade the site to blend with the surrounding area, and stabilize the graded area.

(b) Sediment Basin Sediment shall be removed once it has accumulated to 1/2 the design volume. The filter stone around the riser pipe shall be replaced if the sediment pool does not drain within 72 h following a stormwater runoff event.

(c) Filter Berm Accumulated sediment shall be removed once it reaches 1/4 of the height of the filter berm. The filter berm shall be inspected to ensure that it is holding its shape and allowing adequate flow. Eroded and damaged areas shall be repaired.

(d) Inlet Protection Accumulated sediment shall be removed once identified and after each storm event. Flushing with water will not be allowed. The sediment shall not be allowed to re- enter the paved area or storm drains. Curb inlet inserts shall be cleaned in accordance with the manufacturer’s recommendations.

II 70 GREENFIELD DISTRICT Contract No. R -36342

(e) Sediment Traps Following each storm event, the Contractor shall repair slope erosion and piping holes as required. Sediment shall be removed once it has accumulated to 1/2 design volume. The Contractor shall replace the coarse aggregate filter stone if the sediment pool does not drain within 72 h following a storm water runoff event.

(f) Concrete Washout The containment system shall be inspected for leaks, spills, and tears, and shall be repaired or replaced as necessary. The Contractor shall ensure that each containment system maintains adequate capacity. Solidified waste concrete shall be disposed of in accordance with 202.

(g) Check Dams Sediment shall be removed once it reaches 1/2 the height of the check dam. Sediment shall be removed and disposed of in accordance with 201.03 and 203.08. The Contractor shall rebuild or repair each damaged check dam to maintain the design height, cross section, and control function.

205.08 Quality Adjustments If maintenance deficiencies are not remedied within 48 h after identifying them in the inspection and in accordance with 205.07, the Contractor may be assessed damages for failure to maintain the required storm water management. For each day, during which the following units of storm water management are in an unsatisfactory condition, a quality adjustment, in accordance with 109, will be assessed as shown for each day, per unsatisfactory unit.

(a) Silt Fence: $100.00 per each contiguous 100 ft section or portion thereof (b) Check Dam: $100.00 per check dam (c) Sediment Basin: $100.00 per basin (d) Sediment Trap: $100.00 per trap (e) Inlet Protection Devices: $100.00 per unit (f) Failure to inspect site per 327 IAC 15-5 requirements: $100.00 per required inspection (g) Failure to temporary stabilize non-vegetated areas: $100.00 per acre or portion thereof (h) Failure to correct identified deficiencies not defined above: $100 per day per measure.

Silt fence will be considered unsatisfactory if the fence material has an exposed cut or tear exceeding 1 ft in length, a seam has separated or the retained sediment exceeds 1/2 of the height of the fence.

Check dams, sediment basins and sediment traps will be considered unsatisfactory if they no longer perform their function, or the retained sediment exceeds 1/2 of the design volume.

II 71 GREENFIELD DISTRICT Contract No. R -36342

Inlet protection devices will be considered unsatisfactory if they no longer perform their function, or the accumulated sediment exceeds 1/2 of the capacity of the device.

205.09 Removal Storm water management measures shall be removed as soon as an area becomes stable. All storm water management measures shall be removed prior to application for the NOT. The Contractor shall remove and dispose of all excess silt accumulations, dress the area, and reestablish vegetation to all bare areas in accordance with the contract requirements. Use or disposal of storm water management measures shall be as indicated in the SWQCP.

205.10 Method of Measurement Temporary silt fence and traversable check dams will be measured by the linear foot.

Temporary sediment basins, standard metal end sections and temporary inlet protection will be measured by each unit installed.

Temporary revetment riprap check dams, temporary revetment riprap, temporary sediment traps, splashpads, temporary filter stone, temporary mulch, No. 2 stone for stable construction entrances, and fertilizer will be measured by the ton.

Temporary mulch stabilization, manufactured surface protection products, and temporary geotextile will be measured by the square yard.

Temporary seeding will be measured by the pound.

Removal of sediment will be measured by the cubic yard.

Temporary slope drains will be measured by the linear foot. Measurement will be made for the maximum footage in place at one time, per drain location regardless of the number of times the material is moved.

Temporary filter berms and filter sock will be measured by the linear foot complete in place.

Revetment riprap and filter stone used in sediment basins will be measured by the ton.

Excavation for detention ponds, temporary sediment traps and temporary sediment basins will be measured as common excavation in accordance with 203.27.

Diversion interceptors type A and B, and interceptor ditches will not be measured for payment. Diversion interceptors type C will be measured by the linear foot.

Mobilization and demobilization for surface stabilization will be measured per each trip as provided in the submitted and accepted SWQCP.

II 72 GREENFIELD DISTRICT Contract No. R -36342

Weekly inspections will be measured by each for inspections conducted after the contract completion date.

SWQCP Preparation and Implementation Level 1 and Level 2 will not be measured.

BMPs used at the off-site locations designated in 205.03 and concrete washouts will not be measured for payment.

205.11 Basis of Payment The accepted quantities of silt fence and traversable check dams will be paid at the established unit price per linear foot.

Temporary sediment basins, standard metal end sections, and temporary inlet protection will be paid at the established unit price per each unit installed.

Temporary revetment riprap check dams, temporary revetment riprap, temporary sediment traps, splashpads, temporary filter stone, temporary mulch, No. 2 stone for stable construction entrances, and fertilizer will be paid at the established unit price per ton.

Temporary mulch stabilization, manufactured surface protection products, and temporary geotextile will be paid at the established unit price per square yard.

Temporary seeding will be paid at the established unit price per pound.

Removal of sediment will be paid at the established unit price per cubic yard.

Temporary slope drains, temporary filter berms, and filter sock will be paid at the established unit price per linear foot.

Revetment riprap and filter stone used in sediment basins will be paid at the established unit price per ton.

The accepted quantities of excavation for detention ponds, temporary sediment traps, and temporary sediment basins will be paid for as common excavation in accordance with 203.28.

Diversion interceptors type C will be paid at the established unit price per linear foot.

Payment for mobilization and demobilization for surface stabilization will be paid at the established unit price per each and will be made for the initial movement to the project site, and for each occurrence as indicated in the submitted and accepted SWQCP, or as directed.

Weekly inspections will be paid at the established unit price per each for inspections conducted after the contract completion date. No payment will be made for inspections during the time when liquidated damages in accordance 108.09 are assessed.

II 73 GREENFIELD DISTRICT Contract No. R -36342

The Department will include the pay item Storm Water Management Budget, with an established dollar amount, in the proposal to pay for BMP work. This established amount is the Department’s estimate of the total cost of the BMP work required to be performed for the contract. The established amount shown in the proposal is included in the total bid amount. The Department will pay for those items installed and listed with established prices for the quantities installed as indicated in the submitted and accepted SWQCP. If the BMP work exceeds the Department’s estimated amount, the additional BMPs shall be explained and submitted as a revision to the SWQCP. The additional work will be reviewed for acceptance in accordance with 104.03 except that the additional BMP work will be paid at the pre-determined established prices shown.

The Department will pay to replace BMPs that have failed during a rain event at the unit price shown in 205.11 if those BMPs had been adequately designed based on the watershed, installed correctly, and maintained as necessary.

The item SWQCP Preparation and Implementation Level 1 will be paid when a Level 1 SWQM is designated in the contract documents. The item SWQCP Preparation and Implementation Level 2 will be paid when a Level 2 SWQM is designated in the contract documents. The item SWQCP Preparation and Implementation Level 1, or Level 2 will be paid as a lump sum. After the SWQCP has been submitted, 25% of the SWQCP Preparation and Implementation bid price will be paid. If the SWQCP is submitted in phases, 25% of the SWQCP Preparation and Implementation bid price will be paid after the first phase of the SWQCP has been submitted. The balance will be paid as the plan is implemented over the life of the contract.

Items shown with an established price will be paid at the prices shown. If any of the following items are shown in the schedule of pay items the bid item and price will prevail over the established prices shown.

Payment will be made under:

Pay Item Pay Unit Established Symbol Price

Diversion Interceptor Type C ...... LFT ...... $20.00 Fertilizer ...... TON ...... $725.00 Filter Sock ...... LFT ...... $5.00 Manufactured Surface Protection Product ...... SYS ...... $1.25 Mobilization and Demobilization for Surface Stabilization ...... EACH ...... $650.00 No. 2 Stone ...... TON ...... $25.00 Sediment, Remove ...... CYS ...... $20.00 Splashpad ...... TON ...... $55.00 Standard Metal End Section...... EACH ...... $340.00 Storm Water Management Budget ...... DOL

II 74 GREENFIELD DISTRICT Contract No. R -36342

SWQCP Preparation and Implementation, Level 1 ...... LS SWQCP Preparation and Implementation, Level 2 ...... LS Temporary Check Dam, Revetment Riprap ...... TON ...... $50.00 Temporary Check Dam, Traversable ...... LFT ...... $15.00 Temporary Filter Berm ...... LFT ...... $15.00 Temporary Filter Stone ...... TON ...... $40.00 Temporary Geotextile ...... SYS ...... $2.50 Temporary Inlet Protection ...... EACH ...... $100.00 Temporary Mulch Stabilization ...... SYS ...... $0.25 Temporary Mulch ...... TON ...... $400.00 Temporary Revetment Riprap ...... TON ...... $50.00 Temporary Sediment Basin ...... EACH ...... $3,000.00 Temporary Sediment Trap ...... TON ...... $40.00 Temporary Seed ...... LBS ...... $2.50 Temporary Silt Fence ...... LFT ...... $2.00 Temporary Slope Drain ...... LFT ...... $20.00 Weekly Inspection ...... EACH ...... $400.00

The cost associated with revisions to permits shall be included in the cost of SWQCP Preparation and Implementation.

The cost for trenching, backfilling, posts, fencing, and all necessary incidentals shall be included in the cost of the pay item for temporary silt fence.

The cost for stakes, trenching, backfilling, posts, and all necessary incidentals shall be included in the cost of the pay item for temporary check dams, traversable.

The payment for temporary sediment basin shall include all costs involved with construction of the basin except for excavation, revetment riprap, and filter stone.

The payment for temporary sediment trap shall include all costs involved with construction of the trap except for excavation.

Temporary entrances utilized by the Contractor for borrow and waste areas will not be paid for directly.

The costs for diversion interceptor types A and B and interceptor ditches shall be included in the cost of the earth moving items.

The cost for anchors and all incidentals necessary to perform the work shall be included in the cost of the pay item for temporary slope drains.

II 75 GREENFIELD DISTRICT Contract No. R -36342

The cost of materials, installation, inspection, maintenance, and removal of storm water management measures at off-site locations designated in 205.03 will not be measured for payment.

The payment for BMPs in this section shall include materials, installation, maintenance, removal and proper disposal, except for the removal of sediment.

The cost associated with sediment removal and temporary filter stone replacement due to BMP maintenance shall be included in the cost of the pay item for sediment removal.

The cost of constructing, maintaining, and removal of the construction entrance, other than those constructed by the Contractor for borrow and waste sites, shall be included in the cost of No. 2 stone. No direct payment will be made for construction entrances for borrow and waste sites.

The cost associated with concrete washout shall not be paid for directly, but shall be included in the costs of the concrete pay items.

The costs associated with the weekly and post-event inspections and all other inspections conducted prior to the original contract completion date shall be included in the costs of the other pay items of this section.

207-R-652 SUBGRADE TREATMENT MATERIALS

(Adopted 10-20-16)

The Standard Specifications are revised as follows:

SECTION 207, BEGIN LINE 21, DELETE AS FOLLOWS: Recycled concrete pavement meeting the requirements of coarse aggregate size No. 53 may be used when crushed stone size No. 53 is specified.

II 76 GREENFIELD DISTRICT Contract No. R -36342

211-R-625 STRUCTURE BACKFILL TYPE 3

(Adopted 06-18-15)

The Standard Specifications are revised as follows:

SECTION 211, BEGIN LINE 111, INSERT AS FOLLOWS: (c) Type 3 Structure backfill in accordance with 904.05, except only nominal size aggregates 1 in., 1/2 in., No. 4 or No. 30, and coarse aggregate No. 5, No. 8, No. 9, No. 11, or No. 12 shall be stone. ACBF meeting the size requirements for coarse aggregate No. 5 or No. 8 may also be used.

A type A certification in accordance with 916 for the additional structure-backfill testing described below shall be furnished to the Engineer prior to use. An approved geotechnical laboratory shall be used to perform the tests.

Structure backfill for all retaining walls shall be in accordance with the following criteria:

PROPERTY CRITERIA TEST METHOD pH (Note 1) 5 < pH < 10 AASHTO T 289 Organic Content (Note 2) 1% max. AASHTO T 267 Permeability, min. (Note 3) 30 ft/day AASHTO T 215 Note 1: One pH test is required for each bench of stone, each source of air cooled blast furnace slag, and each source of gravel. Note 2: One organic content test is required for each source of gravel. Note 3: One permeability test is required for the smallest aggregate size from each source. Sizes No.5, No.8, and No.9 do not require a permeability test.

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

400-C-251 ESAL CATEGORIES AND HMA TYPE A

(Adopted 06-16-16)

Wherever on the plans ESAL Category 1 is referenced as part of a QC/QA- HMA pavement section, it shall be interpreted to mean ESAL Category 2.

Wherever on the plans ESAL Category 5 is referenced as part of a QC/QA- HMA pavement section, it shall be interpreted to mean ESAL Category 4.

II 77 GREENFIELD DISTRICT Contract No. R -36342

Wherever on the plans HMA Type A is referenced as part of an HMA pavement section, it shall be interpreted to mean HMA Type B.

400-R-641 HMA PAVEMENT

(Adopted 06-16-16)

The Standard Specifications are revised as follows:

SECTION 401, BEGIN LINE 1, DELETE AND INSERT AS FOLLOWS: SECTION 401 – QUALITY CONTROL/QUALITY ASSURANCE, QC/QA, HOT MIX ASPHALT, HMA, PAVEMENT

401.01 Description This work shall consist of one or more courses of QC/QA HMA base, intermediate, or surface mixtures constructed on prepared foundations in accordance with 105.03.

401.02 Quality Control The HMA shall be supplied from a certified HMA plant in accordance with ITM 583; Certified Hot Mix Asphalt Producer Program. The HMA shall be transported and placed according to a Quality Control Plan, QCP, prepared and submitted by the Contractor in accordance with ITM 803; Contractor Quality Control Plans for Hot Mix Asphalt Pavements. The QCP shall be submitted to the Engineer at least 15 days prior to commencing HMA paving operations.

When a safety edge is required for a project, the QCP shall identify the device or devices in accordance with 409.03(c) to be used for constructing the safety edge.

MATERIALS

401.03 Materials Materials shall be in accordance with the following:

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

II 78 GREENFIELD DISTRICT Contract No. R -36342

401.04 Design Mix Formula A design mix formula, DMF, shall be prepared in accordance with 401.05 and submitted in a format acceptable to the Engineer one week prior to use. The DMF shall be based on the ESAL category identified in the pay item and shall state the mixture designation and maximum particle size in the mixture. No mixture will be accepted for use until the DMF has been assigned a mixture number by the Engineer. The DMF shall state the maximum particle size in the mixture.

The DMF shall state the calibration factor, test temperature, and absorption factors to be used for the determination of binder content using the ignition oven in accordance with ITM 586, the binder content by extraction in accordance with ITM 571, the ΔPb determined in accordance with ITM 591 and a Mixture Adjustment Factor, MAF. The DMF shall state the source, type, and dosage rate of any stabilizing additives. Approval of the DMF will be based on the ESAL and mixture designation. A mixture number will be assigned by the Engineer. No mixture will be accepted until the DMF has been approved.

The ESAL category identified in the pay item correlates to the following ESAL ranges. ESAL CATEGORY ESAL 1 < 300,000 2* 300,000 to < 3,000,000 3 3,000,000 to < 10,000,000 4* ≥10,000,000 to < 30,000,000 5 ≥ 30,000,000 *A category 2 mixture shall replace a category 1 mixture and a category 4 mixture shall replace a category 5 mixture.

The plant discharge temperature for any mixture shall not be more than 315°F whenever PG 58-28, PG 64-22, PG 64-28 or PG 70-22 binders are used or not more than 325°F whenever PG 70-28 or PG 76-22 binders areis used. QC/QA HMA may be produced using a water- injection foaming device. The DMF shall list the minimum and maximum plant discharge temperatures as applicable to the mixture.

401.05 Volumetric Mix Design The DMF shall be determined for each mixture from a volumetric mix design by a design laboratory selected from the Department’s list of approved Mix Design Laboratories. A volumetric mixture shall be designed in accordance with AASHTO R 35 and the respective AASHTO reference as listed below. All loose mixture shall be conditioned for 4 h in accordance with AASHTO R 30 prior to testing. Steel furnace slag coarse aggregate, when used in an intermediate or base mixture application, shall have a deleterious content less than 4.0% as determined in accordance with ITM 219.

Bulk Specific Gravity and Density of Compacted Asphalt Mixtures Using Automatic Vacuum Sealing ...... AASHTO T 331

II 79 GREENFIELD DISTRICT Contract No. R -36342

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

Dense Graded, Mixture Designation – Control Point (Percent Passing) 25.0 mm 19.0 mm 12.5 mm 9.5 mm 4.75 mm** Sieve Size 50.0 mm 37.5 mm 100.0 25.0 mm 90.0 - 100.0 100.0 19.0 mm < 90.0 90.0 - 100.0 100.0 12.5 mm < 90.0 90.0 - 100.0 100.0 100.0 9.5 mm < 90.0 90.0 - 100.0 95.0 - 100.0 4.75 mm < 90.0 90.0 - 100.0 2.36 mm 19.0 - 45.0 23.0 - 49.0 28.0 - 58.0 32.0 - 67.0* 1.18 mm 30.0 - 55.0 600 µm 300 µm 75 µm 1.0 - 7.0 2.0 - 8.0 2.0 - 10.0 2.0 - 10.0 3.0 - 8.0 * The mix design gradation shall be less than or equal to the PCS control point for all 9.5 mm category 3, 4 and 5 surface mixtures. The mix design gradation can be greater than the PCS control point when used on non- Department maintained facilities. ** The total blended aggregate gradation for the 4.75 mm mixture shall have a fineness modulus greater than or equal to 3.30 as determined in accordance with AASHTO T 27.

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

Open Graded, Mixture Designation – Control Point (Percent Passing) OG9.5 mm OG19.0 mm OG25.0 mm Sieve Size 37.5 mm 100.0 25.0 mm 100.0 70.0 – 98.0 19.0 mm 70.0 – 98.0 50.0 – 85.0 12.5 mm 100.0 40.0 – 68.0 28.0 – 62.0 9.5 mm 75.0 – 100.0 20.0 – 52.0 15.0 – 50.0 4.75 mm 10.0 – 35.0 10.0 – 30.0 6.0 – 30.0 2.36 mm 0.0 – 15.0 7.0 – 23.0 7.0 – 23.0 1.18 mm 2.0 – 18.0 2.0 – 18.0 600 µm 1.0 – 13.0 1.0 – 13.0 300 µm 0.0 – 10.0 0.0 – 10.0 150 µm 0.0 – 9.0 0.0 – 9.0 75 µm 0 – 6.0 0.0 – 8.0 0.0 – 8.0 % of Binder > 3.0 > 3.0 > 3.0

II 80 GREENFIELD DISTRICT Contract No. R -36342

Dust/Calculated Effective Binder Ratio shall be taken from 0.6 to 1.2 1.4. , when the aggregate gradation passes above the primary control sieve, PCS, control point and 0.8 to 1.6 when the aggregate gradation is less than or equal to the PCS. The Dust/Calculated Effective Binder Ratio for 4.75 mm mixtures shall be 0.8 to 2.0 in accordance with AASHTO M 323.

The optimum binder content shall produce a ΔPb ≤ 0.20 as determined in accordance with ITM 591 and the following air voids at Ndes:

AIR VOIDS AT OPTIMUM BINDER CONTENT Dense Graded Open Graded Mixture 25.0 19.0 12.5 9.5 4.75 25.0 19.0 9.5 Designation mm mm mm mm mm mm mm mm Air Voids 4.0% 4.0% 4.0% 4.0% 5.0% 15.0% - 20.0% 10.0% - 15.0%

The design for dense graded mixtures shall have at least four points, including a minimum of two points above and one point below the optimum. A one point design may be used for open graded mixtures.

The maximum specific gravity shall be mass determined in water in accordance with AASHTO T 209. The bulk specific gravity of the gyratory specimens shall be determined in accordance with AASHTO T 166, Method A or AASHTO T 275, if required, for dense graded mixtures and AASHTO T 331 for open graded mixtures.

The percent draindown of open graded mixtures shall not exceed 0.30% in accordance with AASHTO T 305. Open graded mixtures may incorporate recycled materials and fibers. The recycled materials shall be in accordance with 401.06, and the fiber type and minimum dosage rate shall be in accordance with AASHTO M 325. The binder for open graded mixtures may have the upper temperature classification reduced by 6°C from the specified binder grade if fibers are incorporated into the mixture or if a minimum of 3.0% reclaimed asphalt shingles by weight of the total mixture areis used.

Dense graded mixture shall be tested for moisture susceptibility in accordance with AASHTO T 283 except that the loose mixture curing shall be replaced by mixture conditioning for 2 h4 h in accordance with AASHTO R 30. The minimum tensile strength ratio, TSR, shall be 80%. The 6 in. mixture specimens shall be compacted in accordance with AASHTO T 312. If anti-stripping additives are added to the mixture to be in accordance with the minimum TSR requirements, the dosage rate shall be submitted with the DMF.

A PG binder grade or source change will not require a new mix design. If the upper temperature classification of the PG binder is lower than the original PG grade, a new TSR value is required.

II 81 GREENFIELD DISTRICT Contract No. R -36342

The MAF equals the Gmm from the mixture design divided by the following: 2.465 for 9.5 mm mixtures and 2.500 for 12.5 mm, 19.0 mm, and 25.0 mm mixtures. If the MAF calculation results in a value where 0.980 ≤ MAF ≤ 1.020, then the MAF shall be considered to be 1.000. If the MAF is greater than 1.020, the calculated MAF value shall have 0.020 subtracted from the value. If the MAF is less than 0.980, the calculated MAF value shall have 0.020 added to the value. The MAF does not apply to OG mixtures.

Changes in the source or types of aggregates shall require a new DMF. A new DMF shall be submitted to the District Testing Engineer for approval one week prior to use.

The mixture design compaction temperature for the specimens shall be 300 ± 9°F for dense graded mixtures and 260°F for open graded mixtures.

Design criteria for each mixture shall be based on the ESAL shown in the contract documents and shall be as follows:

GYRATORY COMPACTION EFFORT Max. % Max. % ESAL Nini* Ndes* Nmax* Gmm @ Nini Gmm @ Nmax Dense Graded < 300,000 6 50 75 91.5 98.0 300,000 to < 3,000,000 7 75 115 90.5 98.0 3,000,000 to < 10,000,000 8 100 160 89.0 98.0 ≥ 10,000,000 to < 30,000,000 8 100 160 89.0 98.0 ≥ 30,000,000 9 125 205 89.0 98.0 Open Graded All ESAL n/a 20 n/a n/a n/a * Nini, Ndes, Nmax - definitions are included in AASHTO R 35

VOIDS IN MINERAL AGGREGATE, VMA, CRITERIA @ Ndes Mixture Designation Minimum VMA, % 4.75 mm 16.0 17.0 9.5 mm 15.0 12.5 mm 14.0 19.0 mm 13.0 25.0 mm 12.0 OG19.0 mm n/a OG25.0 mm n/a

II 82 GREENFIELD DISTRICT Contract No. R -36342

VOIDS FILLED WITH ASPHALT, VFA, CRITERIA @ Ndes ESAL VFA, % < 300,000 70 – 80 300,000 to < 3,000,000 65 – 78 3,000,000 to < 10,000,000 65 – 75 ≥ 10,000,000 to < 30,000,000 65 – 75 ≥ 30,000,000 65 – 75 Notes: 1. For 9.5 mm mixtures, the specified VFA range shall be 73% to 76% for design traffic levels ≥ 3 million ESALs. 2. For 25.0 mm mixtures, the specified lower limit of the VFA shall be 67% for design traffic levels < 0.3 million ESALs. 3. For 4.75 mm mixtures, the specified VFA range shall be 66 67% to 79%. 4. For OG9.5 mm, OG19.0 mm, OG25.0 mm mixtures, VFA is not applicable.

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

Recycled materials may be used as a substitute for a portion of the new materials required to produce HMA mixtures. The amount of total binder replaced by binder in the recycled material shall be computed as follows:

(A x B)+ (C x D) Binder Replacement, % = x 100% E where:

A = RAP, % Binder Content by Mass of RAP B = RAP, % in Mixture by Total Mass of Mixture C = RAS, % Binder Content by Mass of RAS D = RAS, % in Mixture by Total Mass of Mixture E = Total, % Binder Content in Mixture by Total Mass of Mixture

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

II 83 GREENFIELD DISTRICT Contract No. R -36342

Post-consumer asphalt shingles shall be in accordance with the following:

(a) post-consumer asphalt shingles shall be essentially nail-free

(b) extraneous metallic materials retained on or above the No. 4 (4.75 mm) sieve shall not exceed 0.5% by mass

(c) extraneous non-metallic materials such as glass, rubber, soil, brick, paper, wood and plastic retained on or above the No. 4 (4.75 mm) sieve shall not exceed 1.5% by mass

(d) post-consumer shingles shall be prepared by a processing company with an IDEM Legitimate Use Approval letter. The approval letter shall be submitted with the DMF to the Engineer.

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

HMA mixtures utilizing RAP or RAS or a blend of RAP and RAS MAXIMUM BINDER REPLACEMENT, % Base and Intermediate Surface Dense Graded Open Graded Dense Graded Mixture Category 25.0 19.0 12.5 9.5 25.0 19.0 12.5 9.5 4.75 mm mm mm mm mm mm mm mm mm 1 40.0* 25.0 40.0* 2 40.0 25.0 * 25.0* 40.025.0 * 3 40.0 25.0 * 25.0* 25.0* 4 40.0 25.0 * 25.0* 25.0* 5 40.0* 25.0 25.0 * RAS materials shall not contribute more than 25% by weight of the total binder content for any HMA mixture. The contribution of RAS to any HMA mixture shall be ≤ 3.0% by total mass of mixture and ≤ 15.0% binder replacement.

