Loading...
HomeMy WebLinkAboutResolution - 4879 - Contract - Williams & Peters Inc - LIA Runway 8-26 Shoulders Improvements - 06_22_1995Resolution No. 4879 June 22, 1995 Item # 17 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract and all related documents by and between the City of Lubbock and Williams & Peters of Lubbock to furnish and install all services and materials as bid for the Lubbock International Airport Runway 8-26 Shoulders Improvements for the City of Lubbock, which contract is attached hereto, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this Mu day of VID R. ATTEST: &t'- - '/tk- 0�0� Betty M. Johnson, CNy Secretary APPROVED AS TO CONTENT: �k Victor Kilman, Purchasing Manager APPROVED AS TO FORM: l�nald G. Vandiver, First Assistant City Attorney :dp\wAwslrvnwayxes June 12,1995 i CITY OF LUBBOCK SPECIFICATIONS FOR LUBBOCK INTERNATIONAL AIRPORT RUNWAY 8-26 SHOULDERS E"ROVEMENTS BID #13269 0 0 x x 0 w V CITY OF LUBBOCK Lubbock, Texas ■■■■■■!woman■' .■!!■ faro■■■■1- Y to::: ., rr-" ■I rl YY ....daemon ■■■! liii i ir■iil. '�". N. uuu• ■� � ■■!u■r r■. �.■ Im.m.rli � Eeir B► g CITY OF LUBBOCK, TEXAS fig; IU LUBBOCK INTERNATIONAL AIRPORT -; SPECIFICATIONS AND CONTRACT DOCUMENTS y FOR RUNWAY 8-26 SHOULDERS IMPROVEMENTS r" A.I.P. Project No. 3-48-0138-15 1 April 1995 . ADDENDUM NO.1 May 11, 1995 Attention of all Bidders is directed to the following modifications to the referenced Plans and Specifications. SPECIFICATIONS: ` 1. Page C-6. "Exhibit A" PROPOSAL Pam In PROPOSAL Item A-6 of ADDITIVE ALTERNATE A, change the units of measurement in the "Quantity & Unit" column from "S.Y." to "S.F." As identified in the item description, { runway and taxiway painting shall be measured by the square foot. The quantity, 2,650 square feet, is correct. 2. Page 155-a. Modifications to ITEM P-155. LIME -TREATED SUBGRADE Delete Modification #1, and insert the following new Modification #1: "1. Paragraph 155-2.1 HYDRATED LIME. Delete this paragraph and all subsequent references to hydrated lime. Lime used in lime -treated subgrade shall consist of commercial lime slurry or quicklime pebbles. No dry hydrated lime or quicklime powder shall be used on this project. Lime used in commercial lime slurry or quicklime pebbles shall meet the requirements of ASTM C207 Type N, or ASTM C977. If quicklime pebbles are utilized, the Contractor shall be responsible for providing adequate moisture, mixing and processing to result in an acceptable lime -treated subgrade course, as approved by the Engineer." 3. Paragrrgph SC-3 TIME AND ORDER OF COMPLETION. SPECIAL C,ONDMONS In the paragraphs concerning construction phasing, add the following requirements to Phase 2 - Additive Alternate C, and Phase 4 - Additive Alternate E: 7 Addendum No. 1 �. Page 1 of 2 Parkhill, Smith & Cooper, Inc. Engineers ■ Architects ■ Planners 4010 Avenue R, Lubbock, Texas 79412 (806) 747-0161 FAX (806) 747-7146 Lubbock El Paso Midland Amadnlo r Lubbock International Airport May 11, 1995 1. "The Contractor shall also be required to remove the existing amber runway edge filters from the existing runway lights and install them in the existing runway edge lights north of the displaced Runway 35L threshold (for Phase 2 - Additive Alternate C), and south of the displaced Runway 17R threshold (for Phase 4 - Additive Alternate E). The noted requirements effect approximately ten (10) existing runway edge light filters for each ` displaced threshold. At the completion of each respective construction phase, the ,. Contractor shall be required to re -install the filters in the original runway edge light fixtures, and restore the Runway 17R-35L lighting system to its original operating condition. The Contractor shall be responsible for replacing or repairing any light fixture, filter, lamp globe, light bulb, or other equipment that may be damaged during the required removal or re -installation process." This Addendum becomes a part of and shall be attached to the referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and shall be attached to the Proposal submitted. PARKHILL, SWM & COOPER, INC. By Lawrenc . (Lam�) Valdez, P.E. ACKNOWLEDGED: By:, '.%_,Q� Addendum No. 1 Page 2 of 2 4. pa MY OF LUBBOCK REQUEST FOR BIDS FOR TITLE: LUBBOCK INTERNATIONAL AIRPORT RUNWAY 8-26 SHOULDERS IMTROVEMENTS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13268 PROJECT NUMBER: 9980.9304 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND S. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS 11. SPECIAL CONDITIONS r" r r 2 NOTICE TO BIDDERS BID #13268 Sealed bids addressed to Ron Shuflield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 18th day 0 May,1995, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "LUBBOCK INTERNATIONAL AIRPORT RUNWAY 8-26 SHOULDERS IMPROVEMENTS" The items of work included in this project consist of a BASE BID and ADDITIVE ALTERNATES A, B, C, D and E. The BASE BID consists of the construction of new bituminous runway and taxiway shoulder paving, runway and taxiway marking, seeding and fertilizing unpaved shoulders, and related item of work. ADDITIVE ALTERNATE A consists of pulverizing the existing bituminous surface course on the Runway 26 blast pad, mixing the surface into the existing base course and compacting the resulting mixture, construction of a new bituminous surface course, pavement marling, and related items of work ADDITIVE ALTERNATE B consists of the construction of new portland cement concrete pavement at the existing Aircraft Fire Fighting and Rescue driveway on the airfield. ADDITIVE ALTERNATE C consists of the construction of new bituminous taxiway shoulder paving associated with Taxiways D and Q adjacent to Runway 17R-35L, runway and taxiway marking, seeding and fertilizing unpaved shoulders, and related item of work ADDITIVE ALTERNATE D consists of the construction of new bituminous taxiway shoulder paving associated with Taxiways B and N adjacent to Runway 17R-35L, runway and taxiway marking, seeding and fertilizing unpaved shoulders, and related item of work ADDITIVE ALTERNATE E consists of the construction of new bituminous taxiway shoulder paving associated with Taxiways A and T adjacent to Runway 17R 35L, runway and taxiway marking, seeding and fertilizing unpaved shoulders, and related item of work. This project is an AIP Project. The proposed contract is under and subject to Executrive Order 11246 of September 24, 1965, as amended, and to the equal opportunity clause contained in these specifications. