supplemental specifications index - ipt by … specifications index warren catch basin repair...

49
SUPPLEMENTAL SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose ..........................................SS-1 2. Scope of Work ..........................................SS-1 3. Concrete Work ..........................................SS-1 4. Catch Basin Repair Work ..........................................SS-3 5. Restoration ..........................................SS-5 6. Traffic Control Requirements ..........................................SS-6 7. Standard Specifications ..........................................SS-7 8. Working Hours ..........................................SS-7 9. Permits ..........................................SS-7 10. General ..........................................SS-7 Supplemental Specification Inspection Hours ..........................................SS-9 Catch Basin Repair List ..........................................SS-13 Specifications for the HDPE Adjusting Rings ..........................................SS-21 Structure Seal Specifications ..........................................SS-23 Sidewalk Ramp & Detectable Warning Details ..........................................SS-28 Armor Tile Tactile System Specifications ..........................................SS-36 Traffic Control Specifications ..........................................SS-40 Emergency Barricading and Traffic Control ..........................................SS-47 Specifications for Concrete Pavement – Section 500 Specifications for Concrete Sidewalks and Drive Approaches – Section 600 Specifications for Sanitary and Storm Sewers - Section 700

Upload: trinhcong

Post on 07-Jun-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

SUPPLEMENTAL SPECIFICATIONS

INDEX

Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521)

1. Purpose ..........................................SS-1 2. Scope of Work ..........................................SS-1 3. Concrete Work ..........................................SS-1 4. Catch Basin Repair Work ..........................................SS-3 5. Restoration ..........................................SS-5 6. Traffic Control Requirements ..........................................SS-6 7. Standard Specifications ..........................................SS-7 8. Working Hours ..........................................SS-7 9. Permits ..........................................SS-7 10. General ..........................................SS-7 Supplemental Specification Inspection Hours ..........................................SS-9 Catch Basin Repair List ..........................................SS-13 Specifications for the HDPE Adjusting Rings ..........................................SS-21 Structure Seal Specifications ..........................................SS-23 Sidewalk Ramp & Detectable Warning Details ..........................................SS-28 Armor Tile Tactile System Specifications ..........................................SS-36 Traffic Control Specifications ..........................................SS-40 Emergency Barricading and Traffic Control ..........................................SS-47 Specifications for Concrete Pavement – Section 500 Specifications for Concrete Sidewalks and Drive Approaches – Section 600 Specifications for Sanitary and Storm Sewers - Section 700

Page 2: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-1

SUPPLEMENTAL SPECIFICATIONS

Warren Catch Basin Repair Project No. 9 Drain

City of Warren Project No. CB-10-521

1. PURPOSE The purpose of these Supplemental Specifications is to cover special items of work not covered elsewhere on the Contract Drawings or in the Standard Specifications, to correct conflicts which may exist in the Specifications, or to otherwise amend standard specifications and/or details. These Supplemental Specifications take precedence over all other parts of the Contract Documents. 2. SCOPE OF WORK The scope of this Project involves repair and rehabilitation of existing catch basins and related concrete and greenbelt restoration at various locations throughout the City of Warren. An initial list of repair locations is included as part of this bid document. Locations will be added or removed from the list as necessary. The provided quantities are approximate only and are in no event guaranteed by the City. Final repair quantities will be determined by the Project Engineer or its duly appointed representative at the time of removal. Immediate attention may be required for high priority repair locations. The Contractor shall address repairs at these locations, as required by the City, without any additional cost to the City. 3. CONCRETE WORK A. Only those areas of concrete marked for removal by City forces shall be considered a pay

item at the Contract Unit Price Bid for remove and replace concrete pavement, concrete drive approaches and concrete sidewalks. Where the concrete is cracked beyond an existing joint before construction started, the City will pre-mark the location of saw cut and any additional concrete removal and replacement will be paid for at the bid unit prices. Saw cutting original concrete, and re-sawcutting concrete damaged during construction shall be incidental to the cost of concrete removal and replacement.

All pavement patch areas around replaced or rehabilitated structures shall be confined to a minimum area required to accomplish repair of the structure(s), generally to a pre-mark sawcut line or to the nearest existing joint. In the event that a deteriorated condition of the adjoining concrete pavement does not allow tie-in of it to the new concrete patch (via dowell bars of hook bolts), a 1” thick expansion paper shall be installed between the edge of the new patch and the existing concrete pavement to allow future repairs of the remaining part of the deteriorated concrete pavement by others.

Page 3: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-2

B. All concrete pavement, sidewalk or driveway approach slated for removal, shall be broken

with a concrete breaker prior to removal. Any adjacent pavement, sidewalk or driveway approach cracked chipped or broken during removal or construction, shall be replaced by the Contractor at no cost to the City.

C. Concrete cracked after construction commences shall be saw cut, removed and replaced at

the Contractor’s expense. D. The Unit Prices of pavement removal and replacement are meant to include removal of

curb, concrete pavement, hauling and disposal of the removed concrete material from the site, as well as any additional material needed for adjustment of the subbbase to final grade, compaction and all other work associate with pavement removal and replacement. Unit Price bid for pavement removal and replacement shall include replacing all integral curb and gutter affected by the removal.