The combined aggregate properties shall be in accordance with 904. The combined aggregate bulk specific gravity shall be determined in accordance with ITM 584 and the combined aggregate gradation shall be in accordance with 401.05 for the HMA mixture specified.

HMA mixtures with a binder replacement less than or equal to 25.0% by weight of the total binder content by utilizing RAP or RAS or a blend of RAP and RAS materials shall use the specified binder grade.

II 84 GREENFIELD DISTRICT Contract No. R -36342

HMA mixtures with a binder replacement greater than 25.0% and less than or equal to 40.0% by weight of the total binder content by utilizing RAP or a blend of RAP and RAS shall use a binder grade with upper and lower temperature classifications reduced by 6°C from the specified binder grade. RAS materials shall not contribute more than 25.0% by weight of the total binder content for any HMA mixture.

401.07 Lots and Sublots Lots will be defined as 5,000 t of base or intermediate mixtures or 3,000 t of surface mixture. Lots will be further sub-divided into sublots not to exceed 1,000 t of base or intermediate mixtures or 600 t of surface mixture. Partial sublots of 100 t or less will be added to the previous sublot. Partial sublots greater than 100 t constitute a full sublot. Partial lots of four sublots or less will be added to the previous lot, if available.

401.08 Job Mix FormulaBlank A job mix formula, JMF, shall be developed by a certified HMA producer. A JMF used in the current or previous calendar year that was developed to Ndes will be allowed. The mixture compaction temperature shall be 300 ± 9°F for dense graded mixtures and 260 ± 9°F for open graded mixtures. The JMF shall list the minimum and maximum plant discharge temperatures as applicable to the mixture. The JMF for each mixture shall be submitted to the Engineer and shall use the same MAF as the DMF. A JMF of the same gyratory compactive effort ESAL category or higher approved in the current calendar year may be submitted for use.

401.09 Acceptance of Mixtures Acceptance of mixtures for binder content VMA at Ndes and air voids at Ndes for each lot will be based on tests performed by the Engineer for dense graded 9.5 mm, 12.5 mm, 19.0 mm and 25.0 mm mixtures with original contract pay item quantities greater than or equal to 300 t. Acceptance of mixtures for binder content and air voids at Ndes will be based on a type D certification in accordance with 402.09 for dense graded mixtures with original contract pay item quantities less than 300 t. Acceptance of mixtures for binder content and air voids at Ndes for each lot will be based on a type D certification in accordance with 402.09 for dense graded 4.75 mm mixtures.

Acceptance of mixtures for binder content and air voids at Ndes for each lot will be based on tests performed by the Engineer for open graded mixtures with original contract pay item quantities greater than or equal to 300 t. Acceptance of mixtures for binder content and air voids at Ndes will be based on a type D certification in accordance with 402.09 for open graded mixtures with original pay item quantities less than 300 t, except the air voids tolerance shall be ±3.5% from the DMF or JMF.

The Engineer will randomly select the location within each sublot for sampling in accordance with ITM 802. The first 300 t of the first sublot of the first lot for each mixture pay item will not be sampled. An acceptance sample will consist of plate samples obtained in accordance with ITM 802 and ITM 580. The Engineer will take immediate possession of the samples.

II 85 GREENFIELD DISTRICT Contract No. R -36342

Acceptance samples will be reduced to the appropriate size for testing in accordance with ITM 587. The binder content and gradation will be determined in accordance with ITM 586 or ITM 571 as directed by the Engineer. The maximum specific gravity will be mass determined in water in accordance with AASHTO T 209.

The effective specific gravity, Gse, of the mixture will be determined in each sublot and reported from the acceptance sample testing.

The air voids will be determined in accordance with AASHTO R 35 based on the average bulk specific gravity from two gyratory specimens and the MSG for the sublot. The VMA will be determined in accordance with AASHTO R 35 based on the average bulk specific gravity from two gyratory specimens, the percent aggregate in the mixture from the sublot and the BSG of the aggregate blend from the DMF/JMF as applicable. The gyratory pills will be prepared in accordance with AASHTO T 312.

The dust/calculated effective binder ratio and the volume of effective binder in the mixture will be determined and reported from the acceptance sample testing conducted in each sublot. The volume of effective binder will be the difference between VMA and air voids. The Contractor shall take action in accordance with ITM 583 to address a dust/calculated effective binder ratio greater than 1.4 or a volume of effective binder in the mixture below design minimums.

The bulk specific gravity of gyratory specimens for dense graded mixtures will be determined in accordance with AASHTO T 166, Method A or AASHTO T 275, if required, except samples are not required to be dried overnight. The bulk specific gravity of gyratory specimens for open graded mixtures, OG19.0 mm, OG25.0 mm will be determined in accordance with AASHTO T 331.

A binder draindown test in accordance with AASHTO T 305 for open graded mixtures shall be completed once per lot in accordance with 401.07 and shall not exceed 0.50%.

The Engineer’s acceptance test results for each sublot will be available after the sublot and testing are complete. The Engineer will make available the sublot acceptance test results after receiving the sublot quality control results from the Contractor.

SECTION 401, BEGIN LINE 301, DELETE AND INSERT AS FOLLOWS: 2. CedarrapidsCedarapids HMA pavers shall be those that were manufactured in 1989 or later.

II 86 GREENFIELD DISTRICT Contract No. R -36342

SECTION 401, BEGIN LINE 358, DELETE AND INSERT AS FOLLOWS: 401.14 Spreading and Finishing The mixture shall be placed upon an approved surface by means of laydown equipment in accordance with 409.03(c). Prior to paving, both the planned quantity and lay rate shall be adjusted by multiplying by the MAF. When mixture is produced from more than one DMF or JMF for a given pay item, the MAF will be applied to the applicable portion of the mixture for each. The temperature of each mixture at the time of spreading shall not be more than 18°F below the minimum mixing temperature as shown on the JMF for mixtures compacted in accordance with 402.15 315°F whenever PG 64-22 or PG 70-22 binders are used or not more than 325°F whenever PG 76-22 binder is used.

SECTION 401, BEGIN LINE 649, DELETE AND INSERT AS FOLLOWS: 401.19 Pay Factors

(a) Dense Graded Mixture ≥ One Lot Pay factors, PF, are calculated for the binder content, air voids at Ndes VMA at Ndes and in-place density, % Gmm. The Percent Within Limits, PWL, for each lot will be determined in accordance with ITM 588. The appropriate pay factor for each property is calculated as follows:

Estimated PWL greater than 90:

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

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

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

If the Lot PWL for any one of the properties is less than 50 or a sublot has an air void content less than 1.0% or greater than 7.0%, the lot will be referred to the Office of Materials Management for adjudication as a failed material in accordance with normal Department practice as listed in 105.03.

Binder content, aAir voids, VMA, and in-place density, % Gmm, PF values will be reported to the nearest 0.01. Rounding will be in accordance with 109.01(a).

A composite pay factor for each lot based on test results for mixture properties and density is determined by a weighted formula as follows:

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

II 87 GREENFIELD DISTRICT Contract No. R -36342

where:

Lot PF = Lot Composite Pay Factor for Mixture and Density PFBINDER = Lot Pay Factor for Binder Content PFVOIDS = Lot Pay Factor for Air Voids at Ndes PFVMA = Lot Pay Factor for VMA at Ndes PFDENSITY = Lot Pay Factor for In-Place Density, %Gmm

The lot quality assurance adjustment for mixture properties and density is calculated as follows:

q = L x U x (Lot PF – 1.00)/MAF where:

q = quality assurance adjustment for mixture properties and density of the lot L = Lot quantity U = Unit price for the material, $/ton Lot PF = Lot Pay Factor

Lot test results for binder content, air voids at Ndes, VMA at Ndes, and density will be used to determine the Lot Pay Factors.

The specification limits for binder content, air voids at Ndes, VMA at Ndes, and density will be as follows:

SPECIFICATION LIMITS MIXTURE LSL* USL** Binder Content, % - 0.40 from JMF + 0.40 from JMF Air Voids at Ndes, % 2.60 5.40 Voids In Mineral Greater of Lesser of Aggregate at Ndes, % Spec - 0.50 JMF - 1.20 Spec + 2.00 JMF + 1.20 DENSITY LSL* USL** Roadway Core Density (% Gmm), % 91.00 n/a * LSL, Lower Specification Limit ** USL, Upper Specification Limit

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

II 88 GREENFIELD DISTRICT Contract No. R -36342

Dense Graded Mixture:

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

Open Graded Mixture:

SCPF = 0.20(PFBINDER) + 0.35(PFVOIDS) + 0.45

where:

SCPF = Sublot Composite Pay Factor for Mixture and Density PFBINDER = Lot Pay Factor for Binder Content PFVOIDS = Sublot Pay Factor for Air Voids at Ndes PFVMA = Sublot Pay Factor for VMA at Ndes PFDENSITY = Sublot Pay Factor for Density

If the SCPF for a sublot is less than 0.85, the Office of Materials Management will evaluate the pavement. If the Contractor is not required to remove the mixture, quality assurance adjustments of the lot will be assessed or other corrective actions taken as determined by the Office of Materials Management.

The sublot quality assurance adjustment for mixture properties and density is calculated as follows:

q = L x U x (SCPF – 1.00)/MAF where:

q = quality assurance adjustment for the sublot L = sublot quantity U = unit price for the material $/ton SCPF = sublot composite pay factor

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

II 89 GREENFIELD DISTRICT Contract No. R -36342

BINDER CONTENT Dense Graded Open Graded Deviation from JMF Deviation from JMF Pay Factor (± %) DMF (± %) ≤ 0.2 ≤ 0.2 1.05 0.3 0.3 1.04 0.4 0.4 1.02 0.5 0.5 1.00 0.6 0.6 0.90 0.7 0.7 0.80 0.8 0.8 0.60 0.9 0.9 0.30 1.0 1.0 0.00 Submitted to the Office > 1.0 > 1.0 of Materials Management* * Test results will be considered and adjudicated as a failed material in accordance with normal Department practice as listed in 105.03.

VMA Dense Graded Open Graded Deviation from JMF Deviation from Pay Factor (± %) JMF (± %) ≤ 0.5 1.05 > 0.5 and ≤ 1.0 All 1.00 > 1.0 and ≤ 1.5 0.90 > 1.5 and ≤ 2.0 0.70 > 2.0 and ≤ 2.5 0.30 Submitted to the Office > 2.5 of Materials Management* * Test results will be considered and adjudicated as a failed material in accordance with normal Department practice as listed in 105.03.

II 90 GREENFIELD DISTRICT Contract No. R -36342

VMA Dense Graded Open Graded Deviation from Deviation from Pay Factor Spec Minimum Spec Minimum Submitted to the Office of > + 2.5 Materials Management* > + 2.0 and ≤ + 2.5 0.25 > + 1.5 and ≤ + 2.0 0.65 > + 0.5 and ≤ + 1.5 1.05 ≥ 0.0 and ≤ + 0.5 All 1.00 ≥ - 0.5 and < 0.0 0.85 ≥ - 1.0 and < - 0.5 0.65 ≥ - 1.5 and < - 1.0 0.45 ≥ - 2.0 and < - 1.5 0.25 ≥ - 2.5 and < - 2.0 0.00 < - 2.5 Submitted to the Office of Materials Management* * Test results will be considered and adjudicated as a failed material in accordance with normal Department practice as listed in 105.03.

AIR VOIDS Dense Graded Open Graded Deviation from JMF Deviation from JMF Pay Factor DMF (± %) DMF (± %) ≤ 0.5 ≤ 1.0 1.05 > 0.5 and ≤ 1.0 > 1.0 and ≤ 3.0 1.00 1.1 3.1 0.98 1.2 3.2 0.96 1.3 3.3 0.94 1.4 3.4 0.92 1.5 3.5 0.90 1.6 3.6 0.84 1.7 3.7 0.78 1.8 3.8 0.72 1.9 3.9 0.66 2.0 4.0 0.60 Submitted to the Office of > 2.0 > 4.0 Materials Management* * Test results will be considered and adjudicated as a failed material in accordance with normal Department practice as listed in 105.03.

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

II 91 GREENFIELD DISTRICT Contract No. R -36342

SECTION 401, BEGIN LINE 803, DELETE AND INSERT AS FOLLOWS: 401.20 Appeals If the QC test results do not agree with the acceptance test results in a sublot, a request, along with a comparison of the QC and acceptance test results, may be made in writing for additional testing of that sublot. The appeal sample will be analyzed in a lab different than the lab that analyzed the original sample when requested by the Contractor at the discretion of the Engineer. Additional testing may be requested for one or more of the following tests: MSG, BSG of the gyratory specimens, binder content, or BSG of the density cores. The request for the appeal for MSG, BSG of gyratory specimens, binder content or BSG of the density cores shall be submitted within seven calendar days of receipt of the Department’s written results for the lot accepted under 401.19(a) or the sublot accepted under 401.19(b). The sublot and specific test(s) shall be specified at the time of the appeal request. Only one appeal request per lot for mixture accepted under 401.19(a) or sublot for mixture accepted under 401.19(b) is allowed. Upon approval of the appeal, the Engineer will perform additional testing as follows.

The Contractor may appeal an individual sublot for the binder content, the MSG, the BSG of the gyratory specimens or the BSG of the density cores when the QC results are greater than one standard deviation from the acceptance test results as follows: 0.25 for binder content, 0.010 for the MSG and 0.010 for both the BSG of the gyratory specimens and the density cores.

A $500.00 credit adjustment will be included in a quality adjustment pay item in accordance with 109.05.1(e) for each appealed sublot that did not result in an improvement to the SCPF or Lot PF.

The request for the appeal of a sublot shall be submitted within seven calendar days of receipt of the Department’s written results for the sublot.

The backup or new sample will be tested in accordance with the applicable test method for the test sublot requested for all tests exceeding the sublot standard deviation criteria.

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

II 92 GREENFIELD DISTRICT Contract No. R -36342

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

Mixture Type Type A Type B* Type C Type D Design ESAL 200,000 2,000,000 9,000,000 11,000,000 <3,000,000 3,000,000 to ≥10,000,000 <10,000,000 4.75 mm 4.75 mm 4.75 mm 4.75 mm Surface 9.5 mm 9.5 mm 9.5 mm 9.5 mm 12.5 mm 12.5 mm 12.5 mm 12.5 mm Surface – PG Binder 64-22 64-22 70-22 70-22 9.5 mm 9.5 mm 9.5 mm 9.5 mm 12.5 mm 12.5 mm 12.5 mm 12.5 mm Intermediate 19.0 mm 19.0 mm 19.0 mm 19.0 mm 25.0 mm 25.0 mm 25.0 mm 25.0 mm Intermediate – PG Binder 64-22 64-22 64-22 70-22 19.0 mm 19.0 mm 19.0 mm 19.0 mm Base 25.0 mm 25.0 mm 25.0 mm 25.0 mm Base – PG Binder 64-22 64-22 64-22 64-22 *A type B mixture shall replace a type A mixture.

Surface 4.75 mm mixtures shall not be used when the required lay rate shown on the plans is greater than 100 lb/sq yd. Surface 12.5 mm mixtures shall not be used when the required lay rate shown on the plans is less than 195 lb/sq yd.

The plant discharge temperature for any mixture shall not be more than 315°F whenever PG 58-28, PG 64-22, PG 64-28 or PG 70-22 binders are used or 325°F whenever PG 70-28 or PG 76-22 binders are used. HMA may be produced using a water-injection foaming device. The DMF shall list the minimum and maximum plant discharge temperatures as applicable to the mixture.

The Engineer will assign a mixture number. No mixture will be accepted until the DMF has been approved. No mixture will be accepted for use until the DMF has been assigned a mixture number by the Engineer.

SECTION 402, BEGIN LINE 69, DELETE AND INSERT AS FOLLOWS: 402.06 Job Mix FormulaBlank The job mix formula, JMF, shall be an approved JMF in accordance with 401.08. of the same gyratory compaction effort ESAL category or higher, and submitted in a format acceptable to the Engineer and shall use the same MAF as the DMF. The JMF shall state the maximum particle size in the mixture and the calibration factor and test temperature to be used for the determination of binder content using the ignition oven. Approval of the JMF will be based on the ESAL and mixture designation. No mixture will be accepted until the JMF has been approved.

II 93 GREENFIELD DISTRICT Contract No. R -36342

All changes in the type or source of aggregate shall require the submittal of a new DMF for approval.

402.07 Mix Criteria

(a) Composition Limits for HMA Transverse Rumble Strip Mixtures Transverse rumble strip mixtures shall be type A type B surface in accordance with 402.04. A MAF in accordance with 402.05 will not apply. Aggregate requirements of 904.03(d) do not apply.

(b) Composition Limits for HMA Wedge and Leveling Mixtures The mixture shall consist of surface or intermediate mixtures in accordance with 402.04. Aggregate requirements of 904.03(d) do not apply when the wedge and leveling mixture is covered by a surface or intermediate mixture.

(c) Composition Limits for Temporary HMA Mixtures Temporary HMA mixtures shall be the type specified in accordance with 402.04. A MAF in accordance with 402.05 will not apply.

(d) Composition Limits for HMA Curbing Mixes The mixture shall be HMA surface type A type B in accordance with 402 except 402.05 shall not apply and RAP shall not be used. The binder content shall be 7.0% and the gradations shall meet the following.

SECTION 402, BEGIN LINE 108, DELETE AND INSERT AS FOLLOWS: 402.08 Recycled Materials Recycled materials may consist of reclaimed asphalt pavement, RAP, or reclaimed asphalt shingles, RAS or a blend of both. RAP shall be the product resulting from the cold milling or crushing of an existing HMA pavement. The RAP shall be processed so that 100% will pass the 2 in. (50 mm) sieve when entering the HMA plant. The RAP coarse aggregate shall pass the maximum size sieve for the mixture being produced and the RAS shall be 100% passing the 1/2 in. (12.5 mm) sieve. RAP for the type C and D surface mixtures shall be 100% passing the 3/8 in. (9.5 mm) sieve and 95 to 100% passing the No. 4 (4.75 mm) sieve shall be in accordance with 401.06 except type B mixtures shall correspond to category 2 mixtures, type C mixtures shall correspond to category 3 mixtures and type D mixtures shall correspond to category 4 mixtures.

Recycled materials may be used as a substitute for a portion of the new materials required to produce HMA mixtures. The amount of total binder replaced by binder in the recycled material shall be computed as follows:

(A x B)+ (C x D) x 100% Binder Replacement, % = E

II 94 GREENFIELD DISTRICT Contract No. R -36342

where:

A = RAP, % Binder Content B = RAP, % in Mixture C = RAS, % Binder Content D = RAS, % in Mixture E = Total, % Binder Content in Mixture

RAS may be obtained from either pre-consumer or post-consumer asphalt shingles. Post- consumer asphalt shingles shall be in accordance with AASHTO MP 15 and prepared by a processing company with an IDEM Legitimate Use Approval letter. A copy of this letter shall be submitted to the Engineer. Deleterious material present in post-consumer asphalt shingles shall be limited to the percentages stated in AASHTO MP 15. Pre-consumer and post-consumer asphalt shingles shall not be blended for use in HMA mixtures and shall be stockpiled separately from other materials.

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

HMA mixtures utilizing RAP or RAS or a blend of RAP and RAS MAXIMUM BINDER REPLACEMENT, % Base and Intermediate Surface Mixture Dense Graded Dense Graded Category 25.0 19.0 12.5 9.5 12.5 9.5 4.75 mm mm mm mm mm mm mm A 40.0* 40.0* B 40.0* 40.0* C 40.0* 25.0 D 40.0* 25.0 * RAS materials shall not contribute more than 25% by weight of the total binder content for any HMA mixture.

The combined aggregate properties shall be in accordance with 904. The combined aggregate bulk specific gravity shall be determined in accordance with ITM 584 and the combined aggregate gradation shall be in accordance with 401.05 for the HMA mixture specified.

HMA mixtures with a binder replacement less than or equal to 25.0% by weight of the total binder content by utilizing RAP or RAS or a blend of RAP and RAS materials shall use the specified binder grade.

II 95 GREENFIELD DISTRICT Contract No. R -36342

HMA mixtures with a binder replacement greater than 25.0% and less than or equal to 40.0% by weight of the total binder content by utilizing RAP or a blend of RAP and RAS shall use a binder grade with upper and lower temperature classifications reduced by 6°C from the specified binder grade. RAS materials shall not contribute more than 25.0% by weight of the total binder content for any HMA mixture.

402.09 Acceptance of Mixtures Acceptance of mixtures will be in accordance with the Frequency Manual on the basis of a type D certification in accordance with 916. The test results shown on the certification shall be the quality control tests representing the material supplied and include air voids and binder content. Air voids tolerance shall be ± 1.5% and binder content tolerance shall be ± 0.7% from DMF or JMF.

SECTION 402, BEGIN LINE 233, DELETE AND INSERT AS FOLLOWS: 402.13 Spreading and Finishing The mixture shall be placed upon an approved surface by means of laydown equipment in accordance with 409.03(c). Prior to paving, both the planned quantity and lay rate shall be adjusted by multiplying by the MAF. When mixture is produced from more than one DMF or JMF for a given pay item, the MAF will be applied to the applicable portion of the mixture for each. Mixtures in areas inaccessible to laydown equipment or mechanical devices may be placed by other methods.

The temperature of each mixture at the time of spreading shall not be more than 18°F below the minimum mixing temperature as shown on the DMF or JMF315°F whenever PG 64- 22 or PG 70-22 binders are used.

SECTION 402, BEGIN LINE 272, DELETE AS FOLLOWS: The finished thickness of each course shall be at least two times but not more than four times the maximum particle size as shown on the DMF or JMF. The finished thickness of wedge and level mixtures shall be at least 1 1/2 times but not more than six times the maximum particle size as shown on the DMF or JMF. Feathering may be less than the minimum thickness requirements.

SECTION 507, BEGIN LINE 114, DELETE AND INSERT AS FOLLOWS: The milled areas shall be filled with HMA partial depth patching. Partial depth patches shall consist of HMA Surface, type A type B in accordance with 402.04. MAF in accordance with 402.05 will not apply. The mixture shall be compacted by a vibratory roller in accordance with 409.03(d). A minimum of four passes of the rollers shall be completed. Partial depth patches shall be completed during work hours and opened to traffic at the close of the workday. Mixtures will be accepted in accordance with 402.09.

II 96 GREENFIELD DISTRICT Contract No. R -36342

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

502-R-640 PCC WATER/CEMENTITIOUS RATIO

(Adopted 06-16-16)

The Standard Specifications are revised as follows:

SECTION 502, BEGIN LINE 62, DELETE AND INSERT AS FOLLOWS: (a) Portland Cement Concrete The CMD shall produce workable concrete mixtures, with the minimum amount of water, and having the following properties.

Portland cement content ...... 564 lbs/cu yd Maximum water/cementitious ratio ...... 0.4870.450 Maximum cement reduction for GGBFS replacement ...... 30% Fly Ash/portland cement substitution ratio ...... 1.25 by weight Maximum cement reduction for fly ash replacement ...... 20% GGBFS/portland cement substitution ratio ...... 1.00 by weight Slump, formed...... 2 to 4 in. Slump, slipformed ...... 1.25 to 3 in. Air ...... 5.0% to 8.0% Minimum flexural strength, third point loading, with fly ash ...... 550 psi at 28 days Relative yield ...... 0.98 to 1.02

SECTION 702, BEGIN LINE 7, DELETE AND INSERT AS FOLLOWS: 702.02 Classes of Concrete The following classes of concrete shall be used where specified.

Class of Concrete A B C

Cement content in lbs/cu yd 564 470 658 Maximum water/cement ratio in lbs of water per lbs of cement 0.4900.450 0.620 0.443

II 97 GREENFIELD DISTRICT Contract No. R -36342

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

(Revised 06-16-16)

The Standard Specifications are revised as follows:

SECTION 604, BEGIN LINE 1, DELETE AND INSERT AS FOLLOWS: SECTION 604 – SIDEWALKS, CURB RAMPS, STEPS, AND HANDRAILS

604.01 Description This work shall consist of constructing HMA or PCC sidewalks, curb ramps, concrete steps, or the reconstruction of PCC sidewalks in accordance with 105.03.

MATERIALS

604.02 Materials Materials shall be in accordance with the following:

Coarse Aggregate, Class D or Higher, Size No. 53 ...... 904 Concrete, Class A ...... 702 Detectable Warning ElementsSurfaces ...... 905.05 Fine Aggregate, Size No. 23, No. 24, or No. 15 ...... 904 Joint Filler ...... 906.01 Joint Sealing Materials ...... 906.02 Paint...... 909.05 Reinforcing Bars ...... 910.01 Silica Sand ...... ASTM C 778

Hand railing shall be aluminum pipe in accordance with ASTM B 221, alloy 6063, temper T52 or galvanized steel pipe in accordance with ASTM A 53, grade B, all as specified.

The detectable warning surface in concrete curb ramps shall be selected from the Department’s list of approved Detectable Warning ElementsSurfaces in accordance with 905.05.

The mortar bed material shall be high-strength mortar in accordance with ASTM C 387. Part of the mix water shall be replaced with a Type II polymer modifier meeting the requirements of ASTM C 1438. The proportioning of water and polymer modifier shall be as recommended by the manufacturer of the polymer modifier.

A type C certification in accordance with 916 shall be furnished for the masonry mortar and polymer modifier prior to use of the material.

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

II 98 GREENFIELD DISTRICT Contract No. R -36342

CONSTRUCTION REQUIREMENTS

604.03 Portland Cement Concrete Sidewalks and Curb Ramps

(a) General Requirements The location of curb ramps shall take precedence over the location of drainage structures and signal, utility, or light poles. Drainage structures and poles shall not be located within the limits of the curb ramp, exclusive of flared sides. Poles shall be located so as not to impede the usage or safety of the curb rampsPoles located within a sidewalk shall not reduce the clear width to less than 4.0 ft. Crosswalk markings shall be located such that the curb ramps shall beand curb ramp clear spaces are contained within the markings unless otherwise specified. The flared sides need not fall within the crosswalk lines. The normal gutter flow line shall be maintained throughout the curb ramp area, and appropriate drainage structures shall be used, as needed, to intercept the flow prior to the curb ramp area. Positive drainage shall also be provided to carry water away from the intersection of the curb ramp and the gutter line.