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth in the specifications. The Bidder must supply all the information rewired by the bid form. All lump sum and unit prices must be stated in both script and figures. After the expiration of the time and date above first written, said sealed bids will be opened by the Buyer at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 8th day of June, 1995, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any r formalities. The suocessful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 1001/6 of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company Carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. f l Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the Contract, and to notify prospective subcontractors exceeds 510,000. Samples of the Certification and the Notice to Subcontractors appear in c the specifications. Minimum wages and labor rates for the construction of the proposed work have been established by the Secretary of Labor. A schedule of labor classifications and wage rates to be paid are included in the specifications and will be made a part of the contract. The bid form shall contain a statement that the prices bid are based on such wage rates. r It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, bid forms and contract documents are on file in the office of the Director of Aviation an d Purchasing Manager, Lubbock, Texas, and at the office of Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, �• Lubbock, Texas 79412, (806)747-0161. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. This project is subject to Equal Opportunity, Affirmative Action, Minority Business Enterprise Contract Provisions, and other requirements stated in the Instructions to Bidders and other sections of the project specifications and contract documents. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this imitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award - There will be a pre -bid conference on loth day of May,1995, at 10:00 o'clock a.m., in the Blue Room at the Lubbock International Airport, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting, r- :: • 6a F 41. 1 ��a, I ADVERTISEMENT FOR BIDS BID # 13268 Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock, Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 18th day of May,1995, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "LUBBOCK INTERNATIONAL AIRPORT RUNWAY 8-26 SHOULDERS D"ROVEMENTS" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and publicly read aloud. The plans, specifications, bid forms and oontract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly calf to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. Minimum wages and labor rates for the construction of the proposed work have been established by the Secretary of Labor. A schedule of labor classifications and wage rates to be paid are included in the specifications and will be made a part of the contract. The bid form shall contain a statement that the prices bid are based on such wage rates. There will be a prebid conference on the loth day of May,1995, at 10:00 am., in the Blue Room at the Lubbock International Airport, Lubbock, Texas. P' The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) r-• or 1625 13th Street, Room L-04 at least 48 hours in advance of the meeting. GENERAL INSTRUCTIONS TO BIDDERS r GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the LUBBOCK INTERNATIONAL AIRPORT RUNWAY 8-26 SHOULDERS IMPROVEMENT - Construct new bituminous runway and taxiway shoulder pavement, reconstruct bituminous blast pad pavement, construct new portland cement concrete pavement, and other related items of work. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the constriction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED TWENTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take �^ such action as the City deems necessary to insure completion of the project within the time specified. 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. - AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be Amshed. The fact that the specifications may fail to be cuff ciently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full r responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project t r k 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. . PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the bid contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost r and expense. The Contractor's responstibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume frill responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all rases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. I . . r, Explosive materials shall not be stored or kept at the construction site by the Contractor. L In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the r site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates funished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 7 r (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract . which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. is. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each weak. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 20. PREPARATION FOR BID The bidder shall submit his bid on forms punished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a scaled envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project). Bid bids may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Bid. - (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 6) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. ADDITIONAL INSTRUCTIONS TO BIDDERS IB-1. BID FORMS Bid shall be submitted on the Proposal form in the bound specifications. The complete bound documents shall be submitted and plans shall be returned as specified herein. In addition to the completed Proposal, bid forms shall include Bid Security, Financial Statement, and other specified documents. Failure to submit a complete bid as specified will be considered as sufficient cause for rejection of the bid. IB-2. E3(PERIENCE RECORD, EQUIPMENT SCHEDULE AND FINANCIAL STATEMENT The Experience Record and Equipment Schedule included herein, shall be filled in, showing completed jobs, of a similar nature to the one covered by the Proposal, and the work in progress with contract and bond amounts and percent complete. A sworn statement of the current financial condition of the Bidder shall also be enclosed with the Proposal, in order to provide the Owner with information relative to the responsibility of bidders and their ability to finance and construct the work. This statement shall be enclosed with the Proposal in a separate envelope and will be returned to the Bidder upon return of his bid security. IB-3. BID SECURITY Each proposal must be accompanied by a Bid Bond, Certified Check, or cash in the amount of not less than five percent of the maximum bid submitted, payable without recourse to the City of Lubbock, Texas. If a Bid Bond is submitted as bid security, it shall be executed by an approved surety company authorized to do business in the State of Texas, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. Such bid security shall be so conditioned that if the Bidder is awarded the Contract and is unable or fails to furnish performance and payment bonds and execute the Contract within ten days after date of award, the security shall revert to the Owner as compensation for damages which the Owner suffers because of such failure by the Bidder. IB-4. PERFORMANCE AND PAYMENT BONDS With the execution and delivery of the contract documents, the Contractor shall furnish, on the forms provided herein, bonds, as required by the General Conditions, in the sum of 100% of the total contract price, executed by an approved surety company authorized to do business in the State of Texas, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. IB-5. INTERPRETATION OF BIDS No bid will be considered which fails to supply all information indicated, or which has any limitation or provisions placed upon it by the Bidder. In case of a difference between the written words and the figures in the Proposal, the amount stated in written words will be considered as the bid price. without recourse on the part of the Contractor. In case of ambiguity or lack of clearness i in the Proposal, the Owner will adopt the most advantageous construction thereof or reject the bid. The Owner reserves the right to accept or reject any or all bids, if it is deemed to be in the best interest of the public. Further, the Owner reserves the right to reject any bids because of irregularity or to waive such irregularity if such action is in the public interest. IB-6. DISPOSITION OF BIDS The Owner expects to make award of the contract as soon as possible after the opening of bids, but specifically reserves the right to hold all Proposals for a period not to exceed sixty (60) days, before making an award. No Proposal, having been opened, may be withdrawn prior to expiration of this sixty day period. Bid security of all but the successful Bidder will be returned upon making an award. IB-7. EXAMINATION OF SITE, PLAN AND SPECIFICATIONS Prior to submission of a Proposal, each Bidder shall have made a thorough examination of the site of work and of the plans and specifications, and shall become informed as to the location and nature of the proposed construction, labor conditions and all other matters that may affect the cost and time of completion of the work upon which he bids. Bidders shall make such investigations of the nature of the project as they deem necessary and shall assume all responsibility for fully informing themselves of the character of materials which will be encountered. The submission of a Proposal shall be prima facie evidence that the Bidder has made such an examination. Contact Bern Case, Director of Aviation (806-767-3125), to schedule a site examination visit. IB-8. INTERPRETATION OF SPECIFICATIONS PRIOR TO BIDDING r Any questions arising during the advertising period as to the meaning or intent of the specifications will be answered by an addendum which will be sent to all who have placed a deposit and have been furnished plans and contract documents. The receipt of each addendum shall be acknowledged by the Bidder in the space provided and each addendum shall be enclosed with the Proposal when it is submitted. All addenda shall become a part of these contract documents. IB-9. PRE -BID CONFERENCE A'pre-bid conference is scheduled as noted in the Notice to Bidders. At this time, all interested bidders will be requested to appear and present any questions they may have pertaining to this