DIVISION 02 – TECHNICAL SPECIFICATIONS DIVISION 02 – SPECIAL...

81
TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISCELLANEOUS ROADWAY & PARKING LOT IMPROVEMENTS 2014 TABLE OF CONTENTS CONTRACT NO. 201312849 ISSUED FOR BID OCTOBER 2013 TOC - 1 DIVISION 02 – TECHNICAL SPECIFICATIONS Division 02 – Technical Specifications shall be the Colorado Department of Transportation (CDOT) Standard Specifications for Road and Bridge Construction, 2011 Edition, except as modified in this document. DIVISION 02 – SPECIAL PROVISIONS GENERAL GENERAL PROVISIONS SECTION 104 LANE RENTAL FEE SECTION 105, 106, 412 & 601 CONFORMITY TO THE CONTRACT OF PCCP AND DOWEL BARS FOR TRANSVERSE WEAKENED PLANE JOINTS SECTION 105 VIOLATION OF WORKING TIME LIMITATION SECTION 105 CONTROL OF WORK SECTION 105 & 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) SECTION 106, 601 & 703 OPTIMIZED PCCP MIX SECTION 106, 627 & 713 GLASS BEADS FOR PAVEMENT MARKING SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 203 EXCAVATION AND EMBANKMENT SECTION 203 IMPORTED MATERIAL FOR EMBANKMENT SECTION 207 TOPSOIL SECTION 212 SEEDING SECTION 401 HOT MIX ASPHALT COMPACTION (PNEUMATIC TIRE ROLLERS) SECTION 401 HOT MIX ASPHALT COMPACTION (STEEL WHEEL ROLLER) SECTION 401 PLANT MIX PAVEMENTS SECTION 401 RECLAIMED ASPHALT PAVEMENT SECTION 401 TEMPERATURE SEGREGATION SECTION 401 COMPACTION OF HOT MIX ASPHALT SECTION 401 COMPACTION PAVEMENT TEST SECTION (CTS) SECTION 403 HOT MIX ASPHALT & STONE MATRIX ASPHALT TICKET COLLECTION SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT FINISHING SECTIONS 412, 601 & 711 LIQUID MEMBRANE-FORMING COMPOUNDS FOR CURING CONCRETE SECTION 412 TIE BAR INSPECTION SECTION 601 CONCRETE SLUMP ACCEPTANCE SECTION 601 STRUCTURAL CONCRETE – TICKET COLLECTION SECTION 601 CONCRETE BATCHING SECTION 601 EXTENDED SET CONTROL ADMIXTURE SECTION 601 CONCRETE FINISHING SECTION 606 TENSIONED CABLE BARRIER (TL-4) SECTION 612 DELINEATORS SECTION 624 CULVERT AND SEWER PIPE SECTIONS 627 & 708 PAVEMENT MARKING WITH WATERBORNE PAINT AND LOW VOC SOLVENT BASE PAINT SECTION 630 RETROREFLECTIVE SHEETING SECTION 630 TRAFFIC CONE SECTION 630 RETROREFLECTIVE SHEETING SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL SECTION 703 CONCRETE AGGREGATES SECTION 703 AGGREGATE FOR HOT MIX ASPHALT

Transcript of DIVISION 02 – TECHNICAL SPECIFICATIONS DIVISION 02 – SPECIAL...

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISCELLANEOUS ROADWAY & PARKING LOT IMPROVEMENTS 2014 TABLE OF CONTENTS CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 TOC - 1

DIVISION 02 – TECHNICAL SPECIFICATIONS Division 02 – Technical Specifications shall be the Colorado Department of Transportation (CDOT) Standard Specifications for Road and Bridge Construction, 2011 Edition, except as modified in this document. DIVISION 02 – SPECIAL PROVISIONS GENERAL GENERAL PROVISIONS SECTION 104 LANE RENTAL FEE SECTION 105, 106, 412 & 601 CONFORMITY TO THE CONTRACT OF PCCP AND DOWEL

BARS FOR TRANSVERSE WEAKENED PLANE JOINTS SECTION 105 VIOLATION OF WORKING TIME LIMITATION SECTION 105 CONTROL OF WORK SECTION 105 & 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT

(LESS THAN 5000 TONS) SECTION 106, 601 & 703 OPTIMIZED PCCP MIX SECTION 106, 627 & 713 GLASS BEADS FOR PAVEMENT MARKING SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 203 EXCAVATION AND EMBANKMENT SECTION 203 IMPORTED MATERIAL FOR EMBANKMENT SECTION 207 TOPSOIL SECTION 212 SEEDING SECTION 401 HOT MIX ASPHALT COMPACTION (PNEUMATIC TIRE

ROLLERS) SECTION 401 HOT MIX ASPHALT COMPACTION (STEEL WHEEL ROLLER) SECTION 401 PLANT MIX PAVEMENTS SECTION 401 RECLAIMED ASPHALT PAVEMENT SECTION 401 TEMPERATURE SEGREGATION SECTION 401 COMPACTION OF HOT MIX ASPHALT SECTION 401 COMPACTION PAVEMENT TEST SECTION (CTS) SECTION 403 HOT MIX ASPHALT & STONE MATRIX ASPHALT TICKET

COLLECTION SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT FINISHING SECTIONS 412, 601 & 711 LIQUID MEMBRANE-FORMING COMPOUNDS

FOR CURING CONCRETE SECTION 412 TIE BAR INSPECTION SECTION 601 CONCRETE SLUMP ACCEPTANCE SECTION 601 STRUCTURAL CONCRETE – TICKET COLLECTION SECTION 601 CONCRETE BATCHING SECTION 601 EXTENDED SET CONTROL ADMIXTURE SECTION 601 CONCRETE FINISHING SECTION 606 TENSIONED CABLE BARRIER (TL-4) SECTION 612 DELINEATORS SECTION 624 CULVERT AND SEWER PIPE SECTIONS 627 & 708 PAVEMENT MARKING WITH WATERBORNE PAINT AND LOW

VOC SOLVENT BASE PAINT SECTION 630 RETROREFLECTIVE SHEETING SECTION 630 TRAFFIC CONE SECTION 630 RETROREFLECTIVE SHEETING SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL SECTION 703 CONCRETE AGGREGATES SECTION 703 AGGREGATE FOR HOT MIX ASPHALT

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISCELLANEOUS ROADWAY & PARKING LOT IMPROVEMENTS 2014 TABLE OF CONTENTS CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 TOC - 2

SECTION 712 WATER FOR MIXING OR CURING CONCRETE SECTION 712 GEOTEXTILES SECTION 02212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 GENERAL PROVISIONS CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 GP - 1

GENERAL PROVISIONS

PART 1: GENERAL DESCRIPTION

A. Work described elsewhere in the technical specifications, contract drawings or Part I of the contract documents shall be done in accordance with the Colorado Department of Transportation (CDOT) 2011 Standard Specifications for Road and Bridge Construction (except as noted below) and the latest edition of the Colorado Standard Plans (M&S Standards).

B. The Colorado Department of Transportation General Provisions consisting of Section 100 through

109 of the above referenced “Standard Specifications” and are NOT applicable to this Contract and are hereby deleted, except were specifically added in, these project Special Provisions. In place of the deleted, the City and County of Denver’s General Provisions, General Conditions, Special Conditions and Technical Specifications are attached to and made part of the contract.

The following sections shall apply as noted:

1. Section 101 Definitions and Terms 2. Section 105 Control of Work with the following exceptions:

a. If there are any conflicts with City and County of Denver’s General Provisions, General Conditions, Special Conditions or Technical Specifications and this section, those documents will take precedence.

b. Any reference to incentives shall be disregarded. NO incentives will be paid on this project. References to disincentives, corrective work or removal and rejection of work and/or materials shall apply.

c. Section 105.21 Acceptance shall not apply. d. Section 105.22 through 105.24 shall not apply.

3. Section 106 Control of Material 4. Section 109.01 Measurement of Quantities

PART 2: REFERENCES

1. All references to “CDOT or the Department” shall be changed to “City and County of Denver” unless otherwise noted.

2. All references to the CDOT Project Engineer and CDOT Regional Transportation Director shall mean DIA Project Manager and DIA Manager of Construction.

3. Any and all reference to incentives or positive pay factors within any documents pertaining to this contract shall not apply. NO incentives or increase pay factors will be paid on this project. References to disincentives, negative pay factors, corrective work or removal and rejection of work and/or materials shall apply. 

4. DIA may negotiate additional items to be added to this contract. The negotiated prices shall include all Quality Control (QC) inspection and QC testing costs. No additional costs for the QC Inspection and QC Testing will be paid.

5. Each new Work Order will constitute a new process for Quality Control.  

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 GENERAL PROVISIONS CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 GP - 2

PART 3: APPLICABLE PUBLICATIONS Copies of the Colorado Department of Transportation’s Standard Specifications for Road and Bridge Construction, Colorado Standard Plans (M&S Standards) 2012, and the Colorado Procedures Field Materials Manual 2011 are available for purchase at: Colorado Department of Transportation Bid Plans Room 4201 East Arkansas Avenue Denver, CO 80222

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 104 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 104 - 1

DIVISION 2 – SPECIAL PROVISIONS

REVISION OF SECTION 104 LANE RENTAL FEE

Lane Rental Fee. The Contractor shall pay an hourly lane-mile rental fee for lane closures on Peña Boulevard during construction. The Contractor will not be assessed a lane rental fee for the hours between 10:00 pm and 4:00 am but will be assessed a lane rental fee for the hours from 4:00 am to 10:00 pm. The deduction will be based on the applicable rate for any and all closures, whether work is performed or not. This deduction will be reflected in each progress payment. The lane-mile rental fee for closures on Peña Boulevard shall be $6,000.00 per lane-mile hour. Lane-miles of closure will be measured for each closed 12 foot lane, or portion thereof, times the length of closure in miles. The length will be measured to the nearest 0.1 mile, rounded up; from the beginning of the taper to the last traffic control device that obstructs the lane. Lane-mile hours of closure will be measured by the number of lane miles multiplied by the duration in hours of the closure. The duration begins when the closure set up begins, and ends when all traffic control devices, excluding signs, are removed from the roadway. The duration will be measured in 15 minute increments or any portion thereof. A lane is considered closed when the number of available lanes is reduced from the number available prior to the work. Acceleration lanes, deceleration lanes, and shoulders will not be included in the calculations to determine lane-mile hours. Lane closures shall be documented by the Traffic Control Supervisor (TCS’s) diary each day that lane closure is in use. The diary shall be signed by the TCS and the Contractor’s representative. A copy of the day’s diary shall be given to the DIA Project Manager at the end of each work day on which a lane closure is used.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 1

REVISION OF SECTIONS 105, 106, 412, AND 601 CONFORMITY TO THE CONTRACT OF

PORTLAND CEMENT CONCRETE PAVEMENT AND DOWEL BARS FOR TRANSVERSE WEAKENED PLANE JOINTS

105.06 Conformity to the Contract of Portland Cement Concrete Pavement. Conformity to the Contract of all Portland Cement Concrete Pavement, Item 412, will be determined in accordance with the following:

When the Engineer finds that the materials furnished, the work performed, or the finished product does not conform with the Contract, or the Pay Factor (PF) for an element's process is less than 0.75 but that reasonably acceptable work has been produced, the Engineer will determine the extent of the work that will be accepted and remain in place. The Engineer will use a Contract Change Order to document the justification for allowing the work to remain in place and the price adjustment that will be applied.

When the Engineer finds the materials furnished, work performed, or the finished product is not in conformity with the Contract, or the PF for an element's process is less than 0.75 and has resulted in an inferior or unsatisfactory product, the work or material shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. When the PF for any process is 0.75 or greater, the finished quantity of work represented by the process will be accepted at the calculated pay factor.

Materials will be sampled and tested by the Contractor and the City and County of Denver in accordance with subsection 106.06 and with procedures contained in the CDOT’s Field Materials Manual. The approximate quantity represented by each sample will be as set forth in subsection 106.06, Tables 106-2 and 106-3. Additional samples may be selected and tested at the Engineer's discretion.

(a) Incentive and Disincentive Payments (I/DP) will be made based on a statistical analysis that yields Pay Factors (PF) and Quality Levels (QL). The PF and QL will be made based on test results for the elements of compressive strength and pavement thickness (compressive strength criteria) or the elements of flexural strength and pavement thickness (flexural strength criteria). The City and County of Denver will indicate in the plans whether compressive strength or flexural strength criteria will be used.

Incentive or Disincentive payment will not be made for thickness of concrete pavement furnished by the Contractor and placed by others.

When compressive strength criteria is indicated, then the QL will be calculated for the elements of compressive strength and pavement thickness on a process basis. When flexural strength criteria is indicated, then the QL will be calculated for the elements of flexural strength and pavement thickness on a process basis. A separate process will be established for an element when a change in the process affects that element. A process will consist of the test results from a series of random samples. Test results determined to have sampling or testing errors will not be used. All materials produced will be assigned to a process. A change in process is defined as a change that affects the element involved. Changes in mix design, material source, design pavement thickness, or the method being utilized to place the pavement are considered changes in process. The following is provided to clarify changes in processes for each element:

1. Construction of mainline pavement, including the shoulders if placed with the mainline, is a single process, providing there are no changes in process as described above.

2. Construction of ramps, acceleration and deceleration lanes, shoulders placed separately, and areas requiring hand work are considered separate processes.

3. A change in the mix design is a process change for the compressive strength element or the flexural strength element, but is not a process change for the pavement thickness element.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 2

(b) When it is necessary to represent material by one or two tests, each individual test shall have a PF computed in accordance with the following:

If the value of the test is at or above the lower tolerance limit, then PF = 1.000. If the value of the test is below the lower tolerance limit, then:

PF = 1.00 – [0.25(TL -T0)/V]

where: PF = pay factor. V = V factor from Tables 105-4 or 105-5. T0 = the individual test value. TL= lower tolerance limit.

(c) The following procedures will be used to compute Incentive and Disincentive Payments (I/DP), quality levels (QL), and pay factors (PF) for processes represented by three or more tests:

1. Quality Level (QL) will be calculated according to CP-71.

2. Compute the PF for the process. When the process has been completed, the number of tests (Pn) it includes shall determine the formula to be used to compute the final pay factor in accordance with the following:

A. For compressive strength and pavement thickness:

When 3 ≤ Pn ≤ 5

If QL ≥ 85, then PF = 1.00 + (QL - 85)0.001333

If QL < 85, then PF = 1.00 + (QL - 85)0.005208

When 6 ≤ Pn ≤ 9

If QL ≥ 90, then PF = 1.00 + (QL - 90)0.002000

If QL < 90, then PF = 1.00 + (QL - 90)0.005682

When 10 ≤ Pn ≤ 25

If QL ≥ 93, then PF = 1.00 + (QL - 93)0.002857

If QL < 93, then PF = 1.00 + (QL - 93)0.006098

When Pn ≥ 26

If QL ≥ 95, then PF = 1.00 + (QL - 95)0.004000

If QL < 95, then PF = 1.00 + (QL - 95)0.006757

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 3

B. For flexural strength:

When 3 ≤ Pn ≤ 5

If QL ≥ 85, then PF = 1.00 + (QL - 85)0.002000 If QL < 85, then PF = 1.00 + (QL - 85)0.005208

When 6 ≤ Pn ≤ 9

If QL ≥ 90, then PF = 1.00 + (QL - 90)0.003000

If QL < 90, then PF = 1.00 + (QL - 90)0.005682

When 10 ≤ Pn ≤ 25

If QL ≥ 93, then PF = 1.00 + (QL - 93)0.004286

If QL < 93, then PF = 1.00 + (QL - 93)0.006098

When Pn ≥ 26

If QL ≥ 95, then PF = 1.00 + (QL - 95)0.006000

If QL < 95, then PF = 1.00 + (QL - 95)0.006757

3. Compute the I/DP for the process:

I/DP = (PF-1)(QR)(UP)

where: QR = Quantity Represented by the process.

UP = Unit Price bid for the Item.

The total I/DP for an element shall be computed by accumulating the individual I/DP for each process of that element.

(d) As acceptance test results become available, they will be used to calculate accumulated QL and Incentive and Disincentive Payments (I/DP) for each element and for the item. The Contractor's test results and the accumulated calculations shall be made available to the Engineer upon request. The Engineer's test results and the calculations will be made available to the Contractor as early as reasonably practical. Numbers from the calculations shall be carried to significant figures and rounded according to AASHTO Standard Recommended Practice R-11, Rounding Method.

I/DP will be made to the Contractor in accordance with subsection 412.24(a). During production, interim I/DP will be computed for information only. The Pn will change as production continues and test results accumulate. The Pn at the time an I/DP is computed shall determine the formula to be used.