The bottom edge of curb ramps and the top of curb shall be flush with the edge of the adjacent pavement or the gutter line. Vertical surface discontinuities shall be a maximum of 1/2 in. Vertical surface discontinuities greater than 1/4 in. up to 1/2 in. shall be beveled at a slope no steeper than 1V:2H.

The curb ramp running slope shall not exceed 12:18.33%, except where conditions necessitate, a 10:1 slope may be utilized for a maximum rise of 6 in. Curb ramp and sidewalk cross slope shall not exceed 50:12.00% except where infeasible. The slope of the turning space shall not exceed 2.00% in any direction. A running slope or cross slope that exceeds the maximum shall be as shown on the plans.

Construction tolerance shall not apply to running slope and cross slope percentages.

(b) Excavation Excavation shall be made to the required depth and to a width that will enable the installation and bracing of the forms. The foundation shall be shaped and compacted to a firm even surface in accordance with the section shown on the plans. All soft and yielding material shall be removed and replaced with acceptable material.

(c) Forms Forms shall be of wood, metal, or other approved material and shall extend for the full depth of the concrete. Forms shall be straight, free from warp, and of sufficient strength to resist the pressure of the concrete without springing. Bracing and staking of forms shall be such that the forms remain in both horizontal and vertical alignment until their removal.

(d) Placing Concrete The foundation shall be thoroughly moistened immediately prior to the placing of the concrete. The proportioning, mixing, and placing of the concrete shall be in accordance with 702. The thickness of the concrete in the curb ramp, including flared sides, shall be as shown on the plans for the type specified.

II 99 GREENFIELD DISTRICT Contract No. R -36342

(e) Finishing Immediately after striking off, the grade, running slopes and cross slopes shall be checked with a 2 ft level and a long handled straightedge of light construction that can completely span the surface. The level and straightedge shall be laid parallel and perpendicular to the grade or running slope at intervals of no more than 2 ft on curb ramps and 10 ft along sidewalks. All high spots shall be removed and depressions filled with fresh concrete and then leveled. Checking and leveling shall be continued until the surface has the required grade, running slope and cross slope and is free of voids.

The surface shall be finished with a wooden float. No plastering of the surface will be allowed. The final surface shall be free from porous spots caused by the disturbance of coarse aggregate particles. Curb Rramp surfaces shall be coarse broomed and corrugated transverse to the running slope as shown on the plans. The surface texture of the flared sides shall be coarse broomed with the striations transverse to the slope.

All exposed edges shall be finished with a 1/4 in. radius.

(f) Joints The type and location of joints and the size of preformed joint filler shall be as shown on the plans.

All concrete joints shall be finished with a 1/4 in. radius.

Preformed 1/2 in. joint filler shall be placed around all appurtenances, such as manholes and utility poles which extend into and through the sidewalk, and between the sidewalk and any fixed structure, such as a building or bridge. The preformed joint filler shall extend for the full depth of the sidewalk or curb ramp, and shall be flush with the surface of the adjacent concrete.

(g) Detectable Warning ElementsSurfaces Detectable warning surfaces shall be placed the full width of the curb ramp. Where forming is required for installation of the detectable warning surfaces, the border width shall not exceed 2 in. within the ramp width, as shown on the plans.

Detectable warning elementssurfaces shall be manufactured or field cut to completely fill the area of the curb ramp as shown on the planscontrast visually from the adjacent surfaces. The surface shall consist of truncated domes aligned in a square or radial grid pattern as shown on the plans.

ElementsSurfaces shall be installed to be level across joints or seams and shall be flush with the edges of adjoining concrete. Surfaces from various manufacturers shall not be mixed in any individual curb ramp.

II 100 GREENFIELD DISTRICT Contract No. R -36342

1. Brick Surfaces Brick elementssurfaces shall be placed in a mortar setting bed within the hardened concrete block out. The concrete base of the block out shall have a rough textured finish, such as would be produced by a screed or wood float. The depth of the block out shall be such that a mortar bed thickness of 3/8 to 3/4 in. is achieved for the nominal depth of the elementbrick. The hardened concrete base shall be free of all material which might prevent the mortar setting bed from adhering. The concrete base shall be dampened with water, but be surface dry immediately prior to the placing the mortar setting bed. The mortar setting bed shall be laid out the desired thickness, no more than 2 ft ahead of laying the elementsbricks. The elementsbricks shall be buttered with mortar on the bottom before placement into the setting bed. Elements from various manufacturers shall not be mixed at any individual concrete ramp location.

Brick elementssurfaces shall be laid out in a running or stacked bond pattern with a 1/16 in average joint width. The joint width shall not exceed 1/8 in. Whole elementsbricks should be laid first, followed by elementsbricks cut to size, keeping the number of joints to a minimum. A masonry saw shall be used to produce a clean, accurate, straight cut. The joint between elementsbricks shall be completely filled with a dry fine aggregate. The fine aggregate may be obtained from a non-Certified Aggregate Producer, but it shall be natural sand having a gradation where at least 95% of the material passes the No. 4 sieve. Excess fine aggregate shall be removed from the surface of the elementsbricks.

2. Cast Iron Surfaces Cast iron elementssurfaces shall be installed in accordance with the manufacturer’s recommendations. When required, cutting of the elementscast iron shall be in accordance with the manufacturer’s recommendations. Cut edges shall be ground to a smooth shape consistent with the manufactured edges.

Approved elements other than brick or cast iron shall be installed in accordance with the manufacturer’s recommendations.

(h) Curing Concrete shall be cured for at least 72 h. Curing shall be in accordance with 504.04 except curing compound shall not be used in the area where detectable warning elementssurfaces are to be installed. During the curing period all pedestrian traffic shall be excluded.

(i) Painting The exposed surfaces of the curb throughout the width of curb ramps shall be painted yellow in accordance with 808.06. Silica sand shall be applied to the wet paint along the top of the curb at the rate of 6.0 lb/gal.

604.04 PCC Steps PCC steps shall be in accordance with the applicable provisions of 604.03. In addition, all exposed edges shall be rounded to a 1/4 in. radius.

II 101 GREENFIELD DISTRICT Contract No. R -36342

604.05 Reconstructed PCC Sidewalk and Curb Ramp Where existing concrete sidewalk is to be reconstructed, all disintegrated concrete, brick, stone, or other material shall be completely removed and replaced with new concrete sidewalk in accordance with 604.03.

Such sidewalk shall be constructed to a minimum depth of 4 in. unless another depth is designated and to the width of the adjoining walk, or to a width of no less than 48 in. from the back face of curb, or to such other width as directed.

The removal of concrete sidewalk shall be to uniform lines as directed. The sidewalk to be removed shall be cut in a straight line with an approved power driven concrete saw. The sawing shall be such that the portion of sidewalk to remain in place shall not be damaged. All portions which are damaged or removed back of the established line shall be replaced.

Unless otherwise directed, sidewalk which must be removed shall be removed between tool marks or joints. At locations where the sidewalk and curb are adjacent and the curb is deteriorated, the curb shall also be replaced as directed.

The new sidewalk shall have a joint pattern similar to the surrounding sidewalk. Sidewalk placed at drives shall be 6 in. thick, or the same depth of the existing drive, whichever is greater.

Where existing curb ramp is to be reconstructed for placement of detectable warning surfaces, all concrete, brick, stone, or other material shall be completely removed and replaced in accordance with 604.03.

604.06 Re-Laid Sidewalk This work consists of the removal and re-laying of concrete, stone-slab, or brick sidewalk at the locations shown on the plans or as directed. In the operations of removing and re-laying, care shall be taken not to damage any of the sidewalk. Before re-laying, a cushion of fine aggregate shall be spread on the prepared subgrade to a depth of no less than 2 in. Cracked or damaged sections shall not be re-laid but shall be disposed of as directed. The cross slope of the re-laid sidewalk shall be checked with a 2 ft level in accordance with 604.03(e).

604.07 HMA Sidewalk

(a) Excavation and Forms Excavation and forms, when required, shall be in accordance with 604.03(b) and 604.03(c).

(b) Bed Course Bed course material shall be coarse aggregate No. 53 and shall be placed in lifts not exceeding 4 in. in depth. Each lift shall be thoroughly compacted.

II 102 GREENFIELD DISTRICT Contract No. R -36342

(c) Placing HMA Sidewalk HMA sidewalk material shall be placed on a compacted bed course in one or more courses. The mixture shall consist of HMA base, intermediate, or surface, type Atype B in accordance with 402 except the 9.5 mm surface gradation can go above or below the PCS control point in accordance with 401.05. A MAF in accordance with 402.05 will not apply. Aggregate requirements of 904.03(d) do not apply. Compaction shall be accomplished by means of a hand operated or power roller of an acceptable type and weight in accordance with 402.15. In areas inaccessible to the roller, hand tamping will be allowed. In any case, the HMA sidewalk material shall be uniformly compacted. The grade and cross slope shall be checked with a 2 ft level in accordance with 604.03(e).

If the finished compacted surface is too open or remains sticky, the surface shall be given a coating of fine aggregate, well broomed over the surface, leaving no excess.

604.08 Backfilling and Finishing Shoulders and Slopes After forms have been removed, the space on each side of the sidewalks shall be filled to the required elevation with suitable material which shall be firmly compacted and neatly graded. Adjacent shoulders and slopes shall be finished to the required grade and cross section.

604.09 Hand Rails This railing shall be erected in a workmanlike manner, straight and true to grade. Posts shall be vertical and railings shall be parallel to the walk surface or the plane of the steps and spaced as shown on the plans. Fastenings shall be as indicated on the plans. Railing posts on masonry shall be held in place in a manner that develops the full strength of the railing post in bending.

Fabrication and placement of railings shall be completed in accordance with the applicable requirements of 711. Ends of tube sections shall be milled or sawed. Cut ends shall be true, smooth, and free from burrs and ragged edges. Welds shall be ground smooth. The rail system shall be continuous except as shown on the plans. Joints shall be spliced as detailed on the plans. Welding of steel shall be in accordance with 711.32 and welding of aluminum shall be in accordance with the applicable requirements of 803. Radiographic, magnetic particle, and dye penetrant inspection will not be required.

All aluminum surfaces in contact with concrete shall be coated with an aluminum impregnated caulking compound prior to installation. After installation and alignment, openings between metal surfaces and concrete shall be sealed in a watertight manner with the caulking compound.

Steel pipe railing not designated to be painted shall be galvanized after fabrication and prior to installation. Railing designated to be painted shall receive one shop coat of paint after fabrication and two field coats after installation. The type and color of paint shall be as specified on the plans. Cleaning and painting shall be in accordance with 619.

II 103 GREENFIELD DISTRICT Contract No. R -36342

604.10 Method of Measurement Concrete sidewalk, reconstructed concrete sidewalk, and re-laid concrete sidewalk will be measured by the square yard of finished surface. HMA for sidewalk will be measured by the ton of mixture placed. Bed course material will be measured by the ton.

Concrete curb ramps will be measured by the square yard in accordance with the pay limits shown on the plansand will include the ramp, turning space, flared side, and setback. Turning spaces shared by more than one curb ramp will be measured only once. Detectable warning surfaces and retrofitted detectable warning surfaces will be measured by the square yard.

Concrete steps will be measured by the cubic yard based on the neat lines shown on the plans.

Hand rails will be measured by the linear foot in accordance with the dimensions shown on the plans or as directed. Measurements will be made from end to end of the railing along the centerline.

Curb and curb and gutter will be measured in accordance with 605.09. Reinforcing bars, if used, will be measured in accordance with 703.07.

Joint material will not be measured.

604.11 Basis of Payment The accepted quantities of concrete sidewalk will be paid for at the contract unit price per square yard for sidewalk, concrete. HMA for sidewalk will be paid for at the contract unit price per ton, complete in place. Bed course material will be paid for at the contract unit price per ton. Concrete steps will be paid for at the contract unit price per cubic yard for steps, concrete. Reconstructed sidewalk and re-laid sidewalk will be paid for at the contract unit price per square yard for sidewalk, reconstruct, or sidewalk, re-lay. Detectable warning surfaces and retrofitted detectable warning surfaces will be paid for at the contract unit price per square yard.

The accepted quantities of curb ramps will be paid for at the contract unit price per square yard for curb ramp, concrete, per the type, complete in place.

Hand rails will be paid for at the contract unit price per linear foot.

Curb and curb and gutter will be paid for in accordance with 605.10.

Reinforcing bars, if used, will be paid for in accordance with 703.08. Curb, if directed to be replaced, will be paid for in accordance with 605.10.

II 104 GREENFIELD DISTRICT Contract No. R -36342

Payment will be made under:

Pay Item Pay Unit Symbol

Bed Course Material ...... TON Curb Ramp, Concrete, _____ ...... SYS type Detectable Warning Surfaces ...... SYS Detectable Warning Surfaces, Retrofit ...... SYS Hand Rail, _____ ...... LFT type HMA for Sidewalk ...... TON Sidewalk, Concrete ...... SYS Sidewalk, Concrete, Reconstruct ...... SYS Sidewalk, Concrete, Re-Lay ...... SYS Steps, Concrete ...... CYS

The cost of the ramp, including border, turning space, flared side, return curb, and setback shall be included in the cost of the curb ramp.

The cost of excavation, backfill, joint material, and necessary incidentals shall be included in the cost of the pay items in this section.

The removal and disposal of concrete sidewalk which is unsuitable for re-laying and which has not been damaged due to negligence will be paid for in accordance with 202.14. Concrete sidewalk which is specified to be re-laid or to remain in place and which is damaged shall be removed and disposed of and replaced with no additional payment.

If directed, concrete sidewalk shall be constructed to a depth greater than that shown on the plans. Such additional thickness will be converted into the equivalent square yards quantity of concrete sidewalk of the thickness shown on the plans and will be paid for as such.

The cost of furnishing and applying sand to finished compacted surfaces shall be included in the cost of HMA for sidewalk.

The cost of the concrete base, detectable warning elementsurfaces, thin set mortar, and fine aggregate for filling joints, and the painting of curb through the width of the curb ramp including the silica sand shall be included in the cost of the curb rampdetectable warning surfaces.

The cost of removal, disposal, and replacement of portions of the concrete curb ramp, concrete base, including border, detectable warning surfaces, thin set mortar, and fine aggregate for filling joints shall be included in the cost of the detectable warning surfaces, retrofit.

II 105 GREENFIELD DISTRICT Contract No. R -36342

The cost of aluminum impregnated caulking compound and the painting of steel hand railing shall be included in the cost of the hand rail.

SECTION 905, BEGIN LINE 36, DELETE AND INSERT AS FOLLOWS: 905.05 Detectable Warning ElementsSurfaces The detectable warning surface in concrete curb ramps shall be constructed using materials from the Departments approved list of Detectable Warning ElementsSurfaces, which is maintained by the Office of Materials Management. An elementsurface manufacturer wishing to add a product to the approved list shall comply with Procedure L of ITM 806.

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

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

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

The value of a* shall not be less than 90% of the value of b*. The color difference of any installed elementbrick after one year of exposure or of an individual detectable warning elementsurface from the average color for any product or model from a manufacturer shall not be greater than 5.0 ΔE* units. The color shall be uniform throughout the detectable warning elementssurfaces.

II 106 GREENFIELD DISTRICT Contract No. R -36342

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

(d) The height tolerancerange of the truncated domes shall be withinbetween 0.18 in. to 0.26 in. The base diameter, dome top diameter and dome spacing shall be within ± 1/16 in. of the design value. The design values shall be within the ranges identified in the Standard Drawings. No more than two truncated domes per elementsurface may be out of tolerance for dimensions.

(e) Detectable warning elementssurfaces that are not classified as brick in accordance with 905.05(a) or cast iron in accordance with 905.05(c) will be considered. The detectable warning elementssurfaces shall meet the color requirements of 905.05(b) and the truncated dome requirements of 905.05(d).

621-R-637 SEED MIXTURES AND SEED REQUIREMENT

(Adopted 04-21-16)

The Standard Specifications are revised as follows:

SECTION 621, BEGIN LINE 219, DELETE AND INSERT AS FOLLOWS: 621.06 Seed Mixtures Seed mixtures are classified as follows. Mixes including warm season grasses, forbs, or aquatic species will be specified in the plans.

(a) Seed Mixture R This seed mixture shall be applied at the rate of 170 lb/ac consisting of 95 lb/ac of low endophyte Kentucky 31 Fescue or approved equal, 65 lb/ac perennial ryegrass, and 10 lb/ac Jasper Red Fescue or approved equal.This seed mixture shall be applied at the rate of 205 lb/ac consisting of 100 lb/ac of low endophyte Tall Fescue, 50 lb/ac of turf type Perennial Ryegrass, 50 lb/ac of Creeping Red Fescue, and 5 lb/ac of White Dutch Clover. Seed used in this mixture shall be drought tolerant. Fertilizer and mulching material, where specified or directed, shall be applied in accordance with 621.05.

II 107 GREENFIELD DISTRICT Contract No. R -36342

(b) Seed Mixture U This seed mixture shall be applied at the rate of 150 lb/ac consisting of 95lb/ac of a 4- way blend of turf type tall fescues such as Tribute, Rebel II, Trailblazer or approved equal, 20lb/ac Jasper Red Fescue, or approved equal, and 35 lb/ac certified fine bladed perennial ryegrass such as Regal, Blazer, or approved equal.This seed mixture shall be applied at the rate of 200 lb/ac consisting of 100 lb/ac of a 4-way blend of turf type Tall Fescue, 50 lb/ac Creeping Red Fescue, 45 lb/ac Perennial Ryegrass and 5 lb/ac White Dutch Clover. Fertilizer and mulching material, where specified or directed, shall be applied in accordance with 621.05.

(c) Seed Mixture P This seed mixture shall be applied at the rate of 80 lb/ac consisting of 30 lb/ac of “Fults” Puccinella Distans, 30 lb/ac of Jasper Red Fescue, or approved equal, and 20 lb/ac of perennial ryegrass.This seed mixture shall be applied at the rate of 130 lb/ac consisting of 35 lb/ac of Weeping Alkaligrass, 35 lb/ac of Creeping Red Fescue, 35 lb/ac of Slender Creeping Red Fescue, and 25 lb/ac of Perennial Ryegrass. Seed used for this mixture shall be salt tolerant. Fertilizer shall be applied at the rate of 400 lb/ac. Fertilizer and mulching material, where specified or directed, shall be applied in accordance with 621.05.

(d) Blank

(e) Seed Mixture D This seed mixture is intended for ditch situations which experience seasonal to chronic saturated soils. This seed mixture shall be used on maintenance contracts or where otherwise specified. This mixture shall be applied at the rate of 1416 lb/ac. It shall consist of the materials and be applied at the rates shown below.

Material Application Rates Fowl Mana Grass 1 oz/ac Wetland Carex 3 oz/ac Species Rice Cut Grass 2 oz/ac Bullrush 2 oz/ac Leptochloa 2 oz/ac Fasicularis Barnyard Grass 2 oz/ac Prairie Wild Rye 2 oz/ac Perennial Ryegrass 10 lb/ac Jasper Red Fescue 2 lb/ac “Fults” Puccinella 2 oz/ac Distans Redtop 1 lb/ac

II 108 GREENFIELD DISTRICT Contract No. R -36342

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

Seed used in this mixture shall be wet tolerant. If certain species in this mix are unavailable, substitutions may be submitted for approval. The mix shall be applied as specified per acre. The method of planting shall be by means of hydroseeding or by means of a hand method with a minimal amount of mulch applied in a separate operation. Fertilizer shall not be added to this seed mixture.

(f) Blank

(g) Seed Mixture Grass This seed mixture shall be placed when specified as shown below.

1. Type 1 This seed mixture shall be placed at the rate of 195235 lb/ac consisting of 15 lb/ac of Smooth BromegrassBrome Grass, 10 lb/ac of OrchardgrassOrchard Grass, and the mixture specified in 621.06(a).

2. Type 2 This seed mixture shall be placed at the rate of 110125 lb/ac consisting of 1520 lb/ac of Smooth BromegrassBrome Grass, 10 lb/ac of OrchardgrassOrchard Grass, 40 lb/ac of Certified Common Kentucky Bluegrass, 3035 lb/ac of Creeping Red Fescue, and 1520 lb/ac of Perennial Rye Grass.

(h) Seed Mixture Legume This seed mixture shall be placed when specified as shown below. Mulched seeding, when specified, shall be in accordance with 621.07. Legume mixtures shall only be used from February 1 to May 31.

1. Type 1 This seed mixture shall be placed at the rate of 190230 lb/ac consisting of 107 lb/ac of Sericea Lespedeza or Korean Lespedeza, 106 lb/ac of medium Red Clover or Alsike Clover, 7 lb/ac of Partridge Pea, and the mixture specified in 621.06(a).

II 109 GREENFIELD DISTRICT Contract No. R -36342

2. Type 2 This seed mixture shall be placed at the rate of 100150 lb/ac consisting of 107.5 lb/ac of Sericea Lespedeza or Korean Lespedeza, 107.5 lb/ac of medium Red Clover or Alsike Clover, 107.5 lb/ac of Birdsfoot Trefoil, 7.5 lb/ac of Partridge Pea, 4050 lb/ac of Certified Kentucky Bluegrass, 3045 lb/ac of Creeping Red Fescue, and 1025 lb/ac of AnnualPerennial Rye Grass.

“Do Not Spray” signs shall be placed near the beginning and end of this work, at 200 ft intervals, or as otherwise directed. The sign shall be 16 gagegauge aluminum. The size and message arrangement shall be as shown on the plans. The sign background shall be white. The sign lettering shall be black. The sign shall not be reflectorized. Paint and primer shall be in accordance with 909.04. The sign post shall be placed as shown on the plans. The post shall otherwise be in accordance with 910.15.

SECTION 914, BEGIN LINE 91, DELETE AND INSERT AS FOLLOWS: Percentages of VARIETY Weed Seed Content (Not more than)

Alfalfa ...... Medicago sativa ...... 0.5 Alkaligrass ...... Puccinellia distans ...... 0.5 Alsike Clover ...... Trifolium hybridum ...... 0.5 Alta Fescue or Ky. 31 Festuca elatior Fescue ...... (var. arundinacea) ...... 0.75 Birdsfoot Trefoil ...... Lotus corniculatus ...... 0.5 Chewings Fescue ...... Festuca rubra (var. fallax) ...... 0.5 Creeping Bentgrass ...... Agrostis stolonifera ...... 0.5 Creeping Red Fescue ...... Festuca rubra spp. rubra ...... 0.5 Fowl Manna Grass ...... Glyceria striata ...... 1.0 English Perennial Rye ...... Lolium perfenne ...... 0.5 Kentucky Bluegrass ...... Poa prateusispratensis ...... 0.5 Korean Lespedeza ...... Lespedeza stipulacea ...... 0.75 Sericea Lespedeza ...... Lespedeza sericea...... 0.75 Ladino Clover ...... Trifolium repens (var. latum) ...... 0.5 Lemons Alkali Grass...... Puccinellia airoides (Lemons)...... 0.5 Orchard Grass ...... Dactylis glomerata ...... 0.5 Perennial Rye Grass ...... Lolium perenne ...... 0.5 Red Clover ...... Trifolium pratense ...... 0.5 Red Fescue ...... Festuca rubra ...... 0.5 Red Ttop...... Agrostis albagigantea ...... 0.75 Rice Cut Grass ...... Leersia oryzoides ...... 1.0 Rough Stalked Meadowgrass .Poa trivialis ...... 0.5 Rye, Agricultural...... Secale cereale ...... 0.5 Rye, Annual ...... Lolium multiforum...... 0.5 Sheeps Fescue ...... Festuca orina ...... 0.5

II 110 GREENFIELD DISTRICT Contract No. R -36342

Smooth Brome Grass ...... Bromus inermis ...... 0.95 Sweet Clover-white (Scarified) ...... Melilotus alba...... 0.5 Sweet Clover-yellow (Scarified) ...... Melilotus officinalis ...... 0.5 Tall Fescue ...... Festuca arundinacea ...... 0.5 Timothy ...... Phleum pratense ...... 0.5 Virginia Wild Rye ...... Elymus virginicus ...... 1.0 White Dutch Clover ...... Trifolium repens...... 0.75

Percentages VARIETY of Purity (Not less than)

Alfalfa ...... Medicago sativa ...... 99 Alkaligrass ...... Puccinellia distans ...... 90 Alsike Clover ...... Trifolium hybridum ...... 97 Alta Fescue or Ky. 31 Festuca elatior Fescue ...... (var. arundinacea) ...... 98 Birdsfoot Trefoil ...... Lotus corniculatus ...... 98 Chewings Fescue ...... Festuca rubra (var. fallax) ...... 97 Creeping Bentgrass ...... Agrostis stolonifera ...... 98 Creeping Red Fescue ...... Festuca rubra spp. rubra ...... 95 English Perennial Rye ...... Lolium perfenne ...... 95 Fowl Manna Grass ...... Glyceria striata ...... 95 Kentucky Bluegrass ...... Poa prateusispratensis ...... 85 Korean Lespedeza ...... Lespedeza stipulacea ...... 98 Sericea Lespedeza ...... Lespedeza sericea...... 98 Ladino Clover ...... Trifolium repens (var. latum) ...... 98 Lemons Alkali Grass...... Puccinellia airoides (Lemons)...... 85 Orchard Grass ...... Dactylis glomerata ...... 85 Perennial Rye Grass ...... Lolium perenne ...... 95 Red Clover ...... Trifolium pratense ...... 98 Red Fescue ...... Festuca rubra ...... 95 Red Ttop...... Agrostis albagigantea ...... 90 Rice Cut Grass ...... Leersia oryzoides ...... 98 Rough Stalked Meadowgrass .Poa trivialis ...... 85 Rye, Agricultural...... Secale cereale ...... 99 Rye, Annual ...... Lolium multiforum...... 95 Sheeps Fescue ...... Festuca orina ...... 97 Smooth Brome Grass ...... Bromus inermis ...... 85 Sweet Clover-white (Scarified) ...... Melilotus alba...... 98

II 111 GREENFIELD DISTRICT Contract No. R -36342

Sweet Clover-yellow (Scarified) ...... Melilotus officinalis ...... 98 Tall Fescue ...... Festuca arundinacea ...... 98 Timothy ...... Phleum pratense ...... 90 Virginia Wild Rye ...... Elymus virginicus ...... 90 White Dutch Clover ...... Trifolium repens...... 97

Percentages Actual Germination VARIETY (Not less than) Alfalfa ...... Medicago sativa ...... 85* Alkaligrass ...... Puccinellia distans ...... 80 Alsike Clover ...... Trifolium hybridum ...... 85* Alta Fescue or Ky. 31 Festuca elatior Fescue ...... (var. arundinacea) ...... 85 Birdsfoot Trefoil ...... Lotus corniculatus ...... 80* Chewings Fescue ...... Festuca rubra (var. fallax) ...... 75 Creeping Bentgrass ...... Agrostis stolonifera ...... 85 Creeping Red Fescue ...... Festuca rubra spp. rubra ...... 80 English Perennial Rye ...... Lolium perfenne ...... 90 Fowl Manna Grass ...... Glyceria striata ...... 90 Kentucky Bluegrass ...... Poa prateusispratensis ...... 80 Korean Lespedeza ...... Lespedeza stipulacea ...... 80* Sericea Lespedeza ...... Lespedeza sericea...... 80* Ladino Clover ...... Trifolium repens (var. latum) ...... 85* Lemons Alkali Grass...... Puccinellia airoides (Lemons)...... 80 Orchard Grass ...... Dactylis glomerata ...... 80 Perennial Rye Grass ...... Lolium perenne ...... 90 Red Clover ...... Trifolium pratense ...... 90* Red Fescue ...... Festuca rubra ...... 85 Red Ttop...... Agrostis albagigantea ...... 80 Rice Cut Grass ...... Leersia oryzoides ...... 80 Rough Stalked Meadowgrass .Poa trivialis ...... 75 Rye, Agricultural...... Secale cereale ...... 80 Rye, Annual ...... Lolium multiforum...... 90 Sheeps Fescue ...... Festuca orina ...... 75 Smooth Brome Grass ...... Bromus inermis ...... 80 Sweet Clover-white (Scarified) ...... Melilotus alba...... 85* Sweet Clove r-yellow (Scarified) ...... Melilotus officinalis ...... 85* Tall Fescue ...... Festuca arundinacea ...... 85 Timothy ...... Phleum pratense ...... 85

II 112 GREENFIELD DISTRICT Contract No. R -36342

Virginia Wild Rye ...... Elymus virginicus ...... 70 White Dutch Clover ...... Trifolium repens...... 90* * including not more than 25% hard seeds

For all other seed indicated to be used but not shown in the charts above, that seed shall be placed at the indicated rate and be 100% pure live seed.