project. All bidders are urged to attend the pre -bid conference if scheduled because they will be charged with notice of the matters discussed therein. IB-10. BASIS OF AWARD Award will be made for this contract on the basis of the low responsive, responsible bid, including the total Base Bid and any combination of Additive Alternates A. B, C, D and/or E, based on the availability of funds. IB-11. AVAILABILITY OF PLANS A. For Bidders f It is intended that all parties with an interest in the type of work included in the project covered by these documents be given a reasonable opportunity to examine the documents and f' E IB-7 r prepare a bid or subbid. Documents may be examined without charge as noted in the Notice to Bidders. Drawings for general distribution are full-size (24" x 36") drawings. Complete sets of documents may be obtained from the Engineer upon request, accompanied by a deposit of $75.00. Upon return of the documents to the Engineer in good condition within 10 days after the date for receiving bids, the full amount of the deposit will be returned. B. For the Contractor The Contractor will be furnished five (5) sets of full-size drawings and five (5) sets of specifications for his use during construction. This shall include all plans and specifications furnished to material suppliers and subcontractors but does not include the executed contract copies. Plans and specifications for use during construction will be furnished directly only to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors, or others, as required for proper execution of the work. Should additional sets of documents be desired, they may be purchased, by the Contractor only, at the following prices, exclusive of postage or freight charges: Full-size Drawings $35.00 per set Single Sheets of Drawings $ 3.00 per sheet Specifications $50.00 per set IB-12. SPECIAL PROVISIONS Attention of Bidders is directed to SPECIAL PROVISIONS included in these documents for requirements concerning scope of work, labor, wage schedule, insurance and similar subjects. M-13. PLANT LOCATION AND STORAGE AREA Contractors bidding on the work included in this contract who desire to locate a material storage area or other similar facility on the airport property may secure such site, buildings or areas by direct negotiation with the Director of Aviation. IB-14. DISQUALIFICATION OF BIDDERS Any one or more of the following causes may be considered as sufficient for the disqualification of bidder and the rejection of his bid or bids: More than one Proposal for the same work from an individual firm, partnership, or corporation under the same or different name. Evidence of collusion among bidders. Participants in such collusion may not receive recognition as Bidders for any future work. Unbalanced Proposals in which the prices for some items are out of proportion to the prices for other items. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal. IB-8 Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. Uncompleted work which, in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. For being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. r" IB-15. MATERIAL GUARANTY Before any contract is awarded, the Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in r the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. 1B-16. EXECUTIVE ORDER -EQUAL OPPORTUNITY CLAUSES A. ReVired Notices for Contracts Over $10.000. The regulations and orders of the Secretary of Labor, OFCC, AND FAR 152.61 require the following notices: 1. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause, and 2. The Bidder (Proposer) must supply all the information required by the bid or proposal form. 3. The successful bidder will be required to submit a Certification of �- Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of ' the requirement for such a Certification where the subcontract exceeds $10,000. Samples of the Certification and Notice to Subcontractors appear in the specifications. 4. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. 5. Notice of requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended). a. - The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. b. The goals and timetables for minority and female participation, 7 expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: JIB -9 Goals for female participation in each trade 6.9 % Goals for minority participation in each trade 19.6 % These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. c. The contractor shall provide written notification to the Director, OFCCEP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employee identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. d. As used in this noticeand in the contract resulting from this solicitation, the "covered area" is City of Lubbock, Lubbock County, Texas. B. Contracts in Excess of 50.000. For bids relating to contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees, and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract. C. Additional Notices for $1 Million Contracts. For each contract which results in a bid of $1 million or more: IB - 10 r 1. Ereward Ewa] doep Min ty Compliance Reviews. Where the bid of the apparent low responsible bidder is in the amount of $1 million or more, the r- bidder and his known all -tier subcontractors which will be awarded subcontracts of $1 million or more will be subject to full, on -site, preaward equal opportunity compliance reviews before the award of the contract for �- the purpose of determining whether the bidder and his subcontractors are able to comply with the provisions of the equal opportunity clause. 