(e) The Contractor will not have the option of accepting a price reduction or disincentive in lieu of producing specification material. Continued production of non-specification material will not be permitted. Material which is obviously defective may be isolated and rejected without regard to sampling sequence or location within a process.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 4

Table 105-4 "V" FACTORS AND INCENTIVE PAYMENTS

COMPRESSIVE STRENGTH CRITERIA

Element V factor Maximum Incentive Payment

Lower Tolerance Limit, TL

Compressive Strength 400 psi 2.00 percent 4,500 psi

Pavement Thickness 0.4 inch 2.00 percent Plan Thickness

-0.4 inch

Table 105-5

"V" FACTORS AND INCENTIVE PAYMENTS FLEXURAL STRENGTH CRITERIA

Element

V factor

Maximum Incentive Payment

Lower Tolerance Limit, TL

Flexural Strength 50 psi 3.00% 570 psi

Pavement Thickness 0.4 inch 2.00% Plan Thickness

-0.4"

Sand Equivalence. If compressive strength criteria is indicated then the sand equivalence (SE) as determined by CP 37 will be considered acceptable when the running average of three consecutive tests is greater than 80 percent and no individual test result is less than 75 percent. When the running average of three consecutive SE tests falls below 80 percent or an individual SE test result falls below 75 percent, paving operations shall be suspended. The Contractor shall submit a written plan to correct the low SE test results to the Engineer for approval. The Contractor shall not continue paving operations until the Engineer approves the plan in writing and three SE test results from random samples in the stockpile are above 80 percent.

Delete subsection 106.06 and replace with the following:

106.06 Sampling and Testing of Portland Cement Concrete Paving. All Portland Cement Concrete Pavement, Item 412, shall be tested in accordance with the following quality control and acceptance testing procedures:

(a) Quality Control Testing. The Contractor shall be responsible for quality control testing of all elements listed in Table 106-2 or 106-3. Quality control testing shall be performed at the expense of the Contractor. The Contractor shall develop a quality control plan (QCP) in accordance with the following:

1. Quality Control Plan. For each element listed in Tables 106-2 or 106-3, the QCP must provide adequate details to ensure that the Contractor will perform quality control. The Contractor shall submit the QCP to the Engineer at the preconstruction conference. The Contractor shall not start any work on the project until the Engineer has approved the QCP in writing.

A. Frequency of Tests or Measurements. The QCP shall indicate a random sampling frequency, which shall be equal to or more frequent than that shown in Table 106-2 or 106-3. The quality control tests shall be independent of acceptance tests.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 5

B. Test Result Chart. Each quality control test result, the appropriate area, volume, and the tolerance limits shall be plotted. The chart shall be posted daily at a location convenient for viewing by the Engineer.

C. Quality Level Chart. The QL for each element in Table 106-2 or 106-3 shall be plotted. The QL shall be calculated in accordance with the procedure in CP 71 for Determining Quality Level. The QL shall be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter the last five consecutive test results. The area of material represented by the last test result shall correspond to the QL.

D. F-test and t-test Charts. If flexural strength criteria is indicated, then the results of F-test and t-test analysis between the City and County if Denver’s verification tests of flexural strength and the Contractor's quality control tests of flexural strength shall be shown on charts. The F-test and t-test shall be calculated in accordance with standard statistical procedures using all verification tests and quality control tests completed to date. When a verification test is completed, the F-test and t-test calculations shall be redone. The area of material represented by the last test result shall correspond to the F-test and t-test. A warning value of 5 percent and an alert value of 1 percent shall be shown on each chart. The chart shall be posted daily at a location convenient for viewing by the Engineer.

2. Point of Sampling. The material for quality control testing shall be sampled by the Contractor using CP 61. The location where material samples will be taken shall be indicated in the QCP.

3. Testing Standards. The QCP shall indicate which testing standards will be followed. Acceptable standards are Colorado Procedures, AASHTO and ASTM. The order of precedence is Colorado Procedures, AASHTO procedures and then ASTM procedures.

The compressive strength test for quality control will be the average strength of two test cylinders cast in plastic molds from a single sample of concrete, cured under standard laboratory conditions, and tested three to seven days after molding.

4. Testing Supervisor Qualifications. The person in charge of and responsible for the quality control

testing shall be identified in the QCP. This person shall be present on the project and possess one or more of the following qualifications: A. Registration as a Professional Engineer in the State of Colorado.

B. Registration as an Engineer in Training in the State of Colorado with two years of paving experience.

C. A Bachelor of Science in Civil Engineering or Civil Engineering Technology with three years of paving experience.

D. National Institute for Certification in Engineering (NICET) certification at level III or higher in the subfields of Transportation Engineering Technology, Highway Materials, or Construction Materials Testing Engineering Technology, Concrete and four years of paving experience.

5. Technician Qualifications. Technicians performing tests shall meet the requirements of Colorado Procedure 10.

6. Testing Equipment. All of the testing equipment used to conduct quality control testing shall conform to the standards specified in the test procedures and be in good working order. If flexural strength criteria is indicated, then the Contractor shall provide the following equipment and supplies which will not be paid for separately but shall be included in the work:

A. A separate, temperature controlled facility of at least 300 square feet usable space. This facility shall be used exclusively for the molding, storage and testing of concrete test specimens as required. This facility shall be provided in addition to other facilities required in

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 6

Section 620. The storage facility shall have sufficient water storage capacity for curing all required test specimens. The storage facility shall provide separate storage tanks for each type of required testing. Each storage tank shall have a continuously recording thermometer and sufficient blank charts for the project. Temperatures of each storage tank shall be recorded for the duration of the project.

B. A machine for testing flexural strength of concrete specimens. The machine shall be used only for flexural strength tests. The machine shall be model number FX-250 manufactured by Forney with a DR2001 digital monitor or an approved equal. Both the Contractor and the Engineer will use this machine for testing concrete specimens. The machine shall meet the requirements of AASHTO T 97 and T 22 and the following: The machine and the flexural strength assembly shall be of a rigid construction. The applied vertical load shall be uniformly distributed to the third points and uniformly across the width of the beam (transverse distribution). Uniform distribution of the load is defined as less than a 3 percent variation in the load between each of the nine strain gages placed in the middle third section of the tension face for loads from 1,000 to 10,000 pounds. One firm that can evaluate and assess the ability of the machine to distribute the load evenly is Construction Technology Laboratories, Skokie Illinois (847)965-7500 (Paul Okamoto). Other firms may be capable of evaluating and assessing the load distribution of the machine. The Engineer must approve the firm prior to assessing the machine. The machine shall be ready for use and certified two days before paving begins. After the machine has been certified and accepted by the Engineer it shall not be moved until all portland cement concrete paving and flexural strength acceptance tests have been completed.

C. Beam molds for molding all test specimens required. This shall include all testing described in subsection 106.06.

7. Reporting and Record Keeping. The Contractor shall report the results of the tests to the Engineer in writing at least once per day.

The Contractor shall assemble a Quality Control (QC) notebook and update it daily. This notebook shall contain all worksheets, test result forms, test result charts and quality level charts for each of the elements listed in Table 106-2 or 106-3. The Contractor shall submit examples of worksheets, test result forms and test result charts in accordance with CP 12B as part of the Contractor's Quality Control Plan (QCP). The Contractor shall submit the QC notebook to the Engineer for review once a month on the date agreed to at the Pre-Construction Conference.

The QC notebook will be returned to the Contractor with a list of recognized deficiencies within two working days after submittal. Deficiencies may include, but are not limited to, the failure to submit the notebook on time or an absence of the required reports. For any month in which deficiencies are identified, the QC notebook will be submitted for review two weeks after the QC notebook is returned. Upon the second recognized deficiency the Engineer will notify the Contractor, and the pay estimate shall be withheld until the Contractor submits, in writing, a report detailing the cause for the recognized deficiency. The report shall include how the Contractor plans to resolve the deficiencies. Additional recognized deficiencies will result in a delay of the pay estimate until the Contractor has identified and resolved the deficiency along with revising and resubmitting his QCP to address these issues. Once the Engineer has reviewed and approved the revised QCP the estimate may be paid. Upon submittal of the QC notebook for the semi-final estimate, the QC notebook shall become the property of the Department. The Contractor shall make provisions such that the Engineer can inspect quality control work in progress, including QC notebook, sampling, testing, plants, and the Contractor's testing facilities at any time.

(b) Acceptance Testing. Acceptance testing frequencies shall be in accordance with the Schedule (Quality Assurance) in the CDOT’s Field Materials Manual. Except for flexural strength, acceptance tests will be conducted by and at the expense of the City and County of Denver. Acceptance sampling

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 7

and testing procedures will be in accordance with the CDOT’s Field Materials Manual with the following exceptions and inclusions:

A split sample from an acceptance test shall not be used for a quality control test. The Engineer will designate the location where samples are to be taken. Samples shall be taken by the Contractor in accordance with CP 61. The Engineer will be present during the sampling and take possession of all acceptance samples. Samples transported in different containers will be combined and mixed before molding specimens. All materials are subject to inspection and testing at all times.

Pavement thickness acceptance will be determined by cores.

The compressive strength test for acceptance will be the average compressive strength of three test cylinders cast in plastic molds from a single sample of concrete and cured under standard laboratory conditions prior to testing. If the compressive strength of any one specimen differs from the average by more than 10 percent, that specimen will be deleted and the average strength will be determined using the remaining two specimens. If the compressive strength of more than one specimen differs from the average by more than 10 percent the average strength will be determined using all three specimens. Each set of three cylinders will be tested at 28 days after molding.

Acceptance tests for flexural strength shall be the Contractor's quality control tests. The flexural strength tests shall be the average flexural strength of four test beams. The test beams shall be prepared according to AASHTO T 23 with the following additional requirements: Specimens shall be consolidated by internal vibration without the vibrator being inserted in the center six inches of the specimen's long dimension. The flexural strength of each specimen shall be measured according to AASHTO T 97 with the following additional requirements: If the flexural strength of only one specimen differs from the average by more than 10 percent, that specimen shall be deleted and the average strength shall be determined using the remaining three specimens. If the flexural strength of more than one specimen differs from the average by more than 10 percent, the test value shall be the average of all four specimens. Each set of four beams shall be tested at 28 days after molding. Leather shims shall be used in each test.

(c) Verification Testing. Verification testing will be used only when flexural strength criteria is indicated and is the responsibility of the City and County of Denver. The City and County of Denver will determine the locations where samples or measurements are to be taken. The maximum quantity of material represented by each test result and the minimum number of test results shall be in accordance with Table 106-2. The location of sampling shall be based on a stratified random procedure.

Verification sampling and testing procedures will be in accordance with Sections 105, 106, 412, the Schedule for Minimum Materials Sampling, Testing and Inspection in the CDOT Field Materials Manual, and CP 13. Samples for verification and acceptance testing shall be taken by the Contractor in accordance with CP 61 in the presence of the Engineer.

An analysis of test results will be performed after all test results are known using the t-test and F-test statistical methods with an alpha value set at 0.05. If either the above t-test and F-test analysis shows a significant difference, then the following items shall be checked: comparison of beam fracture locations and types, computations and flexural testing machine outputs, curing tank temperature charts, slump and air contents, plant batch tickets for major changes, review of sampling, molding, testing procedures, along with IAT check tests and any other investigations that may clarify the significant differences. If after a review of the data no reasons can be determined for the significant difference, the City and County of Denver’s test data shall be used for determining Quality Levels and Incentive or Disincentive according to the methods in this Section.

(d) Check Testing. The Contractor and the Engineer shall conduct a check testing program (CTP) prior to the placement of any concrete pavement. The check testing program will include a conference directed by the Region Materials Engineer of the Contractor's testers and the City and County of Denver’s testers concerning methods, procedures and equipment for compressive or flexural strength

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 8

testing. Check testing shall be completed before any portland cement concrete pavement is placed. A set of three cylinders or four beams will be molded by both the Contractor and the City and County of Denver’s project testers from a split sample. The specimens will be sampled, molded and cured for seven days and tested for compressive or flexural strength according to the procedures of Section 106. The City and County of Denver’s Quality Assurance Tester will also mold, cure and test a set of three cylinders or four beams, but the Quality Assurance Test results will not be entered in the check testing analysis. If the results of the check tests do not meet the following criteria, then the check testing will be repeated until the following criteria are met:

(1) The average of the Contractor's test results and the average of the City and County of Denver’s test results shall be within 10 percent of the average of all test results.

(2) Each specimen test result shall be within 15 percent of the average of all test results.

When compressive strength criteria is indicated, a check test must also be conducted on the sand equivalent test. A set of 5 sand equivalents will be run by both the Contractor's and the City and County of Denver’s project tester, from a split sample. The average of the absolute differences between tests taken by the quality control personnel and the acceptance testing personnel will be compared to the acceptable limits shown in Table 13-1 of CP 13. The CTP will be continued until the acceptance and quality control test results are within the permissible ranges shown in Table 13-1 of CP 13.

During production, split samples of randomly selected acceptance tests will be compared to the permissible ranges shown in Table 13-1 of CP 13. The minimum frequency will be as shown in Table 106-3.

If production has been suspended and then resumed, the Engineer may order a CTP between tests taken by quality control and acceptance testing persons to assure the test results are within the permissible ranges shown in Table 13-1 of CP 13. Check test results shall not be included in quality control testing. The Region Materials Engineer shall be called upon to resolve differences if a CTP shows unresolved differences beyond the ranges shown in Table 13-1 of CP 13.

(e) Quality Assurance Testing. Quality Assurance Tests (QAT) for flexural strength will be performed at a frequency of 1 per 50,000 sq. yds. The sample for the QAT will be a split sample of the Contractor's quality control test. The City and County of Denver’s representative performing verification tests shall also use a split sample of the Contractor's quality control test and participate in the QAT. The QAT for flexural strength will be the average flexural strength of four test beams prepared according to the requirements of Section 106 and cured for seven days.

(f) Testing Schedule. All samples used to determine Incentive or Disincentive payment by quality level formulas in accordance with Section 105, will be selected by a stratified random process.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 9

Table 106-2 TESTING SCHEDULE - ITEM 412

PORTLAND CEMENT CONCRETE PAVEMENT, FLEXURAL STRENGTH CRITERIA

Table 106-3

TESTING SCHEDULE - ITEM 412 PORTLAND CEMENT CONCRETE

PAVEMENT, COMPRESSIVE STRENGTH CRITERIA

Subsection 412.10 shall include the following: The Contractor shall provide a MIT-Scan-2 which is manufactured by MIT GmbH. The Contractor shall ensure the MIT-Scan-2 is calibrated for the specific dowel bar size or load transfer device being placed, and is operating within the manufacturer’s tolerances. The Contractor shall also

Element Minimum Testing Frequency Contractor's Quality Control

Aggregate Gradation and Sand Equivalent

For the first five days, minimum of 1/day, then 1/10,000 sq. yds. After 5 days, 1/40,000 sq. yds.

Slump First three loads each day, then as needed for control. Water Cement Ratio First three loads each day, then 1/500 cu. yds. AIR CONTENT AND YIELD Minimum of 1/day, then 1/2,500 sq. yds. Flexural Strength Minimum of 1/day, then 1/2,500 sq. yds. Compressive Strength 1/10,000 sq. yds. Pavement Thickness In accordance with subsection 412.21.

Pull Test Joints Minimum of six transverse and six longitudinal joint locations for the 1st 2500 linear feet, then three transverse and three longitudinal joints thereafter

Load Transfer Dowel Bar Placement

In accordance with subsection 412.13 (b) 2

Tining Depth 1 per 528 linear feet in each lane and shoulder wider than 8 feet.

Element Minimum Testing Frequency Contractor's Quality Control

Aggregate Gradation Minimum of 1/day, then 1/10,000 sq. yds.

Slump FIRST THREE LOADS EACH DAY, THEN AS NEEDED FOR CONTROL.

Compressive Strength, Air Content, Yield, and Sand Equivalent

Minimum of 1/day, then 1/2,500 sq. yds.

Pavement Thickness In accordance with subsection 412.21.

Pull Test Joints Minimum of six transverse and six longitudinal joint locations for the 1st 2500 linear feet, then three transverse and three longitudinal joints thereafter

Load Transfer Dowel Bar Placement

In accordance with subsection 412.13 (b) 2

Tining Depth 1 per 528 linear feet in each lane and shoulder wider than 8 feet.

Water Cement Ratio First three loads each day, then 1/500 cu. yds.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 10

ensure that the operator of the MIT-Scan-2 is fully competent in the use of the device. The Contractor shall supply the serial number of the device to be utilized on the project.