E. A patch that covers both sides of the street shall be constructed in two separate operations,

unless it is determined by the Project Engineer that the street may be closed and that the entire patch may be poured at once.

F. All concrete shall be supplied only from State of Michigan Certified concrete plants. G. Curing compound will be applied to all concrete surfaces according to City of Warren

specifications for concrete pavement 508.10. Failure to provide curing compound at any location will result in a non payment for said location.

H. Joints in patches shall be constructed to meet current City of Warren standards, with

additional joints as necessary, to match joints in existing pavement. Contraction joints shall be sawcut in accordance with the City of Warren specifications or tooled into the concrete a minimum 1/3 the depth of the concrete patch. The perimeter of the patch shall be finished to provide a minimum one inch deep and ¼ inch wide joint meeting ASTM D-1751.

I. All joints in patches shall be sealed with hot poured joint sealant, as described in the City

of Warren Section 500, Specifications for Concrete Pavement, meeting ASTM D-3405. Such sealing shall be included in the unit bid price for concrete pavement installation.

J. All sidewalks, approaches and road patches shall be imprinted with the Contractor’s stamp

as described in Section 605.0 of the Specifications for Concrete Sidewalk and Drive Approaches.

K. Existing sidewalks and drive approaches shall be removed and re-installed at grades

consistent with the Sidewalk Specifications, Section 600. This work, complete in place, including grading from the new sidewalk to the existing grade at the property line shall be included in the prices bid for the removal and installation of the sidewalk, drive approach, driveway or ramp. The Contractor will not be required to obtain individual sidewalk or driveway approach permits from the City on this project.

Page 4: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-3

L. All affected handicap ramps will be reinstalled to conform with current ADA regulations. M.D.O.T. R-28-F standard sidewalk ramp and detectable warning details are included later in this document.

M. Raised detectable warning devices are required at all handicap ramps. The City of Warren

requires use of Armor Tile cast-in-place inserts. Color is to be brick red. N. Any excavation and grading necessary for the installation of the sidewalk ramps shall be

included in the unit price for installation of the concrete sidewalk, drive approach and/or pavement.

O. Any tree root removal associated with concrete sidewalk, approaches or pavement repairs

shall be included in the cost of installation of those items. P. Any commercial concrete drive approaches shall be constructed of 8” thick, non-reinforced

MDOT type HE 7 sack concrete mix, and opened to traffic no more than 72 hours after finishing the pour. Commercial driveways will be poured half-width if there is only one driveway to the property, and full width if more than one driveway provides access.

Q. Any business or residence that will be affected by a driveway pour shall be given 24 hours

notice that such a pour will be occurring, otherwise the City inspector may deny the removal of any temporary crushed concrete material until such notice is given. Notice will be given in writing to each residence or business prior to the pour.

R. Existing steel plates may be placed over badly deteriorated or settled utility structures.

These plates are to be removed and set to the side of the curb for removal by the Division of Public Works.

S. Dowel bars are required on all patches. The bars are to be installed at 40” on center,

around the entire perimeter of the patch. The bars shall be epoxy coated, ribbed, 12” in length, 5/8” in diameter. Dowel bars shall be held in place with the appropriate epoxy or non-shrink grout and grout retention disks. Dowell bar support assemblies will also be required at intersection returns. The bars shall be installed perpendicular to the face of the concrete, at ½ the depth of the patch. All dowel items shall be considered included in the Contract Unit Price of removal and replacement of concrete pavement (6”, 8” or 9-12” thick).

4. CATCH BASIN REPAIR WORK A. All storm sewer shall be backfilled with compacted Class II granular material and bedding

shall be Class B Modified (granular graded stone, pea gravel or angular graded stone material from 6” below the bottom of the pipe to one foot above the top of the pipe, as shown on the City of Warren Standard Detail DS-1, Pipe and Sewer Details. Cost of furnishing and placing bedding shall be included in the unit price for the sewer pipe installation.

Page 5: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-4

B. All structures in the paved areas will require poly adjusting rings and wrap. Specifications for the Ladtech, Inc. HDPE adjusting rings and the Infi-Shield™ structure seals are printed later in this document. Use of WrapidSeal™ structure seals will also be permitted on this project.

C. The cost of adjusting existing structures to finish grade shall be included in the unit price

bid for concrete pavement if the amount of brickwork performed is less than one vertical foot.

D. The cost of rebuilding or reconstructing existing structures to finish pavement grade and

alignment shall be considered a pay item for the following conditions:

The amount of adjustment is one vertical foot or greater. The structure is re-corbelled, or precast sections are replaced. The frame and cover must be supported on new precast sections, precast concrete

manhole tops or precast concrete flat tops.

The pay item will be based upon the amount of vertical footage installed, not removed.

A. All new, rebuilt or adjusted catch basins, manholes and/or gate wells on this project, located within any paved area, shall have a minimum of two high density polyethylene adjusting rings, or approved equal, to adjust the structure to its final elevation. Specifications, dimensions, and installation instructions for the adjusting rings are reprinted later in this document.