628-C-250 OFFICE EQUIPMENT REQUIREMENTS

(Adopted 04-21-16)

The Standard Specifications are revised as follows:

SECTION 628, BEGIN LINE 197, DELETE AND INSERT AS FOLLOWS: (c) Computer System and Computer System Equipment When specified in the Schedule of Pay Items, the Contractor shall provide the computer system and computer system equipment in accordance with the minimum requirements listed below for the Department’s exclusive use for each field office.

1. Computer System a. Laptop computer b. Processor – Intel or AMD compatible, 2.0 GHz c. Memory – 4.08.0 GB, 1333 MHz d. Hard Drive – 250500 GB, 5,400 rpm or 128 GB SSD (Solid State Drive) e. Module Bay Device – 24X CD-RW drive f.e. Ports – Two USB 2.0 compliant ports g.f. Network/Wireless – Ethernet or wireless card to be compatible with the selected internet and office network connections h.g. Graphics – Integrated graphics card i.h. Display - 15 in. WX GA LCD panel j.i. Battery - Nine cell Lithium ion k.j. Miscellaneous - One compatible port replicator with AC adapter, one additional AC adapter, one DC adapter and one padded carrying case.

The initial condition of the computer system shall be nearly pristine. All owner installed e-mail accounts, games, spyware, online services, applications, network or other profiles previously set up on the system shall be removed prior to placement in the field office. If the system was provided for a previous Department contract, all software not specified shall be removed prior to placement in the current field office.

The Contractor shall provide a minimum 900 J, six-outlet surge protector for each computer system specified in the contract.

II 113 GREENFIELD DISTRICT Contract No. R -36342

2. Computer System Equipment a. Monitor – 22 in. widescreen digital flat panel with VGA and DVI connections b. Keyboard – USB enhanced multimedia keyboard c. Mouse – Optical USB 2-button scroll mouse d. Miscellaneous - One port replicator with AC adapter, one additional AC adapter, one DC adapter that is compatible with the Department’s provided laptop or mobile device.

3. Computer Software The Contractor shall provide software for the computer system in accordance with the minimum requirements listed below.

a. Operating System Software – Windows 710 Professional. b. Productivity Software – Microsoft Office 20072013 Small Business and Adobe Acrobat Professional XI. c. Security Software – McAfee Virus Scan Plus.

All software shall include the most current updates and patches at the time the computer system is provided to the Department. The Contractor shall provide for installation of updates and patches for the operating system, productivity and security software during the term of use of the computer system by the Department. Updates and patches shall be provided by an automatic update method.

The Department may install and maintain proprietary software on the computer in order to run the Department’s construction management programs.

4. Miscellaneous Computer Requirements The Contractor shall provide all cables, connections and software required to connect the computer system provided by the Contractor or by the Department to the printer and the scanner.

The Contractor shall provide an Ethernet and a wireless office network to enable all computer systems in the field office to access the field office internet service, the printer and the scanner.

The Contractor shall provide all manuals necessary for operation of the computer system, computer system equipment and software with the system and shall include all documentation normally furnished with the equipment and software when purchased.

The Department will be utilizing the computer system to run or access Department provided construction management software applications. These applications are known to run on Intel and AMD compatible equipment when using the Windows 710 Professional operating system. If the Department experiences problems running these applications due to hardware or software compatibility, the Contractor shall replace the equipment to ensure compatibility to the satisfaction of the Engineer within five business days.

II 114 GREENFIELD DISTRICT Contract No. R -36342

The computer system shall be maintained in good working order. If a portion of the system becomes defective, inoperable, damaged, or stolen, that portion shall be repaired or replaced within five business days after the Contractor is notified by the Engineer. If the computer system and related accessories are not maintained by the Contractor as required, the Engineer may withhold partial payments until the computer system is operational to the Department’s satisfaction.

(d) Field Office Internet Service The Contractor shall provide broadband internet service for the field office. Broadband internet service shall be capable of a minimum average upload speed of 65 Mbps and a minimum download speed of 2550 Mbps, unless otherwise approved by the Engineer.

(e) Field Office Machines The Contractor shall provide a fully operational copier, printer, and document scanner for the Department’s exclusive use in the field office in accordance with the minimum requirements listed herein.

In lieu of separate copier, printer, and scanner, the Contractor may provide an all-in-one unit that meets all the requirements for any combination of the individual machines being provided. Separate machines shall be provided for those machine functions that are not included in an all-in-one type machine.

1. Copier The copier shall be compatible with, and shall be connected to, the computer system provided by the Contractor or the Department for use by the Department in the field office. The copier shall be capable of using plain paper and of making full size, black and white copies of letter, legal and ledger US paper size original documents. The copier shall be capable of reducing and increasing copy sizes. The copier shall have a self-feeding paper tray, an automatic document feeder and be capable of producing at least 20 copies per minute.

2. Printer The printer shall be compatible with, and shall be connected to, the computer system provided by the Contractor or by the Department for use by the Department in the field office. The printer shall be capable of printing single-sided, black and white letter, legal and ledger US paper size documents at a rate of 20 pages per minute and capable of automatic duplex printing. More than one printer may be used to meet this requirement.

All printers shall be set to accommodate wireless printing from the Department's iPads using AirPrintTM technologyprovided laptop or mobile device.

II 115 GREENFIELD DISTRICT Contract No. R -36342

3. Document Scanner The document scanner shall be compatible with, and shall be connected to, the computer system provided by the Contractor or the Department for use by the Department in the field office. The scanner shall be capable of scanning letter and legal size documents and shall have an automatic document feeder and be capable of 200 to 600 dpi black and white resolution, preset to 200 dpi.

SECTION 628, BEGIN LINE 390, DELETE AND INSERT AS FOLLOWS: 628.04 Cellular Telephones The Contractor shall provide cellular telephone equipment and services, as specified below, for use by the Department on the contract.

Each cellular telephone unit shall have a service coverage area that includes the project limits. Each cellular telephone unit shall include a belt clip system, a 120V AC charger, a 12V DC mobile charger, and a hands-free kit consisting of a speaker and a microphone enabling the user to operate the unit with minimal need for the use of their hands. The hands-free kit may be either wired or wireless.

All equipment shall be covered by normal manufacturer's warranties. All cellular telephone units and associated equipment will remain the property of the Contractor and will be returned to the Contractor upon completion of the contract.

Cellular telephone units shall meet the following minimum requirements:

(a) Type A 1. internet ready device with minimum 3.5 in. display, measured diagonally 2. cellular telephone anytime minutes per month as shown in the Schedule of Pay Items 3. unlimited nights and weekends service 4. voice mail and caller ID 5. protective case to prevent damage to the unit 6. rear facing camera with a minimum 4 MP resolution 7. minimum 720 p video capture 8. 25 GB or higher data plan per unit 9. internal memory of 816 GB or higher 10. USB port for computer connection.

(b) Type B

1. a cellular telephone with anytime minutes per month as shown in the Schedule of Pay Items 2. unlimited nights and weekends service 3. voice mail and caller ID 4. build-in camera with a minimum 3.2 MP resolution.

II 116 GREENFIELD DISTRICT Contract No. R -36342

The Department will be responsible for damage or loss of the units beyond that covered by normal manufacturer's warranties, while in use by the Department. The Contractor shall provide replacement cellular telephone units, batteries, chargers, and equipment within one business day of notification of need for the item.

The Contractor shall not enter into any agreement with any service provider or purchase any cellular telephone units for use by the Department until authorized by the Engineer. The Engineer will notify the Contractor a minimum of 10 business days prior to the need for the units.

702-B-303 FALSEWORK REMOVAL

(Adopted 07-21-16)

The Standard Specifications are revised as follows:

SECTION 702, BEGIN LINE 758, DELETE AS FOLLOWS: (h) Test Beams When portland-pozzolan cement, type IP or IP-A, is incorporated into the structural concrete elements listed below, when fly ash or ground granulated blast furnace slag is incorporated into the structural concrete elements listed below, or when field operations are being controlled by beam tests, the removal of forms, supports, and housings, and the discontinuance of heating and curing will be allowed when the modulus of rupture reaches or exceeds the following values:

SECTION 702, BEGIN LINE 840, DELETE AND INSERT AS FOLLOWS: (b) Removal Unless otherwise specified, the following shall apply to the removal of falsework and centering:

1. Falsework under a reinforced concrete slab top not supported by beams, slabs, or girders, interior bent or pier caps, and arches shall, in warm weather, remain in place at least 15seven days after the concrete is poured except, if directed, this period shall be increasedplacement and until attaining or exceeding 480 psi flexural strength. Operations on the slab may continue after achieving the required flexural strength. No additional concrete shall be cast until the falsework has been released.

2. Falsework under a bridge deck supported by beams or girders including the bridge deck overhang shall remain in place at least three days after concrete placement and until attaining or exceeding 480 psi flexural strength. Falsework jacks may be loosened, but not removed, and operations may continue on overhangs three days after concrete placement and after achieving the required flexural strength. Falsework jacks may be removed after seven days.

II 117 GREENFIELD DISTRICT Contract No. R -36342

3. Falsework for substructure concrete, such as interior bents and pier caps, shall remain in place at least 3 days after concrete placement and until attaining or exceeding 480 psi flexural strength.

24. Falsework and arch centering under multiple-span arch bridges shall not be released from any one span until the adjacent and spandrel walls have cured for the required time and the next adjacent arch ring has been poured for at least 48 h.

35. Falsework under continuously reinforced concrete slab and girder units shall not be released from any span until the entire continuous unit has been completed and all concrete cured for the required period.

46. For concrete poured during March, April, October, and November, or any time between April and October when the average temperature is less than 50°F, the above periods shall be increased 20%. For concrete poured during December, January, and February, they shall be increased 40%.

5. If field operations are controlled by beam tests, the provisions of 702.13(h) shall apply to the time of removal of falsework unless other provisions of these specifications prohibit removal.

67. Removal of supports shall be such that it enables the concrete to take the stresses, due to its own weight, uniformly and gradually.

78. The removal of falsework shall be at the risk of the Contractor. Permission for removal may be refused if it is determined that there may be resulting damage to the structure.

SECTION 702, BEGIN LINE 1172, INSERT AS FOLLOWS: 702.22 Curing Concrete Concrete in bridge decks or the top surface of reinforced concrete slab bridges shall be cured continuously for a minimum of 168 h commencing immediately after the surface is able to support the protective covering without deformation. Curing time for bridge decks and the top surface of reinforced concrete slab bridges are not controlled by beam tests and the cure time shall not be reduced. However, in addition to the minimum of 168 h cure period, curing shall continue until a flexural strength of 550 psi has been attained. Curing of patches or small full depth deck replacement areas on existing bridge decks that are to be overlaid, may be controlled by test beams in accordance with 702.24(a).

II 118 GREENFIELD DISTRICT Contract No. R -36342

Unless otherwise specified, all other concrete shall be cured for at least 96 h commencing immediately after the surface is able to support the protective covering without deformation. If portland-pozzolan cement, type IP or IP-A, or fly ash is used, the concrete shall be cured for at least 120 h. In addition to the required hours, Ccuring shall continue until the flexural strength stated in 702.13(h) has been attained.

724-B-086 APPROVED EXPANSION JOINT SS DEVICES

(Revised 03-21-06)

Only the following expansion devices will be considered acceptable for use as expansion joint SS in accordance with 724.

(a) The Strupco 40SS as manufactured by the Structural Rubber Products Company, 2245 South Ninth, Springfield, Illinois, 62703-3523, and detailed as Alternate A on Standard Sheet E724- BSSJ-01.

(b) The SE-400 as manufactured by the Watson Bowman and Acme Corporation, 95 Pineview Drive, Amherst, New York, 14228, and detailed as Alternate B on Standard Sheet E724-BSSJ-02.

(c) The Steelflex SSA as manufactured by the D. S. Brown Company, 300 E. Cherry Street, North Baltimore, Ohio, 45872, and detailed as Alternate C on Standard Sheet E724-BSSJ-03.

(d) The RJ-400 as manufactured by R.J. Watson Bridge and Structural Engineered Systems, Inc., 78 John Glenn Drive, Amherst, New York, 14228, and detailed as Alternate D on Standard Sheet E724- BSSJ-04A.

Expansion joints SS other than those listed above will not be accepted for use. Expansion joints SS manufactured by the above listed companies which are not in accordance with the details shown on the referenced standard sheet will not be permitted.

731-B-298 MECHANICALLY STABILIZED EARTH RETAINING WALLS

(Adopted 06-18-15)

The Standard Specifications are revised as follows:

SECTION 731, BEGIN LINE 104, DELETE AS FOLLOWS: The coefficient of uniformity, cu, of the reinforced backfill for all designs using the ribbed steel strips curve from AASHTO LRFD Bridge Design Specifications figure 11.10.6.3.2- 1 shall be 4.0.

II 119 GREENFIELD DISTRICT Contract No. R -36342

801-C-157 CERTIFICATION OF TEMPORARY TRAFFIC CONTROL DEVICES

(Revised 05-23-13)

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

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

No lights, signs, flags, or other auxiliary attachments are included in the weight of the devices listed above. Reflective sheeting or reflective buttons are included on delineators. Maximum weights, including ballast, do not exceed the values shown in the table. “Single piece” refers to the construction of the body of the drum exclusive of a separate base, if any.

Type A or type C warning lights in accordance with the following specifications will be allowed on drums if they are firmly attached with vandal resistant 1/2 in. diameter by 4 in. cadmium plated steel bolt with nut and a 1 1/2 in. high cup washer.

1. The weight shall be no more than 5 lb.

2. The lens diameter shall be 7 to 8 in.

3. The height of the light shall be 11 to 14 in.

Category II Devices Category II temporary traffic control devices include type III barricades, vertical panels, portable sign standards, and other light-weight traffic control devices.

Category II temporary traffic control devices shall be in accordance with the NCHRP 350, Test Level 3.

A form will be provided at the preconstruction conference for the Contractor to complete and return to the Engineer prior to the placement of category I or II traffic control devices.

II 120 GREENFIELD DISTRICT Contract No. R -36342

801-R-542 WORKSITE ADDED PENALTY SIGNS

(Revised 05-21-15)

Worksite Added Penalty signs shall be placed as shown on the plans or as directed by the Engineer. The signs shall typically be placed in advance of the first Road Construction Ahead signs at either end of the project. The actual location and quantity of the signs will be determined by the Engineer in coordination with the Worksite Traffic Control Supervisor.

The XW2-6-A Worksite Added Penalty sign, 78 in. by 42 in., shall be installed on all projects in all cases not otherwise described below.

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

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

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

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

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

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

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

Worksite Added Penalty, Speeding, Reckless Driving signs will be measured and paid for as Construction Sign, Type C in accordance with 801.17 and 801.18.

II 121 GREENFIELD DISTRICT Contract No. R -36342

801-T-194 AUTOMATED FLAGGER ASSISTANCE DEVICE

(Revised 06-08-15)

The Standard Specifications are revised as follows:

SECTION 801, BEGIN LINE 11, INSERT AS FOLLOWS: 801.02 Materials Materials shall be in accordance with the following:

Automated Flagger Assistance Devices ...... 923.08

SECTION 801, AFTER LINE 794, INSERT AS FOLLOWS: (e) Automated Flagger Assistance Devices An Automated Flagger Assistance Device, AFAD, may be used to control a single lane of approaching traffic on a two-lane highway for flagging operations.

Only qualified flaggers who have been trained on the operation of the AFAD shall operate the AFAD. AFAD operators shall be able to provide written proof that they have been trained by the AFAD manufacturer. Two trained flaggers shall be available on-site to provide flagging in case of an AFAD malfunction. The flagger operating the AFAD shall be positioned to have unobstructed line of sight to approaching traffic and the AFAD. A single flagger may be used to control both approaches to the work site if adequate, unobstructed sight distance exists between the AFAD operator and both approaching directions of traffic and both AFADs.

The flagger operating the AFAD shall not leave the device unattended at any time while the AFAD is in use. The operating flagger shall be positioned at such point to be in full view of oncoming traffic and the AFAD at all times the AFAD is in use. The flagger operator shall keep a back up hand held remote readily available at all times when the device is being operated.

The AFAD shall be positioned so that the end of the gate arm, if used, shall extend at least to the center of the lane being controlled but shy of the roadway centerline.

A drum shall be placed immediately in front of the AFAD trailer at both corners for delineation.

SECTION 801, BEGIN LINE 1148, INSERT AS FOLLOWS: The cost of necessary flaggers; automated flagger assistance devices; protection of traffic at structure foundations; and furnishing, erecting, placing, maintaining, relocating, and removing lights, cones, flexible channelizers, tubular markers, drums, delineators, or other devices as directed shall be included in the cost of maintaining traffic.

II 122 GREENFIELD DISTRICT Contract No. R -36342

SECTION 923, AFTER LINE 229, INSERT AS FOLLOWS: 923.08 Automated Flagger Assistance Device The Automated Flagger Assistance Device, AFAD, shall alternately display a STOP sign and a SLOW sign to control traffic while being operated by a hand held remote control. AFADs shall meet the requirements of the Indiana Manual on Uniform Traffic Control Devices, Chapter 6E. Each AFAD shall be equipped with two hand held remote controls. Trailer mounted AFAD’s shall be equipped with a gate arm.

Only automated flagger assistance devices from the List of Approved Solar Powered Traffic Control Devices shall be used. Automated flagger assistance devices will be placed and maintained on the list of approved Solar Powered Traffic Control Devices in accordance with ITM 955.

(a) Signs The STOP and SLOW signs shall have a minimum width of 24 in. with lettering that is at least 8 in. in height. The WAIT ON STOP sign shall be visible along the same line of view of the STOP sign face.

(b) Supplemental Conspicuity Devices The STOP sign face shall be supplemented by a circular, red stop beacon. The SLOW sign face shall be supplemented by either: a circular, yellow warning beacon, or Type B warning lights with a minimum viewing distance of 1000 ft.

(c) Gate Arm Gate arms shall be made of reinforced thermoplastic or tubular aluminum. When in the horizontal positions the arm shall have a 2 ft to 4 ft mounting height above the pavement surface

(d) Cabinets and Controller The battery and controller cabinets shall be in accordance with NEMA Standard 250 Enclosure 3R requirements and be provided with a hasp and lock. The AFAD shall include a manual override of the hand held remote at the device. The AFAD shall not have any means by which it can operate on a pre-set or pre-timed basis.

(e) Remote Control Device Two hand held, cordless remote controls shall be provided with each AFAD. The remote control shall be waterproof and display signal receipt confirmation. The remote shall use a frequency hopping, spread spectrum radio signal with frequencies outside the 700MHz band, 698 MHz to 806 MHz. The remote control device shall be programmable to control either one unit or two units simultaneously and shall control the units over a one-mile range. Remote control batteries shall be rechargeable. A recharging device shall be provided with each remote.

(f) Batteries and Charging System Batteries shall be deep cycle type and be capable of operating the AFAD continuously for two days, 24 hrs per day without a need of re-charging. An audible low battery voltage alarm sound system shall be provided. The battery charging system shall consist of a solar panel. Solar panels shall be UL 1703 certified.

II 123 GREENFIELD DISTRICT Contract No. R -36342

(g) Trailer The trailer, if used, shall be designed to withstand a 60 mph wind loading with a 1.3 gust factor when the AFAD is set up in operating position. The trailer shall be painted safety orange, Federal Standard 595, color No. 12300. The trailer shall be provided with a minimum of two leveling jacks, each operated by a crank which locks in place.

923.089 Acceptance of Temporary Traffic Control Devices Temporary traffic control devices will be accepted by visual inspection unless otherwise indicated.

801-T-198 TRAFFIC CONTROL FOR TRAFFIC BREAKS

(Adopted 07-17-13)

The Standard Specifications are revised as follows:

SECTION 801, BEGIN LINE 795, DELETE AND INSERT AS FOLLOWS: 801.16 Temporary Traffic Control Zone A temporary traffic control zone is a work zone with frequently changing operation, a maximum duration of seven calendar days; mobile operation; or a temporary traffic stoppagebreak.

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

Three working days prior to commencing work which necessitates temporary stoppagebreaks of traffic, written notice shall be given to the Department and the Indiana State Police that highway traffic shall be stopped, slowed or diverted temporarily at a specific location, time, and date to accomplish specified work. Traffic shall be safely controlled during the stoppagetraffic break. The following minimum requirements shall be met.

1. On Multi-Lane Divided Highways Advance warning signs and pilot vehicles shall be located as specified or as otherwise directed. For each direction of road closure two flaggers shall be located at the site of the work and a minimum of two additional flaggers shall be used to warn approaching traffic.

II 124 GREENFIELD DISTRICT Contract No. R -36342

2. On Non-Divided Highways Advance warning signs shall be located as specified or as otherwise directed. For each direction of road closure, a minimum of one flagger shall be located at the site of the work and a minimum of one additional flagger shall be used to warn approaching traffic.

801-T-207 TEMPORARY TRAFFIC BARRIERS

(Revised 05-01-15)

The Standard Specifications are revised as follows:

SECTION 801, BEGIN LINE 412, DELETE AND INSERT AS FOLLOWS: Type 1 and type 3 precast units which have previously been cast meeting earlier Department standards may be used. The Contractor will be allowed to mix type 1 and type 3 units in a run as long as the units are in good condition and the connecting devices are compatible. If units meeting earlier Department standards are used, a 1 in. bolt will be allowed to link the units together. The spacer detail shall, however, be in accordance with the current standard. Units cast after March 1, 2003 shall be linked with the 1 1/4 in. bolt.

Type 2 temporary traffic barriers shall be connected as recommended by the barrier manufacturer.

(c) Anchorage Type 1 and type 3 temporary traffic barriers shall be anchored in accordance with the methods shown on the plans, at the locations described herein. Type 2 barriers shall be anchored as recommended by the barrier manufacturer and at locations described herein. Temporary concrete traffic barriers shall be anchored when located on or within 60 ft of a bridge, and along tapered alignmentsat the locations shown on the plans. Anchoring at locations in addition to those described herein willshown shall be required when directed. Anchoring shall be in accordance with the NCHRP 350 or MASH crash test. The FHWA eligibility letter shall be provided to the Engineer prior to placing the barrier.

Chemical anchor systems with removable bolts, or mechanical anchors may be used to anchor type 1 barriers to bridge decks, concrete pavement, and concrete shoulders. Mechanical anchors may be ferrous or non-ferrous material. All anchors shall have a shear strength of 10,000 lb and an ultimate pullout strength of 6,500 lb.

II 125 GREENFIELD DISTRICT Contract No. R -36342

805-T-078 ELECTRICAL INSULATION SEALANT

(Adopted 09-01-05)

The electrical insulation sealant for this contract shall be chosen from the following list:

(a) Aquaseal

(b) Electrical 430

(c) 3M Electrical Insulation Putty

(d) Plyseal Insulating Mastic

(e) or approved equal

807-T-193 LUMINAIRES

(Revised 02-19-15)

The Standard Specifications are revised as follows:

SECTION 807, BEGIN LINE 41, INSERT AS FOLLOWS: 807.03 Working Drawings Working drawings shall be submitted in accordance with 105.02 for lighting-standard assemblies, luminaires, and external drive assemblies.

Working drawings for each luminaire model submitted shall include:

(a) Luminaire specifications and data sheets. (b) Test report verifying UL 1598 compliance. (c) Test report indicating compliance with ANSI C136.31, 2G or 3G requirements. (d) Test reports indicating the IP rating specified in 920.01(d)2 are met in accordance with ANSI/IEC, International Electrotechnical Committee, standard 60529. (e) Report of testing performed in accordance with ANSI C82.77 for electronic power drivers, or ANSI C82.6 for mechanical ballast indicating that the Total Harmonic Distortion does not exceed the limit specified in 920.01(d)2 and the Power Factor meets or exceeds the minimum specified in 920.01(d)1.

For luminaires utilizing solid state power drivers, the working drawings shall also include:

(a) IESNA LM - 79 test report. (b) Test report indicating surge protection device survival in accordance with ANSI/IEEE C62.41.2.

II 126 GREENFIELD DISTRICT Contract No. R -36342

(c) UL 1449 certification. (d) Test report indicating Title 47 CFR Part 15, Class A compliance. (e) Mean Time to Failure prediction for the power driver in accordance with Telcordia SR 332, issue 3 or MIL-HDBK-217F (f) Power Driver Lifetime Report.