Delete Subsection 412.13 (b) 2 and add replace with the following: 2. Transverse Weakened Plane Joints. When dowel bars are specified in the Contract, they shall be installed within the tolerances and of the size, grade, and spacing specified. Horizontal support wires or shipping braces shall be non-deformed bars or wires with a diameter less than or equal to 0.307 inches (gauge 0 wire). The number of horizontal support wires or shipping braces shall be limited to five per assembly. The horizontal support wires or shipping braces shall not be cut prior to concrete placement. The center of the dowel assembly or the insertion location shall be marked on both sides of the pavement slab for reference in sawing the joint. Dowel bars shall be furnished in a rigid welded assembly or placed by a dowel bar insertion (DBI) machine. When a DBI is used, the Contractor shall submit details and specifications of the proposed slip-form paver and DBI to the Engineer a minimum of 14 calendar days prior to the Concrete Pavement Pre-Paving Conference. The Contractor shall detail his methodology for ensuring correct marking of dowel bar insertion points and correct sawing of the joints. The Contractor shall ensure that the slip-form paver is compatible with the DBI. The rigid assembly shall be fabricated from number 1/0 wire or heavier with vertical support wires every 1 foot. Assembly shall be securely fastened to the sub-base and constructed to firmly hold all the dowel bars at T/2 depth, parallel to each other and to the pavement grade and alignment. See standard plan M-412-1 for schematic describing the measurement of each tolerance. Dowel placement tolerances shall be as follows:

Target Tolerances: Horizontal & Vertical Translation ≤ 1.0 inch, Longitudinal (Side) Shift ≤ 2.1 inches, Horizontal & Vertical Rotational Alignment ≤ 0.5 inch Rejection Tolerance: Horizontal & Vertical Translation > 1.5 inch, Longitudinal (Side) Shift > 3.0 inches, Horizontal & Vertical Rotational Alignment > 1.5 inch, A weighted-score system will be used to conduct a joint-by-joint evaluation of rotational misalignments of the dowel bars. The Joint Score, as defined in this evaluation, is a measure of the combined effects of rotational misaligned dowel bars at a joint. A Joint Score is determined by summing the product of the weights (given in Table 412-1) and the number of bars in each misalignment category and adding 1. For example, if a joint has four misaligned bars in the 0.6 to 0.8 inch range, the joint score is 9; if a joint has one misaligned bar in the range 0.6 to 0.8 inch and one bar in the 1 to 1.5 inch range, the score is 8. A Joint Score of 10 is the critical level, above which the risk of joint locking is considered high.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 11

Table 412-1 WEIGHTING FACTORS USED TO DETERMINE JOINT SCORE

Range of Rotational

Misalignment Weight

0.4 in < d < 0.6 in. 0

0.6 in < d < 0.8 in. 2

0.8 in < d < 1 in. 4

1 in < d < 1.5 in. 5

Rejection Criteria:

Horizontal and Vertical Rotational Alignment— Evaluate on joint-by-joint basis, using the Joint Score. Isolated locked joints (as indicated by a Joint Score greater than 10) will be allowed, provided the adjacent joints have Joint Scores 10 or less. Reject any bars with misalignment greater than 1.5 in.

Longitudinal (side) shift— Reject any joints with fewer than three bars with a minimum embedment length of 6 in. under each wheel path.

Depth— Reject any bar with the concrete cover above the bar less than 3 in. or the saw-cut depth. Reject any joints with fewer than three bars with a minimum concrete cover below the bar of 3 in. in each wheel path

Corrective Measures: The following corrective measures will be considered for the bars or joints that fail to meet the minimum standard as described by the Rejection Criteria. The Contractor shall submit his method of repair to the Engineer for approval. All materials shall be preapproved.

Horizontal or Vertical misalignment. Saw-cut the misaligned bars. Retrofit dowel bars to ensure that at least three dowel bars are provided in each wheel path that satisfy the Target Tolerances.

Longitudinal (side) Shift and missing bars. Retrofit dowel bars to ensure that at least three dowel bars are provided in each wheel path that satisfy the Target Tolerances.

Depth. Inadequate cover over the bar—If the problem bar can be removed, remove the entire bar and retrofit replacement bars to ensure that at least three dowel bars are provided in each wheel path that satisfy the Target Tolerances. If the problem bar cannot be removed, perform full-depth repair. Inadequate cover below the bar—Retrofit dowel bars to ensure that at least three dowel bars are provided in each wheel path that satisfy the Target Tolerances.

In addition to the above written procedures, the Contractor may propose full depth removal and replacement of the joint.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 12

Regardless of the dowel bar placement method used, the Contractor shall demonstrate his ability to place dowel bars in conformance with the specifications by placement of a test section. The test section shall be a minimum of 300 feet in length. Following placement of the test section, the Contractor shall shut down paving operations. During the shutdown period, the Contractor shall evaluate all joints in the test section using the MIT-Scan-2, analyze the results and submit the results to the Engineer. Paving operations shall not be restarted until the Engineer approves the test section results. The test section will be found acceptable if 85% of the dowel bars placed are found to be within the rejection criteria. All dowel bars exceeding the Rejection Criteria must be addressed using the above suggested corrective measures. If the Project has less than 500 linear feet of pavement, the test section will not be required. If a Project does not have sections of continuous pavement greater than 45 linear feet, the test section will not be required. Upon completion of the test section(s) and for each week of production, the Contractor shall prepare a report from the measurements obtained. All data shall be submitted in the manufacturer’s native file format, along with the calibration files. The Contractor shall submit a standard report generated using MagnoProof software (electronic Excel report) to the Engineer at the start of each working week during production for the previous weeks work. The electronic report shall include the following: (1) Contract number, date, highway number and direction of traffic. (2) Joint number, lane number and station. (3) Bar number and x-location of dowel bar. (4) Horizontal and vertical misalignment in inches. (5) Side shift in inches. (6) Depth to center of dowel bars in inches. (7) Joint Score (8) All out-of-tolerance readings shall be highlighted in red.

Due to potential magnetic interference from tie bars, dowel bars located within 15 inches of a tied joint shall not be included in the evaluation. When the test section is found to be unacceptable, the Contractor shall perform corrective actions and place a second test section. The Contractor shall develop a written plan outlining the steps to be taken in order to pave a successful test section, this plan shall be submitted to the Engineer for review and approval. If the second test section is found to be unacceptable, the Contractor shall pave no more than 500 feet per day until an acceptable test section has been achieved. Once a test section is successfully completed, Dowel Bar Placement testing frequency shall be a minimum of one location per 1,250 linear feet of each continuous traffic lane including climbing lanes, passing lanes, acceleration and deceleration lanes and ramps. Sections greater than 45 linear feet and less than 1,250 linear feet require a minimum one of test location. Testing locations shall be determined by a random procedure so that each area has a randomly selected transverse joint location. At each location, five consecutive joints shall be tested. Sections of continuous pavement constructed by the project less than 45 linear feet will not require Dowel Bar Placement Testing. When any joint score is above 10 or any one bar in a single joint exceeds the rejection criteria, joints shall be tested in each direction from the affected location, until two consecutive joints are found to be within

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 13

specification. Standard testing frequency shall apply thereafter.

All delays or costs associated with proposed equipment being rejected for use, by the Engineer will not be paid for by the Department, and will be considered a Non-excusable Delay in accordance with subsection 108.08 (c) 2. When concrete shoulders or widenings are constructed subsequent to the driving lanes, transverse weakened plane joints shall immediately be formed in the plastic concrete of these widenings to create an extension of the existing transverse joint. This tooled joint shall be formed in such a manner that it controls the cracking and shall be sawed and sealed in accordance with the above requirements. In subsection 412.21, delete the first sentence in the sixth paragraph.

In subsection 601.02, delete Class E and P Concrete from Table 601-1 and replace with the following:

Concrete Class

Required Field

Compressive Strength

(psi)

Cementitious Material Content:

Minimum or Range

(lbs/yd3)

Air Content: % Range

(Total)

Water/Cementitious Material Ratio:

Maximum or Range

E 4500 at 28

days 520 4 – 8 0.44

P 4500 at 28

days 520 4 – 8 0.44

In subsection 601.02, delete the sixth and ninth paragraphs and replace with the following:

Class E concrete may be used for fast track pavements needing early strength in order to open a pavement to service soon after placement. Class E concrete shall meet the requirements of Class P concrete. ASTM C150 Type III or ASTM C1157 Type HE cement may be used.

Class P concrete is used in pavements. Additional requirements are: The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The laboratory trial mix shall produce a minimum average 28 day flexural strength of 650 psi when flexural strength criteria is indicated and 700 psi when compressive strength criteria is indicated.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 14

REVISION OF SECTION 105 VIOLATION OF WORKING TIME LIMITATION

If there is a violation of the working time limitations for traffic control as set forth in the special provisions, a written notice to stop work will be imposed on the Contractor at the start of the next working day. Work shall not resume until the Contractor assures the Engineer, in writing, that there will not be a reoccurrence of the working time violation. If more violations take place, the Engineer will notify the Contractor in writing that there will be a price reduction charge for each incident in accordance with this specification. This incident price reduction charge will be deducted from any money due the Contractor. This price reduction will not be considered a penalty but will be a price reduction for failure to perform traffic control in compliance with the Contract. An incident is any violation up to 30 minutes in duration. Each 30 minutes or increment thereof will be considered as an incident. A price reduction will be assessed for each successive or cumulative 30 minute period in violation of the working time limitations, as determined by the Engineer. The price reduction for each incident will increase at a progressive rate starting with $500 for the second incident and increasing to $4000 for the fifth and subsequent incidents in accordance with the following schedule. A 15 minute grace period will be allowed at the beginning of the second incident on the project before the price reduction is applied. This 15 minute grace period applies only to the second incident. The number of incident charges will be accumulative throughout the duration of the Contract.

PRICE REDUCTION SCHEDULE

Incident Incident Rate Total Price Reduction

1st Notice to Stop Work $0.00 2nd $500.00 $500.00 3rd $1,000.00 $1,500.00 4th $2,000.00 $3,500.00 5th $4,000.00 $7,500.00

Etc… Etc… Etc…

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 15

REVISION OF SECTION 105 CONTROL OF WORK

Section 105.08(b)(1)(C) delete the second paragraph and replace with the following:

Disincentive adjustments will be based on the Mean IRI for each 0.1 mile section or fraction thereof.

Section 105.08 delete Table 105-10 and replace with the following:

PCCP PAVEMENT SMOOTHNESS (INCHES/MILE) Mean IRI ROUGHNESS INDEX

Pavement Smoothness

Category No Incentive or Disincentive

Disincentive Payment ($/SY)

Corrective Work Required

II

When MRI is ≤ 77.0 When MRI > 77.0 and < 98.0 When MRI > 98.0

I = $0.00 I = 5.133 – 0.071 x MRI

When MRI ≥ 98.0 I = – $1.40

Section 105.08 c delete Table 105-11 and replace with the following:

CONTINUOUS IRI USING 25 FOOT AVERAGING FOR LOCALIZED ROUGHNESS CORRECTIVE WORK ON HMA PAVEMENTS

MRI

SMOOTHNESS CATEGORY

Wheel Path IRI

In/mileII 170

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 16

REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT

(LESS THAN 5000 TONS)

Sections 105 and 106 of the Standard Specifications are hereby revised for this project as follows: Delete subsection 105.05 and replace with the following: 105.05 Conformity to the Contract of Hot Mix Asphalt. Conformity to the Contract of all Hot Mix Asphalt, Item 403, except Hot Mix Asphalt (Patching) and temporary pavement will be determined by tests and evaluations of elements that include asphalt content, gradation, in-place density and joint density in accordance with the following: All work performed and all materials furnished shall conform to the lines, grades, cross sections, dimensions, and material requirements, including tolerances, shown in the Contract. For those items of work where working tolerances are not specified, the Contractor shall perform the work in a manner consistent with reasonable and customary manufacturing and construction practices. When the Engineer finds the materials or work furnished, work performed, or the finished product are not in conformity with the Contract and has resulted in an inferior or unsatisfactory product, the work or material shall be removed and replaced or otherwise corrected at the expense of the Contractor. Materials will be sampled randomly and tested by the City and County of Denver in accordance with Section 106 and with the applicable procedures contained in the CDOT Field Materials Manual. The approximate maximum quantity represented by each sample will be as set forth in Section 106. Additional samples may be selected and tested as set forth in Section 106 at the Engineer's discretion. A process will consist of either a single test value or a series of test values resulting from related tests of an element of the Contractor’s work and materials. An element is a material or workmanship property that can be tested and evaluated for quality level by the City and County of Denver approved sampling, testing, and analytical procedures. All materials produced will be assigned to a process. A change in process is defined as a change that affects the element involved. For any element, with the exception of the process for joint density element, a process normally will include all produced materials associated with that element prior to a change in the job mix formula (Form 43). For joint density, a new process will be established for each new layer of pavement or for changes in joint construction. Density measurements taken within each compaction test section will be a separate process. The Engineer may separate a process in order to accommodate small quantities or unusual variations. Evaluation of materials for pay factors (PF) will be done using only the Department’s acceptance test results. Each process will have a PF computed in accordance with the requirements of this Section. Test results determined to have sampling or testing errors will not be used. Except for in-place density measurements taken within a compaction test section, any test result for an element greater than the distance 2 x V (see Table 105-2) outside the tolerance limits will be designated as a separate process and the pay factor will be calculated in accordance with subsection 105.05(a). An element pay factor less than zero shall be zero. The calculated PF will be used to determine the Incentive/Disincentive Payment (I/DP) for the process. In the case of in-place density or joint density the Contractor will be allowed to core the exact location (or immediately adjacent location for joint density) of a test result more than 2 x V outside the tolerance limit. The core must be taken and furnished to the Engineer within eight hours after notification by the Engineer of the test result. The result of this core will be used in lieu of the previous test result. Cores not taken

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 17

within eight hours after notification by the Engineer will not be used in lieu of the test result. All costs associated with coring will be at the Contractor s expense. (a) Representing Small Quantities. When it is necessary to represent a process by only one or two test

results, PF will be the average of PFs resulting from the following: If the test result is within the tolerance limits then PF = 1.00

If the test result is above the maximum specified limit, then

PF = 1.00 – [0.25(TO - TU)/V]

If the test result is below the minimum specified limit, then PF = 1.00 – [0.25(TL - TO)/V]

Where: PF = pay factor. V = V factor from Table 105-2. TO = the individual test result.

TU = upper specification limit.

TL = lower specification limit.

The calculated PF will be used to determine the I/DP for the process.

(b) Determining Quality Level. Each process with three or more test results will be evaluated for a quality

level (QL) in accordance with Colorado Procedure 71.

(c) Gradation Element. Each specified sieve, with the exception of 100 percent passing sieves, will be evaluated for QL separately. The lowest calculated QL for a sieve will be designated as the QL for gradation element for the process.

(d) Joint Density Element. Joint Density will be tested according to subsection 401.17. (e) Process Pay Factor. Using the calculated QL for the process, compute PF as follows: The final

number of random samples (Pn) in each process will determine the final pay factor. As test values are accumulated for each process, Pn will change accordingly. When the process has been completed, the number of random samples it contains will determine the computation of PF, based on Table 105-3 and formula (1) below. When Pn is from 3 to 9, or greater than 200, PF will be computed using the formulas designated in Table 105-3. Where Pn is equal to or greater than 10 and less than 201, PF will be computed by formula (1):

Where, when referring to Table 105-3:

PF1= PF determined at the next lowest Pn formula using process QL

PF2= PF determined using the Pn formula shown for the process QL

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 18

PF3= PF determined at the next highest Pn formula using process QL

Pn2= the lowest Pn in the spread of values listed for the process Pn formula

Pn3= the lowest Pn in the spread of values listed for the next highest Pn

formula PnX= the actual number of test values in the process

When evaluating the item of Furnish Hot mix asphalt, the PF for the element of In-Place Density shall be 1.0.

Regardless of QL, the maximum PF in relation to Pn is limited in accordance with Table 105-3.

As test results become available, they will be used to calculate accumulated QL and PF numbers for each process. The process I/DP’s will then be calculated and accumulated for each element and for the item. The test results and the accumulated calculations will be made available to the Contractor upon request. Numbers from the calculations will be carried to significant figures and rounded according to AASHTO Standard Recommended Practice R-11, Rounding Method.

(f) Evaluation of Work. When the PF of a process is 0.75 or greater, the finished quantity of work represented by the process will be accepted at the appropriate pay factor. If the PF is less than 0.75, the Engineer may:

1. Require complete removal and replacement with specification material at the Contractor’s

expense; or

2. Where the finished product is found to be capable of performing the intended purpose and the

value of the finished product is not affected, permit the Contractor to leave the material in place.

If the material is permitted to remain in place the PF for the process will not be greater than 0.75. When condition red, as described in Section 106, exists for any element, resolution and correction will be in accordance with Section 106. Material, which the Engineer determines is defective, may be isolated and rejected without regard to sampling sequence or location within a process.