2. Compliance Reps. Within 30 days after award of this contract, the contractor shall file a compliance report (Standard Form 100) if: a. The contractor has not submitted a complete compliance report within 12 months preceding the date of award; and b. The contractor is within the definition of 'employer" in Paragraphs 2e(3) of the instructions included in Standard Form 100. The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. 1B-17. CONTRACTOR'S CERTIFICATION OF AFFIRMATIVE ACTION The Contractor assures that it will undertake an affirmative action program as required by 14 CFR Part 152, Subpart E, to insure that no person shall on the grounds of race, creed, color, national origin, or sex be excluded from participating in any employment activities covered in 14 CFR part 152, Subpart E. The Contractor assures that no person shall be excluded on these grounds from participating in or receiving the services or benefits of any program or activity covered by this subpart. The Contractor assures that it will require that its covered suborganizations provide assurances to the Contractor that they similarly will undertake affirmative action programs and that they will require assurances from their suborganizations, as required by 14 CFR Part 152, Subpart E, to the same effect. IB-18. DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS PART A Ea. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum POW f opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. Compliance. All bidders, potential contractors, or subcontractors for this DOT assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the Owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which -offer further subcontracting opportunities. PART B It is further understood and agreed: The award selection procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE contract goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is ten percent of the dollar value of this contract. After opening of bids, the apparent successful bidder will be required to submit the names and addresses of DBE firms that will participate in the contract along with a description of the work and dollar amount for each firm. If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must clearly demonstrate, to the satisfaction of the airport sponsor, that a good faith effort has in fact been made and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. Arrangements between bidder/proposer and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE sub -contractor that is unable to perform successfully with another DBE sub -contractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE sub -contract goals and other DBE affirmative action efforts. IB - 12 WAGE, LABOR, EEO, SAFETY AND GENERAL REQUIREMENTS PM r„ SEMON A (Federal Aviatioi Adad�tiatratioa (FAA) Rt�iorna�ia) PM A-1 Airport aid Airway Iap mfta t Pn*Mn Pro2ecL The work In this contract is Included in Airport Improvement Project No. 3-48-0138-15 which Is being undertaken and accomplished by the City of Lubbock (Sponsor) r" in accordance with the terms and conditions of a grant agreement between the Sponsor and the United States, under the Airport and Airway Improvement Act of 1982 (P.L. 97.248) as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L 1M223) and Part 1S2 of the Federal Aviation Regulations (14 r CFR Part M), pursuant to which the United States has agreed to pay a certain percentage of the costs under those Acts. The United States is not a party to this contract and no reference In this contract to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. A-2 Consent to A&%*w w=t. The contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any interest in or part of this contract. A-3 Convict Labor. ►w No convict labor may be employed under this contract. A-4 Veterans Preference. r- In the employment of labor (except In executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Act. However, This preference shall apply only where the Individuals are available and qualified to perform the work to which the employment relates. A-5 Withholding: Sponsor from Contradw. r Whether or not payments or advances to the City of Lubbock (Sponsor) are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to gay laborers and mechanics ... employed by the contractor or any subcontractor on the work, the full amount of wages required by this contract. A-6 Nonpayment of Wages. If the contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the City of Lubbock (Sponsor) may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. oft ' (2192) FAA - 1 PM A-7 FAA iaspertioa and mview. The contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. A4 Sabcoatrsds.. The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A- 4, A-S, A-6, and A-7 requiring the subcontractors to include these provisions In any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may In turn be made. AA Comb -ad Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. (49 CFR Part 18). A-10 Lnspa 'on of Records - The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. (49 CFR Part 18). A-11 Rights to Inventions. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract Is executed. Information regarding these rights is available from the FAA and the Sponsor. (49 CFR Part 18). A-12 General Civil Rights Provisions The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor from the bid solicitation period through the completion of the contract. (Section S20, Airport and Airway Improvement Act of 1982). (2192) FAA — 2 r PM SECTION B DAVIS-BACON ACT REQUIREMENTS (29 CFR PART 5) 134 MiaMaa 'Wages. (a) All laborers and mechanics employed or working upon the site of the work will be pall unconditionally and not less often than once a week, and without subsequent deduction or rebate on any. account (except such payroll deductions as are permitted by the Secretary of labor under the Copeland Act r., (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage dr..termination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs r^ reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (B-1)(d) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred daring such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 55(a)(4). ,., Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent In each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (B-1)(b) of this section) r- and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contnctor and its subcontractors at the site of the work in a prominent and accessible place where it can easily bc, seen by the workers. (b) (1) The contracting officer shall require that any class of laborers or mechanics which Is not r" listed In the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (I) The work to be performed by the classification requested Is not performed by a classification In the wage determinations; and r 01) The classification is utilized in the area by the construction Industry-, and !rM (III) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained In the wage determination. (2/92) (2) if the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agme on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30dsy period FAA — 3 2 that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 121S-0140). (3) in the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for hinge benefits where appropriate), the contracting officer shall refer the questions, including the views of all Interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will Issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time Is necessary. (Approved by the Office of Management and Budget under OMB Control Number 121S-0140). (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (B-1)(b)(2) or (3) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed In the classification. (c) Whenever the minimum wage rate prescribed In the contract fora class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona ride fringe benefit or an hourly cash equivalent thereof. (d) if the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided., That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). B-2 Witiiiolding. The Federal Aviation Administration or the Sponsor shall upon Its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to David -Bacon prevailing wage requirements, which Is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, Including apprentices, trainees, and helpers, employed by the contractor or any subcontractor. the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. B-3 Payrolls and basic eeoocda. (a) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described In 1(b)(2)(B) of the Davis -Bacon Art), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5S(a)(1)(iv) that the wages of any laborer or (2192) FAA — 4 mechanic include the amount of any costs reasonably anticipated In providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees ender approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the ap_pticable programs. (29 CFR S.5(a)(3)(i) (Approved by the Office of Management and Budget under OMB Control Numbers 121S-0140 and 121S-0017). (b) (1) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph SS(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and nary be purchased from the Superintendent of Documents (Federal Stock Number 029-005.00014-1), U.S. Government Printing Oiiice, Washington, D.C20402. The prime contractor Is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 121S-0149). (2) Each payroll submitted shall be accompanied by a 'Statement of Compliance,' signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following- (1) That the payroll for the payroll period contains the information required to be maintained under paragraph B-3 (a) above and that such Information is correct and complete; i (11) 73at each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations �.. 29 CFR Part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the r classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the *Statement of Compliance' required by paragraph B-3 (b)(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Tltle 19 and Section 231 of Tltie 31 of the United States Code. (c) The contractor or subcontractor shalt make the records required under paragraph B-3 (a) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to Interview employees during working hours on the job. If the contractor or subcontractor falls to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further i• (2192) i FAA — S r payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. B4 App"atiaa and 'raised. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and 'training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her, first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered In the program, but who has .been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program Is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen houriy rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (b) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the US. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe bewAts for apprentices. Any employee listed on the payroll at a trainee rate who Is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program Is approved. (2192) FAA — 6 5 (c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be In conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. B-S Cmapiiance Whk Cape6" Act Rogairarremts. TLe contractor shall comply with the requirements of 29 CFR Part 3, which am, incorporated by reference in this contract. 