For luminaires utilizing an LED light source, the IESNA LM - 80 test shall be submitted. For plasma luminaires the emitter manufacturer’s life test report indicating lumen maintenance at 50,000 hrs shall also be submitted. For post top mounted and underpass luminaires, the working drawings shall also include a report for a salt spray test in accordance with ASTM B117, 2,000 hrs time horizon.

Certifications and test reports shall be issued by a laboratory that is either listed as a National Recognized Testing Laboratory on the U.S. Department of Labor’s website or is accredited by the National Voluntary Laboratory Accreditation Program (NVLAP). Additionally, LM-79 and LM-80 testing shall be performed by a laboratory that is accredited by the U.S. Department of Energy’s CALIPER program.

Working drawings for luminaires shall also include the Illumination Engineering Society of North America, IESNA, photometric distribution file if the file number varies from what is indicated on the plans. The IESNA photometric distribution file shall be in either Visual, developed by Acuity Brands Lighting, or AGi32 from Lighting Analysis, Inc.

SECTION 807, BEGIN LINE 525, DELETE AND INSERT AS FOLLOWS: 807.13 Luminaire Installation

(a) Installation Luminaire installation shall consist of the physical placing of the luminaire. Each installation shall include the furnishing and placing of the lamplight source as designated. Luminaires shall be compatible with other lighting materials as specified in 920.01.

(a) 1. Roadway Luminaires Each luminaire shall be leveled in both directions in the horizontal plane after the light standard has been erected and adjusted. Rotary adjustment of the mast arm and vertical adjustment of roadway luminaires to obtain an installed level position in both directions shall be accomplished by means of the bolted saddle arrangement used to attach the luminaires to the mast arm. Lamp socket positions may be shown on the plans by type of Illuminating Engineering Society of North American, IES, light pattern. The specified lamp socket position, or comparable arrangement of LEDs shall be used to obtain the desired light pattern delivery. Proper connections shall be made to provide ballast operation at the voltage being supplied. Replacements needed because of faulty or incorrect voltage connections shall be made with no additional payment. All roadway luminaires provided for an intersection, interchange, or contiguous highway segment shall be the same model.

II 127 GREENFIELD DISTRICT Contract No. R -36342

(b) 2. Sign Luminaires Connections in which plain and galvanized steel are in contact shall be protected such that aluminum surfaces shall receive one coat of zinc chromate primer. Steel surfaces shall be prepared in accordance with 619.08(a), 619.08(b) and 619.08(d) and painted with a structural steel system in accordance with 619.09(a). All paint shall be allowed to cure before assembly. Conduit fittings, if required, shall be watertight. Required conduit shall be either rigid or flexible as necessary. Conduit shall not be clamped to a sign panel.

Sign luminaires shall be mounted on overhead sign structures on two metal channels located at the extremity of the sign walkway support brackets. The distance between lighting unit support channels shall be 7 in. These channels shall be located in such a manner that they readily receive the mounting bolts from the rear of the sign luminaire. The installation of the sign luminaire shall consist of the physical placement of the luminaire on the channels.

Sign luminaires shall be connected to a phase conductor and a neutral conductor. The luminaires shall be alternately connected to opposite phase conductors to balance the load. The connections in the base of the sign structure shall be in accordance with 807.06. Conductor splicing shall be in junction boxes, in-ground handholes, inside handholes of sign structures, and circuit breaker enclosures. All sign luminaires provided for an interchange or contiguous highway segment shall be the same model.

(c) 3. Underpass Luminaires Underpass luminaires shall be mounted on the vertical side surfaces of bridge bent structures or suspended by means of pendants supported by angle-iron struts or clips fastened to the structural beam members of the bridge. All parts of the pendent pipe assembly shall be hot- dipped galvanized after threads are cut. Silicone caulking compound shall be applied to the threads during assembly of the pendent. Underpass luminaires may require separately mounted ballasts which shall be installed in close proximity to the luminaires.

Underpass luminaires shall be connected to a phase conductor and a neutral conductor. The luminaires shall be alternately connected to opposite phase conductors to balance the load. Conductor splicing will only be allowed in junction boxes, in-ground handholes, and circuit breaker enclosures. All underpass luminaires provided for an interchange shall be the same model.

(d) 4. High Mast Luminaires The aiming of the luminaires shall be as shown on the plans. When the aiming process is being done the luminaire shall be oriented to conform to its raised position and the ring properly tethered to prevent rotation during the aiming adjustment. The long axis of the luminaire shall be parallel to the aiming direction indicated on the plans. All high mast luminaires provided for an interchange shall be the same make and model.

II 128 GREENFIELD DISTRICT Contract No. R -36342

(b) Warranty A non-prorated manufacturer’s written warranty, against loss of performance, defects in materials and defects in workmanship, shall be provided to and in favor of INDOT. The warranty shall cover a period of five years from the date of installation of the luminaire. The warranty shall cover all components of the luminaire, including but not limited to ballast, driver, and light source. Loss of performance is defined to include, but is not limited to, the luminaire or any of its components falling out of compliance with specification, which includes but is not limited to the following: there is no light output from 10% or more of the LEDs, the luminaire is operating below the lumen maintenance curve, or the color temperature shifts more than 500K outside of the specified color temperature range. The warranty shall stipulate that replacement luminaires shall be shipped to the appropriate Department District Office, at no cost to the Department, within thirty days after the manufacturer’s receipt of failed luminaires. Warranty documents shall include the manufacturer’s name, address to which failed luminaires are to be shipped for replacement, contact person and contact person’s telephone number and e-mail address. Warranty documents shall be submitted to the Engineer with the type C certification. Warranty documents shall provide the estimated life cycle of the lamp, LEDs, plasma emitter and power driver.

807.14 Sign, Underpass, Roadway, and High Mast Lighting Location, and Luminaire Identification All high mast towers, roadway light standards, underpass lighting installations, and sign lighting installations shall have an identification code number as shown on the plans. In addition, each luminaire at a sign or underpass installation shall be individually identified with a single capital letter.

The code number shall be displayed on the light standard, sign structure column, and high mast tower as shown on the plans. The underpass code number shall be displayed near the breaker box at a location as directed.

The code number for the lighting standard and sign structure column shall be applied to the pole, as specified by the manufacturer, by using individual, pressure sensitive, adhesive backed tags. The code number for the high mast tower shall be applied to an aluminum plate which is mounted with spacers away from the structure as shown on the plans.

A luminaire identification sticker shall be provided on each luminaire and on the light pole or tower that supports the luminaire. The sticker shall be titled “LUMINAIRE” and contain the following information: light source type, manufacturer, model, wattage, date of installation, and warranty period. The pole/tower sticker shall be attached underneath the light pole ID tag, shall face the roadway, and shall have 3/4 in. lettering, and be no greater than 8 in. by 8 in.

SECTION 807, BEGIN LINE 808, INSERT AS FOLLOWS: Luminaire, High Mast, ______, _____ Watts ...... EACH light source type

II 129 GREENFIELD DISTRICT Contract No. R -36342

Luminaire, Roadway, ______, _____ Watts ...... EACH light source type Luminaire, Sign, ______, _____ Watt ...... EACH light source type Luminaire, Underpass, ______, _____ Watt ...... EACH light source type

SECTION 807, BEGIN LINE 821, INSERT AS FOLLOWS: The cost of lamps, LED arrays, plasma emitters, ballast, drivers, optical systems, weatherproof housings, surge protection devices, and electrical connections shall be included in the cost of luminaire.

SECTION 920, BEGIN LINE 499, DELETE AND INSERT AS FOLLOWS: (d) Luminaires

1. General Requirements LampsLight sources supplied for luminaires shall be electrically compatible with the luminaires. Luminaires shall include the lamp ballast or power driver. The ballast or power driver shall be integrally built in. andBallasts shall of the constant wattage regulator type of sufficient size to operate the designated lamp at the required voltage. The ballast shall provide satisfactory lamp performance to 20°Fluminaire shall operate satisfactorily in temperatures from - 40°F to 122°F with an input voltage variation of ± 10% of the rated operating voltage specified. Luminaires shall be a single, self contained device, not requiring on-site assembly for installation. Power consumption, wattage, shall not exceed that which is indicated on the plans. The luminaire power factor shall be 0.9 or greater.

Underpass and post top mounted luminaires shall be protected against salt spray and conform to ASTM B117, 2,000 hrs time horizon.

Luminaires shall include vandal shields when installed on an underpass or signs on bridge brackets and when otherwise specified. The vandal shield shall be made of a tough durable plastic, such as Lexan, mounted in a rugged galvanized steel or aluminum frame, and shall withstand severe impact without being damaged or allowing the refractor to be damaged. It shall be fastened securely to the luminaire so it cannot be removed from the outside and shall not interfere with the light distribution pattern. It shall protect the face of the refractor and if ventilation is necessary, the ventilating apertures shall be arranged so that they do not admit a probe of a diameter greater than 1/4 in.

II 130 GREENFIELD DISTRICT Contract No. R -36342

2. Roadway Lighting Luminaires Roadway lighting luminaires shall have a precision-cast aluminum housing and refractor holder with weatherproof finish. They shall have a strong, easily operated, positive latch on the street side of the refractor holder and a hinge with a safety catch that prevents accidental unhinging on the house side of the refractor holder. They shall include a slipfitter capable of adapting to a 2 in. mounting bracket; an easily detachable highly specular aluminum reflector; and an easily adjustable socket in both horizontal and vertical directions capable of producing lighting patterns to meet all the requirements of the American Standard Practice for Roadway Lighting as sponsored by the Illumination Engineering Society and as shown on the They shall have a high impact, heat-resistant, glass, prismatic refractor; and include gasketing that will completely seal out dust, moisture, and insects from the interior of the optical assembly and retard the formation of an undesirable film from gaseous vapors on the interior of the optical assembly. Roadway lighting luminaires shall have a precision-cast aluminum housing with weatherproof finish. They shall have a strong, easily operated, positive latch on the street side of the housing with a hinge and a safety catch that prevents accidental unhinging on the house side of the refractor or lens holder. They shall include a four bolt slipfitter capable of adapting to a 2 in. mounting bracket that is adjustable ± 5° for levelin.

Luminaires shall include gasketing that will completely seal out dust, moisture, and insects from the interior of the optical assembly and retard the formation of an undesirable film from gaseous vapors on the interior of the optical assembly. The optical assembly shall be rated at IP 66 or better in accordance with ANSI/IEC 60529 while ballasts, power drivers and surge protection devices shall be rated at IP 65 or better.

All internal components shall be adequately supported to withstand mechanical shock and vibration. Luminaires shall be tested in accordance with ANSI C136.31, 2G loading or ANSI C136.31, 3G loading for luminaires on bridges. Testing about all axes shall be accomplished with a single luminaire.

Total Harmonic Distortion, THD, of the ballast or power driver shall not exceed 20% as verified by ANSI C82.6 for mechanical ballasts or ANSI C82.77 for power drivers.

Luminaire weight shall not exceed 53 lbs and its projected area shall not exceed 2.4 sq ft. Luminaires shall be either High Pressure Sodium, HPS, or utilize another light source in accordance with 920.01(d)2b.

a. High Pressure Sodium Luminaires HPS luminaires shall have a high impact, heat-resistant, glass, prismatic refractor; a precision-cast, aluminum refractor holder with weatherproof finish, a detachable highly specular aluminum reflector; and an adjustable socket in both horizontal and vertical directions capable of producing lighting patterns to meet all the requirements of the American Standard Practice for Roadway Lighting as sponsored by the IESNA and as shown on the plans.

II 131 GREENFIELD DISTRICT Contract No. R -36342

b. Other Light Source Types Luminaires that utilize technologies other than HPS shall be compatible with the lighting materials specified in this section and in the plans. Luminaires, including primary fuse protection, surge protection devices, power drivers, and other major components, shall be rated for a minimum operational life of 50,000 hours at 77°F. Power drivers shall maintain constant current and have a minimum Mean Time to Failure of 2,000,000 hrs as determined by Telcordia SR 332, issue 3 or MIL-HDBK-217F methodology Luminaires shall be adjustable in the horizontal and vertical directions to meet the specified IESNA light distribution pattern. Refractors or lenses shall be scratch resistant and made from high impact, heat-resistant, glass or UV inhibited, high impact plastic. If utilized, reflectors shall be detachable and made of highly specular aluminum. Power supply drivers, surge protection devices, LED arrays, and plasma emitters shall be replaceable without replacing the entire luminaire. Luminaires shall have five or seven wire photocontrol receptacle in accordance with ANSI C136.41 with shorting cap for adaptive lighting control.

LEDs shall be connected so that the loss of one LED will not result in the loss of the entire luminaire. LED circuitry shall prevent flickering to the unaided eye at the voltage specified on the plans and the range indicated herein. LED junction temperature shall not exceed 158°F.

Metal halide luminaires shall utilize a power driver; external capacitors or igniters shall not be used.

Solid state and plasma luminaires shall meet these additional requirements:

(1) ...... Wattage. The wattage shall be verified by the IESNA LM-79 test.

(2) Lumen Output. The total lumen output shall meet or exceed the amount specified on the plans and shall be verified by the IESNA LM-79 test. LEDs shall deliver a minimum of 85% of the initial rated lumens after 50,000 hours of operation at 130°F ambient temperature as indicated by LM-80 lumen maintenance test of the light source as calculated by IESNA TM-21 (L85 > 50,000 hrs). Plasma emitters shall deliver a minimum of 70% of the initial lumens after 50,000 hrs of operation.

(3) Chromaticity. Luminaires shall exhibit a color temperature in the range of 4000K to 5000K per ANSI C78.377 and a minimum Color Rendering Index of 70 as verified by the IESNA LM-79 test

II 132 GREENFIELD DISTRICT Contract No. R -36342

(4) Surge Protection. Solid State luminaires shall include a Surge Protection Device, SPD, to protect the luminaire from damage and failure for transient voltage and currents. The SPD shall conform to UL 1449 and shall be tested in accordance with, and survive, the procedure in ANSI/IEEE C62.41.2 definitions for standard and optional waveform for location category C-High. Once the surge current has subsided, the SPD shall automatically restore normal operation and reset to a state ready to receive the next surge.

(5) Electromagnetic Interference. Luminaires shall comply with Title 47 CFR Part 15, Class A on unlicensed transmissions in a business, commercial, or industrial environment.

(6) Heat Dissipation. A passive thermal management system to dissipate the heat generated by operation shall be provided. Fans or other mechanical cooling systems shall not be used.

3. Sign Luminaires Luminaires shall be 250W metal halide unless otherwise specified. Sign luminaires shall have the same requirements as roadway luminaires plus a shield that blocks the view of the refractor from an approaching motorist. This shall be accomplished by the design of the housing or by a shield fabricated from sheet aluminum, approximately 0.05 in. thick, and of sufficient size to be fastened onto the horizontal edge of the refractor holder with self tapping screws and placed between the refractor and approaching traffic.

Aluminum and steel structural members for luminaire supports shall include aluminum conduit, conduit clamps, fittings, and stainless steel screws.

4. Underpass Luminaires Underpass luminaires shall have the same requirements as roadway luminaires except they shall have vandal shields and the ballast shall meet the same requirements except it may be mounted separately near the luminaire as shown on the plans.

5. High Mast Luminaires The luminaires shall be in accordance with the American Standard Practice for Roadway Lighting by the Illumination Engineering Society and shall produce lighting patterns as shown on the plans. The lamp in the high mast luminaire lamp or light source shall be supported at both ends with mechanical spring grips or other means to hold the lamp secure against vibration. The sockets shall be mogul sized and porcelain enclosed. The luminaire housing shall be an enclosed aluminum unit with a reflector and borosilicate glass refractor or lens. It shall include gasketing that will completely seal out dust, moisture, and insects from the interior of the optical assembly and retard the formation of an undesirable film from gaseous vapors on the optical assembly. High pressure sodium luminaires shall have an aluminum reflector. High mast luminaires utilizing light sources other than HPS shall meet the requirements of 920.01(d)1 and 920.01(d)2.

II 133 GREENFIELD DISTRICT Contract No. R -36342

901-R-627 PCC AND BLENDED CEMENTS

(Revised 06-16-16)

The Standard Specifications are revised as follows:

SECTION 501, BEGIN LINE 146, DELETE AND INSERT AS FOLLOWS: Fly ash or GGBFS used as an additive, or blended portland cements may only be incorporated in the concrete mix between April 1 and October 15 of the same calendar year. If type IP, type IP-A, type IS or type IS-A cements are to be used, the minimum portland cement content shall be increased to 500 lbs/cu yd. The use of fly ash or GGBFS as an additive will not be allowed when blended portland cements types IP, IP-A, IS, or IS-A are used.

SECTION 502, BEGIN LINE 85, DELETE AND INSERT AS FOLLOWS: Fly ash or GGBFS used as an additive, or blended portland cements may only be incorporated in the concrete mix between April 1 and October 15 of the same calendar year. If type IP, type IP-A, type IS or type IS-A cements are to be used, the portland cement content shall be increased to 598 lbs/cu yd. The use of fly ash or GGBFS as an additive will not be allowed when blended portland cements types IP, IP-A, IS, or IS-A are used.

SECTION 502, BEGIN LINE 102, INSERT AS FOLLOWS: Minimum portland cement content (types I, IL or III) ...... 564 lbs/cu yd Maximum fly ash addition ...... 10% of cement content Maximum water/cementitious ratio (types I or IL)...... 0.42

SECTION 702, BEGIN LINE 67, INSERT AS FOLLOWS: 702.05 Proportioning Control of PCC for air content, slump, or relative yield will be determined on the basis of tests performed by the Engineer. Concrete and necessary labor for sampling shall be furnished by the Contractor as required by the Engineer. Testing will be in accordance with the Frequency Manual.

A CMDS shall be submitted seven calendar days prior to production and be approved by the Engineer except utilization of the Department provided spreadsheet is not required for the CMDS. The absolute volume of the mix design shall be 27.0 cu ft at the design air content of 6.5%.

The proportion of ingredients of each batch shall be within the following limits, and shall be approved.

SECTION 702, BEGIN LINE 82, INSERT AS FOLLOWS: Fly ash from an approved source may be used as a partial replacement for portland cement. The substitution of fly ash for portland cement will not be allowed in conjunction with the use of blended portland cement or ground granulated blast furnace slag or blended cement types IP, IP-A, IS, or IS-A. Mix designs will be based on using a maximum 20% cement reduction with a minimum 1.25:1 ash-to-cement replacement ratio by weight.

II 134 GREENFIELD DISTRICT Contract No. R -36342

Ground granulated blast furnace slag from an approved source may be used as a partial replacement for portland cement. The substitution of ground granulated blast furnace slag for portland cement will not be allowed in conjunction with the use of blended portland cement types IP, IP-A, IS, or IS-A or fly ash. Mix designs will be based on using a maximum 30% cement substitution with a 1:1 slag-to-cement ratio, by weight.

SECTION 702, BEGIN LINE 103, DELETE AS FOLLOWS: When fly ash or ground granulated blast furnace slag is used, an acceptable concrete mix design shall be submitted. Fly ash or ground granulated blast furnace slag and all other material sources proposed for portland cement concrete mix designs shall be furnished at least 15 days prior to the initiation of work. Prior to use, it shall be demonstrated by trial batch that the concrete mix design will produce concrete complying with all requirements. A concrete mix design will not be considered approved until this trial batch demonstration is successfully completed, including flexural strength data. The required minimum 550 psi flexural strength shall be obtained at an age consistent with the contract work schedule, but not to exceed 28 days.

Once a mix design has demonstrated for the contract that the concrete mix design with a specific fly ash source or a specific ground granulated blast furnace slag source produces a concrete which is in accordance with the mix design requirements, further trial batch demonstration will be at the Engineer’s discretion for this contract and subsequent contracts.

All concrete shall have an air content of 6.5% ± 1.5% by volume. Air content shall be determined in accordance with 505. When fly ash is used, the first concrete truck on the contract will be tested by the Department for complete compliance with plastic concrete requirements for air content, slump, and yield. If not in complete compliance, the concrete will be rejected and no further concrete with fly ash in it will be considered on the contract until it is demonstrated by an additional trial batch that the concrete mix design, or modification thereof, complies. All demonstration testing shall be conducted by the Contractor. During the placement of concrete containing fly ash, the air content of the concrete shall be determined to be at least equal to the testing requirements set out in the Department’s Manual for Frequency of Sampling and Testing and Basis for Use of Materials. Additional testing may be required, as conditions warrant. All such air content testing of the concrete shall be performed by a certified technician. A certified technician must have successfully completed a concrete course offered by the Department’s Human Resources Division, the National Ready Mix Concrete Association, the American Concrete Institute, or approved equal.

Portland cement concrete with fly ash or ground granulated blast furnace slag which does not consistently comply with Department concrete requirements will be grounds for rejection of its further use. In the event of such a rejection of further use, all unsatisfactory work shall be corrected with no additional payment and the contract shall be completed using portland cement without fly ash or ground granulated blast furnace slag.

II 135 GREENFIELD DISTRICT Contract No. R -36342

SECTION 901, BEGIN LINE 22, INSERT AS FOLLOWS: (b) Portland Cement Portland cement shall conform to the requirements of the following cited specifications except as noted.

1. Requirements

Cement Specifications

Air-Entraining Portland Blast-Furnace Slag Cement ...... AASHTO M 240, Type IS-A Air-Entraining Portland Cement ...... AASHTO M 85, Type IA or IIIA Air-Entraining Portland-Pozzolan Cement ...... AASHTO M 240, Type IP-A Portland Blast-Furnace Slag Cement ...... AASHTO M 240, Type IS Portland Cement ...... AASHTO M 85, Type I, II, or III Portland-Limestone Cement ...... AASHTO M 240, Type IL Portland-Pozzolan Cement ...... AASHTO M 240, Type IP Slag Modified Portland Cement ...... AASHTO M 240, Type ISM

SECTION 901, BEGIN LINE 286, DELETE AND INSERT AS FOLLOWS: 1. Requirements The ground granulated blast furnace slag shall be in accordance with ASTM C 989 for grade 100 or 120.

For each 2,0002,500 t produced, a complete ASTM C 989 analysis shall be performed on a sample composited randomly from the daily samples. The method of randomization shall be subject to approval by the Department.

902-R-645 ASPHALT MATERIALS

(Adopted 06-16-16)

The Standard Specifications are revised as follows:

SECTION 902, BEGIN LINE 69, INSERT AS FOLLOWS: (b) Asphalt Emulsions Asphalt emulsions shall be composed of an intimate homogeneous suspension of a base asphalt, an emulsifying agent, and water. Asphalt emulsions may contain additives to improve handling and performance characteristics. Failure of an emulsion to perform satisfactorily in the field shall be cause for rejection, even though it passes laboratory tests. The grade used shall be in accordance with the table for asphalt emulsions as shown herein. A type A certification for the asphalt emulsion shall be furnished in accordance with ITM 804.

II 136 GREENFIELD DISTRICT Contract No. R -36342

SECTION 902, BEGIN LINE 120, DELETE AND INSERT AS FOLLOWS:

AASHTO RS- HFRS- AE- AE- AE- AE- AE- SS- AE- AE- AE- AE- AE- Characteristic (1) (2) Test 2 2 90 90S T NT F 1h 150 150L PL PMT(6) PMP(6) Method Test on Emulsion Viscosity, Saybolt Furol T 59 50 15 20 50 20+ at 25°C, min. Viscosity, Saybolt Furol T 59 100 100 100 100 100 115 100 at 25°C, max. Viscosity, Saybolt Furol T 59 75 75 50 75 at 50°C, min. Viscosity, Saybolt Furol T 59 400 400 300 at 50°C, max. Demulsibility w/35 mL, T 59 50 50 30 25 0.02N CaC12, % min. Demulsibility w/50 mL, T 59 75 75 25+ 25+ 0.10N CaC12, % min. Oil Distillate by T 59 4.0 4.0 4.0 3.0 4.0 4.0 4.0 4.0 7.0 7.0 3.0 3.0 3.0 Distillation, mL/100 g Emul (3) max. Residue by Distillation, T 59 68 65 68 65 68 65 65(5) 54 50 27 57 68 65 60 30 % min. Residue by Distillation, T 59 62 35 65 % max. Sieve Test, % max. T 59 0.10 0.10 0.10 0.10 0.10 0.30 0.10 0.10 0.10 0.10 0.10 0.10 0.10 Penetrating Ability, 902.02(w) 6 mm, min. Stone Coating Test, % 902.02(t)3a 90 90 90 Settlement, % max. T 59 5 5 5 5 Storage Stability, % T 59 1 max. Asphalt Content by 54 45 Distillation at 204°C, % min. Asphalt Content by 62 Distillation at 204°C, % max. Tests on Residue Penetration (0.1 mm) at T 49 100 100 100 90 50 40 40 50 300+ 25°C, 100g, 5 s, min. (4) Penetration (0.1 mm) at T 49 200 200 200 150 200 40 90 90 200 25°C, 100g, 5 s, max. (4) Penetration (0.1 mm) at T 49 100 100 25°C, 50g, 5 s, min. (4) Penetration (0.1 mm) at T 49 300 300 25°C, 50g, 5 s, max. (4) Ductility at 25°C, mm, T 51 400 400 400 400 400 min. Solubility in Org. Sol., T 44 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 97.5 % min. Float Test at 60°C, s, T 50 1200 1200 1200 1200 1200 1200 min. (4) Force Ratio T 300 0.3 Elastic Recovery, at T 301 58 4°C Polymer Content by 1.5+ 1.5+ Infrared Notes: (1) Broken samples or samples more than 10 days old will not be tested. (2) Combined percentage of the residue and oil distillate by distillation shall be at least 70% (note the different units – ml for oil and % for residue). (3) Oil distillate shall be in accordance with ASTM D 396, table 1, grade no. 1 (4) The Engineer may waive the test. (5) Maximum temperature to be held for 15 minutes at 200 ± 5°C. (6) Asphalt shall be polymerized prior to emulsification.

(c) Cutback Asphalts Cutback asphalts shall be composed of an intimate homogeneous mixture of an asphalt base and a suitable distillate designed for medium, or slow curing. Cutback asphalts may also contain an additive as an aid in uniformly coating wet, damp, or dry aggregates used in patching mixtures or HMA pavements. These asphalts shall not contain more than 0.3% water as determined by ASTM D 95, shall not separate when allowed to stand, and shall not foam when heated to permissible temperatures. When an additive is used, it shall be incorporated homogeneously in the asphalt at the point of manufacture. The temperature of the cutback asphalt shall not be higher than shown for that grade in 902.03. A type A certification for the cutback asphalt shall be furnished in accordance with 916.