If removal and replacement is required because the joint density PF for a process is below 0.75, the Contractor shall remove and replace the full lane width adjacent to and including at least 6 inches beyond the visible joint line for the entire length of joint representing the process. If the lane removed is adjacent to another joint, that joint shall also be removed to a point 6 inches beyond the visible joint line. When a single joint density core is more than 2V outside the tolerance limits, the removal and replacement limits shall be identified by coring the failing joint at 25 foot intervals until two successive cores are found to be 1V or less below the minimum tolerance limit. If removal and replacement is required, the Contractor shall submit documentation identifying the process to be used to correct the area in question in writing. The process will be approved by the Engineer before commencing the corrective work.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 19

Table 105-2 “W” AND “V” FACTORS FOR VARIOUS ELEMENTS

Hot Mix Asphalt

Element V Factor W Factor

2.36 mm (No. 8) mesh and larger sieves 2.80 N/A

600 μm (No. 30) mesh sieve 1.80 N/A

75 μm (No. 200) mesh sieve 0.80 N/A

Gradation N/A 15

Asphalt Content 0.20 25

In-place Density 1.10 45

Joint Density 1.60 15

Table 105-3 FORMULAS FOR CALCULATING PF BASED ON PN

Pn When Pn as shown at left is 3 to 9, or greater than 200, use designated formula below to calculate Pay Factor, PF = ..., when Pn is 10 to 200, use formula (1) above:

Maximum PF

3 0.31177 + 1.57878 (QL/100) - 0.84862 (QL/100)2 1.025

4 0.27890 + 1.51471 (QL/100) - 0.73553 (QL/100)2 1.030

5 0.25529 + 1.48268 (QL/100) - 0.67759 (QL/100)2 1.030

6 0.19468 + 1.56729 (QL/100) - 0.70239 (QL/100)2 1.035

7 0.16709 + 1.58245 (QL/100) - 0.68705 (QL/100)2 1.035

8 0.16394 + 1.55070 (QL/100) - 0.65270 (QL/100)2 1.040

9 0.11412 + 1.63532 (QL/100) - 0.68786 (QL/100)2 1.040

10 to 11 0.15344 + 1.50104 (QL/100) - 0.58896 (QL/100)2 1.045

12 to 14 0.07278 + 1.64285 (QL/100) - 0.65033 (QL/100)2 1.045

15 to 18 0.07826 + 1.55649 (QL/100) - 0.56616 (QL/100)2 1.050

19 to 25 0.09907 + 1.43088 (QL/100) - 0.45550 (QL/100)2 1.050

26 to 37 0.07373 + 1.41851 (QL/100) - 0.41777 (QL/100)2 1.055

38 to 69 0.10586 + 1.26473 (QL/100) - 0.29660 (QL/100)2 1.055

70 to 200 0.21611 + 0.86111 (QL/100) 1.060

> 201 0.15221 + 0.92171 (QL/100) 1.060

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 20

(g) Process I/DP Computation. I/DP = (PF - 1)(QR)(UP)(W/100) Where: I/DP = Incentive/Disincentive Payment PF = Pay Factor QR = Quantity in Tons of HMA Represented by the Process UP = Unit Bid Price of Asphalt Mix W = Element Factor from Table 105-2

When AC is paid for separately UP shall be:

UP = [(TonHMA)(UPHMA) + (TonAC)(UPAC)]/TonHMA

Where: TonHMA = Tons of Asphalt Mix UPHMA = Unit Bid Price of Asphalt Mix

TonAC = Tons of Asphalt Cement UPAC = Unit Bid Price of Asphalt Cement

For the joint density element:

UP = UPHMA Where: UPHMA is as defined above.

When AC is paid for separately UP shall be: UP = [(BTonHMA)(BUPHMA) + (BTonAC)(BUPAC)]/BTonHMA

Where: BTonHMA = Bid Tons of Asphalt Mix

BUPHMA = Unit Bid Price of Asphalt Mix BTonAC = Bid Tons of Asphalt Cement

BUPAC = Unit Bid Price of Asphalt Cement (h) Element I/DP. The I/DP for an element shall be computed by accumulating the process I/DP’s

for that element.

(i) I/DP for a Mix Design. The I/DP for a mix design shall be computed by accumulating the individual I/DP’s for the asphalt content, in-place density, and gradation elements for that mix design. The accumulated quantities of materials for each element must be the same at the end of I/DP calculations for a mix design.

(j) Project I/DP. The I/DP for the project shall be computed by accumulating the mix design I/DP’s and the

joint density I/DP’s. The accumulated quantities of materials for each element must be the same at the end of I/DP calculations for the project.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 21

Delete subsection 106.05 and replace with the following: 106.05 Sampling and Testing of Hot Mix Asphalt. All hot mix asphalt, Item 403, except Hot Mix Asphalt (Patching) and temporary pavement shall be tested in accordance with the following program of process control testing and acceptance testing: The Contract will specify whether process control testing by the Contractor is mandatory or voluntary. (a) Process Control Testing.

1. Mandatory Process Control. When process control testing is mandatory the Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-1. Process control testing shall be performed at the expense of the Contractor.

After completion of compaction, in-place density tests for process control shall be taken at the frequency shown in Table 106-1. The results shall be reported in writing to the Engineer on a daily basis. Daily plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the Engineer. All of the testing equipment used for in-place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need not be calibrated on the CDOT’s calibration blocks.

For elements other than in-place density, results from quality control tests need not be plotted, or routinely reported to the Engineer. This does not relieve the Contractor from the responsibility of performing such testing along with appropriate plant monitoring as necessary to assure that produced material conforms to the applicable specifications. Quality control test data shall be made available to the Engineer upon request.

2. Voluntary Process Control. The Contractor may conduct process control testing. Process control

testing is not required, but is recommended on the elements and at the frequency listed in Table 106-1. All of the testing equipment used for in-place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need not be calibrated on the CDOT’s calibration blocks.

(b) Acceptance Testing. Acceptance testing is the responsibility of the City and County of Denver. For

acceptance testing the City and County of Denver will determine the locations where samples or measurements are to be taken and as designated in Section 403. The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimum number of test results will be in accordance with Table 106-1. The location or time of sampling will be based on the stratified random procedure as described in CP 75. Acceptance sampling and testing procedures will be in accordance with the Schedule for Minimum Materials Sampling, Testing and Inspection in the CDOT Field Materials Manual. Samples for project acceptance testing shall be taken by the Contractor in accordance with the designated method. The samples shall be taken in the presence of the Engineer. Where appropriate, the Contractor shall reduce each sample to the size designated by the Engineer. The Contractor may retain a split of each sample which cannot be included as part of the Contractor’s process control testing. All materials being used are subject to inspection and testing at any time prior to or during incorporation into the work.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 22

Table 106-1

SCHEDULE FOR MINIMUM SAMPLING AND TESTING

Element Process Control Acceptance

Asphalt Content 1/500 tons 1/1000 tons

Theoretical Maximum Specific Gravity

1.1000 tons, minimum 1/day

1/1000 tons, minimum 1/day

Gradation 1/Day 1/2000 tons

In-Place Density 1/500 tons 1/500 tons

Joint Density 1 core/2500 linear feet of joint

1 core /5000 linear feet of joint

Aggregate Percent Moisture (3)

1/2000 tons or 1/Day if less than 2000 tons

1/2000 tons

Percent Lime (3) (4) 1/Day Not applicable

Notes: (1) The minimum number of in-place density tests for acceptance will be 5. (2) Process control tests for gradation are not required if less than 250 tons

are placed in a day. The minimum number of process control tests for gradation shall be one test for each 1000 tons or fraction thereof.

(3) Not to be used for incentive/disincentive pay. Test according to CP 60B

and report results from Form 106 or Form 565 on Form 6.

(4) Verified per Contractor’s QC Plan.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 105 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 105 - 23

(c) Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL). The MQL will be calculated in accordance with the procedure in CP 71 for Determining Quality Level (QL). The MQL will be calculated using only acceptance tests. The MQL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter on the last five consecutive test results. The MQL will not be used to determine pay factors. The three reference conditions and actions that will be taken are described as follows:

1. Condition green will exist for an element when an MQL of 90 or greater is reached, or maintained,

and the past five consecutive test results are within the specification limits.

2. Condition yellow will exist for all elements at the beginning of production or when a new process is established because of changes in materials or the job-mix formula, following an extended suspension of work, or when the MQL is less than 90 and equal to or greater than 65. Once an element is at condition green, if the MQL falls below 90 or a test result falls outside the specification limits, the condition will revert to yellow or red as appropriate.

3. Condition red will exist for any element when the MQL is less than 65. The Contractor shall be

notified immediately in writing and the process control sampling and testing frequency increased to a minimum rate of 1/250 tons for that element. The process control sampling and testing frequency shall remain at 1/250 tons until the process control QL reaches or exceeds 78. If the QL for the next five process control tests is below 65, production will be suspended.

If gradation is the element with MQL less than 65, the City and County of Denver will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. (This test result will not be included as an acceptance test.)

After condition red exists, a new MQL will be started. Acceptance testing will stay at the frequency shown in Table 106-1. After three acceptance tests, if the MQL is less than 65, production will be suspended.

Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume.

Upon resuming production, the process control sampling and testing frequency for the elements causing the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65, production will be suspended again. If gradation is the element with MQL less than 65, the City and County of Denver will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 106 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 106 - 1

REVISION OF SECTIONS 106, 601 & 703 OPTIMIZED PCCP MIX

Sections 106, 601 and 703 of the Standard Specifications are hereby revised for this project as follows: Subsection 106.06 (a) shall include the following: 8. Optimized Gradation. The Contractor will be required to perform quality control testing of the combined

aggregate gradation (CAG) when an Optimized Gradation (OG) is used for Class P Concrete. The combined aggregate gradation testing frequency shall be three per day. Test one shall be sampled and tested after full production begins but before production reaches 100 cubic yards. Test two shall be sampled and tested after four hours of continuous production or production reaches 1000 cubic yards, whichever comes first. Test three shall be sampled and tested after seven hours of continuous production or production reaches 1750 cubic yards, whichever comes first. The frequency shall be a minimum of one per day if production is less than 750 cubic yards. When the aggregates are blended prior to charging the mixing drum, the blended aggregate shall be sampled and tested. When the aggregates are batched individually, a sample from each aggregate shall be tested and the combined gradation shall be calculated.

The City and County of Denver will perform one gradation each day that may be a split of one of the three daily QC samples. This data will not be used to determine acceptability of the material but as information only. The gradation test data will be used to calculate the coarseness factor (CF) and workability factor (WF) and must plot within the workability box. No corrective action shall be required if the data falls within the workability box. When gradation test results and the CF and WF fall outside the workability box, the Contractor shall immediately make corrections to bring the aggregate gradation within the workability box and notify the Engineer. If two or more consecutive test results for any single day or two successive days are found to fall outside the workability box, the Contractor shall immediately suspend production and provide a written corrective plan to the Engineer for approval prior to resuming production. Upon being allowed to resume production, the Contractor shall follow the daily sampling frequency. If the next two consecutive gradation tests indicate the CF and WF plot inside the workability box, the Contractor may continue production. If the first two aggregate samples do not have CF and WF that fall inside the workability box, production shall be suspended. Prior to resuming production the Contractor shall be required to sample the individual aggregate stockpiles at two or more locations to determine the range of variability within each stockpile, make appropriate adjustments to the percentages for each aggregate component, and discharge and sample the combined aggregates. The combined aggregate gradation shall be tested to determine if the CF and WF fall inside the workability box. Production can resume if the CF and WF plot within the workability box. Production will continue to be suspended for additional evaluation of stockpiles and aggregate feed rates until gradation sampling and testing indicate the CF and WF fall inside the workability box. All gradation test information during production shall be provided to the Engineer daily. The Contractor shall immediately report all gradation test data to the Engineer for evaluation during periods when production is suspended or upon resuming production. The Contractor will be notified in writing in all cases when production may resume or shall remain suspended.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 106 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 106 - 2

In subsection 601.02, delete Class E and Class P and replace with the following: Class E concrete is used for fast track pavements needing early strength in order to open a pavement to service soon after placement. Class E concrete shall meet the requirements of Class P concrete. ASTM C150 Type III or ASTM C1157 Type HE cement may be used. Class P concrete is used in pavements. Additional requirements are: The laboratory trial mix shall produce a minimum average 28 day flexural strength of 650 psi. If acceptance is based on flexural strength, the total weight of cementitious material shall not be less than 520 pounds per cubic yard. Two aggregate gradation options are available:

(a) Standard Gradation (SG). The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate.

(b) Optimized Gradation (OG). This option may only be used when acceptance is based on flexural strength. Aggregate proportions must be a result of an optimized combined aggregate gradation (CAG) developed by an approved mix design technique such as Shilstone or KU Mix. The amount of aggregate in the CAG passing the 19 mm (¾ inch) sieve and retained on the12.5 mm (½ inch) sieve shall be a minimum of 8 percent for the trial mix design. The coarseness factor (CF) and workability factor (WF) must plot within the workability box (ABCD) depicted graphically by the following 4 coordinate points: a. Point A> (CF,WF) 72, 31 b. Point B> (CF,WF) 44.5, 35 c. Point C> (CF,WF) 44.5, 43.5 d. Point D> (CF,WF) 72, 40

Figure 601-1

CF = (S / T) x 100 Where:

S = Percent Cumulative Retained on 9.5 mm (3/8 inch) Sieve T = Percent Cumulative retained on 2.36 mm (No. 8) Sieve

WF is the percent passing the 2.36 mm (No. 8) sieve. Increase workability factor by 2.5 percentage points for every 94 pounds per cubic yard of cementitious material used in excess of 564 pounds per cubic yard in the mix design. Decrease workability factor by 2.5 percentage points for every 94 pounds per cubic yard of cementitious material used below 564 pounds per cubic yard in the mix

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 106 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 106 - 3

design. Do not adjust the workability factor if the amount of cementitious material is 564 pounds per cubic yard.

Subsection 601.05 shall include the following in the second paragraph: (8) Class P concrete with an OG shall indicate the gradation proportions that results in a combined

aggregate gradation corresponding to compliance within the specified CF and WF box and shall include the following charts used to perform aggregate gradation analysis:

(i) Coarseness Factor (ii) Workability Factor (iii) 0.45 power (iv) Combined gradation

Delete Subsection 601.06 (10) and (11) and replace with the following: (10) Weights of fine and coarse aggregates or combined weight when an OG is pre-blended (11) Moisture of fine and coarse aggregates or combined moisture when an OG is pre-blended

Subsection 601.06 (c) shall include the following: Aggregates for Class P concrete using an OG, a combination of aggregates (stockpiled separately) may be combined prior to the stationary charging drum to meet the approved CAG. In subsection 703.00, delete the third paragraph and Table 703-2. In subsection 703.02, delete the second sentence.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 106 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 106 - 4

REVISION OF SECTION 106, 627 and 713 GLASS BEADS FOR PAVEMENT MARKING

Sections 106, 627, and 713 are hereby revised for this project as follows:  Subsection 106.11 shall include the following: All post consumer and industrial glass beads for pavement marking shall have been manufactured from North American glass waste streams in the United States of America. The bead manufacturer shall submit a COC in accordance with subsection 106.12 confirming that North American glass waste streams were used in the manufacture of the glass beads. Subsection 627.04 shall include the following: Glass beads shall be applied into the paint by means of a low pressure, gravity drop bead applicator. In subsection 627.05, seventh paragraph, delete the second sentence and replace with the following: Glass beads shall be applied into the epoxy pavement marking by means of a low pressure, gravity drop bead applicator. In subsection 627.05, delete the last paragraph and replace with the following: Epoxy pavement marking and beads shall be applied within the following limits:

Application Rate or Coverage Per Gallon of Epoxy Pavement Marking

Minimum Maximum 16 – 18 mil marking 90 sq. ft. 100 sq. ft. Beads 18 lbs. 20 lbs. Subsection 627.06 (c) shall include the following: Glass beads shall be applied into the thermoplastic pavement marking by means of a low pressure, gravity drop bead applicator. In subsection 713.08, delete the first and third paragraphs and replace with the following: 713.08 Glass Beads for Pavement Marking. Glass beads for pavement marking shall conform to AASHTO M 247, except for the following: (1) Gradation:

U.S. Mesh Microns % Retained 16 1400 0 - 10 18 1000 20 - 35 30 600 50 - 70 50 300 95 - 100

(2) Roundness: All beads shall meet a minimum of 80 percent true spheres in accordance with the Office of Federal Lands Highways FLH T520 or a computerized optical testing method.

(3) Color / Clarity: Beads shall be colorless, clear, and free of carbon residues.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 106 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 106 - 5

(4) Refractive Index: Minimum 1.51 by oil immersion method.

(5) Air Inclusions: Less than 5 percent by visual count. (6) Coatings: Per manufacturer’s recommendation for optimum adhesion and embedment. (7) Chemical Resistance: Beads shall be resistant to hydrochloric acid, water, calcium chloride, and

sodium sulfide as tested per methods outlined in sections 4.3.6 to 4.3.9 of the TT-B Federal Spec.1325D.

(8) A minimum of 40 percent of the total weight shall be manufactured using a molten kiln direct melt method. All molten kiln direct melt glass beads shall be above the 600 µm (#30) sieve.