The installation of the HDPE adjusting rings, complete, are to be included in the Contract Unit Prices for new or rebuilt catch basins, manholes and/or gate wells. The installation of the HDPE adjusting rings, complete, on structure adjustments, are to be included in the Contract Unit Price for concrete pavement installation.

B. All new, rebuilt or adjusted catch basins, manholes an/or gate wells on this project shall

have the adjusting rings externally sealed with Infi-Shield EPDM rubber seals, or approved equal. Specifications, dimensions, and installation instructions for the seals are reprinted later in this document. The installation of Infi-Shield EPDM rubber seals, complete, or approved equal, are to be included in the Contract Unit Prices for new or rebuilt catch basins, manholes and/or gate wells. The installation of Infi-Shield EPDM rubber seals, complete, on structure adjustments, are to be included in the Contract Unit Prices for concrete pavement installation.

C. Any existing manhole, catch basin, and gatewell covers located within new concrete patch areas that do not equal the current City of Warren standards shall be replaced with new frames and covers as per the Detail Drawings and the Standard Specifications. Payment for work shall be made at the unit price in the proposal for the standard frame and cover.

Page 6: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-5

The Contractor shall be responsible for scrapping and disposal of the existing frame and covers.

D. Resetting of existing frames and covers shall be included in the Contract Unit Price for the

installation or rebuild of the structure. E. The installation of any storm sewer shall include cutting and removing existing sewer,

mudding of pipe at structure walls, any brick collars required, any taps required, any bulkheads required, any fernco couplings required to connect to existing pipe, and backfilling and compacting with Class II granular backfill, complete. Fernco couplings shall be used for connections whenever possible. Any other connection method will require the approval of the project Engineer.

Pre-cast structure walls shall be core drilled with the installed pipe connected to the structure with a rubber boot. Structure walls that are brick or block shall be carefully punched to closely conform to the diameter of the new pipe and mudded with a mortar mixture. All connections shall be considered included in the cost of the structure or pipe installation.

F. Six (6) inch diameter edge drain shall be installed around the perimeter of each catch basin.

Drainage fabric shall be wrapped completely around the edge drain. All edge drain items shall be considered included in the Contract Unit Price of any catch basin installation or rebuild.

E. Pea stone backfill around the storm sewer and catch basins shall be included in the

Contract Unit Price of any catch basin installation or rebuild. 5. RESTORATION A. The Contractor shall be responsible for complete restoration of any areas disturbed during

repairs. B. Sod repairs shall require installation of Class A sod, including any necessary topsoil fill

material and fine grading. Sod shall be watered and rolled to tamp the sod in place after installation.

The City will furnish the Contractor with copies of notices requesting watering of the newly placed sod. Distribution of those notices to the affected property owners shall be the Contractor’s responsibility.

C. Grass seed shall be a mixture of fresh, clean, new crop seed containing approximately 70%

Kentucky Blue Grass Blend, 20% Pennlawn Creeping Red Fescue, and 10% Annual Ryegrass having 99% purity and 98% germination. The seed mixture shall be laid on minimum 3” of topsoil. It shall be free of extraneous material, weeds and shall be adequately covered.

Page 7: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-6

D. Final grading and any fill dirt deemed necessary shall be included in the cost of sod or seed restoration. Fill dirt shall be fertile, friable, sandy loam without a mixture of subsoil, free from stones ½ inch in diameter or more, and of roots, sticks and other extraneous materials.

6. TRAFFIC CONTROL REQUIREMENTS A. Traffic control is essential to the smooth completion of the project work. The contractor

will be notified in writing by the project inspector if traffic controls not maintained consistent with the requirements of this contract, and standard industry and safety practices.

B. Minimum traffic requirements and barricades shall be according to the current issue of the

Michigan Manual of Uniform Traffic Control Devices, which shall become a part of this Contract as though fully repeated therein.

C. Signs and barricades shall be placed per the accepted standards as referenced in “B” above,

and as directed by the City or County Inspector. Traffic channeling devices shall be MDOT Lighted Barrel Type. MDOT Type II barricades, cones, or saw horse type barricades will not be allowed by the City on this project.

D. Traffic control devices must be in position before any construction operation begins. Each

device shall be paid only once at each location. Bid unit price for “MDOT Lighted Drum, Furnished and Operated” includes any repositioning of the devise as necessary during construction or to set up after the construction traffic control, which is to remain until the patch is opened to traffic. Traffic control devices not maintained by the Contractor will be maintained by the City with all costs charged to the Contractor.

E. For concrete sawcutting operations done in advance (not the same day) of other work,

“Road Work Ahead” signs will be required. Payment will be for each “Road Work Ahead” sign at each location.

F. The final number of lighted drums required to protect each repair patch will be determined

by the City and may vary from the “typical” traffic control drawings. G. All parking, speed, warning, etc. signs affected by the repair work, shall be carefully

dismantled by the contractor, and then replaced within 24 hours after backfilling of any open excavation that necessitated their removal. Any signs damaged or misplaced shall be installed by the City of Warren Police Department and Department of Public Works, and a fee of $500.00 per sign replaced will be deducted from the Contract Price prior to final payment.