II 137 GREENFIELD DISTRICT Contract No. R -36342

SECTION 902, AFTER LINE 148, INSERT AS FOLLOWS: A type A certification for the utility asphalt shall be furnished in accordance with 916.

SECTION 902, AFTER LINE 153, INSERT AS FOLLOWS: A type A certification shall be submitted to the pipe fabricator in accordance with 908.07.

902.02 Sampling and Testing Asphalt Materials The tests and AASHTO references are as follows:

(a) Sampling Bituminous Materials ...... AASHTO T 40 R 66

The following exceptions to AASHTO T 40 R 66 shall apply:

904-R-626 AGGREGATES

(Revised 11-09-16)

The Standard Specifications are revised as follows:

SECTION 904, BEGIN LINE 87, DELETE AND INSERT AS FOLLOWS: Composite stockpiling of natural sand fine aggregate from multiple sources into one stockpile will be allowed provided the fine aggregates are within a range of 0.10 0.030 for the bulk specific gravity (dry) and a range of 1.0% 0.5% for the absorption. The range of bulk specific gravity (dry) and absorption values shall be the difference between the highest and lowest value, respectively, average values for each of the fine aggregate sources within the stockpile as determined by the Office of Materials Management. A written request for the composite stockpiling shall be made to the Office of Materials Management.

SECTION 904, BEGIN LINE 123, DELETE AND INSERT AS FOLLOWS: The fine aggregate angularity value of the total blended aggregate material from the fine and coarse aggregates, and recycled materials shall meet or exceed the minimum values for the appropriate ESAL category and position within the pavement structure as follows:

FINE AGGREGATE ANGULARITY TRAFFIC DEPTH FROM SURFACE ESAL ≤ 4 in. > 4 in. < 300,000 (Note 1) 300,000 to < 3,000,000 40 (Note 1) 40 3,000,000 to < 10,000,000 45 40 ≥ 10,000,000 to < 30,000,000 45 40 ≥ 30,000,000 45 45 Note 1: For 4.75 mm mixtures, the fine aggregate angularity shall be 40 for < 300,000 ESAL and 45 for 300,000 to < 3,000,000 ESAL.

II 138 GREENFIELD DISTRICT Contract No. R -36342

Fine Aggregate Angularity, Method A ...... AASHTO T 304

The fine aggregate angularity value shall not apply to OG mixtures.

The clay content of the blended aggregate material from the fine and coarse aggregates shall meet or exceed the minimum values for the appropriate ESAL category as follows:

CLAY CONTENT TRAFFIC SAND EQUIVALENT, ESAL MINIMUM < 300,000 40 300,000 to < 3,000,000 40 3,000,000 to < 10,000,000 45 10,000,000 to < 30,000,000 45 ≥ 30,000,000 50

Clay Content, Sand Equivalency ...... AASHTO T 176

SECTION 904, BEGIN LINE 156, DELETE AND INSERT AS FOLLOWS: (f) Mineral Filler for SMA Mineral filler shall consist of dust produced by crushing stone, portland cement, or other inert mineral matter having similar characteristics. Mineral filler shall be in accordance with the gradation requirements of 904.02(h) for size No. 16 or as approved by the Engineer. Mineral filler shall be in accordance with ITM 203 or from an ABF ACBF slag source. The sieve analysis of mineral filler shall be conducted in accordance with AASHTO T 37 except as noted in 904.06. Mineral filler shall be non-plastic in accordance with AASHTO T 90.

II 139 GREENFIELD DISTRICT Contract No. R -36342

SECTION 904, BEGIN LINE 209, DELETE AS FOLLOWS: (a) Classification of Aggregates

Characteristic Classes AP AS A B C D E F Quality Requirements: Freeze and Thaw Beam Expansion, % max. (Note 1) ...... 060 Los Angeles Abrasion, % max. (Note 2) ...... 40.0 30.0 40.0 40.0 45.0 45.0 50.0 Freeze and Thaw, AASHTO T 103, Procedure A, % max. (Note 3) ...... 12.0 12.0 12.0 12.0 16.0 16.0 20.0 25.0 Sodium Sulfate Soundness, % max. (Note 3) ...... 12.0 12.0 12.0 12.0 16.0 16.0 20.0 25.0 Brine Freeze and Thaw Soundness, % max. (Note 3) ...... 30 30 30 30 40 40 50 60 Absorption, % max. (Note 4) 5.0 5.0 5.0 5.0 5.0 Additional Requirements: Deleterious, % max. Clay Lumps and Friable Particles ...... 1.0 1.0 1.0 1.0 2.0 4.0 Non-Durable (Note 5) ...... 4.0 2.0 4.0 4.0 6.0 8.0 Coke ...... (See Note 6) Iron ...... (See Note 6) Chert (Note 7) ...... 3.0 3.0 3.0 5.0 8.0 10.0 Weight per Cubic Foot for Slag, lbs, min...... 75.0 75.0 75.0 70.0 70.0 70.0 Crushed Particles, % min. (Note 8) Asphalt Seal Coats...... 70.0 70.0 Compacted Aggregates ...... 20.0 20.0 20.0 20.0 Additional SMA Mixture Requirements: Micro-Deval Abrasion, %, max...... (Note 9) Aggregate Degradation, %, max...... (Note 10) Notes: 1. Freeze and thaw beam expansion shall be tested and re-tested in accordance with ITM 210. 2. Los Angeles abrasion requirements shall not apply to BF. 3. Aggregates may, at the option of the Engineer, be accepted by the Sodium Sulfate Soundness or Brine Freeze and Thaw Soundness requirements. 4. Absorption requirements apply only to aggregates used in PCC and HMA mixtures except they shall not apply to BF. When crushed stone coarse aggregates from Category I sources consist of production from ledges whose absorptions differ by more than two percentage points, the absorption test will be performed every three months on each size of material proposed for use in PCC or HMA mixtures. Materials having absorption values between 5.0 and 6.0 that pass AP testing may be used in PCC. If variations in absorption preclude satisfactory production of PCC or HMA mixtures, independent stockpiles of materials will be sampled, tested, and approved prior to use. 5. Non-durable particles include soft particles as determined by ITM 206 and other particles which are structurally weak, such as soft sandstone, shale, limonite concretions, coal, weathered schist, cemented gravel, ocher, shells, wood, or other objectionable material. Determination of non-durable particles shall be made from the total weight (mass) of material retained on the 3/8 in. (9.5 mm) sieve. Scratch Hardness Test shall not apply to crushed stone coarse aggregate. 6. ACBF and SF coarse aggregate shall be free of objectionable amounts of coke, iron, and lime agglomerates. 7. The bulk specific gravity of chert shall be based on the saturated surface dry condition. The amount of chert less than 2.45 bulk specific gravity shall be determined on the total weight (mass) of material retained on the 3/8 in. (9.5 mm) sieve for sizes 2 through 8, 43, 53, and 73 and on the total weight (mass) of material retained on the No. 4 (4.75 mm) sieve for sizes 9, 11, 12, and 91. 8. Crushed particle requirements apply to gravel coarse aggregates used in compacted aggregates, and seal coats except seal coats used on shoulders. Determination of crushed particles shall be made from the weight (mass) of material retained on the No. 4 (4.75 mm) sieve in accordance with ASTM D 5821. 9. Micro-Deval Abrasion testing will be required for each coarse aggregate. A coarse aggregate or a blend of coarse aggregates shall have a maximum Micro-Deval Abrasion loss value of 18.0% as determined in accordance with ITM 220. 10. A coarse aggregate or a blend of coarse aggregates shall have a maximum Aggregate Degradation loss value of 3.0% as determined in accordance with ITM 220.

II 140 GREENFIELD DISTRICT Contract No. R -36342

(b) Coarse Aggregate Angularity for HMA and SMA The coarse aggregate angularity, CAA of the total blended aggregate, including recycled materials, shall meet or exceed the minimum values for the appropriate ESAL category and position within the pavement structure as follows.

COARSE AGGREGATE ANGULARITY TRAFFIC DEPTH FROM SURFACE ESAL ≤ 4 in. > 4 in. < 300,000 55 300,000 to < 3,000,000 75 50 3,000,000 to < 85/80* 60 10,000,000 ≥ 10,000,000 to < 95/90* 80/75* 95/90* 30,000,000 ≥ 30,000,000 100/100* 100/100* * Denotes two faced crush requirements.

SECTION 904, BEGIN LINE 245, DELETE AND INSERT AS FOLLOWS: 1. HMA Coarse Aggregate

Traffic ESALs Coarse Aggregate Type < 3,000,000 < 10,000,000 ≥ 10,000,000 Air-Cooled Blast Furnace Slag Yes Yes Yes Steel Furnace Slag Yes Yes Yes Sandstone Yes Yes Yes Crushed Dolomite Yes Yes (Note 1) Polish Resistant Aggregates Yes Yes (Note 1) Crushed Stone Yes (Note 2) (Note 2) Gravel Yes (Note 2) (Note 2) Note 1. Polish resistant aggregates or crushed dolomite may be used when blended with ACBF or sandstone but cannot exceed 50% of the coarse aggregate by weight or cannot exceed 40% of the coarse aggregate by weight when blended with steel furnace slag. Note 2. Crushed stone or gravel in accordance with ITM 221 may be used.

a. ESAL Category 2 and type B surface mixtures. All coarse aggregate types including ACBF slag, SF slag, sandstone, crushed dolomite, polish resistant aggregate, crushed stone and gravel may be used.

b. ESAL Category 3 and type C surface mixtures. ACBF slag, SF slag, sandstone, crushed dolomite, polish resistant aggregate or any combination thereof shall be used. Crushed stone or gravel shall not be used unless the aggregate is classified as a crushed dolomite or polish resistant aggregate.

II 141 GREENFIELD DISTRICT Contract No. R -36342

c. ESAL Category 4 and type D surface mixtures. High friction aggregates including ACBF slag, SF slag, sandstone or aggregates in accordance with ITM 221 shall be used.

Crushed dolomite and polish resistant aggregates may be used up to a maximum 50% by volume of material retained on the No. 4 (4.75 mm) sieve when blended with a high friction aggregate.

Crushed stone and gravel may be used up to a maximum 20% by volume of material retained on the No. 4 (4.75 mm) sieve when blended with a high friction aggregate.

2. SMA Coarse Aggregate

Traffic ESALs Coarse Aggregate Type < 3,000,000 < 10,000,000 ≥ 10,000,000 Air-Cooled Blast Furnace Slag No No No Steel Furnace Slag (Note 1) (Note 1) Yes Sandstone (Note 1) (Note 1) Yes Crushed Dolomite (Note 1) (Note 1) (Note 2) Polish Resistant Aggregates (Note 1) (Note 1) (Note 2) Crushed Stone No No No Gravel No No No Notes: 1. Steel furnace slag, sandstone, crushed dolomite, polish resistant aggregates or any blend of these aggregates may be used provided the aggregates are in accordance with 904.03(a). 2. Polish resistant aggregates or crushed dolomite may be used when blended with sandstone but shall not exceed 50% of the coarse aggregate by weight (mass), or shall not exceed 40% of the coarse aggregate by weight (mass) when blended with steel furnace slag. The aggregates shall be in accordance with 904.03(a).

SF slag, sandstone, crushed dolomite and polish resistant aggregates in accordance with 904.03(a) may be used in SMA mixtures provided the mixture is designed in accordance with ITM 220.

914-R-631 FABRIC STAPLES

(Adopted 08-20-15)

The Standard Specifications are revised as follows:

SECTION 205, BEGIN LINE 25, DELETE AS FOLLOWS: Water ...... 914.09(a) Wire Staples ...... 914.09(f)

II 142 GREENFIELD DISTRICT Contract No. R -36342

SECTION 205, BEGIN LINE 146, DELETE AS FOLLOWS: 3. Type C The mulch shall be held in place with a polymeric plastic net. The plastic net shall be unrolled such that it lays out flat, evenly, and smoothly, without stretching the material. The plastic net shall be held in place by means of wire staples. The wire staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be spaced not more than 4 ft apart with rows alternately spaced. The plastic net shall be secured along the top and bottom of the soil slope with staples spaced not more than 1 ft on center. The ends and edges of the plastic net shall be overlapped approximately 4 in. and stapled. Overlaps running parallel to the slope shall be stapled 1 ft on center and overlaps running perpendicular to the slope shall be stapled at least 3 ft on center. The plastic net shall be placed with the length running from top of slope to toe of slope, or the plastic net shall be placed with the length running horizontally or parallel to the contour.

On a slope of 2:1 or steeper, or where specified, a manufactured surface protection product shall be used.

SECTION 621, BEGIN LINE 22, DELETE AS FOLLOWS: Water ...... 914.09(a) Wire Staples ...... 914.09(f)

SECTION 621, BEGIN LINE 127, DELETE AS FOLLOWS: 4. Method D The mulch may be held in place with a polymeric plastic net. The plastic net shall be unrolled such that it lays out flat, evenly, and smoothly, without stretching the material. The plastic net shall be held in place by means of wire staples. The wire staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be spaced not more than 4 ft apart with rows alternately spaced. The plastic net shall be secured along the top and bottom of the soil slope with staples spaced not more than 1 ft on center. The ends and edges of the plastic net shall be overlapped approximately 4 in. and stapled. Overlaps running parallel to the slope shall be stapled 1 ft on center and overlaps running perpendicular to the slope shall be stapled at least 3 ft on center. The plastic net shall be placed with the length running from top of slope to toe of slope, or the plastic net shall be placed with the length running horizontally or parallel to the contour.

II 143 GREENFIELD DISTRICT Contract No. R -36342

SECTION 621, BEGIN LINE 145, DELETE AS FOLLOWS: (d) Excelsior Blankets Excelsior blankets may be used where mulched seeding is specified or where erosion control blanket is specified. Excelsior blankets shall be placed within 24 h after seeding operations have been completed. The ground shall be prepared in accordance with 621.04. After the area has been properly shaped, fertilized, and seeded, the blanket shall be laid out flat, evenly, and smoothly, without stretching the material. Excelsior blankets shall be held in place by means of wire staples. The staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be spaced not more than 5 ft apart in three rows for each strip, with a row along each edge and one row alternately spaced in the middle. The upslope edge shall be fastened by staples spaced 12 in. apart. The ends and edges of the blankets shall be tightly butted together, but not lapped. When excelsior blanket is used, the blanket shall be placed with the length running from top of slope to toe of slope, or the blanket shall be placed with the length running horizontally or parallel to the contour. The staples used for stapling shall be in accordance with 914.09(f).

SECTION 621, BEGIN LINE 167, DELETE AS FOLLOWS: After the area has been properly shaped, fertilized, and seeded, two anchor trenches shall be dug, one along the foot of the slope and the other 1 ft back from the crown of the slope. These anchor trenches shall be 4 in. deep and at least 6 in. wide. One edge of the paper mat shall be placed into the top trench and stapled 9 in. on center. The trench shall then be filled with soil. The paper mat shall then be unrolled such that it lays out flat, evenly, and smoothly, without stretching the material. Paper mat shall be held in place by means of wire staples. The staples shall be driven at a 90° angle to the plane of the soil slope. Staples shall be placed not more than 3 ft apart with rows alternately spaced. The paper mat shall be secured in the bottom anchor trench in the same manner as it was secured in the upper anchor trench. The ends and edges of the mat shall be overlapped at least 4 in. and stapled.

SECTION 914, BEGIN LINE 492, DELETE AND INSERT AS FOLLOWS: (f) Staples Wire Sstaples shall be made from No. 11 gage (3 mm) or heavier wire, 1 or 2 in. wide at the throat and 6 in. from top to bottom after bending. Biodegradable staples shall be in accordance with ASTM D 6400 and be 4 in. or longer with a head suitable for securing the fabric in place. The staples shall be packaged in cartons.

103-C-036 OWNER’S AND CONTRACTOR’S PROTECTIVE LIABILITY INSURANCE COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR

(Revised 06-08-15)

The Standard Specifications are revised as follows:

II 144 GREENFIELD DISTRICT Contract No. R -36342

SECTION 103, BEGIN LINE 575, DELETE AND INSERT AS FOLLOWS: (e) Owner’s and Contractor’s Protective Liability Insurance Coverage for Operations of Designated Contractor The named insured in this policy shall be the State of Indiana, c/o Indiana Department of Transportation. If specified elsewhere in the contract, the named insured shall also include a local governmental agency. The named insured shall also be City of Kokomo.

105-C-247 BRIDGE INSPECTION COORDINATION

(Adopted 01-21-16)

The following routine, fracture critical, underwater or special bridge inspections are due to be performed by the Department’s Bridge Inspection Office, or its authorized representative, on each bridge within the construction limits of the contract.

Last First Second Structure NBI Inspection Inspection Frequency Scheduled Scheduled Location Number Number Type Date (Mos.) Inspection Inspection (MM/DD/YY) (MM/YY) (MM/YY) No bridges in construction limits

Each bridge inspection shall be identified in the schedule of work in accordance with 108.04. Portions of each bridge replaced, reconstructed, or repaired and subsequently used for maintenance of traffic will be inspected within 90 days of being opened to traffic.

Notice will be given no less than seven days prior to each bridge inspection. Access, coordination and cooperation for the required bridge inspections shall be in accordance with 105.05.

II 145 GREENFIELD DISTRICT Contract No. R -36342

107-R-169 STATEMENTS ABOUT EXISTING CONDITIONS OF UTILITIES, ADDITIONAL RIGHT-OF-WAY, AND ENCROACHMENTS

(Revised 06-08-15)

The Standard Specifications are revised as follows:

SECTION 107, AFTER LINE 764, INSERT AS FOLLOWS: 107.26 Existing Conditions of Utilities, Additional Right-of-Way, and Encroachments Such existing conditions are as described below.

(a) Utilities The status of all utility companies and organizations potentially involved with the work to be performed are described below as know at the time this contract was prepared.

The facilities of AT&T Long Distance exist within the project area, but are not expected to be affected by the proposed construction. If questions arise, Dean Norwich of the utility may be contacted at 574-842-8830 or at [email protected]. Work Plan was approved on December 8, 2014.

The facilities of Comcast exist within the project area, but are not expected to be affected by the proposed construction. If questions arise, Jerry Shutters of the utility may be contacted at 765-455-5935 or at [email protected] . Work Plan was approved on December 8, 2014.

The facilities of Duke Energy exist within the project area, but are not expected to be affected by the proposed construction. If questions arise, Brian Funk of the utility may be contacted at 765-454-6175 or at [email protected] For service point for lighting, Crystal Craig of the utility may be contacted at 765-454-6549 or at crystal.craig@duke- energy.com. Work Plan was approved on December 8, 2014.

The facilities of Indiana-American Water Company, Inc. exist within the project area, but are not expected to be affected by the proposed construction. If questions arise, Ezat Nayeri of the utility may be contacted at 317-885-2447 or at [email protected]. Work Plan was approved on December 8, 2014.

The facilities of NIPSCO exist within the project area, but are not expected to be affected by the proposed construction. If questions arise, Kaye Becker of the utility may be contacted at 765-459-4101 or 574-935-8197 or at [email protected]. Work Plan was approved on December 8, 2014.

II 146 GREENFIELD DISTRICT Contract No. R -36342

The facilities of AT&T exist within the project limits. The utility will be able to complete its involvement with the contract when the Contractor has completed clearing and staking Right of Way in the location of east of S.R.931 such that the utility may adjust its facilities. It is anticipated that the utility will take approximately 90 calendar days to adjust its facilities in such area. If questions arise, Mr. Curtis Miller of the utility may be contacted at 765-454-4054 or at [email protected]. Work Plan was approved on December 8, 2014.

(b) Right-of-Way All additional right-of-way requirements for the contract have been cleared.

(c) Encroachments All known encroachments within the project limits have been removed or have been cleared to remain.

(d) Other Noteworthy Conditions There are no other noteworthy conditions which may affect the prosecution and progress of the contract.

(e) Preconstruction Conference Notification The Contractor shall provide notification during the preconstruction conference about known corrections to or omissions of the information presented in 107.26(a) through 107.26(d) above. Otherwise, notification shall be provided as required in 105.06. Notifications regarding such corrections or omissions shall not alleviate the Contractor's inquiry or interpretation obligations as contained in 105 IAC 11-3-7.

108-C-095 FAILURE TO COMPLETE ON TIME FOR CALENDAR COMPLETION DATE

(Revised 06-08-15)

The Standard Specifications are revised as follows:

SECTION 108, DELETE LINES 647 THROUGH 659.

SECTION 108, AFTER LINE 660, INSERT AS FOLLOWS: If the contract is not completed on or before the contract completion date shown on the Proposal sheet, $1500.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained, for each calendar day that the contract is not complete.

Extension of contract time, if required, shall be in accordance with 108.08.

II 147 GREENFIELD DISTRICT Contract No. R -36342

201-C-052 INITIAL PAYMENT FOR CLEARING RIGHT-OF-WAY

(Revised 06-08-15)

The Standard Specifications are revised as follows:

SECTION 201, AFTER LINE 159, INSERT AS FOLLOWS: The initial payment for clearing right-of-way will be limited to 4.50% of the original total bid. If the contract lump sum price for clearing right-of-way is greater than 4.50% of the original total bid, the amount over 4.50% will be paid when the contract work is 50% complete, or when the clearing work is complete, whichever is later.

701-B-132 PILE DRIVING

(Revised 04-19-11)

The method for driving the piles will be by the formula specified below for each bridge file number.

The pile and driving equipment form to be submitted by the Contractor is available on the Department’s website.

The Contractor shall wait the specified minimum time indicated below prior to restriking the pile. If the minimum time shown is 0, restrike is not required.

Bridge File on Plans Formula Specified Minimum Time Prior in to Restrike (hours)

Nickel Plate Trail over SR 701.05(a) 72 931

II 148 GREENFIELD DISTRICT Contract No. R -36342

FAILURE TO COMPLETE ON TIME FOR INTERMEDIATE COMPLETION DATE

(Revised 06-08-15)

The Standard Specifications are revised as follows:

SECTION 108, AFTER LINE 669, INSERT AS FOLLOWS: The work specified shall be arranged and prosecuted such that the all work, except that which is specified in 108-C-234 and except for the provisions of standard specification 622.18, and appurtenances specified shall be completed and opened to traffic on or before the intermediate completion date shown on the Proposal sheet.

If the all work, except that which is specified in 108-C-234 and except for the provisions of standard specification 622.18, is and appurtenances are not completed and all required lanes are not opened to traffic on or before the intermediate completion date shown on the Proposal sheet, $1500.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained for each calendar day that all work is not complete, except for that which is specified in 108-C-234 and except for the provisions of standard specification 622.18 lanes required to be open remain closed to traffic after such intermediate completion date.

An extension to the intermediate completion date, as set out above, may be granted if the award of the contract is not made within 30 days of the date of the letting and if the delay in award is not due to the failure of the Contractor to provide necessary information or documents.

BRIDGE, STEEL TRUSS, PRE-ENGINEERED

Description This work shall consist of the design, fabrication, delivery, assembly and erection of a pre-engineered, pre-fabricated steel truss bridge in accordance with these requirements and as shown on the plans. The truss for the pre-engineered, pre-fabricated bridge shall be welded steel construction. The truss system shall be a pony-type Pratt truss. A minimum of five years of experience in the design and fabrication of pre- engineered/pre-fabricated bridges is required.

This work shall also consist of the design and construction of reinforced concrete bridge deck in accordance with these requirements, the applicable portions of 702, 703, and 704 as shown on the plans.

Materials Materials shall be in accordance with the applicable portions of 619, 702, 703 and 711 and the following:

II 149 GREENFIELD DISTRICT Contract No. R -36342

1. All bridge structural members, including rail elements, shall be fabricated from high strength, low alloy, atmospheric corrosion resistant ASTM A847 cold-formed welded square and rectangular tubing and/or ASTM A588, or ASTM A242, ASTM A606 plate and structural steel shapes (Fy = 50,000 psi). All HSS members shall have a minimum 3/8” wall thickness. The minimum corrosion index of atmospheric corrosion resistant steel, as determined in accordance with ASTM G101, shall be 6.0.

2. Field splices shall be fully bolted with ASTM A325 Type 3 high strength bolts in accordance with the “Specifications for Structural Joints Using ASTM A325 or A490 Bolts.”

3. Welding and weld procedure qualification tests shall conform to the provisions of ANSI/AWS D1.1 “Structural Welding Code”, current edition. Filler metal shall be in accordance with the applicable AWS Filler Metal Specification (i.e. AWS A 5.28 for the GMAW Process). For exposed, bare, unpainted applications of corrosion resistant steels (i.e. ASTM A588 and A847), the filler metal shall be in accordance with AWS D1.1, Section 3.7.3.

4. Concrete shall be in accordance with 702.

5. Reinforcing steel shall be in accordance with 703.

6. Fencing shall be in accordance with 603.

Design Data The design of the pre-engineered, pre-fabricated steel truss bridge and reinforced concrete bridge deck shall be performed in accordance with the following:

1. “LRFD Guide Specifications for the Design of Pedestrian Bridges,” AASHTO, current edition.

2. "LRFD Bridge Design Specifications," AASHTO, 2014, and all interim specifications

3. “Steel Construction Manual,” American Institute of Steel Construction, Fourteenth Edition or latest edition.

4. “Indiana Department of Transportation Design Manual,” current edition.

In addition to normal dead loads, the pre-engineered, pre-fabricated steel truss bridge shall be designed for the following:

1. Uniform Live Load: Bridge shall be designed for an evenly distributed pedestrian live load of 90 pounds per square foot as required by AASHTO.

2. Vehicle Load: Bridge shall be designed for a live load equivalent to an H10 truck loading in accordance with AASHTO.

II 150 GREENFIELD DISTRICT Contract No. R -36342

3. Wind Load: Bridge shall be designed for a minimum wind load of 120 miles per hour. The wind shall be calculated on the entire vertical surface of the bridge.

4. Seismic Load: The entire structure, including the bearing assemblies, shall be designed for Performance Category “A” requirements in accordance with AASHTO.

5. Temperature: Bridge shall be designed to accommodate a temperature differential of 120 degrees Fahrenheit. At least 1 inch clearance shall be provided between the concrete expansion abutment and the end of the bridge floor.