(9) Glass beads used for any type of pavement marking shall not contain more than 75 parts per million

(ppm) arsenic, 75 ppm antimony and 100 ppm lead, as tested in accordance with EPA methods 3052 and 6010C, or other approved testing method.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 202 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 202 - 1

REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

Section 202 of the CDOT Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: Asphalt Mat This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the DIA Project Manager. Concrete Pavement This work includes the removal and disposal of existing concrete pavement, including steel, as shown on the plans or at locations directed by the DIA Project Manager. In subsection 202.02 the seventh paragraph shall include the following: The existing asphalt mat thickness and concrete pavement thicknesses are unknown. Removal shall be in a manner that minimizes contamination of the underlying material. The removed material shall become the property of the Contractor and shall be either disposed of outside the project site, or used in one or more of the following ways: 1. Removed from site to a recycling agent. 2. Recycled into the hot mix asphalt. 3. Used to construct embankments in accordance with subsection 203.06. DADS Landfill located 3500 E Gun Club Rd. in Aurora may also be utilized for disposal of debris. Use of DADS Landfill must be coordinated with the DIA Project Manager so that the hauler obtains DIA disposal tickets. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit 202-00220 Removal of Asphalt Mat Square Yard 202-00210 Removal of Concrete Pavement Square Yard Unless otherwise specified in the Contract, the removal and disposal of Items 202-00220 and 202-00210 or their use in other locations on the project will not be measured and paid for separately, but shall be included in the work.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 203 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 203 - 1

REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT

Section 203 of the CDOT Standard Specifications is hereby revised for this project as follows: Section 203.03 shall include the following: Borrow material may be obtained from the Tower Road Borrow Site (East Side). If this site is used the Contractor shall be responsible for constructing a haul road to access this site. Existing drainage patterns shall be maintained on this site and the Contractor is responsible for providing any culverts or pipes necessary. Access to and from the borrow site may be provided from the existing FAA road and shoulder closures may be necessary on the Tower Road on-ramp. Contractor is responsible for re-vegetating site to prior to disturbance conditions. Contractor shall submit plans to DIA Engineer for approval prior to using borrow site. Material from Tower Road Borrow Site shall meet requirements of CDOT Standard Specifications Section 203 Excavation and Embankment and testing requirements in Division 1 of these Project Specifications prior to placement. Section 203.14 shall include the following: Any additional work necessary for use of the Tower Road Borrow Site (East Side) shall not be paid separately but shall be included in the work.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 203 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 203 - 2

REVISION OF SECTION 203 IMPORTED MATERIAL FOR EMBANKMENT

Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.03 (a) shall include the following: Imported Material used for backfilling pipes (storm sewer, cross culverts, side drains, etc) shall be tested for compatibility with the selected pipe material. When Non-reinforced Concrete Pipe or Reinforced Concrete Pipe is used, the imported material shall be tested for sulfate and pH When Corrugated Steel Pipe, Bituminous Coated Corrugated Steel Pipe or Pre-coated Corrugated Steel Pipe is used, the imported material shall be tested for sulfates, chlorides, pH and resistivity. When Aramid Fiber Bonded Corrugated Steel Pipe or Corrugated Aluminum Pipe is used, the imported material shall be tested for pH and resistivity. When Plastic pipe is selected, the imported material does not need to be tested for sulfates, chlorides, pH and resistivity. Sulfates, chlorides, pH and resistivity shall be determined by the following procedures: (1) Water soluble sulfates using CP-L 2103 Method B. (2) Chlorides using CPL 2104 (3) Resistivity using ASTM G57 (4) pH using ASTM G51. The average of three consecutive tests shall show the imported material’s sulfate, chloride, pH and resistivity is not greater than the limits corresponding to the Pipe Class in Table 203-1 or 203-2 for the pipe class specified on the plans. No single test shall have a result more than 20 percent greater than that corresponding to the limit in Table 203-1 or Table 203-2 for sulfates, chlorides and resistivity. No single test shall have a result more than 5 percent outside the limit in Table 203-1 for pH. The remaining sample material from a single failing test shall be split into three equal portions. CDOT shall receive one portion, the Contractor shall receive one portion and the remaining portion shall be retained by the Project. CDOT and the Contractor’s Lab shall retest the failed sample; if the results from those tests are within 10 percent of each other, the results will be averaged. The averaged result will be used for Contract compliance. If the results from the Labs are not within 10 percent of each other, the remaining sample portion will be sent to an independent laboratory for testing using the testing requirements specified above. The independent laboratory will be mutually agreed upon by the City and County of Denver and the Contractor. The Independent Lab’s test result will be used for Contract compliance. If the imported material’s sulfates, chlorides, and resistivity are less than the limits and the pH is within the limits in Table 203-1 or 203-2, the City and County of Denver will bear all costs associated with the independent lab test. If the imported material’s sulfates, chlorides, and resistivity is greater than the limits and the pH is outside the limits in Table 203-1 or 203-2, all costs associated with independent lab testing shall be at the Contractor’s expense. Embankment represented by failing tests shall be removed from the project and replaced at the Contractor’s expense.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 203 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 203 - 3

Table 203-1 SULFATE, CHLORIDE AND PH OF IMPORTED MATERIAL

SOIL

Pipe Class

Sulfate Chloride

(SO4) (Cl) pH

% max % max

0 , 7 0.05 0.05 6.0-8.5

1, 7 0.10 0.10 6.0-8.5

2, 8 0.20 0.20 6.0-8.5

3, 9 0.50 0.50 6.0-8.5

4, 9 1.00 1.00 5.0-9.0

5, 10 2.00 2.00 5.0-9.0

6, 10 >2.00 >2.00 <5 or >9

Table 203-2 RESISTIVITY AND PH OF IMPORTED MATERIAL

SOIL SIDE

Resistivity, R (Ohm – cm)

pH

≥1,500 5.0-9.0

≥250 3.0-12.0

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 207 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 207 - 1

REVISION OF SECTION 207 TOPSOIL

Section 207 of the CDOT Standard Specifications is hereby revised for this project as follows: Section 207.02 shall include the following after the first paragraph:

(a) Topsoil from the Contractors source shall conform to the following grading:

Sieve Sizes Percentage Passing

1-inch 100%

1/2 inch 95% - 100%

No.4 75% - 100%

No.10 60% - 100%

No.200 20% - 80%

Topsoil shall contain not less than 3%, or more than 20% organic matter, by weight in accordance with ASTM D 2974. Organic material shall be decomposed and free of wood.

(b) The DIA Project Manager shall be notified as to the location from which the Contractor proposes to furnish topsoil at least 14 days prior to being placed on the project. At the time of notification the Contractor shall submit certified test results of the topsoil from Colorado Analytical Laboratories Inc. Test results shall include the following:

1. pH% (between 5.0 and 8.2) 2. Percent Organic (between 3% and 20%) 3. Soluble Salts (less than 4 dS/m or mmho/cm) 4. Nutrient and Micro-Nutrient

Unless otherwise noted tests shall be in accordance with the “Method of Soil Analysis conducted by the Colorado State University Soil Testing Laboratory”

(c) Topsoil sources lacking organic matter may be used if, prior to delivery to the project, sufficient organic matter in the form of pulverized peat moss or rich organic soil from other sources is thoroughly mixed with the topsoil to provide a product meeting the above requirements.

(d) Organic material for incorporation into topsoil, if required, shall be partially decomposed fibrous or cellular stems and leaves of any of several species of Sphagnum mosses, or rotted manure. Organic material may require chopping or shredding to insure thorough mixing with the topsoil.

(e) All topsoil shall be fertilized as follows: The application rates of the fertilizer and limestone per 1,000 square feet of ground area of topsoil furnished by the Contractor shall be based on the soil analysis tests so that the total natural and applied chemical constituents are as follows:

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 207 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 207 - 2

Nitrogen 1.0 lb. minimum - 1.5lb. maximum per 1,000 square feet.

Phosphoric Acid 1.0 lb. minimum – 2.0 lb. maximum per 1,000 square feet

Potassium 1.0 lb. minimum – 2.0 lb. maximum per 1,000 square feet

Limestone Limestone requirements shall conform to the following table:

Amounts may need to be adjusted based on laboratory test results to insure the nutrient and micronutrient levels are sufficient.

LIMESTONE REQUIREMENTS

Soil pH Limestone Tons per Acre

Above 6.0 0 5.0 – 6.0 1.5 Below 5.0 3.0

Subsection 207.03 shall include the following:

Topsoil for this contract shall be secured from the Contractor’s source. Section 207.03 shall include the following after the last sentence in the third paragraph:

Unless otherwise stated in the Contract Documents topsoil shall be place to a depth of 4-inches. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work, as determined by the DIA Project Manager.

Section 207.04 shall include the following after the last sentence in the sixth paragraph:

Topsoil fertilizer shall not be measured or paid for separately but shall be included in the work. Subsection 207.05 shall include the following:

Payment will be made under:

Pay Item Pay Unit Topsoil Cubic Yard

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 212 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 212 - 1

REVISION OF SECTION 212 SEEDING

Section 212 of the CDOT Standard Specifications is hereby revised for this project as follows: In subsection 212.02, delete the second paragraph and replace with the following: Seed types and amount of PLS required per acre shall be as follows:

SPECIES PLS LBS / ACRE

DISTICHLIS SPICATA V. STRICTA INLAND SALTGRASS 4.8

SPOROBOLUS AIROIDES ALKALI SACATON 1.2

PASCOPYRUM SMITHII ‘ARRIBA’ WESTERN WHEATGRASS 12.6

PUCCINELLIA DISTANS ‘FULTS’ ALKALI GRASS 1.8

ATRIPLEX GARDNERI GARDNER SALTBUSH 2.4

BOUTELOUA CURTIPENDULA ‘NINER’ SIDE OATS GRAMA 2.4

SCHIZACHYRIUM SCOPARIUM ‘CIMARRON’ LITTLE BLUESTEM 1.8

NASELLA VIRIDULA ‘LODORM’ GREEN NEEDLEGRASS 2.4

BUCHLOE DACTYLOIDES ‘NATIVE’ BUFFALOGRASS 2.8

ELYMUS TRACHYCAULUS ‘PRIMAR0.5’ SLENDER WHEATGRASS 2.8

TRITICUM AESTIVUM X SECALE CEREAL QUICKGUARD STERILE TRITICALE 30.0

TOTAL 65.0 Contractor may propose individual species’ substitutions in accordance with Section 02212 of the Contract documents, as approved by the Engineer.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 401 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 401 - 1

REVISION OF SECTION 401 HOT MIX ASPHALT COMPACTION

(PNEUMATIC TIRE ROLLERS)

Section 401of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, first paragraph, delete the second sentence and replace with the following:

Both steel wheel and pneumatic tire rollers will be required on this project. If the Contractor has demonstrated that all of the manufacturer’s recommendations were followed and the pneumatic tire roller is detrimental to the finished surface of the HMA, the DIA Project may waive the pneumatic tire roller requirement.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 401 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 401 - 2

REVISION OF SECTION 401 HOT MIX ASPHALT COMPACTION

(STEEL WHEEL ROLLER)

Section 401of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, first paragraph, delete the second sentence and replace with the following:

Steel wheel rollers will be required on this project.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 401 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 401 - 3

REVISION OF SECTION 401 PLANT MIX PAVEMENTS

Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(b) shall include the following: After the Form 43 is executed, and all ingredients are available on the project, the Contractor shall notify the Engineer a minimum of one working day in advance of beginning production of the hot mix asphalt. Any changes in the Form 43 will require the same notification unless otherwise approved by the Engineer.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 401 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 401 - 4

REVISION OF SECTION 401 RECLAIMED ASPHALT PAVEMENT

Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(b) shall include the following: Reclaimed Asphalt Pavement (RAP) is allowed in hot mix asphalt (HMA) up to a maximum of 25 percent for all lifts other than the top lift, provided all specifications for HMA are met. Fine Aggregate Angularity requirements shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter, or other deleterious substances. Mixtures with more than 20 percent RAP shall not be used in the top lift of any asphalt pavement. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual in accordance with CP-L 5120. The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP utilized in the Contractor RAP mix design shall be the average AC content determined in accordance with 1B or 1C, below, or alternatively, a minimum of five samples of the Contractors RAP stockpile may be sampled and the average AC content of the RAP be determined using AASHTO T-164, Method A or B, or in accordance with 1C below. The use of RAP shall be controlled in accordance with subsections 105.05 and 106.05. If the Contractor elects to use RAP, the following additional conditions shall apply: 1. The Contractor shall have an approved Quality Control (QC) Plan that details how the RAP will be

processed and controlled. The QC plan shall address the following:

A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the processing (crushing, screening, and rejecting) and stockpile operation for this specific project.

B. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder

Content may also be determined in accordance with CP-L 5120, provided an RAP AC content correction factor is determined through correlation testing with AASHTO T-164, Method A or B. The correction factor shall be determined by performing correlation testing on the first five samples of the RAP AC content, then at a frequency of one for every five AC content tests thereafter. The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content determined in accordance with CP-L 5120 :

Frequency: 1/1000 tons of processed RAP material (minimum five tests)

C. (Alternate) The Contractor may propose a RAP asphalt content correction factor to be used in conjunction with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be used with all RAP asphalt contents tested for the mixture design and quality control sampling and testing. The methodology of the proposed CP-L 5120 RAP asphalt content correction factor shall be outlined in detail in the approved RAP QC Plan. At a minimum, the proposed CP-L 5120 correction factor shall identify the principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition oven serial number used in all the RAP asphalt content testing. The RAP source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor used for the testing. The substantiation must be from data gathered from historical information or specific asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin material gradations, and the specific equipment used.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 401 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 401 - 5

D. Control of RAP Gradation (CP31 or AASHTO T-30):

Frequency: 1/1000 tons of processed RAP material (minimum three tests)

E. Process Control Charts shall be maintained for binder content and each screen listed in subsection 401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate control charts for each RAP stockpile. The control charts shall be displayed and shall be made available to the Engineer upon request

2. The processed RAP must be 100 percent passing the 31.5 mm (1¼ inch) sieve. The aggregate obtained from the processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder obtained from the processed RAP shall be uniform in all the measured parameters in accordance with the following:

UNIFORMITY* Parameter Standard Deviation

Binder Content 0.5 Percent Passing 19 mm (¾”) 4.0 Percent Passing 12.5 mm (½”) 4.0 Percent Passing 9.5 mm (⅜”) 4.0 Percent Passing 4.75 mm (#4) 4.0 Percent Passing 2.36 mm (#8) 4.0 Percent Passing 600 m (#30) 3.0 Percent Passing 75 m (#200) 1.5 *Uniformity is the Maximum allowable Standard Deviation of test results of processed RAP.

3. The Contractor shall supply a Performance Graded Binder which meets the AASHTO MP-1

specifications for one temperature grade lower for both the high and low end than that specified in the Contract if RAP content is greater than 20 percent. For example, if the Contract originally specified a PG 76-28, the Contractor shall supply a binder meeting the AASHTO MP-1 specifications for a PG 70-34.

4. If RAP millings generated are incorporated in the same project, in accordance with CPL 5145 the Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled and tested to allow full production of a RAP HMA mix.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 401 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 401 - 6

REVISION OF SECTION 401 TEMPERATURE SEGREGATION

Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.16 delete the twelfth (last) paragraph and replace it with the following: The Engineer may evaluate the HMA for low density due to temperature segregation any time industry best practices, as detailed on Form 1346, are not being followed or the Engineer suspects temperature segregation is occurring. The Engineer will first meet with the Contractor to discuss the paving practices that are triggering the temperature investigation. Areas across the mat, excluding the outside 1 foot of both edges of the mat, that are more than 25 °F cooler than other material across the width may be marked for density testing. Material for temperature comparison will be evaluated in 3-foot intervals behind the paver across the width of the mat. The material shall be marked and tested in accordance with CP 58. If four or more areas within a lot of 500 tons have densities of less than 93 percent of the material’s maximum specific gravity for SMA mixes or less than 92 percent of the material’s maximum specific gravity for all other HMA mixes, a 5 percent price disincentive will be applied to the 500 ton lot. The 500 ton count begins when the Engineer starts looking for cold areas, not when the first cold area is detected. This price disincentive will be in addition to those described in Sections 105 and 106. Only one area per delivered truck will be counted toward the number of low density areas. Temperature segregation checks will be performed only in areas where continuous paving is possible.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 401 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 401 - 7

REVISION OF SECTION 401 COMPACTION OF HOT MIX ASPHALT

Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, delete the third paragraph and replace with the following: SMA shall be compacted to a density of 93 to 97 percent of the daily theoretical maximum specific gravity, determined according to CP 51. All other HMA shall be compacted to a density of 92 to 96 percent of the daily theoretical maximum specific gravity, determined according to CP 51. If more than one theoretical maximum specific gravity test is taken in a day, the average of the theoretical maximum specific gravity results will be used to determine the percent compaction. Field density determinations will be made in accordance with CP 44 or 81.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 401 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 401 - 8

REVISION OF SECTION 401 COMPACTION PAVEMENT TEST SECTION (CTS)

Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, delete the fifteenth paragraph and replace with the following: Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall consist of a minimum of seven random cores. The Engineer will determine the coring locations using a stratified random sampling process. The locations of these cores will be such that one set can serve as a duplicate of the other. One set of these cores shall be immediately submitted to the Engineer. This set will be used for determining acceptance of the CTS and determining density correction factors for nuclear density equipment. Densities of the random samples will be determined by cores according to CP 44. Density correction factors for nuclear density equipment will be determined according to CP 81. Coring shall be performed under CDOT observation. Coring will not be measured and paid for separately but shall be included in the work. For SMA, a CTS is not used. The Contractor shall follow the requirements for the demonstration control strip in accordance with the Revision of Section 403, Stone Matrix Asphalt Pavement.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 403 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 403 - 1

REVISION OF SECTION 403 HOT MIX ASPHALT & STONE MATRIX ASPHALT

TICKET COLLECTION

Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.05 shall include the following:

The Contractor shall collect and sign the scale ticket on each load when it is delivered to the project site, and ensure that the information required in subsection 109.01of the CDOT Standard Specifications is shown on each ticket. Tickets showing out of specification material shall have the material represented by that ticket rejected. If the material is incorporated into the project it will not be paid for and may be required to be removed at the Contractor’s expense. The scale tickets shall be available on site for DIA personnel to inspect. Each day the contractor shall provide the Engineer envelopes which contain the previous day’s signed tickets and the following: 1. On each envelope: Project number, date of paving, type of material, daily total, and cumulative

total.