H. If the traffic control installed by the repair contractor does not meet the satisfaction of the

on-site City representative, the contractor will be given notice of such in writing. If the contractor does not rectify the traffic control to the City’s satisfaction within two hours of the notice, the City will call in its emergency barricading contractor to rectify any traffic control issues. The costs associated with that action will be the responsibility of the repair

Page 8: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-7

contractor and he/she will be billed at the rates in effect and as described in the attached bid tabulation for the Emergency Barricading and Traffic Control services, reprinted later in this document.

7. STANDARD SPECIFICATIONS

All work shall be done in conformance with the City of Warren “Specifications for Concrete Pavement”, and “Specifications for Sanitary and Storm Sewers”, and “Specifications for Concrete Sidewalks and Approaches”. Copies of these City of Warren, Standard Specifications are available at the Division of Engineering, located at One City Square, Suite 300. It is understood and agreed that such specifications and details are a part of these specifications and Contract documents as though fully repeated and included herein.

8. WORKING HOURS All daily construction on this project shall not begin before 8:00 AM, and shall cease no

later than 5:00 PM, Monday thru Friday. No Sunday work will be permitted on this project. Any Saturday work shall be pre-approved by the Engineering Division.

9. PERMITS A. All permits and permit costs shall be paid by the Contractor. B. A permit to work in street right-of-way shall be obtained from the City of Warren in

accordance with the City Ordinance prior to any construction. No additional City of Warren bonds or inspection fees will be required above those stated in the Contract.

C. All sidewalks and concrete drive approaches shall be imprinted with the Contractor’s

stamp as described in Section 605.0 of the Specifications for Concrete Sidewalk and Drive Approaches. The Contractor will not be required to obtain sidewalk or driveway approach permits from the City on this project, but is required to provide and use the stamp.

D. The Contractor will must contact the Macomb County Road Commission (MCRC) or the

Michigan Department of Transportation (MDOT) before proceeding with construction on any street under jurisdiction of those agencies. The Contractor must comply with the standards of construction and barricading as dictated by the MCRC or the MDOT.

E. A permit to use a City of Warren fire hydrant shall be obtained from the Division of Water

Supply at 12821 Stephens, Warren, MI. The cost of this permit is $20.00 per hydrant per day. Such permit must be obtained prior to any use of an existing City of Warren fire hydrant.

10. GENERAL A. All items of work noted on the plans or in the Specifications that are not specifically noted

in the proposal, shall be considered as incidental to the construction and shall be constructed at no extra cost to the City.

Page 9: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-8

B. The locations of underground public utilities are obtained from Utility Companies and

Municipal Records. Exact locations are not guaranteed. The Contractor is responsible for calling MISS DIG before starting excavation at all locations without exception and to contact any other utilities which are not part of the MISS DIG program.

C. The Contractor is responsible for scheduling of his labor and equipment and when bidding

shall include in his costs a factor for delays due to the weather, strikes, vandalism, unforeseen field conditions and any other factors which might delay or suspend his operations. Under no circumstances shall compensation of any type be allowed for loss of productions.

D. The Engineer will work diligently with the Contractor to arrive at final quantities and will

issue a final estimate for full payment as soon as agreement is reached. Failure to notify the Engineer of, or resolve such differences within the allotted 120 calendar days after the last periodic estimate constitute acceptance by the Contractor of the quantities included in the last periodic estimate and the final estimate with those quantities will be issued.

E. The City of Warren reserves the right to reject any or all bids, to waive irregularities, and

to accept any bid which it shall deem to be the most favorable to the interest of the City. F. The City of Warren requires that all City Contracts pay the current prevailing wage as

determined by the most recent survey of the Michigan Department of Consumer and Industry Services. The Contractor will be required to submit certified monthly payroll records to the Engineering Division for review. Failure to submit those payroll records to the City will delay project payment.

G. Payment for repaired locations will be issued upon completion of all required restoration,

with the exception of joint sealing which shall be done at the end of the job. Restoration shall include lawn restoration, pointing up of structures, repair of or removal of any defaced concrete and final cleanup at each location.

A quantity sheet will be prepared by the City Inspector for each repair location. The

Contractor or its representative shall review and confirm accuracy of the quantities by initialing of the completed quantity sheets. Only initialed forms will be considered for payment.

H. It shall be the Contractor’s responsibility to undertake necessary measures and efforts to

prevent defacing from occurring. Any defaced concrete shall be removed and replaced by the Contractor at no additional cost to the City.

I. Working hours on this project shall not exceed those limits set forth in General Conditions

- Section 200 reprinted later in this document, unless revised by the Supplemental Specifications.

Page 10: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-9

C I T Y O F W A R R E N Public Service Department

Engineering Division

Supplemental Specifications Inspection Hours

It shall be the responsibility of the bidder to extend as a bid item in his proposal, when called for, the number of inspection hours he requires for the completion of the project, times the unit price for inspection.