6. Deflection: Bridge shall be cambered to offset dead load deflections. Final grade for bridge shall be as shown on the plans. Vertical deflection due to un-factored service pedestrian load shall not exceed L/360 of the span.

Fabrication Fabrication of the pre-engineered, pre-fabricated steel truss bridge shall be in accordance with the applicable portions of 711 and the following:

1. Workmanship, fabrication, and shop connections shall be in accordance with AASHTO.

2. Three sets of working drawings and structural design calculations, signed and sealed by a Professional Engineer registered to practice in the State of Indiana, shall be submitted to the Engineer for review and approval prior to fabrication. Tension members shall require Charpy V- notch testing per zone 2. Drawings will be reviewed for compliance with the specifications and the specific project conditions.

3. Bridge shall be fabricated by a fabricator who is currently certified by the American Institute of Steel Construction to have the personnel, organization, experience, capability, and commitment to produce fabricated structural steel for the category “Simple Steel Bridges” as set forth in the AISC Certification Program. Quality control shall be in accordance with procedures outlined for AISC certification.

4. Welders shall be properly accredited operators, each of whom shall submit certification of satisfactorily passing AWS standard qualification tests for all positions with unlimited thickness of base metal, have a minimum of 6 months experience in welding tubular structures and have demonstrated the ability to make uniform sound welds of the type required.

5. The pedestrian safety rails shall be located on the inside of the trusses. The pedestrian safety rails shall have a maximum opening of four inches between independent sections. All rail elements shall have a smooth inside surface with no protrusions or depressions. All ends of angles, channels and tubular members shall be closed and ground smooth.

II 151 GREENFIELD DISTRICT Contract No. R -36342

6. Sign back plate shall be bolted to clip angles which shall be shop welded to the truss. Bolts shall be painted to match the finish. Bolts shall be a 3/8” diameter stainless steel 18-8 machine screw with a Phillips head.

7. Aesthetic HSS sections shall be shop welded to the truss. Aesthetic HSS sections shall not be welded to tension members of the truss.

Construction Requirements Construction of the pre-engineered, pre-fabricated steel truss bridge and the reinforced concrete bridge deck shall be in accordance with the applicable portions of 619, 702, 703, 704 and 711 and the following:

1. Structural design of the reinforced concrete bridge deck shall be performed by the Contractor. Prior to construction of the bridge deck, three sets of detailed working drawings and structural design calculations, signed and sealed by a Professional Engineer registered to practice in the State of Indiana, shall be submitted to the Owner and Engineer for review and approval.

2. The Contractor shall verify with the bridge manufacturer all dimensions, locations, configurations and bearing assemblies required at the bridge substructures for proper installation of bridge. Substructure dimensions and elevations indicated on the Plans and working drawings shall be adjusted in accordance with the bridge manufacturer’s requirements with no direct payment for modification of the substructures. All adjustments shall be submitted as working drawings with calculations to the Owner and Engineer for review and approval prior to construction of the bridge substructures and prior to fabrication of the prefabricated bridge.

3. Painting shall be in accordance with 619. Top coat color shall be Color No. 16492, Dawn Gray in accordance with Federal Standard 595B.

4. The bridge shall be delivered to the site by truck. Precautions shall be taken during transportation to prevent warping, twisting and damage to the steel members and their finish.

5. The Contractor shall coordinate with the bridge manufacturer regarding the required unloading, erection, splicing, bearing and bolting procedures.

6. All damage to structural members and finishes of bridge during transportation, storage, or installation shall be repaired or replaced at no additional cost as directed by the Engineer.

7. Concrete and reinforcing steel testing requirements shall be in accordance with 702 and 703, respectively.

8. All field welding to a structural member of the truss is prohibited.

II 152 GREENFIELD DISTRICT Contract No. R -36342

Method of Measurement Pre-engineered/pre-fabricated steel truss bridge and erection will not be measured separately. No measurement will be made for design and construction of reinforced concrete bridge deck. No measurement will be made for the pedestrian safety rail. No measurement will be made for surface sealing of the reinforced concrete deck.

Basis of Payment Bridge, steel truss, pre-engineered will be paid for at the contract unit price per lump sum.

Payment will be made under:

Pay Item Pay Unit Symbol

Bridge, Steel Truss, Pre-Engineered...... LS

The cost of design, working drawing preparation, labor, materials, fabrication, delivery, erection and assembly required for the installation of bridge shall be included in the cost of the pay item.

The cost of design, working drawing preparation, labor and materials required for construction of the reinforced concrete bridge deck including reinforcing steel, concrete, formwork and surface seal shall be included in the cost of the pay item.

The cost of drilling holes for anchor bolts, anchor bolts, bridge bearing devices, fabrication, Charpy V-Notch toughness tests and necessary incidentals shall be included in the cost of the pay item.

The cost of design, working drawing preparation, labor and materials required for construction of the pedestrian safety rails shall be included in the cost of the pay item.

II 153 GREENFIELD DISTRICT Contract No. R -36342

FENCE PEDESTRIAN

DESCRIPTION

SCOPE

The contractor shall provide all labor, materials and appurtenances necessary for installation of the welded steel fence system at the locations shown on the plans. Installation includes: shoring, placing, and assembling all necessary components as shown on the plans and in accordance with approved shop drawings. The shop drawings shall include panel lengths, splice locations, and rail post spacing with consideration of field-verified measurements of constructed elements.

REFERENCES

American Society for Testing and Materials (ASTM), Fifth edition

ASTM-A82: Cold Drawn steel wire, Plain, for concrete Reinforcement ASTM-A185: Steel Welded Wire Fabric, Plain, for Concrete Reinforcement A1008: Steel, Sheet, Cold-Rolled, Carbon, Structural, High- Strength Low-Allow (HSLA) and HSLA with Improved Formability A787-01: Standard Specification for Electric-Resistance-Welded Metallic-Coated Carbon Steel Mechanical Tubing A513-00: Standard Specification for Electric-Resistance-Welded Carbon and Alloy Steel Mechanical Tubing A446 (1987): Standard Specification for Steel Sheet, Zinc Coated (Galvanized) by the Hot-Dip Process, Structural (physical) Quality A500 (1993): Standard Specification for Cold formed welded and seamless carbon steel structural tubing in round shapes A641 (1989): Standard Specification for Zinc Coated (Galvanized) Carbon Steel Wire B6 (1987): Standard Specification for Zinc B117 (1990): Standard Test Method of Salt Spray (fog) Testing B221 (1995): Standard Specification for Aluminum and aluminum- alloy extruded bars, rods, wire, shapes and tubes D2247(1988): Standard Practice for Testing Water Resistance of Coatings in 100% Relative Humidity D2794(1990): Standard Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact) D3359(1990): Standard Test Method for Measuring Adhesion by Tape F900 (1984): Standard Specification for industrial and commercial swing gates F934 (1989): Standard Specification for Standard Colors for Polymer-Coated Chain Link Fence Materials

II 154 GREENFIELD DISTRICT Contract No. R -36342

F1184(1988): Standard Specification for industrial and commercial horizontal slide gates F1234(1989): Standard Specification for protection coatings on steel framework for fences

SUBMITTALS

Product Data: For each type of product.

Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.

Samples: For each fence material and for each color specified.

Provide Samples 12 inches in length for linear materials. Provide Samples 12 inches square for wire mesh.

Shop drawings will be reviewed only for compliance with the specifications and the specific project conditions.

QUALITY ASSURANCE

Installer Qualifications: An experienced installer who has completed fences similar in design and extent to those indicated for this Project and whose work has resulted in construction with a record of 5 years of successful in-service performance. MATERIALS

METALLIC-COATED-STEEL, WELDED-WIRE FENCES

Metallic-Coated-Steel, Welded-Wire Fences:

Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Ametco Manufacturing Corporation. b. BetaFence USA LLC. c. Master Halco. d. Metalco Fence & Railing Systems; Atlantis Products, Inc. e. Omega II Fence Systems; a division of Metaltech - Omega Inc.

Fence Fabric: Metallic-coated-steel wire.

Spacing of Vertical Wires: 2 inches. Vertical Wire Size: 0.192 inch. Spacing of Horizontal Wires: 6 inches. Horizontal Wire Size: 0.192 inch.

Posts: HSS 3x3x0.25 hot-dip galvanized after fabrication.

II 155 GREENFIELD DISTRICT Contract No. R -36342

Post Caps: Galvanized steel

Fasteners: Manufacturer's standard corrosion-resistant, color-coated fasteners matching fence components.

Finish: Powder coating.

Color: Black.

FENCE MATERIALS

Metallic-Coated-Steel Wire: Welded-wire fence fabric, hot-dip galvanized after fabrication. Weight of zinc coating shall be not less than 1.0 oz./sq. ft. (305 g/sq. m).

Plates, Shapes, and Bars: ASTM A 36/A 36M.

Tubing: ASTM A 500/A 500M, cold-formed steel tubing.

Uncoated Steel Sheet: Hot-rolled steel sheet, ASTM A 1011/A 1011M, Structural Steel, Grade 45 (Grade 310) or cold-rolled steel sheet, ASTM A 1008/A 1008M, Structural Steel, Grade 50 (Grade 340).

Interior surface of tubes formed from uncoated steel sheet shall be hot-dip zinc coated same as exterior.

Metallic-Coated Steel Sheet: Galvanized-steel sheet

Galvanized-Steel Sheet: ASTM A 653/A 653M, structural quality, Grade 50 (Grade 340), with G90 (Z275) coating.

Iron Castings: Either gray or malleable iron unless otherwise indicated.

Gray Iron: ASTM A 48/A 48M, Class 30. Malleable Iron: ASTM A 47/A 47M.

Galvanizing: For components indicated to be galvanized and for which galvanized coating is unspecified, hot-dip galvanize to comply with ASTM A 123/A 123M. For hardware items, hot-dip galvanize to comply with ASTM A 153/A 153M.

COATING MATERIALS

Epoxy Primer for Galvanized Steel: Epoxy primer recommended in writing by topcoat manufacturer.

II 156 GREENFIELD DISTRICT Contract No. R -36342

Polyurethane Intermediate Coat and Topcoat: Complying with MPI #72 and compatible with undercoat.

MISCELLANEOUS MATERIALS

Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded.

METALLIC-COATED-STEEL FINISHES

Galvanized Finish: Clean welds, mechanical connections, and abraded areas, and repair galvanizing to comply with ASTM A 780/A 780M.

Surface Preparation: Clean surfaces with nonpetroleum solvent so surfaces are free of oil and other contaminants. After cleaning, apply a zinc-phosphate conversion coating suited to the organic coating to be applied over it. Clean welds, mechanical connections, and abraded areas, and repair galvanizing to comply with ASTM A 780/A 780M.

Powder Coating: Immediately after cleaning and pretreating, apply two-coat finish consisting of zinc-rich epoxy prime coat and TGIC polyester topcoat, with a minimum dry film thickness of 2 mils (0.05 mm) for topcoat. Comply with coating manufacturer's written instructions to achieve a minimum total dry film thickness of 4 mils (0.10 mm).

Color: Black Comply with surface finish testing requirements in ASTM F 2408 except change corrosion-resistance requirement to 3000 hours without failure. EXECUTION

EXAMINATION

Examine areas and conditions, with Installer present, for compliance with requirements for construction layout, and other conditions affecting performance of the Work.

Proceed with installation only after unsatisfactory conditions have been corrected.

FENCE INSTALLATION

Install fences according to manufacturer's written instructions.

II 157 GREENFIELD DISTRICT Contract No. R -36342

Install fences by setting posts along rear face of MSE walls and fastening infill panels to posts. Peen threads of bolts after assembly to prevent removal.

Post Setting: Set posts at manufacturer’s recommended spacing. Set posts in concrete footing.

Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during connection.

MEASUREMENT

No measurement will be made for the fence pedestrian.

BASIS OF PAYMENT

The accepted quantities of Fence Pedestrian will be paid for at the contract unit price for the specified material installed complete in place as approved by the Project Engineer. This price and payment will be full compensation for furnishing and installing Fence Pedestrian in the areas shown on the plans and as described in these specifications.

Payment will be made according to the following unit

Pay Item Pay Unit Symbol

Fence Pedestrian ……………………………………………………………………………………………………… LFT

The costs for labor, materials, equipment and necessary incidental needed for the construction of this item, including the design, working drawing preparation, shall be included in the cost of the pay item Fence Pedestrian.

MASONRY COLUMN

Description This work consists of the construction of the masonry columns as shown on the plans

Materials Submittals: 1. Product Data: For each variety of cast stone product and accessory indicated. a. For cast stone varieties proposed for use on Project, include test data indicating compliance with physical properties specified.

II 158 GREENFIELD DISTRICT Contract No. R -36342

b. For sealants, anchors, and other stone accessories indicated within this section.

2. Shop Drawings a. The cast stone supplier shall prepare and submit for approval complete cutting and setting drawings for all of the stonework. Such drawings shall show in detail the sizes, sections, and dimensions of stone, the arrangement of joints, and bonding, anchoring, and other necessary details. A. The Contractor shall furnish all field dimensions necessary for fabrication. B. Provision for the anchoring and dowelling of work, in keeping with standard industry practices shall be clearly indicated on the cutting and setting drawings. C. Show locations and details of joints both within cast stone cladding system and between cast stone cladding system and other construction.

3. Samples for Selection & Verification: a. For each stone type indicated. Provide 6”x 6” samples demonstrating each specified finish. Samples will establish the standard by which cast stone provided will be judged.

Materials:

The cast stone masonry shall comply with 905.03. The materials utilized shall provide units with texture and buff color resembling Indiana limestone. Corners are not to be mitered – cast stone profiles to be returned at all corners.

Portland cement used shall be in accordance with 901.01(b) and shall not contain more than 0.60 percent total alkali, and shall be of a color that will produce the indicated cast-stone color.

Coarse aggregates utilized shall be in compliance with 904.03; gradation and colors as needed to produce required cast-stone textures and colors.

Fine aggregates shall be in compliance with 904.02, and have gradation and colors needed to produce the required cast-stone textures and colors.

Color pigment shall be in accordance with ASTM C 979/C 979 M; synthetic mineral-oxide pigments or colored water-reducing admixtures shall be utilized. Color pigment shall be color stable, free of carbon black, nonfading, and resistant to lime and other alkalis.

Reinforcement shall comply with 910.01(b)9, and be Grade 60. An epoxy-coating complying with ASTM A 775/A 775M will be utilized for all reinforcement.

The embedded anchors and other inserts shall be fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304.

II 159 GREENFIELD DISTRICT Contract No. R -36342

Air-Entraining Admixture shall comply with ASTM C 260/C 260M. Add to mixes for units exposed to the exterior at manufacturer's prescribed rate to result in an air content of 4 to 6 percent, except do not add to zero-slump concrete mixes. Water-Reducing Admixture shall comply with ASTM C 494/C 494M, Type A. Water-Reducing, Retarding Admixture shall comply with ASTM C 494/C 494M, Type D. Water-Reducing, Accelerating Admixture shall comply with ASTM C 494/C 494M, Type E.

Manufacturers: Subject to compliance with requirements, provide products by one of the following:

2. Superior Precast Products; Kalamazoo, Michigan. 3. Royal Stone, LLC; Williamston, Michigan. 4. Custom Cast Stone; Westfield, Indiana. 5. Continental Cast Stone Mfg.; Shawnee, Kansas. 6. Architectural Cast Stone, Inc.; West Chicago, Illinois. 7. Prairie Stone, Northfield Block company, Mundelein, Illinois. 8. Rock Cast, Reading Rock; Cincinnati, Ohio.

The units shall consist of measurements as follows: 9. Base Course: 8”H by 5”D by 24”L nominal with 1” by 1” chamfer (keynote 6 on drawings). Smooth face. 10. Veneer, Type 1: 12”H by 5”D by 24”L nominal (keynote 7 on drawings). Smooth face. 11. Veneer, Type 2: 12”H by 4”D by 24”L nominal (keynote 8 on drawings). Rough face. 12. Veneer, Type 3: 8”H by 4”D by 24”L nominal (keynote 9 on drawings). Smooth face. 13. Band: 4”H x 4”D by 24”L nominal (keynote 10 on drawings). Smooth face. 14. Cap: refer to drawings for dimensions (keynote 11). Smooth face. 15. Ball: refer to drawings for dimensions (keynote 12). Smooth face.

Mortar materials for the units shall consist of regional materials manufactured within 500 miles of Project site from materials that have been extracted, harvested, or recovered, as well as manufactured, within 500 miles of Project site. Portland cement in accordance with 901.01(b) may be used for cold-weather construction, and shall provide color as required to produce indicated mortar color. Hydrated lime utilized shall be in accordance with 913.04(a), and be Type S. Portland cement-lime mix shall be a packaged blend of Portland cement and hydrated lime containing no other ingredients. Mortar pigments shall be in accordance with ASTM C 979/C 979M, and be natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes.

II 160 GREENFIELD DISTRICT Contract No. R -36342

Colored cement product as part of the mortar shall be a packaged blend made from Portland cement, hydrated lime, and mortar pigments and in accordance with standards. Blend shall be formulated to produce color indicated, and shall not exceed 10 percent of Portland cement by weight. Colored Portland cement-lime mix products are subject to compliance with requirements and may include, but are not limited to, the following:

1. Holcim (US) Inc.; Rainbow Mortamix Custom Color Cement/Lime. 2. Lafarge North America Inc.; Eaglebond. 3. Lehigh Cement Company; Lehigh Custom Color Portland/Lime Cement.

Aggregate for mortar is per ASTM C 144. For areas that are exposed to view, use washed aggregate consisting of natural sand or crushed stone. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. White-Mortar Aggregates shall be natural white sand or crushed white stone. Colored Aggregates shall be natural sand or crushed stone of a color necessary to produce required mortar color.

Accessories shall consist of anchors of type and size indicated on plans, fabricated from Type 304 stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666 and dowels of ½-inch-diameter fabricated from Type 304 stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666.

Veneer Anchors fabricated from stainless steel, ASTM A 666, Type 304, temper as required to support loads imposed without exceeding allowable design stresses. Fabricate dowels and pins for anchors from stainless steel, ASTM A 276, Type 304.Stainless-Steel Wire: ASTM A 580/A 580M, AISI Type 304. Stainless-Steel Sheet: ASTM A 240/A 240M, AISI Type 304. Size: Sufficient to extend at least halfway, but not less than 1-1/2 inches (38 mm), through cast stone masonry and with at least 5/8-inch (16-mm) cover on outside face.

Provide type 304 stainless steel metal flashing, 0.016 inch thick, complying with SMACNA's "Architectural Sheet Metal Manual" and ASTM A 240/A 240M or ASTM A 666. Fabricate with drip edge, solder at corners.

Acidic cleaner shall be in accordance with ASTM STP 935, and shall be designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cast-stone manufacturer and expressly approved by cleaner manufacturer for use on cast stone and adjacent masonry materials. Acidic Cleaners are subject to compliance with requirements, provide products by one of the following:

1. Diedrich Technologies, Inc.; a Hohmann & Barnard Company; Green Clean 250 Manufactured Stone Cleaner. 2. EaCo Chem, Inc.; One Restore. 3. PROSOCO, Inc.; Sure Klean.

Mortar mixes shall be in compliance with ASTM C 270 and be Type N. The mixes shall be Portland cement-lime mortar. No admixtures shall be utilized in mortar mixes unless otherwise indicated.

II 161 GREENFIELD DISTRICT Contract No. R -36342

The bituminous dampproofing shall be in accordance with ASTM D 1227 and be a cold-applied, emulsified-asphalt dampproofing with a VOC content of zero. An emulsified-Asphalt Primer as per ASTM D 1227, Type III, Class 1 shall be utilized as recommended in writing by manufacturer. A patching compound of asbestos-free fibered mastic of type is recommended in writing by dampproofing manufacturer.

Manufacturers: Subject to compliance with requirements, provide products by one of the following:

16. BASF Corporation-Construction Systems; Masterseal. 17. ChemMasters, Inc.; MasterGard 700. 18. Euclid Chemical Company (The); an RPM company; Dehydratine 75. 19. Karnak Corporation; 100 AF. 20. W.R. Meadows, Inc.; Sealmastic.

The siloxane, Penetrating Water Repellent shall be clear, containing 10 percent or more solids of oligomerous alkylalkoxysiloxanes; with alcohol, ethanol, mineral spirits, water, or other proprietary solvent carrier; and with 600 g/L or less of VOCs.

The water repellent shall reduce water absorption by a minimum of 80 percent after 24 hours in comparison of treated and untreated specimens per ASTM C 97. Water-Vapor transmission shall not be reduced more than 10 percent in comparison of treated and un-treated specimens per ASTM E 96/E 96M. Minimum 90 percent reduction in leakage rate in comparison of treated and untreated specimens, according to ASTM E 514. Maximum 5 percent loss of water-repellent properties after 2500 hours of weathering according to ASTM G 154 in comparison to water-repellent-treated specimens before weathering.

Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Chemical Products Industries, Inc.; CP-500W. 2. Conproco Corporation; Conpro Shield MX. 3. Conspec by Dayton Superior; Weather Seal WB. 4. Diedrich Technologies, Inc.; 303-C. 5. PROSOCO, Inc.; Natural Stone Treatment. 6. Rainguard Products Company; MicroSeal.

Construction Requirements Mask or otherwise protect adjoining exposed surfaces from being stained, spotted, or coated with dampproofing. Clean substrates of projections and substances detrimental to the dampproofing work; fill voids, seal joints, and remove bond breakers if any, as recommended in writing by prime material manufacturer. Apply patching compound to patch and fill tie holes, honeycombs, reveals, and other imperfections; cover with asphalt- coated glass fabric.

II 162 GREENFIELD DISTRICT Contract No. R -36342

Comply with manufacturer's written instructions for dampproofing application, cure time between coats, and drying time before backfilling unless more stringent requirements are indicated. Apply dampproofing to provide continuous plane of protection. Apply additional coats if recommended in writing by manufacturer or to achieve a smooth surface and uninterrupted coverage. Where dampproofing exterior face of inner wythe of exterior masonry cavity walls, lap dampproofing at least 1/4 inch onto flashing, masonry reinforcement, veneer ties, and other items that penetrate inner wythe. Extend dampproofing over outer face of structural members and concrete slabs that interrupt inner wythe. 1. Lap dampproofing at least 1/4 inch onto shelf angles supporting veneer. Where dampproofing interior face of above-grade, exterior masonry walls, continue dampproofing through intersecting walls by keeping vertical mortar joints at intersection temporarily open or by dampproofing wall before constructing intersecting walls.

Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Proceed with installation only after unsatisfactory conditions have been corrected.

Set cast stone as indicated on Drawings. Set units accurately in locations indicated, with edges and faces aligned according to established relationships and indicated tolerances.

Install anchors, supports, fasteners, and other attachments indicate or necessary to secure units in place. Coordinate installation of cast stone with installation of flashing specified in other Sections. Wet joint surfaces thoroughly before applying mortar or setting in mortar. Set units in full bed of mortar with full head joints unless otherwise indicated. Set units with joints 3/8 inch wide unless otherwise indicated. Build anchors and ties into mortar joints as units are set. Fill dowel holes and anchor slots with mortar. Fill collar joints solid as units are set. Build concealed flashing into mortar joints as units are set. Keep head joints in copings and between other units with exposed horizontal surfaces open to receive sealant. Keep joints at shelf angles open to receive sealant.

Rake out joints for pointing with mortar to depths of not less than 3/4 inch. Rake joints to uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess mortar as joints are raked.

Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch. Compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. Tool exposed joints slightly concave when thumbprint hard. Use a smooth plastic jointer larger than joint thickness.

Prior to application of water repellent, inspect all surfaces to be treated and correct all flaws in the substrate that would ultimately affect the performance or appearance of the graffiti resistant seal coat.

Surface preparation, method of application, application techniques, coating thickness, time of application, rate of application, temperature requirements for application and curing time for the water-repellent seal coat shall be in accordance with the written requirements of the manufacturer.

II 163 GREENFIELD DISTRICT Contract No. R -36342

Allow substrate to fully cure and newly coated surface to fully cure before application. Application shall be performed by an experienced applicator in accordance with the manufacturer’s recommendations. The number of coats and coverage rates shall at no time be less than the manufacturers written requirements. Protect plants and vegetation from over-spray and adjoining surfaces that are not to have the water repellent seal coat applied. Protect the public in an area used by the public. Comply with all federal, state, and local environmental restrictions.

Method of Measurement: Masonry Column will be measured as single unit, complete in place.

Basis of Payment: The accepted quantities for this work will be paid for at the contract unit price as Each.

Pay Item Pay Unit Symbol Masonry Column...... Each

The costs of excavation, backfilling, concrete, reinforcement, masonry work and accessories, anchors, and all necessary incidentals and equipment needed for the construction of this item shall be included in the cost for the pay item.

LUMINAIRE, TYPE B, BOLLARD LIGHT

Description This work shall consist of furnishing and installing bollard type light fixtures beside the trail approaches to the bridge in accordance with 105.03 and as shown on the plans.

Materials Materials shall be in accordance with 604.02, 807.02 and as follows:

Bollards shall be 8 in. Extruded Round Aluminum Tube, with a .156 in. wall thickness and a light assembly with a cast aluminum round top. The light fixture shall have a black finish of polyester powder coat electrostatically applied. The light fixture shall have a hydroformed, fluted, anodized aluminum reflector with cylindrical cast aluminum louver and clear acrylic lens and type V distribution with 100 watt Metal Halide Lamp.

Acceptable Products shall be one of the following:

Lithonia KBA8-100M-R5-TB-DBL-LPI Intrigue Lighting AR-6-B-100MH-D-CL-120-BLK Ligman UCN-10244-1- BLK

Construction Requirements The lighted bollards shall be mounted on a concrete base with stainless steel bolts as shown on plans. Electrical installation shall be in accordance with the applicable portions of 807.

II 164 GREENFIELD DISTRICT Contract No. R -36342

Method of Measurement Bollard lights will be measured by the number of units installed, complete in place.

Basis of Payment The accepted quantities of the bollard lights will be paid for at the contract unit price per each unit installed.

Payment will be made under:

Pay Item Pay Unit Symbol

Luminaire, Type B, Bollard Light...... EACH

The cost of all materials, labor, equipment, and necessary incidentals shall be included in the cost of this work.

CONTROLLER CABINET

Description This work shall consist of the furnishing of materials and the installation of an electrical cabinet for lighting controls in accordance with 105.03.