2. One of the following:

a. Two adding machine tape tabulations of the weight tickets with corresponding totals run and signed by different persons.

b. One signed adding machine tape tabulation of the weight tickets that has been checked and signed by a second person.

c. Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must be consecutive and without voids adjustments.

3. A listing of any overweight loads on the envelope, including ticket numbers and amount of legal

limit.

4. A comparison of the actual yield for each day’s placement to the theoretical yield. Theoretical yield shall be based on the actual area paved, the planned thickness, and the actual density of the mixture being placed. Any variance greater than +2.5% shall be indicated on the envelope and a written explanation included.

The Contractor shall provide a vehicle identification sheet that contains the following information for each vehicle: (1) Vehicle number (2) Length (3) Tare weight (4) Number of axles (5) Distance between extreme axles (6) All other information required to determine legal weight (7) Legal weight limit.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 412 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 412 - 1

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT FINISHING

Section 412 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 412.12(a) and replace it with the following: (a) Hand Finishing. Hand finishing should be minimized wherever possible. The Engineer shall be notified

prior to hand finishing work and the proposed hand finished work shall be addressed in the Quality Control Plan for concrete finishing. Unless otherwise specified, hand finishing methods will be permitted only under the following conditions. Hand finished concrete shall be struck off and screeded with a portable screed that is at least 2 feet longer than the maximum width of the slab to be struck off. It shall be sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be allowed after concrete has been in-place for more than 30 minutes or when initial set has begun unless otherwise approved by the Engineer. Finishing tools made of aluminum shall not be used.

The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished in accordance with current Industry standards in the concrete pavement placement. It shall also identify the Contractor’s method for ensuring that the provisions of the QCP are met. The QCP shall be submitted to the Engineer at the Preconstruction Conference. Paving operations shall not begin until the Engineer has approved the QCP. The QCP shall identify and address issues affecting the quality of finished concrete pavement including but not limited to:

(1) Timing of hand finishing operations (2) Methodology to place and transport concrete (3) Equipment and tools to be utilized (4) Qualifications and training of finishers and supervisors

When the Engineer determines that any element of the approved QCP is not being implemented or that hand finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address improperly placed material and how to remedy future hand finishing failures and bring the work into compliance with the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of operations.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 412 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 412 - 2

REVISION OF SECTIONS 412, 601 AND 711 LIQUID MEMBRANE-FORMING COMPOUNDS

FOR CURING CONCRETE  

Sections 412, 601 and 711 of the Standard Specifications are hereby revised for this project as follows: In subsection 412.14, first paragraph, delete the second sentence and replace with the following: The impervious membrane curing compound shall meet the requirements of ASTM C 309, Type 2 and shall be volatile organic content (VOC) compliant. In subsection 601.13 (b), first paragraph, delete the second sentence and replace with the following: A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type 2 shall be used on surfaces where curing compound is allowed, except that Type 1 curing compound shall be used on exposed aggregate or colored concrete, or when directed by the Engineer. In subsection 601.16 (a) 1, delete the first sentence and replace with the following: 1. Membrane Forming Curing Compound Method. A volatile organic content (VOC) compliant curing

compound conforming to ASTM C 309, Type 2 shall be uniformly applied to the surface of the deck, curbs and sidewalks at the rate of 1 gallon per 100 square feet.

Delete subsection 711.01 and replace with the following: 711.01 Curing Materials. Curing materials shall conform to the following requirements:

Burlap Cloth made from Jute or Kenaf AASHTO M 182 Liquid Membrane-Forming Compounds for Curing Concrete

ASTM C 309

Sheet Materials for Curing Concrete AASHTO M 171* *Only the performance requirements of AASHTO M171 shall apply.

Straw used for curing shall consist of threshed straw of oats, barley, wheat, or rye. Clean field or marsh hay may be substituted for straw when approved by the Engineer. Old dry straw or hay which breaks readily in the spreading process will not be accepted.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 412 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 412 - 3

REVISION OF SECTION 412 TIE BAR INSPECTION

Section 412 of the Standard Specifications is hereby revised for this project as follows: Subsection 412.13(b) 1 shall include the following: If tie bars are inserted into plastic concrete with a tie bar insertion machine, tie bar location and concrete consolidation shall be subject to the following additional requirements: Each 2500 linear feet of longitudinal weakened plane joint resulting from the procedure shall have one random location cored where the core intercepts an inserted tie bar. The core shall be six-inch diameter taken in the presence of the Engineer. If non-consolidated concrete is evident above the inserted tie bar, the Contractor shall cease paving operations and submit a corrective action plan in writing for approval. Correction of the joint and further paving shall take place only after written approval of the corrective action plan has been provided by the Engineer. Additional coring may be required, as directed by the Engineer. Coring operations, including patching, shall be at the Contractor’s expense. Further failure to consolidate the concrete over the tie-bars will be justification to preclude the use of automatic tie-bar insertion for the remainder of the project.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 601 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 601 - 1

REVISION OF SECTION 601 CONCRETE SLUMP ACCEPTANCE

Section 601 of the Standard Specifications is hereby revised for this project as follows: Delete the fifth paragraph of Subsection 601.05 and replace with the following: Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix design plus or minus 2.0 inch. The laboratory trial mix must produce an average compressive strength at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, an air entraining admixture may be added to an approved Class BZ mix design. A new trial mix will not be required. Delete Subsection 601.17 (b), 601.17 (d) and Table 601-3 and replace with the following: (b) Slump. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch

that exceeds the slump of the approved concrete mix design by 2.0 inches will be retested. If the slump is exceeded a second time, that load is rejected. If the slump is greater than 2 inches lower than the approved concrete mix design, the load can be adjusted with a water reducer, or by adding water (if the w/cm allows) and retested.

Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to reduced payment or removal as determined by the Engineer.

(d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be according to Table 601-3 and shall be applied to the unit price bid for Item 601, Structural Concrete.

If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the product of the individual pay factors.

Table 601-3 PAY FACTORS

Percent Total Air Strength

Deviations From

Specified Air

(Percent)

Pay Factor

(Percent)

Below Specified

Strength (psi) [ < 4500 psi Concrete]

Pay Factor

(Percent)

Below Specified Strength

(psi) [ ≥ 4500 psi Concrete]

0.0-0.2 98 1-100 98 1-100 0.3-0.4 96 101-200 96 101-200 0.5-0.6 92 201-300 92 201-300 0.7-0.8 84 301-400 84 301-400 0.9-1.0 75 401-500 75 401-500

Over 1.0 Reject Over 500 Reject

65 501-600 54 601-700 42 701-800 29 801-900 15 901-1000

Reject Over 1000

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 601 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 601 - 2

REVISION OF SECTION 601 STRUCTURAL CONCRETE

TICKET COLLECTION

Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.06 shall include the following:

The Contractor shall collect and sign the scale ticket on each load when it is delivered to the project site, and ensure that the information required in subsection 109.01 and 601.06 of the CDOT Standard Specifications is shown on each ticket. Tickets showing out of specification material shall have the material represented by that ticket rejected. If the material is incorporated into the project it will not be paid for and may be required to be removed at the Contractor’s expense. The scale tickets shall be available on site for DIA personnel to inspect. Each day the contractor shall provide the Engineer envelopes which contain the previous day’s signed tickets and the following: 5. On each envelope: Project number, date of paving, type of material, daily total, and cumulative

total.

6. When paid for as cubic yard one of the following:

a. Two adding machine tape tabulations of the cubic yards with corresponding totals run and signed by different persons.

b. One signed adding machine tape tabulation of the cubic yards that has been checked and signed by a second person.

c. Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must be consecutive and without voids adjustments.

7. A listing of any overweight loads on the envelope, including ticket numbers and amount of legal

limit.

8. A comparison of the actual yield for each day’s placement to the theoretical yield. Theoretical yield shall be based on the actual area paved and the planned thickness of the mixture being placed. Any variance plus or minus 2.5% shall be indicated on the envelope and a written explanation included.

The Contractor shall provide a vehicle identification sheet that contains the following information for each vehicle: (1) Vehicle number (2) Length (3) Tare weight (4) Number of axles (5) Distance between extreme axles (6) All other information required to determine legal weight (7) Legal weight limit

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 601 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 601 - 3

REVISION OF SECTION 601 CONCRETE BATCHING

Section 601 of the Standard Specifications is hereby revised for this project as follows: In subsection 601.06, delete (13) and (17) and replace with the following: (13) Gallons of water added by truck operator, the time the water was added and the quantity of concrete

in the truck each time water is added. (17) Water to cementitious material ratio.

END OF SECTION  

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 601 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 601 - 4

REVISION OF SECTION 601 EXTENDED SET CONTROL ADMIXTURE

Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.07(a) shall include the following: The 90-minute time limit for mixer or agitating trucks may be extended longer than 180 minutes if: (1) An Extended Set Control Admixture (ESCA) is added at the time of batching. Procedures and doses

shall be in accordance with manufacturer’s recommendations. The ESCA shall be on the approved products list.

(2) The concrete temperature prior to placement is less than 90 °F. (3) Each load of concrete shall be sampled and tested by the Contractor for air content according to CP

61. (4) The Department will cast three additional acceptance cylinders. If the acceptance cylinders tested at

28 days do not meet design strength, the additional cylinders will be tested at 56 days for acceptance. Subsection 601.09 (h) shall include the following: When ESCAs are used, the removal of forms, supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 601 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 601 - 5

REVISION OF SECTIONS 601 CONCRETE FINISHING

Section 601of the Standard Specifications are hereby revised for this project as follows: In subsection 601.12 (a) delete the fifth paragraph and replace it with the following: Water shall not be added to the surface of the concrete to assist in finishing operations. Hand finishing should be minimized wherever possible. The hand finishing methods shall be addressed in the Quality Control Plan for concrete finishing. Hand finished concrete shall be struck off and screeded with a portable screed that is at least 2 feet longer than the maximum width of the surface to be struck off. It shall be sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be allowed after concrete has been in-place for more than 30 minutes or when initial set has begun. Finishing tools made of aluminum shall not be used. The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished in accordance with current Industry standards. It shall identify the Contractor’s method for ensuring that the provisions of the QCP are met. The QCP shall be submitted to the Engineer at the Preconstruction Conference. Concrete placement shall not begin until the Engineer has approved the QCP. The QCP shall identify and address issues affecting the quality finished concrete including but not limited to: (5) Timing of hand finishing operations (6) Methodology to place and transport concrete (7) Equipment and tools to be utilized (8) Qualifications and training of finishers and supervisors When the Engineer determines that any element of the approved QCP is not being implemented or that hand finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address improperly placed material and how to remedy future hand finishing failures and bring the work into compliance with the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of operations. In subsection 601.14(a) delete the fourth paragraph.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 606 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 606 - 1

REVISION OF SECTION 606 TENSIONED CABLE BARRIER (TL-4)

Section 606 of the CDOT Standard Specifications is hereby revised to include the following: PART 1: DESCRIPTION A. This work consists of the installation of four-strand Tensioned Cable Barrier Test Level 4 (TL-4) with 10.5

foot post spacing at location described in the Contract Documents.

PART 2: MATERIALS 1. The four-strand tensioned cable barrier system shall meet the NCHRP Report 350 Test Level 4 and shall

be the following:

Brifen wire Rope Safety Fence (Brifen WRSF) supplied by Brifen USA Inc., 12501 N. Santa Fe Avenue, Oklahoma City, OK 73114, Phone: 405.751.8062, Fax: 405.751.8338.

All cable and hardware shall be new (not re-used). All posts shall be socketed posts and shall be fitted with excluders and caps. Prismatic reflectors shall be installed on both faces of every 2nd cap (that is, on both faces, at 21 feet on center), and at all four end terminal posts. Reflector color shall match the color of the adjacent traveled-way edge line. Concrete for posts and anchorages shall be Concrete Class D.

The cable barrier system shall be of a design which meets-Test Level 4 as described in the CHRP Report 350, Recommended Procedures for Safety Performance Evaluation of Highway Features, Published in 1993 by the Transportation Research Board.

CONSTRUCTION REQUIREMENTS

Tensioned Cable Barrier TL-4 shall be installed in accordance with the details as described in the Contract Documents and in accordance with manufacturer’s recommendations. The Contractor shall make all arrangements for a qualified representative from the cable barrier manufacturer to be on-site to:

(1) Train contractor personnel in proper installation of the Cable Barrier; (2) Check installation and tensioning after completion.

The Contractor shall obtain documentation from the manufacturer confirming the most recent detailed drawings are provided for the materials to be installed, and that these materials conform to the requirements of the NCHRP Report 350 TL-4. Three weeks prior to start of work, the Contractor shall submit one (1) electronic and two (2) hard copies of the manufacturer’s drawings and specifications to the Engineer. Work shall not begin until approval of these drawings has been received from the Engineer.

Installation of the cable barrier shall be performed by manufacturer-trained contractor personnel in the presence of the Engineer or his representative.

The wire rope shall be pre-stretched during manufacture in accordance with the manufacturer’s specifications. Minimum breaking strength shall be 39,000 pounds. Sections of wire rope shall be connected using turnbuckles, with threaded ends factory swagged onto the wire rope. However, a maximum of two field-installed wedge-type connectors per wire rope per run may be used if needed for length adjustment. If used, they shall be the threaded-end socket type which secures the wedge by compression.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 606 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 606 - 2

End Anchorages (Tensioned Cable Barrier) shall conform to NCHRP 350, Test Level 3 (TL-3) (End anchorages rated for TL-3 are the only devices currently available) IF NCHRP 350, Test Level 4 (TL4) end anchorages are available at the time of bid they shall be used on this project.

Concrete foundations for end anchorages and line posts shall be constructed with appropriate rebar as recommended by the manufacturer, based on size of foundations. Concrete foundations for line posts and end anchorages shall be constructed with reinforcing rings, regardless of whether mow strips are installed or not. The Contractor shall conduct a soil survey based upon test borings at each anchor site, but no boring spacing shall be greater than one mile, and need not be less than one-half mile. Boring shall be to a depth of 12 feet, minimum, to identify the soil type, classification, and load-bearing capacity (as indicated by SPT blows per foot or CPT-interpreted SPT values) and depth water was encountered. The Contractor shall submit the results of the soil survey to the manufacturer so that adjustments can be made (if required) to the size or type of footing used. A copy of this survey shall be submitted to the Engineer. The foundation design shall be sealed by a Professional Engineer licensed in the State of Colorado.

The minimum concrete post footing size shall be 14 inches in diameter and 3 feet in depth. The minimum concrete anchor footing size will be 3-foot diameter and 8-foot depth when all ropes end into one anchor; minimum of at least 2.1 CY of concrete if ropers are anchored separately. The Contractor shall install larger footings than minimum when soil conditions warrant. All footings shall be constructed of Concrete Class D.

The Contractor shall maintain the cable barrier until DIA’s Final Acceptance upon project completion. Cable barrier tensioning shall be checked within six weeks of project acceptance.

Tensioned Cable Barrier (TL-4) and End Anchorage (Tensioned Cable Barrier) spare parts shall be provided and become the property of City and County of Denver Maintenance at DIA. Spare parts shall be delivered to DIA as directed by the Engineer. Spare parts shall include one complete end anchorage (above-ground hardware only) and all supplies needed for repairs for 1,500 linear feet of Tensioned Cable Barrier (TL-4), including, but not limited to: standard socket line posts, transition posts, post caps, turnbuckles, excluders, locating pegs, and post caps with prismatic reflectors at same spacing as installed. Spare parts shall not include cable. The Contractor shall coordinate delivery of the spare parts with the DIA Engineer or his representative.

Contractor shall salvage reusable TL-3 parts, including standard socketed line posts, transition posts, post caps, turnbuckles, excluders, locating pegs, and post caps and deliver them in the same manner as the spare parts described above. Cable shall not be salvaged but shall become the property of the Contractor.

METHOD OF MEASUREMENT

Tensioned Cable Barrier (TL-4) will be measured by the linear foot of barrier that is installed and accepted, excluding end anchorage. Posts, ropes, all necessary parts and fittings, and minimum post footings will not be measured and paid for separately, but shall be included in the cost of the work.

End Anchorage (Tensioned Cable Barrier) for tensioned cable barrier will be measured by the actual number of anchorages that are installed and accepted. End Anchorage (Tensioned Cable Barrier) shall include concrete for standard-site footings, and all necessary parts and fittings.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 606 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 606 - 3

Additional concrete required for post or end anchorage footings larger than minimum-size will be measured and paid for as Concrete Class D in accordance with Section 601. Additional length or diameter of boring, if any is required, shall be included in the costs of the work.

BASIS OF PAYMENT

The accepted quantities of tensioned cable barrier will be paid for at the contract unit prices for each of the pay items listed.