Inspection Hours will be charged as follows:

Straight Time: Weekdays (7:00 a.m. – 4:00 p.m.) $65.00/Hour

Overtime 1: Saturdays, and weekdays (4:00 p.m. - midnight) $90.00/Hour

Overtime 2: Sundays, Holidays, and weekdays (midnight - 7:00 a.m.) $115.00/Hour Election Day is a paid City of Warren Holiday, hours will be charged at Overtime 1 rates. If an inspector reports to the project and the Contractor does not appear, or decides not to work, weather permitting, the Contract will be charged three hours straight time. The Contractor is responsible for signing Inspector Daily Reports each day. Failure to sign the Contractor line of the Inspector Daily Report will not disavow the Contract from being charged those hours. The amount bid shall be included in comparative evaluation of the bids. Omission of the item, when called for, shall be cause for rejection of the bid. If the number of inspection hours exceeds that amount bid by the Contractor, the City shall subtract the amount of excess from the Contractor’s payments. In the event that the number of inspection hours required is less than the amount bid, the excess shall be paid to the Contractor. Inspection Hours are a deduct item when the number of inspection hours exceeds the Contract amount and the resulting item price will be deducted from monies due. This amount will be retained by the City for inspection services performed. If the quantity of work under the Contract varies from that stated in the Proposal, the number of “inspection hours” allowed under the bid item shall be increased or decreased, in proportion to changes in the total value of work under the Contract. This revision in the number of inspection hours shall be agreed upon at the time the Contract quantities are revised.

The Contractor shall give the City Engineer at least 24 hours notice, exclusive of Saturdays, Sundays or Holidays, when the project requires an increase or decrease on the number of inspectors. Failure to observe this requirement may necessitate halting operations until an inspector is available.

Separate inspection hours shall be charged for each and every inspector assigned to a project.

The number of Inspectors required for the complete inspection of any project shall be as determined by the Project Engineer.

Records of actual inspection hours charged to previous projects are available for examination at the Engineering Division, One City Square – Suite 300, Warren, MI 48093-2390.

Page 11: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-10

OPERATIONS TO WHICH INSPECTION HOURS SHALL BE CHARGED

A. General

1. Material Testing (not the operations done by a testing laboratory) 2. Checking barricades and lighting 3. Checking maintenance of traffic 4. Emergency conditions as determined by the Engineer

B. Cleanup and Complaints

1. Replacement of driveways, sidewalks, pavement, etc. 2. Checking restoration and answering complaints

With cooperation from the Contractor, one inspector or Engineering Assistant can check ditching, seeding, sodding and general cleanup in one location.

C. Water Mains and Appurtenances

1. Excavation 2. Laying of mains’ 3. Installing valves and hydrants 4. Tunneling, jacking or boring of water mains 5. Backfilling of trenches 6. Restoration of existing conditions 7. Cleanup 8. Pressure Testing 9. Cleansing and Disinfecting

10. Checking final installation for conformance to specifications prior to releasing for connections to be made. The same inspector may inspect the installation of hydrants, thrust blocks, gate wells, etc., in the proximity of the pipe laying operation, provided the Contractor cooperates to the extent that no portion of the work is covered prior to inspection.

D. Concrete Pavement and Concrete Sidewalk

1. Excavation and preparation of the site 2. Mucking and filling ditches 3. Pavement removal 4. Subgrade preparation and fine grading 5. Adjusting and reconstructing existing structures 6. Subbase construction 7. Checking form alignment and grade 8. Placing of concrete 9. Constructing compression cylinders

10. Finishing of concrete 11. Placing of cold weather protection 12. Sawing and sealing 13. Finish grading

Page 12: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-11

D. (Concrete Pavement and Concrete Sidewalk Continued)

14. Alley paving 15. Coring finished pavement (1 crew day will be charged for each 12 cores taken) 16. Adjusting existing drives and sidewalks 17. Seeding and mulching] 18. Restoration 19. Site cleanup 20. Checking of final payment prior to final acceptance for conformance to specifications 21. Painting extent of pavement and/or sidewalk for removal and/or replacement 22. Measuring quantities

Note: Periodic inspection of the batch plant will be made but no crew days will be charged. E. Sanitary and Storm Appurtenances

1. Excavation and preparation of the site 2. Checking sewer pipe 3. Installing pipe bedding 4. Laying pipe 5. Installing house leads 6. Checking relocation of sanitary house leads 7. Tunneling, jacking or boring of sewer

a. Mining operation b. Placement of concrete

one inspector in tunnel

one inspector top side 8. Construction manholes, catch basins and inlets 9. Backfilling

10. Restoration 11. Infiltration or exfiltration tests 12. Site cleanup 13. Final checking of sewers prior to releasing for connections to be made or placing in

service The same inspector may inspect the installation of manholes, catch basins, inlets, etc., in the proximity of the pipe laying operation, provided the Contractor cooperates to the extent that no portion of the work is covered prior to inspection.