Materials Materials shall be in accordance with 805.02 and as follows:

The cabinet shall be 12 gauge 304 stainless steel with continuously welded seams and a continuous hinge three-point padlocking door handle, and have a UL 508 listing in type 4X enclosure. The cabinet shall have a ventilation fan and louver kit. Dimensions shall be a minimum of 72 in. H by 30 in. W by 18 in. D.

Acceptable Products are:

Hammond Manufacturing HN4FS723018SS Hoffman A72XM3418FTCLP4 Rittal TS9977.472

Construction Requirements The cabinet shall be mounted on a concrete base with stainless steel bolts as shown on the plans.

Method of Measurement Cabinets will be measured by the number of units installed, complete in place.

Basis of Payment The accepted quantities of electrical cabinets will be paid for at the contract unit price per each unit installed.

II 165 GREENFIELD DISTRICT Contract No. R -36342

Payment will be made under:

Pay Item Pay Unit Symbol

Controller Cabinet, P...... EACH

The cost of all materials, labor, equipment, and necessary incidentals shall be included in the cost of this work.

LUMINAIRE, TYPE C, RECESSED CURB LIGHT

Description This work shall consist of the furnishing and installing recessed curb light fixtures in the concrete curb on both the north and south sides of the bridge as shown on the plans.

Materials Materials shall be in accordance with 807.02 and as follows:

The light fixtures shall be die cast low copper alloy aluminum with clear anodized finish. Two ½ in. NPT in sides. Housing mounts in concrete. Internal splice area behind lamp plate. Lens frame shall be die cast aluminum with silicone gasket with stainless steel tamperproof screws. Lens shall be tempered prismatic glass with silicone gasket. The fixture shall have three LED lamps at 5100K. Finish shall be black thermoset polyester powdercoat with 2500 hour salt spray test.

Acceptable Products shall be one of the following:

BEGA 2195LED KIM KLV807/3L5K/BL Intrigue Lighting SGH-CON-LED-SGR

Construction Requirements The light fixture shall be mounted inside the concrete curb with stainless steel hardware as shown on the plans.

Method of Measurement Recessed curb lights will be measured by the number of units installed, complete in place.

Basis of Payment The accepted quantities of recessed curb lights will be paid for at the contract unit price per each unit installed.

II 166 GREENFIELD DISTRICT Contract No. R -36342

Payment will be made under:

Pay Item Pay Unit Symbol

Luminaire, Type C, Recessed Curb Light...... EACH

The cost of all materials, labor, equipment, and necessary incidentals shall be included in the cost of the pay item.

CIRCUIT BREAKER PANEL

Description This work shall consist of the furnishing materials and installation of an electrical circuit breaker panel in accordance with 105.03 and as shown on the plans.

Materials

Materials shall be in accordance with 807.02 and as follows:

A. Surface-mounted cabinets

21. Rated for environmental conditions at installed location. a. Other Wet or Damp Indoor Locations (outdoor): NEMA 250, Type 3R.

22. Front: Secured to box with concealed trim clamps. For surface- mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. 23. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 24. Skirt for Surface-Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 25. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections. 26. Finishes:

a. Panels and Trim: Steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two- coat, baked-on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim.

27. Directory Card: Inside panelboard door, mounted in metal frame with transparent protective cover.

B. Incoming Mains Location: Top and bottom.

II 167 GREENFIELD DISTRICT Contract No. R -36342

C. Phase, Neutral, and Ground Buses:

1. Material: Copper. 2. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment grounding conductors; bonded to box.

D. Conductor Connectors: Suitable for use with conductor material and sizes.

1. Material: Aluminum rated for copper and aluminum conductors. 2. Main and Neutral Lugs: Compression type. 3. Ground Lugs and Bus-Configured Terminators: Compression type.

E. Service Equipment Label: NRTL labeled for use as service equipment for panelboards with one or more main service disconnecting and overcurrent protective devices.

F. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices.

G. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals.

H. Provide 100A MCB and 18-1P-20 branch breakers.

Acceptable Products are:

Eaton PRL-1a General Electric AQ series Siemens Type P1 Square D Group Schneider 18L1C

Construction Requirements Circuit breaker panel shall be mounted on a flat panel inside the electrical cabinet as shown on the plans.

Method of Measurement Circuit breaker panels will be measured by the number of units installed, complete in place.

Basis of Payment The accepted quantities of circuit breaker panels will be paid for at the contract unit price per each.

Payment will be made under:

Pay Item Pay Unit Symbol

Circuit Breaker Panel ...... EACH

The cost of all materials, labor, equipment, and necessary incidentals shall be included in the cost of this work.

II 168 GREENFIELD DISTRICT Contract No. R -36342

LUMINAIRE, TYPE A AND A1, BRIDGE FLOOD LIGHT

Description This work shall consist of furnishing and installing bridge flood lights, mounted on both the north and south elevations of the bridge, in accordance with 105.03 and as shown on the plans.

Materials Materials shall be in accordance with 807.02 and as follows:

Materials shall be low copper content extruded aluminum housing with electrostatically coated polyester powdercoat finish in color to match bridge finish. Hardware shall be stainless steel. Fixture shall be IP66 rated with a clear tempered glass lens and choice of optics with LED lamping@ 8.5W/LF. Fixture shall have RGB color output with Blue as the selected color. Where dissimilar metals contact each other or corrosive substrates, the Contractor shall protect against galvanic action by painting contact surfaces with corrosion-resistant coating, by applying rubberized-asphalt underlayment to each contact surface, or by other permanent separation as recommended by metal manufacturer.

Acceptable Products shall be one of the following:

Lumenpulse LOG-120/277-12-RGB-10x60-SI-WAM12 - BLUE Ligman ULI-306 Series Blue TPR Lighting TPR-LWW-RGB Blue

Construction Requirements Bridge flood lights shall be mounted on the steel bridge structure with stainless steel bolts in accordance with the applicable portions of 807 and as shown on plans.

Method of Measurement Bridge flood lights will be measured in accordance with 807.18.

Basis of Payment The accepted quantities of bridge flood lights will be paid for at the contract unit price per each unit installed.

Payment will be made under:

Pay Item Pay Unit Symbol

Luminaire, Type A and A1, Bridge Flood Light ... EACH

The cost of all materials, labor, equipment, and necessary incidentals shall be included in the cost of this work.

II 169 GREENFIELD DISTRICT Contract No. R -36342

CONTROLLER LIGHTING

Description This work shall consist of the materials and installation of a controller lighting as shown on the plans. This is labeled on the plans as a lighting contactor.

Materials

Materials shall be Enclosures:

A. Surface-mounted cabinets

1. Rated for environmental conditions at installed location. a. Inside cabinet Locations NEMA 1.

2. Front: Secured to box with concealed trim clamps. For surface- mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Finishes:

a. Cabinet: Steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two-coat, baked- on finish consisting of prime coat and thermosetting topcoat.

I. Incoming terminals Location: any are available.

J. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices.

K. Provide two 6 pole 30 ampere contactors, electrically operated mechanically held.

L. Manual control switch with hand-off-auto.

M. Power Fusing

N. Customer terminal

O. Two wire adapter for photocell control

P. Photocell for mounting on top of outer cabinet enclosure

Q. Line and load terminals accept #18 AWG through # 10AWG.

II 170 GREENFIELD DISTRICT Contract No. R -36342

Acceptable Products are:

Emerson (ASCO) series 641 Square D series 8903-SMG Eaton series C30CN Construction Requirements Mount on flat panel inside electrical cabinet as detailed on plans.

Method of Measurement Cabinets will be measured by the number of units installed complete in place.

Basis of Payment The accepted quantities will be paid for at the contract unit price per each unit installed and in accordance with 807-02857.

Pay Item Pay Unit Symbol

CONTROLLER LIGHTING ...... EACH

The cost of all materials, labor, equipment, and necessary incidentals shall be included in the cost of this work.

SEAL COAT, GRAFFITI RESISTANT

Description This work shall consist of preparing surfaces and furnishing and applying graffiti resistant seal coat upon the exposed surfaces of all vertical surfaces of all retaining walls.

Materials The graffiti resistant seal coat shall be a sacrificial, wax based emulsion type coating. Type D certification shall be required.

Construction Requirements Prior to application, inspect all surfaces to be treated and correct all flaws in the substrate that would ultimately affect the performance or appearance of the graffiti resistant seal coat.

Surface preparation, method of application, application techniques, coating thickness, time of application, rate of application, temperature requirements for application and curing time for the graffiti resistant seal coat shall be in accordance with the written requirements of the manufacturer.

II 171 GREENFIELD DISTRICT Contract No. R -36342

Allow substrate to fully cure and newly coated surface to fully cure before application. Application shall be performed by an experienced applicator in accordance with the manufacturer’s recommendations. The number of coats and coverage rates shall at no time be less than the manufacturers written requirements. Protect plants and vegetation from over-spray and adjoining surfaces that are not to have the graffiti resistant seal coat applied. Protect the public in an area used by the public. Comply with all federal, state, and local environmental restrictions.

Apply a water repellant base coat in accordance with 709 for clear sealers prior to applying the graffiti resistant seal coating on any surface.

Method of Measurement Graffiti resistant seal coat will be measured by the square foot as computed from the neat line limits shown on the plans, or as adjusted.

The pay quantity for graffiti resistant seal coat will be based on the neat lines limits of the wall envelope shown on the plans. The wall envelope limits will be considered to be the vertical distance from the ground line in the front of the wall to the top of the coping, and the horizontal distance from the beginning to the end of the leveling pad.

Basis of Payment The accepted quantities of graffiti resistant seal coat will be paid for at the contract unit price per square foot complete in place.

Payment will be made under:

Pay Item Pay Unit Symbol Seal Coat, Graffiti Resistant ...... SFT

The cost of all materials, labor, equipment, and necessary incidentals shall be included in the cost of this work.

MULCHED SEEDING, SEED MIXTURE GRASS, TYPE 2

SECTION 621, BEGIN LINE 270, DELETE AND INSERT AS FOLLOWS: This seed mixture shall be placed at the rate of 110 lb/ac consisting of 15 lb/ac 270 of Smooth Bromegrass, 10 lb/ac of Orchardgrass, 40 lb/ac of Certified Common Kentucky Bluegrass, 30 lb/ac of Creeping Red Fescue, and 15 lb/ac of Perennial Rye Grass. 220 lb/acre consisting of the following species: Festuca commutate (Chewings Fescue) 25%, Festuca Ovina (Sheep Fescue) 25%, Festuca longifolia (Hard Fescue) 10%, 3 varieties of Festuca rubra (Creeping Red Fescue) in equal quantities totalling 35%, and Lolium multiflorum (Annual Ryegrass) 5%. Identify edge at 15’ O.C. With 24” exposed height metal stake with capped end for initial maintenance purposes. Leave stakes in place at final completion. Costs of stakes to be included in cost of seeding.

II 172 GREENFIELD DISTRICT Contract No. R -36342

PLANTS

SECTION 622, BEGIN LINE 237, INSERT AS FOLLOWS: flush with the ground. Installation of all trees shall include all materials & labor necessary for tree staking. Use a minimum of 2 stakes of length required to penetrate at least 18 inches below bottom of backfilled excavation and to extend at least 72 inches above grade. Support trees with two strands of tie wire encased in hose sections at contact points with tree trunk.

SECTION 622, BEGIN LINE 374, DELETE & INSERT AS FOLLOWS: acceptance, or for a period of 1 year from the beginning of the establishment period, which ever is greater.

MULCH, SHREDDED HARDWOOD

SECTION 622, BEGIN LINE 224, INSERT AS FOLLOWS:

the plans. Apply 3-inch average thickness of mulch over 6’ diameter tree rings for all deciduous trees, evergreen trees, ornamental trees, and large shrubs as shown on plans. Do not place mulch within 3 inches of trunks or stems.

SECTION 622, BEGIN LINE 462, INSERT AS FOLLOWS: Mulch , Shredded Hardwood …………………………………………………………CYS

SECTION 914, BEGIN LINE 147, DELETE AND INSERT AS FOLLOWS: (b) Mulch for Plants Mulch for plants shall consist of broken corncobs, wood chips, chopped bark, size No. 5 gravel, or crushed stone , shredded hardwood organic mulch, free from deleterious materials, in accordance with 904.02(e), except 0% to 5% may pass the No. 200 (75um) sieve, or other approved materials. The particles of wood chips, chopped bark, and corncobs shredded hardwood shall contain no more than 10% passing the 1/2 in. screen and 100% shall pass the 3 in. screen. Wood chips shall be from green, hardened, deciduous trees. Broken corncobs shall be no longer than 4 in.

IRRIGATION, TREE WATERING SYSTEM

Description. Tree watering system work shall include furnishing all necessary labor, equipment, materials as described below and as shown on the plans.

Materials. All tree plantings shall be provided with a portable drip irrigation system. Provide one of the following or Approved Equal:

II 173 GREENFIELD DISTRICT Contract No. R -36342

1. Ooze Tube – 25 Gallon capacity, brown. Available from: Engineered Water Solutions 800-951-8123 2. Tree Gator Original - 20 Gallon capacity, Available from: Spectrum Products, Inc. 1-866-TREEGATOR (873-3428) 3. Tree Watering Bags – 20 Gallon capacity, Available from: King Bag & Manufacturing Co. 1-513-541-5440

Construction Requirements.

Reservoir will encircle the base of the tree, leaving a pathway for air to circulate around tree trunk, completely to the soil level.

As applicable, drip emitters will be installed inside the center of the product at or very near soil level so as to empty water in close proximity to the center of the tree’s root ball.

Method of Measurement.

Tree watering system will be measured by each unit, complete in place.

Basis of payment.

The accepted quantity of tree watering systems will be paid for at the contract unit price per EACH complete in place.

Pay Item Pay Unit Irrigation, Tree Watering System …………………………………………………………………… EACH

UNDISTRIBUTED QUANTITIES

The schedule of pay items contains the following undistributed quantities in addition to known plan quantities:

203-02000 Excavation, Common 2380 CYS 211-02050 B Borrow 2380 CYS 214-07202 Type 1A GEOGRID 1785 SYS

In accordance with the recommendations of the Geotechnical Report for this project, undistributed quantities have been included in the contract for undercutting and replacing with B-Borrow for embankment fill areas west of S.R.931. The exact location of the undistributed quantities, if required, will be determined by the ENGINEER during the time of construction. All undistributed quantities shall be utilized only if directed and approved by the ENGINEER.

II 174 GREENFIELD DISTRICT Contract No. R -36342

APPROVAL OF BORROW SITES

Contractor shall follow latest edition of INDOT Standard Specifications for selection and approval of Borrow sites for this project. In addition, Contractor shall coordinate and obtain approval of the location of the Borrow site from the Howard County Soil and Water Conservation District. An Erosion Control Plan for the Borrow site shall be submitted to Mr. Mell Nevils at [email protected]. Mr. Nevils can also be contacted at 765-457-2114 Ext. 3. Approval of the Borrow site will be required regardless of the size and area of the borrow site.

All the work required for approval of Borrow sites including preparation of Erosion Control Plan and Erosion Control methods used for the borrow site shall not be paid for separately but shall be included in other pay items of this contract.

SETTLEMENT PLATES AND STAKES

To monitor the magnitude and rate of settlement, Geotechnical report recommends the use of settlement plates. Plates should be placed at the centerline of “PRA” at Stations 13+50, 14+00, 14+50, and 15+00 in accordance with Section 204.03(a). In addition to this, settlement stakes should be placed at the toe of the slope at the same stations. The settlement monitoring program should be performed in accordance with Section 204.03(b), “Instrument Readings and Settlement Period”, until instrument readings indicate the settlement is ¼ inch or less, in a 7-day week, for four (4) consecutive weeks.

MECHANICALLY STABILIZED EARTH RETAINING WALLS

SECTION 731, BEGIN LINE 250, INSERT AS FOLLOWS: (d) Details of the architectural treatment. Architectural finish shall be Ashlar style. Stain color shall be No. 37150, Light Tan in accordance with Federal Standard 595B. Stain to be applied monochromatically to the MSE wall

II 175 GREENFIELD DISTRICT Contract No. R -36342

SIGN

DESCRIPTION

SCOPE

The contractor shall provide all labor, materials and appurtenances necessary for installation of the signs mounted on the bridge. Install includes: supplying signs and installation of bridge signs, assembling necessary components and in accordance with approved shop drawings. The shop drawings shall include fabrication and installation details and attachment to other work, mounting heights, location of supplementary supports to be provided by other installers, and accessories, typestyles, graphic elements, layout for each sign, locations of electrical service connections, and diagrams for power and control wiring.

SUBMITTALS

Product Data: For each type of product.

Shop Drawings: Include fabrication and installation details and attachments to other work, show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories, show typestyles, graphic elements, and layout for each sign, show locations of electrical service connections, include diagrams for power, signal, and control wiring.

Samples for Initial Selection: For each type of sign assembly, exposed component, and exposed finish, provide representative Samples of available typestyles and graphic symbols.

Samples for Verification: For each type of sign assembly showing all components and with the required finishes, in manufacturer's standard size unless otherwise indicated and as follows:

Dimensional Characters: Full-size Sample of each type of dimensional character. Exposed Accessories: Full-size Sample of each accessory type. Full-size Samples, if approved, will be returned to Contractor for use in the Project.

QUALITY ASSURANCE

Installer Qualifications: An experienced installer who has completed signs similar in design and extent to those indicated for this Project and whose work has resulted in construction with a record of 5 years of successful in-service performance.

II 176 GREENFIELD DISTRICT Contract No. R -36342

WARRANTY

Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within five years from date of Substantial Completion. Failures include, but are not limited to: Deterioration of finishes beyond normal weathering or separation or delamination of sheet materials and components.

PERFORMANCE REQUIREMENTS

Contractor to engage a qualified professional engineer, to design sign structure and anchorage of dimensional character sign types to withstand design loads as indicated on Drawings.

Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

Contractor to request electronic file from Architect for exact text dimensions and spacing

MATERIALS

Fabricated Channel Characters, Type 1 to be translucent face with metal side returns, formed free from warp and distortion; with uniform faces, sharp corners, and precisely formed lines and profiles; internally braced for stability, to meet structural performance loading without oil-canning or other surface deformation, and for securing fasteners; and as follows: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. A.R.K. Ramos. b. ACE Sign Systems, Inc. c. APCO Graphics, Inc. d. ASI Signage. e. Gemini Incorporated.

Illuminated Characters: Frontlighted character construction with RGBW LED lighting, including transformers, insulators, and other accessories for operability, with provision for servicing and concealing connections to electrical system. Use tight or sealed joint construction to prevent unintentional light leakage. Space lamps apart from each other and away from character surfaces as needed to illuminate evenly. Contractor to adjust color of LED lighting upon installation per client approval. f. Power: As indicated on electrical Drawings. g. Weeps: Provide weep holes to drain water at lowest part of exterior characters. Equip weeps with permanent baffles to block light leakage without inhibiting drainage.

II 177 GREENFIELD DISTRICT Contract No. R -36342

Side return Material: Sheet or plate stainless steel. h. Material Thickness: Manufacturer's standard for size and design of characters i. Material Finish: Baked-Enamel / Powder-Coat Finish: Black.

Front face material: Translucent Acrylic sheet with integral color. Color to be white.

j. Sheet Thickness: Manufacturer's standard thickness for size of character. Character Height: 24” Character Depth: 5” Character Text: CITY OF KOKOMO Mounting: Flush mount characters with concealed fasteners Typeface: Ebrima

Fabricated Channel Characters, Type 2 to be metal face with metal side returns, formed free from warp and distortion; with uniform faces, sharp corners, and precisely formed lines and profiles; internally braced for stability, to meet structural performance loading without oil-canning or other surface deformation, and for securing fasteners; and as follows:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. A.R.K. Ramos. b. ACE Sign Systems, Inc. c. APCO Graphics, Inc. d. ASI Signage. e. Gemini Incorporated

3. Illuminated Characters: Backlighted character construction with RGBW LED lighting, including transformers, insulators, and other accessories for operability, with provision for servicing and concealing connections to building electrical system. Use tight or sealed joint construction to prevent unintentional light leakage. Space lamps apart from each other and away from character surfaces as needed to illuminate evenly. Contractor to adjust color of LED lighting upon installation per client approval.

a. Power: As indicated on electrical Drawings. b. Weeps: Provide weep holes to drain water at lowest part of exterior characters. Equip weeps with permanent baffles to block light leakage without inhibiting drainage.

Front Face and Metal side return Material: Sheet or plate stainless steel. c. Material Thickness: Manufacturer's standard for size and design of characters. d. Metal side return finish: Baked-Enamel / Powder-Coat Finish: Black.

II 178 GREENFIELD DISTRICT Contract No. R -36342

Character Height: 12”. Character Depth: minimum thickness required to accommodate LED lighting, but no less than 2”. Character Text: NICKEL PLATE TRAIL Mounting: Concealed projecting mounting studs. e. Hold characters at 1.5 inches from mounting surface.

Typeface: Ebrima

SIGN MATERIALS

Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 316, stretcher-leveled standard of flatness.

Acrylic Sheet: ASTM D 4802, category as standard with manufacturer for each sign, Type UVF (UV filtering).

Paints and Coatings for Sheet Materials: Inks, dyes, and paints that are recommended by manufacturer for optimum adherence to surface and are UV and water resistant for colors and exposure indicated.

Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signs, noncorrosive and compatible with each material joined, and complying with the following:

Use concealed fasteners fabricated from same basic metal and finish of fastened metal.

Sign Mounting Fasteners:

Concealed Studs: Concealed (blind), threaded studs welded or brazed to back of sign material, screwed into back of sign assembly, or screwed into tapped lugs cast integrally into back of cast sign material, unless otherwise indicated.

Projecting Studs: Threaded studs with sleeve spacer, welded or brazed to back of sign material, screwed into back of sign assembly, or screwed into tapped lugs cast integrally into back of cast sign material, unless otherwise indicated.

FABRICATION

General: Provide manufacturer's standard sign assemblies according to requirements indicated.

Preassemble signs and assemblies in the shop to greatest extent possible. Disassemble signs and assemblies only as necessary for shipping and handling limitations. Clearly mark units for reassembly and installation; apply markings in locations concealed from view after final assembly.

II 179 GREENFIELD DISTRICT Contract No. R -36342

Mill joints to a tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention.

Comply with AWS for recommended practices in welding and brazing. Provide welds and brazes behind finished surfaces without distorting or discoloring exposed side. Clean exposed welded and brazed connections of flux, and dress exposed and contact surfaces.

Conceal connections if possible; otherwise, locate connections where they are inconspicuous.

Internally brace dimensional characters for stability, to meet structural performance loading without oil-canning or other surface deformation, and for securing fasteners.

Provide rabbets, lugs, and tabs necessary to assemble components and to attach to existing work. Drill and tap for required fasteners. Use concealed fasteners where possible; use exposed fasteners that match sign finish.

Castings: Fabricate castings free of warp, cracks, blowholes, pits, scale, sand holes, and other defects that impair appearance or strength. Grind, wire brush, sandblast, and buff castings to remove seams, gate marks, casting flash, and other casting marks before finishing.

FINISHES

Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.

Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast.

Run grain with long dimension of each piece and perpendicular to long dimension of finished trim or border surface unless otherwise indicated.

Organic, Anodic, and Chemically Produced Finishes: Apply to formed metal after fabrication but before applying contrasting polished finishes on raised features unless otherwise indicated.

STAINLESS-STEEL FINISHES

Surface Preparation: Remove tool and die marks and stretch lines, or blend into finish.

II 180 GREENFIELD DISTRICT Contract No. R -36342

Polished Finishes: Grind and polish surfaces to produce uniform finish, free of cross scratches.

When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean.

Directional Satin Finish: No. 4. Dull Satin Finish: No. 6. Reflective, Directional Polish: No. 7. Mirrorlike Reflective, Nondirectional Polish: No. 8.

EXECUTION

EXAMINATION

Examine areas and conditions, with Installer present, for compliance with requirements for installation layout and other conditions affecting performance of the Work.

Proceed with installation only after unsatisfactory conditions have been corrected.

INSTALLATION

Install signs according to manufacturer's written instructions.

Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance.

Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation.

Corrosion Protection: Coat concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint.

Mounting Methods:

Concealed Studs: Using a template, drill holes in substrate aligning with studs on back of sign. Remove loose debris from hole and substrate surface. Thin or Hollow Surfaces: Place sign in position and flush to surface, install washers and nuts on studs projecting through opposite side of surface, and tighten.

II 181 GREENFIELD DISTRICT Contract No. R -36342

Projecting Studs: Using a template, drill holes in substrate aligning with studs on back of sign. Remove loose debris from hole and substrate surface. Thin or Hollow Surfaces: Place spacers on studs, place sign in position with spacers pinched between sign and substrate, and install washers and nuts on stud ends projecting through opposite side of surface, and tighten. Concealed fasteners may be required as the connections meet with the truss members.

Remove and replace damaged or deformed characters and signs that do not comply with specified requirements. Replace characters with damaged or deteriorated finishes or components that cannot be successfully repaired by finish touchup or similar minor repair procedures.

Remove temporary protective coverings and strippable films as signs are installed.

On completion of installation, clean exposed surfaces of signs according to manufacturer's written instructions, and touch up minor nicks and abrasions in finish. Maintain signs in a clean condition during construction and protect from damage.

MEASUREMENT

No measurement will be made for the Sign.

BASIS OF PAYMENT

The accepted quantities of Signs will be paid for at the contract unit price for the specified material installed complete in place as approved by the Project Engineer. This price and payment will be full compensation for furnishing and installing Signs in the areas shown on the plans and as described in these specifications.

Payment will be made according to the following unit

Pay Item Pay Unit Symbol

Sign (Name Signs)……………………………………………………………………………………………………… LS

The costs for labor, materials, equipment and necessary incidental needed for the construction of this item, including the design, working drawing preparation, shall be included in the cost of the pay item Sign.

II 182 GREENFIELD DISTRICT Contract No. R -36342

ROAD CLOSURE

Road closure for S.R.931 shall be limited to single day daytime only operation for hoisting/erection of the bridge structure. Road closure for S.R.931 shall also be limited to a single day daytime only operation for concrete pouring of the bridge.

II 183 INDIANA DEPARTMENT OF TRANSPORTATION

CONTRACT INFORMATION BOOK (CIB)

PART II

CONSTRUCTION DRAWINGS

CONTRACT NO.