Pay Item Pay Unit Tensioned Cable Barrier (TL-4) Linear Foot

End Anchorage (Tensioned Cable Barrier) Each Concrete Class D Cubic Yard

Payment will be full compensation for all work and materials required to complete the Tensioned Cable Barrier (TL-4) and End Anchorage work.

Minimum concrete foundations for end anchorages and line posts will not be measured and paid for separately, but shall be included in the work. Payment for concrete will be only for extra material required for larger foundations. Payment for concrete foundations larger than described in this specification shall include longer-length or larger-diameter boring and all additional reinforcing steel.

Furnishing and delivering the spare parts, and salvaging and delivering the reusable salvaged parts, will not be measured and paid for separately, but shall be included in the cost of the work.

All costs associated with manufacturer’s documentation, soil study, foundation design, and the manufacturer’s representative will not be measured for separately but shall be included in the cost of the work.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 612 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 612 - 1

REVISION OF SECTION 612 DELINEATORS

Section 612 of the Standard Specifications is hereby revised for this project as follows: In subsection 612.02(a) 1, delete the last sentence, and replace with the following: Posts shall conform to the requirements shown on the plans, and reflectors shall conform to the requirements in subsections 713.07 and 713.10. In subsection 612.02(a) 2.B, delete the first paragraph, and replace with the following: B. Base Anchoring. The posts shall be designed to facilitate a permanent installation that resists

overturning, twisting, and displacement from wind and impact forces. It shall have an anchoring depth of 18 to 24 inches. Actual depth shall be as recommended by the manufacturer. If soil conditions prohibit anchoring depth to less than 18 inches, installation shall be in accordance with manufacturer’s recommendations.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 624 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 624 - 1

REVISION OF SECTION 624 CULVERT AND SEWER PIPE

Section 624 of the Standard Specifications is hereby revised for this project as follows: In subsection 624.02 delete the third paragraph and replace it with the following: Connecting bands shall receive the same corrosion protection as the pipe with which they are used. Coatings conforming to the requirements of Sections 706 and 707 will be permitted as applicable. Connecting bands and pipe extensions shall be of similar metal, or of non-metallic material, to avoid galvanic corrosion. End sections for concrete or metal pipe shall be the same material as the pipe and meet the requirements for the same class as that specified for the pipe in accordance with Table 624-1. Plastic end sections shall not be used. When plastic pipe is to be installed with end sections, steel or concrete end sections meeting the same class as that specified for the pipe in accordance with Table 624-1 shall be used. In subsection 624.02 delete Table 624-1 and replace it with the following:

TABLE 624-1 Materials Allowed for Class of Pipe

Material Allowed**

Class of Pipe*

0 1 2 3 4 5 64 7 8 9 104

CSP Y N N N N N N N N N N Bit. Co. CSP Y Y1 N N N N N N N N N A.F. Bo. CSP Y Y Y Y Y Y Y N N N N CAP Y Y2 Y2 Y2 Y2 Y N N N N N PCSP - both sides

Y Y Y Y N N N N N N N

PVC6 Y Y Y Y Y Y Y Y Y Y Y PE6 Y Y Y Y Y Y Y Y Y Y Y RCP (SP0)3,5 Y Y N N N N N Y N N N RCP (SP1)3,5 Y Y Y N N N N Y Y N N RCP (SP2)3,5 Y Y Y Y Y N N Y Y Y N RCP (SP3)3,5 Y Y Y Y Y Y Y Y Y Y Y

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 624 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 624 - 2

* As determined by the City & County of Denver in accordance with the CDOT Pipe Selection Guide. Determination is based on abrasion and corrosion resistance.

** Y=Yes; N=No. 1 Coated Steel Structural Plate Pipe of equal or greater diameter, conforming to Section

510, may be substituted for Bit. Co. CSP at no additional cost to the project. 2 Aluminum Alloy Structural Plate Pipe of equal or greater diameter, conforming to

Section 510, may be substituted for CAP at no additional cost to the project. 3 SP= Class of Sulfate Protection required in accordance with subsection 601.04 as

revised for this project. RCP shall be manufactured using the cementitious material required to meet the SP class specified.

4 For pipe classes 6 and 10, the RCP shall be coated in accordance with subsection 706.07 when the pH of either the soil or water is less than 5. The Contract will specify when RCP is to be coated.

5 Concrete shall have a compressive strength of 4500 psi or greater. 6 In accordance with subsection 712.13.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 627 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 627 - 1

REVISION OF SECTIONS 627 AND 708 PAVEMENT MARKING WITH WATERBORNE PAINT

AND LOW VOC SOLVENT BASE PAINT

Sections 627 and 708 of the Standard Specifications are hereby revised for this project as follows: In subsection 627.04 delete the table and replace it with the following

DESCRIPTION Paint Water-Based Low VOC High Build

Alignment Lateral Deviation 2.0 inch per 200 foot Max Coverage Rate Sq. Ft. per Gallon 100-110 100-110 70-85 Thickness Mil 15-17 15-17 20-25 Width Inches Per Plans +/- 0.25 Dry Time Minutes 5-10 5-10 5-10 Beads Application Rate, lbs/gal 6-8 8-10 Subsection 708.05 shall include the following:

(c) High Build Acrylic Waterborne Paint. High build acrylic waterborne paint binder (nonvolatile portion of vehicle) shall be 100 percent acrylic cross linking polymer, by weight, as determined by infrared analysis or other chemical analysis available to the City & County of Denver.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 630 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 630 - 1

REVISION OF SECTION 630 RETROREFLECTIVE SHEETING

Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.02, delete Table 630-1, and replace it with the following:

Table 630-1 RETROREFLECTIVE SHEETING TYPES

Sheeting Type IV♦ Type Fluorescent1 Application Work Zone Work Zone

All Orange Construction Signs X Barricades (Temporary) X Vertical Panels X Flaggers Stop/Slow Paddle X X Drums2 X Non-orange Fixed Support signs with prefix “W”

X

Special Warning Signs X STOP sign (R1-1) YIELD sign (R1-2) WRONG WAY sign (R5-1a) DO NOT ENTER sign (R5-1) EXIT sign (E5-1a)

X

DETOUR sign (M4-9) or (M4-10)

X

All other fixed support signs3 X X All other signs used only during working hours

X X

1 Fluorescent Sheeting shall be of a brand that is on the CDOT Approved Products List. 2 Drum Sheeting shall be manufactured for flexible devices. 3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They

shall be mounted in accordance with Standard Plan S-630-1. ♦ New signs and devices shall be manufactured with Type IV sheeting. Existing signs and devices manufactured with Type III sheeting may be used on projects advertised prior to January 1, 2014. Signs and devices used on projects advertised on or after January 1, 2014 shall be manufactured with Type IV sheeting.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 630 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 630 - 2

REVISION OF SECTION 630 TRAFFIC CONE

Section 630 of the Standard Specifications is hereby revised for this project as follows: In Subsection 630.05, second paragraph, the reflectorized material shall be AP 1000 Polyester (Reflexite Corp.), 3M Type III, Transparent (Reflexite Corp.), or 2010 Vinyl Cone Collar (Reflexite Corp.). Any other material is not acceptable unless its brightness is equivalent or greater than the types named.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 630 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 630 - 3

REVISION OF SECTION 630 RETROREFLECTIVE SIGN SHEETING

Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.06, first paragraph, delete the fifth sentence and replace with the following: Retroreflective sheeting on new devices shall be Type IV. Existing devices manufactured with Type III sheeting may be used on projects advertised prior to January 1, 2014. Devices used on projects advertised on or after January 1, 2014 shall be manufactured with Type IV sheeting.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 630 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 630 - 4

REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL

Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.10 shall include the following after the first paragraph: The Contractor’s Superintendent and all others serving in a similar supervisory capacity shall have completed a CDOT-approved two-day Traffic Control Supervisor training as offered by the CCA. The one-day ATSSA Traffic Control Technician (TCT) training along with the two-day ATSSA Traffic Control Supervisor training will serve as an alternate. If the alternate is chosen, the Contractor shall provide written evidence that at least an 80 percent score was achieved in both of the two training classes. The certifications of completion or certifications of achievement for all appropriate staff shall be submitted to the Engineer at the preconstruction conference.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 703 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 703 - 1

REVISION OF SECTION 703 CONCRETE AGGREGATES

Section 703 of the Standard Specifications is hereby revised for this project as follows: Delete the second paragraph of subsection 703.00 and Table 703-1. Delete subsections 703.01 and 703.02 and replace with the following: 703.01 Fine Aggregate for Concrete. Fine aggregate for concrete shall conform to the requirements of AASHTO M 6, Class A. The minimum sand equivalent, as tested in accordance with Colorado Procedure 37 shall be 80 unless otherwise specified. The fineness modulus, as determined by AASHTO T 27, shall not be less than 2.50 or greater than 3.50 unless otherwise approved. 703.02 Coarse Aggregate for Concrete. Coarse aggregate for concrete shall conform to the requirements of AASHTO M 80, Class A aggregates, except that the percentage of wear shall not exceed 45 when tested in accordance with AASHTO T 96.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 703 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 703 - 2

REVISION OF SECTION 703 AGGREGATE FOR HOT MIX ASPHALT

Section 703 of the Standard Specifications is hereby revised for this project as follows: Subsection 703.04 shall include the following: The aggregate for Hot Mix Asphalt (HMA) shall meet the requirements of Table 703-4A when tested in accordance with CP-L 4211 Resistance of Coarse Aggregate to Degradation by Abrasion in the Micro-Deval Apparatus. The Contractor shall be assessed a price reduction of $1000 for each production sample of the combined aggregate with a value greater than 20 according to CP-L 4211.

Table 703-4A

AGGREGATE DEGRADATION BY ABRASION

IN THE MICRO-DEVAL CP-L 4211 Not to exceed Combined Aggregate (Mix Design) 18 Combined Aggregate (1/10,000 tons, or fraction thereof during production)

20

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 712 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 712 - 1

REVISION OF SECTION 712 WATER FOR MIXING OR CURING CONCRETE

Section 712 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 712.01 and replace it with the following: 712.01 Water. Water used in mixing or curing concrete shall be reasonably clean and free of oil, salt, acid, alkali, sugar, vegetation, or other substance injurious to the finished product. Concrete mixing water shall meet the requirements of ASTM C1602. The Contractor shall perform and submit tests to the Engineer at the frequencies listed in ASTM C1602. Potable water may be used without testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, and other foreign materials.

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 02 – SPECIAL PROVISIONS MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 712 CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 712 - 2

REVISION OF SECTION 712 GEOTEXTILES

Section 712 of the Standard Specifications is hereby revised for this project as follows: In subsection 712.08, delete Table 712-2 and replace with the following

Table 712-2 TYPICAL VALUES OF PERMEABILITY COEFFICIENTS1

Turbulent Flow

Particle Size Range

Millimeters (inches)

Effective

Size Permeability Coefficient k

cm/s D max D min

D 20 mm

(inches)

Derrick STONE 3000 (120) 900 (36) 1200 (48)

100

One-man STONE 300 (12) 100 (4) 150 (6) 30 Clean, fine to coarse GRAVEL

80 (3) 10 (¼) 13 (½) 10

Fine, uniform GRAVEL

8 (⅜) 1.5 (1/16) 3 (⅛) 5

Very coarse, clean, uniform SAND

3 (⅛) 0.8 (1/32) 1.5 (1/16) 3

Laminar Flow Uniform, coarse SAND

2 (⅛) 0.5 (1/64) 0.6 0.4

Uniform, medium SAND

0.5 0.25 0.3 0.1

Clean, well-graded SAND & GRAVEL

10 0.05 0.1 0.01

Uniform, fine SAND 0.25 0.05 0.06 40 x 10-4 Well-graded, silty SAND & GRAVEL

5 0.01 0.02 4 x 10-4

Silty SAND 2 0.005 0.01 1.0 x 10-4 Uniform SILT 0.05 0.005 0.006 0.5 x 10-4 Sandy CLAY 1.0 0.001 0.002 0.05 x 10-4 Silty CLAY 0.05 0.001 0.0015 0.01 x 10-4 CLAY (30% to 50% clay sizes)

0.05 0.0005 0.0008 0.001 x 10-4

Colloidal CLAY (-2 μm 50%)

0.01 10 40 10-9

1 Basic Soils Engineering, R.K. Hough, 2nd Edition, Ronald Pess Co.; 1969, Page 76.

Note: Since the permeability coefficient of the soil will be unknown in most non-critical, non-severe applications for erosion control and drainage, the soil-permeability coefficients listed in Table 712-2 may be used as a guide for comparing the permeability coefficient of the fabric with that of the in-place soil

END OF SECTION

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 1

SECTION 02212

SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING

PART 1 - GENERAL

1.01 DESCRIPTION

A. This work consists of soil preparation, application of fertilizer, soil conditioners, or both, and furnishing and placing seed and sod. The work shall be in accordance with the Contract and accepted horticultural practices.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Seed, Soil Conditioners, Fertilizers, and Sod

1. Seed. All seed shall be furnished in bags or containers clearly labeled to show the name and address of the supplier, the seed name, the lot number, net weight, origin, the percent of weed seed content, the guaranteed percentage of purity and germination, pounds of pure live seed (PLS) of each seed species, and the total pounds of PLS in the container. All seeds shall be free from noxious weed seeds in accordance with current state and local lists and as indicated in Lists A, B, and C of the Colorado Weed Act (Section 02207 Topsoil, Attachment 02207-A). The Contractor shall furnish to the Engineer a signed statement certifying that the seed is from a lot that has been tested by a recognized laboratory for seed testing within 6 months prior to the date of seeding. Seed that has become wet, moldy, or damaged in transit or in storage will not be accepted. Seed types and amount of PLS required per acre shall be provided in accordance with the Contract.

2. Seed and seed labels shall conform to all current State and Federal regulations and will be subject to the testing provisions of the Association of Official Seed Analysis. Computations for quantity of seed required on the project shall include the percent of purity and percent of germination. Prior to seeding, seed tags from all containers of seed to be sown shall be submitted to Engineer for written approval of species content and proportions. No seeding shall commence without written approval of seed tags by Engineer.

3. The formula used for determining the quantity of Pure Live Seed (PLS) shall be: a. Pounds PLS = Bulk Pounds / (decimal percent purity x decimal percent

germination)

4. Seed mixture used will one of those included in Tables 02212-1, -2, -3, -4, -5, or 6 below, as directed by Engineer.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 2

Table 12212-1

Non-Saline Upland Seed Mix, Denver International Airport

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES Bouteloua curtipendula Sideoats Grama Vaughn 0.8 10 Bouteloua gracilis Blue Grama Bad River 0.05 2.5 Bouteloua gracilis Blue Grama Hachita 0.05 2.5 Buchloe dactyloides Buffalograss Cody 0.7 2.5 Buchloe dactyloides Buffalograss Native -VNS† 0.7 2.5 Distichlis spicata v. stricta Inland Saltgrass Native -VNS† 0.3 5 Elymus lanceolatus Thickspike Wheatgrass Critana 0.5 5 Elymus trachycaulus Slender Wheatgrass Primar 0.5 5 Nasella viridula Green Needlegrass LoDorm 0.8 5 Panicum virgatum Switchgrass Nebraska 28 0.6 15 Pascopyrum smithii Western Wheatgrass Arriba 3.6 25 Poa secunda Sandberg Bluegrass Native -VNS† 0.5 5 Sporobolus cryptandrus Sand Dropseed Native -VNS† 0.01 4 Stipa comata Needleandthread Grass Native -VNS† 0.7 5 Grass species subtotal 9.41 95 FORBS (Wildflowers) Cleome serrulata Rocky Mountain Beeplant Native -VNS† 0.1 <1 Coreopsis tinctoria Plains coreopsis Native -VNS† 0.01 <1 Erysimum asperum Western Wallflower Native -VNS† 0.01 <1 Gaillardia aristata Blanketflower Native -VNS† 0.1 <1 Helianthus annuus Common sunflower Native -VNS† 0.01 <1 Liatris punctata Blazing-star Native -VNS† 0.1 <1 Linum lewisii Blue Flax Native -VNS† 0.03 <1 Oenothera villosa Tall Eveningprimrose Native -VNS† 0.01 <1 Penstemon angustifolia Narrow-leaf Penstemon Native -VNS† 0.02 <1 Ratibida columnaris Prairie Coneflower Native -VNS† 0.3 <1 Forb species subtotal 0.69 5 TOTAL PLS Rate 10.1

Table 12212-2 Non-Saline Upland Seed Mix For Shoulder Areas

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES Bouteloua curtipendula Sideoats Grama Vaughn 0.8 10 Bouteloua gracilis Blue Grama Bad River 0.05 2.5 Bouteloua gracilis Blue Grama Hachita 0.05 2.5 Buchloe dactyloides Buffalograss Cody 0.7 2.5 Buchloe dactyloides Buffalograss Native -VNS† 0.7 2.5 Distichlis spicata v. stricta Inland Saltgrass Native -VNS† 0.3 5 Elymus lanceolatus v. lanceolatus