F. Reinforced Concrete Structures

1. Excavation for structure 2. Sheeting 3. Checking forms and re-steel 4. Placing of concrete 5. Backfilling around structures 6. Checking installation of equipment

Page 13: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-12

G. Asphalt Paving and Pavement Resurfacing

1. Excavation 2. Preparation of subgrade 3. Construction of base 4. Preparation of existing pavement 5. Priming base course 6. Construction of bituminous concrete pavement or surface 7. Checking of materials 8. Checking of asphalt plants 9. Checking of final pavement for conformance to specifications 10. Restoration 11. Site cleanup

Page 14: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair Project #9 Drain Supplemental Specifications

SS-13

Catch Basin Repair List

Page 15: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …
Page 16: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …
Page 17: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …
Page 18: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …
Page 19: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …
Page 20: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …
Page 21: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …
Page 22: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-21

Specifications for the

HDPE Adjusting Rings

Page 23: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-22

SPECIFICATION FOR THE HDPE ADJUSTING RING

1. All castings shall be raised using round High Density Polyethylene (HDPE) rings or an approved equal 2. All adjusting rings shall be injection molded-recycled HDPE – as manufactured by LADTECH, Inc. or

approved equal and installed per the manufacture’s recommendations. 3. All sanitary sewer manholes, storm sewer manholes, and catch basins will be adjusted to finished grade

utilizing HDPE adjusting rings only.

3.1 The adjustment rings shall be manufactured from polyethylene plastic as identified in ASTM Designation D-1248 Standard Specification for Polyethylene Plastic Molding and Extrusion Materials.

3.2 Material properties shall be tested and qualified for usage per the ASTM Test Methods referenced in the

above ASTM standard. 3.3 The adjustment rings shall be molded from 100% recycled material. 3.4 The plastic rings shall be manufactured utilizing the injection molding process as defined by SPE (Society

of Plastic Engineers). 3.5 The adjustment rings shall be tested to assure compliance with impact and loading requirements per the

ASSHTO Standard Specification for Highway Bridges. 3.6 The annular space between the rings and cone basin, the rings, and the rings and cover frame shall be

sealed utilizing an approved butyl sealant. 3.7 All adjustment for matching road grade shall be made utilizing a molded and indexed slope ring. 3.8 All grade rings shall be covered by the LADTECH, Inc. warranty or one of equal terms and duration.

4. POLYETHYLENE MANHOLE ADJUSTING RINGS INSTALLATION INSTRUCTIONS

4.1 Clean the concrete cone or top slab with a whisk broom or chisel to obtain a flat sealing surface, eliminating all rocks, gravel, blacktop, protruding concrete or frozen debris.

4.2 Apply an approved sealant to the first HDPE ring. Place the sealant 360 degrees on the flat side of the

ring, as close as possible to the male lip. (A second application of sealant can be applied between the first sealant and the holes, helping the first ring to seat level if surface irregularities are present).

4.3 Place the ring male lip down, inside the cone or top slab opening. If the cone or top slab is eccentric, and

does not allow the ring to seat flush, use a wood saw to cut a portion (usually 90 – 120 degrees is sufficient) of the male lip off until the ring can sit flush on the concrete.

4.4 Place sealant around the second ring on the flat side, as close to the male lip as possible, being careful to

cover the entire 360 degrees of the ring. Install the second ring on top of the first, compressing the sealant by standing on the rings.

4.5 Continue step 4 using 4”, 2”, 1 ½”, 1 ¼” and ¾” x 1 ½” sloped rings as required for each manhole to

obtain a height difference of no more than ¼” above or below the specified finish grade for the casting. 4.6 Prior to placing the casting, install an approved sealant to the top of the last ring so the sealant is between

the casting and the flat portion of the top ring (all 360 degrees). 4.7 Install INFI-SHIELD wrap, or approved equal, around the top 1 to 2 inches of the concrete cone, the

entire height of the rings, and the casting flange. Overlap the flange approximately 4 to 6 inches, (usually an 18” width of fabric is sufficient). Place dirt around wrap as necessary to hold in place while the wrap adhesive cures.

Page 24: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-23

Structure Seal Specifications

Page 25: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-24

INFI-SHIELD TM

External Seal Installation Instructions EXTERNAL SEALING SYSTEM The manufactured external seal shall be made of a high quality EPDM rubber with a minimum thickness of 60 mills that meets or exceeds ASTM Specification C-923. The joint seal shall have 2” wide mastic strips on the top and bottom of the band. The mastic shall be non-hardening butyl rubber sealant that meets or exceeds ASTM Specification 0990-94. The seal shall be designed to prevent leakage of water into the manhole. INSTALLATION Suggested tools for application: Tape Measure, Hand Held Broom, Heave Duty Scissors or Utility Knife, Abrasive Stone (or other object to remove sharp edges), rubber mallet or hand held roller. Product: External Seal System UNI-BAND Excavate dirt from around the structure to a depth of 4” below the top of the cone/top slab. Using an abrasive stone (or other object), remove any sharp, protruding edges from the outside surface of the manhole or catch basin adjustment ring area. Also remove any dirt clumps or mortar chunks from the casting flange where the mastic is intended to adhere. Brush the INFI-SHIELDTM Adhesive Primer onto the casting and structure surfaces where the mastic is intended to adhere. After the adhesive Primer has dried (approximately 15 minutes) begin placing the external unit onto the structure. Place band into position so that its bottom edge is a minimum of 2” below the top of the cone/top slab. Top edge of band should be over 1 ½” above the bottom edge of the casting. Remove the release tape from the mastic strips and hand press into position.