Thickspike Wheatgrass Critana 1.1 11

Elymus lanceolatus v. psammophilus

Streambank Wheatgrass Sodar 1.0 10

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 3

Table 12212-2 Non-Saline Upland Seed Mix For Shoulder Areas

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

Elymus trachycaulus Slender Wheatgrass Primar0.5 0.5 5 Nasella viridula Green Needlegrass LoDorm 0.8 5 Pascopyrum smithii Western Wheatgrass Arriba 3.6 25 Poa secunda Sandberg Bluegrass Native -VNS† 0.5 5 Sporobolus cryptandrus Sand Dropseed Native -VNS† 0.01 4 Stipa comata Needleandthread Grass Native -VNS† 0.7 5 Grass species subtotal 10.8 100 TOTAL 10.8 100

Table 02212-3 Saline Upland Area Mix, Denver International Airport

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES Buchloe dactyloides Buffalograss Cody 1.4 5 Buchloe dactyloides Buffalograss Native 1.4 5 Distichlis spicata v. stricta Inland Saltgrass Native 0.8 25 Sporobolus airoides Alkali Sacaton Salado 0.2 20 Pascopyrum smithii Western Wheatgrass Arriba 2.1 15 Puccinellia distans Alkaligrass Fults 0.2 15 Puccinellia airoides Nuttall Alkaligrass Native 0.1 12 Grass species subtotal 6.1 97 SHRUBS Atriplex gardneri Gardner Saltbush Native 0.4 3 Shrub species subtotal 0.4 3 TOTAL PLS RATE 6.5

Table 02212-4 Non-Saline Wetland Mix, Denver International Airport

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES & GRASSLIKES Beckmannia syzigachne American Sloughgrass Native 0.2 10 Glyceria grandis Giant Mannagrass Native 0.1 10 Juncus torreyii Torrey Bulrush Native 0.01 5 Carex nebrascensis Nebraska sedge Native 0.3 10 Carex utriculata Beaked Sedge Native 0.4 10 Elymus canadensis Canada Wildrye Native 2.0 15 Leymus triticoides Creeping Wildrye Native 4.6 15 Juncus balticus Baltic Rush Native 0.01 10 Schoenoplectus validus Softstem Bulrush Native 0.4 15 TOTAL PLS RATE 8.0

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 4

Table 02212-5 Saline Wetland Seed Mix, Denver International Airport

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES & GRASSLIKES Scirpus paludosus (S. maritimus) Alkali Bulrush Native 3.9 50 Puccinellia airoides Nuttall Alkaligrass Native 0.33 25 Distichlis spicata v. stricta Inland Saltgrass Native 0.65 25 TOTAL PLS RATE 4.9 100

Table 02212-6 Pond Bottom Seed Mix

Scientific Name Common Name Variety lbs PLS /acre*

% of mix**

GRASSES & GRASSLIKES Distichlis spicata v. stricta Inland Saltgrass Native -VNS† 0.3 10 Juncus balticus Baltic Rush Native -VNS† 0.02 10 Panicum virgatum Switchgrass Nebraska 28 0.4 10 Pascopyrum smithii Western Wheatgrass Arriba 7.9 50 Puccinellia airoides Nuttall Alkaligrass Native -VNS† 0.06 10 Scirpus paludosus (S. maritimus)

Alkali Bulrush Native -VNS† 1.1 10

TOTAL 9.8 100 * PLS means Pure Live Seed; rates shown are for drill seeding, if broadcast, rates should be doubled. ** Percent by seed number *** Wetland mixes to be used only where wetland hydrology exists. Check with DIA Environmental Services. † VNS = Variety Not Stated

5. Seeding shall be accomplished by drill seeding or by broadcast seeding.

B. Soil Conditioners and Fertilizer

1. Fertilizer: Fertilizer (plant nutrients) shall conform to the applicable State fertilizer laws. It shall be uniform in composition, dry, and free flowing, and shall be delivered to the site in the original, unopened containers, each bearing the manufacturer’s guaranteed analysis. Fertilizer which becomes caked or damaged will not be accepted.

2. Soil conditioner: Soil conditioner shall consist of an organic amendment, comprised of composted biosolids or manure. Humic acid based material (Humate) shall include the following: a. pH 3 to 5 b. Maximum 20 percent inert ingredient c. Minimum 80 percent organic matter with 40 percent minimum humic acid.

3. Organic amendment comprised of composted biosolids (such as METROGRO® Compost) shall comply with all requirements of U.S. EPA’s biosolids regulations.

4. Organic amendment comprised of composted cow or sheep manure shall be produced as follows: a. Compost organic amendment (cow or sheep manure) for 90 to 120 days.

Certification must be provided to prove the product has gone through this process.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 5

b. Eradicate harmful pathogens including coliform bacteria. c. Create a carbon to nitrogen ratio of 15:1 to 25:1. d. Contain no solid particle greater than 1/2-in diameter. e. Have a non-offensive smell similar to fresh turned soil. f. Contain no significant level of dirt, soil, or chemical preservatives and contain a

maximum of 30 percent composted plant residue. g. Have a pH after composting between 6 and 8 with an organic matter content of at

least 20 percent. h. Contain soluble salts not greater than 5-mmhos/cm. i. Produced by aerobic decomposition. j. Processed at a consistent temperature of 140 degrees F or greater.

5. Certificate of Compliance shall be provided to the Engineer to verify the organic matter content, pH, and carbon matter to nitrogen ratio, and salt levels (by electrical conductivity mmhos/cm).

C. Sod

1. Sod shall be nursery grown and 99 percent weed free. Species shall be as shown on the plans. Other sod types may be used only if approved in writing by the Engineer. The one percent allowable weeds shall not include any undesirable perennial or annual grasses or plants defined as noxious by lists contained in Attachment 02207-A of Section 02207 Topsoil. Soil thickness of sod cuts shall not be less than 3/4-in nor more than 1-in. Sod shall be cut in uniform strips with minimum dimensions of 18-in in width and 48-in in length. The Contractor shall submit a sample of the sod proposed for use, which shall serve as a standard. Any sod furnished, whether in place or not, that is not up to the standard of the sample may be rejected. Sod that was cut more than 24 hours prior to installation shall not be used.

2. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod and the date and time of cutting.

PART 3 - EXECUTION

3.01 CONSTRUCTION REQUIREMENTS

A. Seeding Seasons

1. Seeding in areas that are not irrigated shall be performed during the period between spring thaw and July 1 or between October 15 and consistent ground freeze. a. “Spring thaw” shall be defined as the earliest date in a new calendar year in which

seed can be buried 1/2-in into the surface soil (topsoil) through normal drill seeding methods.

b. “Consistent ground freeze” shall be defined as that time during the fall months in which the surface soil (topsoil), due to freeze conditions, prevents burying the seed 1/2-in through normal drill seeding operations. Seed shall not be sown, drilled, or planted when the surface soil or topsoil is in a frozen or crusted state.

c. Seeding accomplished outside the time periods listed above will be allowed only when ordered by the Engineer or when the Contractor’s request is approved in writing. When requested by the Contractor, the Contractor must agree to perform the following work at no cost to the Department: reseed, remulch, and repair areas which fail to produce species indicated in the Contract.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 6

d. The seeding, the soil conditioning, and the fertilizing application rate shall be as specified. The Engineer may establish test sections for adjusting the seeding and the fertilizing equipment to assure the specified rate. The Engineer may order equipment readjustment at any time.

e. Seed, soil conditioner and fertilizer shall not be applied during inclement weather including rain and high winds, or when soil is frozen or soil moisture is too high to evenly incorporate seed, soil conditioner, or fertilizer.

B. Lawn Grass Seeding

1. Lawn grass seeding shall be accomplished in the seeding seasons described in subsection 02212.3.01. a. Soil Preparation

1) Preparatory to seeding lawn grass, irregularities in the ground surface, except the saucers for trees and shrubs, shall be removed. Measures shall be taken to prevent the formation of low places and pockets where water will stand.

2) Immediately prior to seeding, the ground surface shall be tilled or hand worked into an even and loose seedbed to a depth of 4 in, free of clods, sticks, stones, debris, concrete, and asphalt in excess of 2-in in any dimension, and brought to the desired line and grade.

b. Fertilizing and Soil Conditioning 1) The first application of fertilizer, soil conditioner, or both shall be incorporated

into the soil prior to seeding, and shall consist of a soil conditioner, commercial fertilizer, or both as designated in the Contract. Fertilizer called for on the plans shall be worked into the top 4-in of soil at the rate specified in the contract. Biological nutrient, culture, or humic acid based material called for on the plans shall be applied in a uniform application onto the soil service. Organic amendments shall be applied uniformly over the soil surface and incorporated into the top 6-in of soil.

2) The second application of fertilizer shall consist of a fertilizer having an available nutrient analysis of 20-10-5 applied at the rate of 100-lb/acre. It shall be uniformly broadcast over the seeded area three weeks after germination or emergence. The area shall then be thoroughly soaked with water to a depth of 1 in.

3) Fertilizer shall not be applied when the application will damage the new lawn. c. Seeding

1) After the surface is raked and rolled, the seed shall be drilled or broadcast and raked into the top 1/4-in of soil. Seeding shall be accomplished by mechanical landscape type drills. Broadcast type seeders or hydraulic seeding will be permitted only on small areas not accessible to drills. Seed shall not be drilled or broadcast during windy weather or when the ground is frozen or untillable. All loose exposed rock larger than 2-in shall be removed from slopes that are to be seeded by drilling.

2) Hydraulic seeding equipment shall include a pump capable of being operated at 100 gallons per minute and at 100-lb/in2 pressure, unless otherwise directed. The equipment shall have a nozzle adaptable to hydraulic seeding requirements. Storage tanks shall have a means of estimating the volume used or remaining in the tank.

C. Sodding

1. Soil Preparation. Preparatory to sodding, the ground shall be tilled or hand worked into

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 7

an even and loose sod bed to a depth of 4-in, and irregularities in the ground surface shall be removed. Sticks, stones, debris, clods, asphalt, concrete, and other material more than 2-in in any dimension shall be removed. Any depressions or variances from a smooth grade shall be corrected. Areas to be sodded shall be smooth before any sodding is done.

2. Sodding. The sod shall be laid by staggering joints with all edges touching. On slopes, the sod shall run approximately parallel to the slope contours. Where the sod abuts a drop inlet, the subgrade shall be adjusted so that the sod shall be 1 1/2 in below the top of the inlet. Within one hour after the sod is laid and fertilized it shall be watered. After watering the sod shall be permitted to dry to the point where it is still wet enough for effective rolling. It shall then be rolled in two directions with a lawn roller weighing at least 150-lb.

3. Fertilizing and Soil Conditioning. Prior to laying sod, the 4-in of subsoil underlying the sod shall be treated by tilling in fertilizer, soil conditioner, or both. The rate of application shall be as designated in the Contract. Fertilizer called for on the plans shall be worked into the top 4-in of soil at the rate specified in the contract. Biological nutrient, culture or humic acid based material called for on the plans shall be applied in a uniform application onto the soil service. Organic amendments shall be applied uniformly over the soil surface and incorporated into the top 6-in of soil.

4. After laying, the sod shall be fertilized with a fertilizer having an available nutrient analysis of 20-10-5 at the rate of 200-lb/acre. Fertilizer shall not be applied when the application will damage the sod.

D. Native Seeding

1. Areas that are unirrigated shall be seeded in accordance with subsection 02212.3.01. a. Soil Preparation. Slopes flatter than 2:1, shall have compaction relieved to a

depth of 12-in. Slopes 2:1 or steeper shall be manipulated to produce a roughened condition to promote water retention and minimize runoff. Roughening of these slopes may be accomplished by a variety of mechanized treatments. Choice of method will account for 1) safety and 2) creation of a roughened surface without well-defined down-slope furrows that would accumulate runoff and encourage excessive erosion. Unless precluded by safety considerations, roughening activities should be undertaken on the contour (i.e., perpendicular to the fall line). Slopes shall be free of clods, sticks, stones, debris, concrete, and asphalt in excess of 4-in in any dimension, and brought to the desired line and grade.

b. Fertilizing and Soil Conditioning. Prior to seeding, fertilizer, soil conditioner, or both shall be applied. The fertilizer and soil conditioner type and rate of application shall be as designated in the Contract. Fertilizer called for on the plans shall be worked into the top 4-in of soil at the rate specified in the contract. Biological nutrient, culture or humic acid based material called for on the plans shall be applied in a uniform application onto the soil service. Organic amendments shall be applied uniformly over the soil surface and incorporated into the top 6-in of soil.

c. Seeding. Seeding shall be accomplished within 24 hours of the last surface manipulation to make special seed bed preparation unnecessary. The seeding application rate shall be as designated in the Contract. All slopes flatter than 2:1 shall be seeded by mechanical power drawn drills followed by packer wheels or drag chains. If drill seeding is used, the seed drill will be equipped with three seed boxes including one for large smooth seed, one for fluffy seed (with picker wheels

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 8

to prevent bridging), and one for small smooth seed. Furrow spacing may vary between 7- and 9-in. Drill will have double disc furrow openers and functioning depth bands set to plant at 1/2-in depth. Drill will have either packer wheels or drag chains. Grain drills are NOT acceptable. Seeder-cultipackers are also not acceptable.

d. If broadcast seeding is used, soil surface will be roughened IMMEDIATELY prior to seeding using a toothed-type harrow. Seed will be spread by hand or by cyclonic spreader at a rate TWICE that specified for drill seeding in Tables 02212-1, -2, -3, or -4. Immediately following seeding, the treated area will be harrowed with a tooth-type harrow to cover the seed. Sufficient passes will be made to assure that seed is covered to a depth of at least 1/4-in. Brush or chain-link drags are not acceptable for this purpose.

e. Seeded areas damaged due to circumstances beyond the Contractor’s control shall be repaired and reseeded as ordered. Payment for this corrective work, when ordered, shall be at the contract prices. Seeded areas damaged by natural causes such as drought or flooding shall be repaired and reseeded as ordered. Payment for this corrective work, when ordered, shall be subject to Force Majeur Clauses provisions of the contract.

f. Multiple seeding operations shall be anticipated as portions of job are completed to take advantage of growing conditions and to comply with Section 02208 and subsection 02212.3.01.

E. Revegetation Performance Criteria

1. It will be required that the Contractor establish a good stand of grass with uniform cover to the satisfaction of the Engineer. A grass stand shall be considered adequate when after the first growing season there is an average of at least three seedlings of desirable (planted) species per square foot.

2. Alternatively, a 2-year warranty period may be established after which revegetation requirements associated with construction projects as regulated by the National Pollutant Discharge Elimination System (NPDES) stormwater program and managed by the Colorado Department of Public Health and Environment (CDPHE) would be implemented. Permanent stabilization is defined by CDPHE and in this specification as return of ground cover (cover of live plants including weeds plus that of litter (detached dead plant parts) and standing dead plant material) equal to or greater than 70 percent of that present previous to disturbance. Inasmuch as total ground cover in this area prior to disturbance is often in the range of 70 to 80 percent, meaning that 70 percent of these levels is about 50 to 55 percent, a single standard of 50 percent total ground cover will be used. That is, to be regarded as stabilized, project areas must demonstrate 50 percent ground cover (by visual estimate). In other words no more than 50 percent of the surface may be exposed soil. Areas with bare soil in excess of 50 percent may be no larger than 1,000-ft2 as determined by Engineer.

3. If, at the time when the contract has been otherwise completed it is not possible to make a determination of the adequacy of the revegetation, payment for the unaccepted portions of the areas will be withheld until such time as these requirements have been met.

TECHNICAL SPECIFICATIONS DENVER INTERNATIONAL AIRPORT DIVISION 2 - SITE WORK MISC. ROADWAY & PARKING LOT IMPROVEMENTS 2014 SECTION 02212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONTRACT NO. 201312849

ISSUED FOR BID OCTOBER 2013 02212 - 9

PART 4 - MEASUREMENT

4.01 METHOD OF MEASUREMENT

A. The quantities of lawn seeding and native seeding will not be measured but shall be the quantities designated in the Contract, except that measurements will be made for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity designated in the Contract. The quantity of lawn seeding shall include soil preparation, water, fertilizer, and seed, completed, and accepted. The quantity of native seeding shall include soil preparation, fertilizer, soil conditioner, and seed applied, completed, and accepted.

B. The quantity of sod to be measured will be the actual number of square feet, including soil preparation, water, fertilizer, and sod, completed, and accepted.

C. The Contractor shall furnish the Engineer with seed certifications and analysis, fertilizer analysis, and bag weight tickets prior to placing any seed or fertilizer. Any seed or fertilizer placed by the Contractor without the Engineer’s approval will not be paid for.

D. Measurement for acres will be by slope distances.

PART 5 - PAYMENT

5.01 METHOD OF PAYMENT

A. The accepted quantities of lawn seeding, native seeding, soil conditioning, and sod will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule.

B. Payment will be made under:

Pay Item Pay Unit Seeding (Lawn) Acre Seeding (Native) Acre Sod Square Foot Soil Conditioning Acre

C. Soil preparation, water, seed, fertilizer, and soil conditioner, incorporated into the seeding sodding, or soil conditioning will not be paid for separately but shall be included in the work.

D. Adjusting or readjusting seeding or fertilizing equipment will not be paid for separately but shall be included in the work.

END OF SECTION 02212