Page 26: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-25

INFI-SHIELD™

PRODUCT DESCRIPTION

EXTERNAL SEALS, UNI-BANDS Uni 24-12” 12” wide external seal, 104” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 24-8” 8” wide external seal, 104” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 27-12” 12” wide external seal, 114” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 27-8” 8” wide external seal, 114” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 30-12” 12” wide external seal, 123” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 30-8” 8” wide external seal, 123” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 36-12” 12” wide external seal, 140” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 36-8” 8” wide external seal, 140” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 40-12” 12” wide external seal, 154” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 40-8” 8” wide external seal, 154” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 46-12” 12” wide external seal, 173” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges Uni 46-8” 8” wide external seal, 173” circumference, 2” wide 3/16” thick non-hardening butyl mastic strip on both edges

EXTERNAL JOINT SEALS - PIPE, SEPTIC, CONE AND BARREL SEALS SW-8” 8” wide external seal and pipe wrap with non-hardening butyl mastic strip on both edges, 30 foot roll SW-12” 12” wide external seal and pipe wrap with non-hardening butyl mastic strip on both edges, 30 foot roll

INTERNAL LINER IN-8” 8” wide internal liner with a non-hardening butyl mastic full backing 30 foot roll, (1 roll/3 manholes) IN-12” 12” wide internal liner with a non-hardening butyl mastic full backing 30 foot roll, (1 roll/3 manholes)

MISCELLANEOUS PRIMER Primer designed to enhance adhesion between butyl mastic and concrete and casting, 1 quart Seam Tape Non-hardening butyl mastic strip ½” wide, ¼” thick, 20 foot roll

Page 27: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-26

Section 02720 or 02731 EXTERNAL MANHOLE SEALING SYSTEM

PART 1 – GENERAL 1.01 SCOPE. Under this section shall be included the complete external manhole sealing system as

shown on the plans. The external sealing system shall prevent leakage of water into the manhole through the frame joint area and through the adjustment ring area.

1.02 MATERIALS TO BE FURNISHED. All materials required for the complete installation of an

external manhole sealing system shall be furnished by the contractor and shall be new, of first grade and shall be of reputable manufacturer known to the trade.

PART 2 – PRODUCTS 2.01 GENERAL. The casting shall be sealed to the structure with an external sealing system as

manufactured by INFI-SHIELD™. The seal shall be continuous bands, made of high quality EPDM (EthylenePropylene Diene Monomer) rubber with a minimum thickness of 60 mils. Each unit shall have a 2” wide mastic strip on the top and bottom of the band. The mastic shall be non-hardening butyl rubber sealant, with a minimum thickness of 3/16”, and shall seal to the cone/top of the manhole and over the lip of the casting.

Prior to placement of the mastic against the manhole or casting, the surfaces shall be coated with a primer capable of enhancing the mastic adhesion similar to the INFI-SHIELD™ Adhesive Primer. The prime coat shall cover the entire surface area where the mastic is intended to adhere.

PART 3 – EXECUTION 3.01 INSTALLATION. The external sealing system shall be installed according to the manufacturer’s

recommendations. The external seal shall extend onto the casting and the cone section a minimum of 2”.

Page 28: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-27

INFI-SHIELDTM EXTERNAL SEALING SYSTEM

The casting shall be sealed to the structure with an external rubber sleeve similar to the Infi-Shield TM External Sealing System. The seal shall be designed to prevent leakage of water into the manhole through the adjustment ring area. The seal shall remain flexible, allowing for repeated vertical or horizontal movements of the frame due to frost lift, ground movements or the thermal movements of the pavement.

The casting shall be sealed to the surface with an external rubber sleeve similar to the Infi-Shield TM External Sealing System. The seal shal be made of EPDM (Ethylene Propylene Diene Monomer) rubber with a minimum thickness of 60 mills. Each unit shall have a 2” wide mastic strip on the top and bottom edge of the rubber band. The mastic shall be non-hardening butyl rubber sealant, with a minimum thickness of ¼”, and shall seal to the cone/top of the manhole and over the top of the casting.

Standards, Specifications and Testing

ASTM C443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM F477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM C923 Resilient Connectors between Reinforced Concrete Manhole Structures,

Pipes and Lateral NASSCO (National Association of Sewer Services Companies) Specifications

Approval CEGS-2730 U.S. Army Corps of Engineers, Guide Specifications for Military

Construction Sanitary Sewers – Specification Approval NFGS-2730N U.S. Navy, Guide Specifications for Military Construction Sanitary Sewers

– Specification Approval FP-96 U.S. Department of Transportation Specification Approval, Section 604

Page 29: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-28

Sidewalk Ramp and Detectable Warning Details

M.D.O.T. Detail R-28-F

Page 30: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-29

Page 31: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-30

Page 32: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-31

Page 33: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-32

Page 34: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-33

Page 35: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-34

Page 36: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-35

Page 37: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-36

Armor-Tile™ Tactile SystemsSpecifications

CB-10-521

Page 38: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-37

Page 39: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-38

Installation Manual Armor-Tile Cast In Place

Inline Dome Detectable/Tactile Warning Surface Tile

A. During Cast In Place Detectable/Tactile Warning Surface Tile installation procedures, ensure adequate safety guidelines are in place and that they are in accordance with the applicable industry and government standards.

B. The specifications of the structural embedment flange system and related materials shall be in strict accordance with the contract documents and the guidelines set by their respective manufacturers. Not recommended for asphalt applications.

C. The physical characteristics of the concrete shall be consistent with the contract specifications while maintaining a slump range of 4 - 7 to permit solid placement of the Cast In Place Detectable/Tactile Warning Surface Tile system. An overly wet mix will cause the tile to float. Under these conditions, suitable weights such as 2 concrete blocks or sandbags (25 lb) shall be placed on each tile.

D. Prior to placement of the Cast In Place Detectable/Tactile Warning Surface Tile system, the contract drawings shall be reviewed.

E. The concrete pouring and finishing operations require typical mason’s tools, however, a 4’ long level with electronic slope readout, 25 lb. weights, and a large non-marring rubber mallet are specific to the installation of the Cast In Place Detectable/Tactile Warning Surface Tile system. A vibrating mechanism such as that manufactured by Vibco can be employed, if desired. The vibrating unit should be fixed to a soft base such as wood, at least 1 foot square.

F. The factory-installed plastic sheeting must remain in place during the entire installation process to prevent the splashing of concrete onto the finished surface of the tile.

G. When preparing to set the tile, it is important that NO concrete be removed in the area to accept the tile. It is imperative that the installation technique eliminates any air voids under the tile. Holes in the tile perimeter allow air to escape during the installation process. Concrete will flow through the large holes in each embedment flange on the underside of the tile. This will lock the tile solidly into the cured concrete.

H. The concrete shall be poured and finished true and smooth to the required dimensions and slope prior to the tile placement. Immediately after finishing concrete, the electronic level should be used to check that the required slope is achieved. The tile shall be placed true and square to the curb edge in accordance with the contract drawings. The Cast In Place Detectable/Tactile Warning Surface Tiles shall be tamped (or vibrated) into the fresh concrete to ensure that the field level of the tile is flush to the adjacent concrete surface. The embedment process should not be accomplished by stepping on the tile as this may cause uneven setting which can result in air voids under the tile surface. The contract drawings indicate that the tile field level (base of truncated dome) is flush to adjacent surfaces to permit proper water drainage and eliminate tripping hazards between adjacent finishes.

I. In cold weather climates it is recommended that the Cast In Place Detectable/Tactile Warning Surface Tiles be set deeper such that the top of domes are level to the adjacent concrete on the top and sides of ramp and that the base of domes to allow water drainage. This installation will reduce the possibility of damage due to snow clearing operations.

J. Immediately after placement, the tile elevation is to be checked to adjacent concrete. The elevation and slope should be set consistent with contract drawings to permit water drainage to curb as the design dictates.

K. While concrete is workable, a 3/8” radius edging tool shall be used to create a finished edge of concrete, then a steel trowel shall be used to finish the concrete around the tile’s perimeter, flush to the field level of the tile.

L. During and after the tile installation and the concrete curing stage, it is imperative that there is no walking, leaning or external forces placed on the tile that may rock the tile causing a void between the underside of tile and concrete.

M. Following tile placement, review installation tolerances to contract drawings and adjust tile before the concrete sets. Two suitable weights of 25 lb each shall be placed on each tile as necessary to ensure solid contact of the underside of tile to concrete.

N. Following the concrete curing stage, protective plastic wrap is to be removed from the tile surface by cutting the plastic with a sharp knife, tight to the concrete/tile interface. If concrete bled under the plastic, a soft brass wire brush will clean the residue without damage to the tile surface.

O. If desired, individual tiles can be bolted together using ¼ inch or equivalent hardware. This can help to ensure that adjacent tiles are flush to each other during the installation process. Tape or caulking can be placed on the underside of the bolted butt joint to ensure that concrete does not rise up between the tiles during installation. Any protective plastic wrap which was peeled back to facilitate bolting or cutting, should be replaced and taped to ensure that the tile surface remains free of concrete during the installation process.

P. Tiles can be cut to custom sizes, or to make a radius, using a continuous rim diamond blade in a circular saw or minigrinder. Use of a straightedge to guide the cut is advisable where appropriate.

Q. Any sound-amplifying plates on the underside of the tile, which are dislodged during handling or cutting, should be replaced and secured with construction adhesive. The air gap created between these plates and the bottom of the tile is important in preserving the detectability properties of the Armor-Tile system as required in various jurisdictions.

Page 40: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-39

Page 41: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental Specifications SS-40

Traffic Control

Typical Standards and Details

Page 42: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-41

Page 43: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-42

Page 44: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-43

Page 45: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-44

Page 46: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-45

Page 47: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-46

Page 48: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-47

Emergency Barricading and

Traffic Control

Page 49: SUPPLEMENTAL SPECIFICATIONS INDEX - IPT by … SPECIFICATIONS INDEX Warren Catch Basin Repair Project No. 9 (City of Warren Project CB-10-521) 1. Purpose SS-1 …

Warren Catch Basin Repair No. 9 Drain Supplemental SpecificationsSS-48