84 SaicoatractL The contractor or subcontractor shall _Insert In any subcontracts the clauses contained In 29 CFR Part SS(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower der subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses In 29 CFR Part S.S. B-7 Compluu ct Wits Davis -Bacon and Related Act Rs,Qaistaaewts. All rulings and Interpretations of the Davis -Bacon and Related Acts contained In 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. B4 Disputes Cowaeraing Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in accordance, with the procedures of the r Department of Labor set forth In 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the US. Department of Labor, or the employees or their representatives. " Certifiaation of Eligibility. (a) By entering Into this contract, the contractor certifies that neither It (nor he or she) nor any person or firm who has an interest In the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (c) The penalty for making false statements Is prescribed in the US. Criminal Cod e,18 US.C.1001. B-10 Comb -ad Terasisatioo: DebarawaL A breach of the contract clauses In paragraph B-1 through B-9 of this section and paragraphs C-1 through C- 5 of Section C may be grounds for termination of the contract, and for the debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. r` (2192) FAA — 7 t SEMON C CONTRACT WORSHOURS AND SAFELY STANDARW ACT REQULR£MF.M (29 CFR PART S) C-1 0" rtia a Regairenrents. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers. or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek In which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic recelves compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Vbolation; Liability for Unpaid Wages; L Nuidated Do —am In the event of any violation of the clause set forth in paragraph C-1 above, the contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, Including watchmen and guards, employed in violation of the clause set forth in paragraph C-1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph C-1 above. C-3 Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to. satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph C-2 above. C-4 Subcoutractors. The contractor or subcontractor shall Insert in any subcontracts the clauses set forth in paragraphs C-1 through C4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs C-1 through C4. C-6 Working Coaditioas. No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) Issued by the Department of Labor. (2192) FAA — 8 0- SECT70N D t EQUAL EMMDYMEW OPPORTUNITY (41 CFR PART 60-L4(b)) During the performance of this contract, the contractor agrees as follows; D-1 The contractor will not discriminate against any employee orappiicant for employment because of race, color, religion, sex, or national origin. Tine contractor will take &Mrmadve action to ensure that applicants are employed, and that employees are treated during employment . without regard to their race, color, religion, sex, or national origin. Such action shall lndude, but not be limited to the following. Employment,upgrading, demotion,ortransfer,recraltment orrecruitmentadvertising layoff or termination; rates of pay or other forms of compensation; and selection for r training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. D-2 The contractor will, In all solicitations or advertisements for employees placed by or on behalf p of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. D-3 The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments ,.. under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D4 The contractor will comply with all provisions of Executive Order IU46 of September 24,1965, t• as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. D-S The contractor will furnish all Information and reports required by Executive Order 11246 of September 24, 1%5, and by rules, regulations, and orders of the Secretary of Labor, or r` pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. D-6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared Ineligible for further Government contracts or federally assisted construction contracts In accordance with procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided to Executive Order 11246 of September 24,1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. F (2192) FAA-9 r 2 D-7 The contractor will Include the portion of the sentence immediately preceding paragraph D- 1 and the provisions of paragraphs D-1 through D-7 In every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor Issued pursuant to section 204 of Executive Order 112M of September 24, 1965, to that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with reaped to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter Into such litigation to protect the interests of the United States. (2192) FAA — 10 r A SEMON E CLEAN AIR AND WATER POIlAMON CONTROL REQUIREMENTS ^ E-1 Any other provision herein to the contrary notwithstanding, the contractor In carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state, or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer in impkmentation of the letter and Intent of FAA Advisory Circular 1S0/5370-10, Item P-M, Temporary Air and Water Pollution, ,. Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department of Transportation, Distribution Unit, TAD-4843, Washington, D.C. 2090. &2 Contractors and subcontractors agree: r I a. That any facility to be used In the performance of the contract or subcontract or to benefit ' from the contract Is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; r b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1957 et seq. and Section 308 of the Federal Water Pollution Control Art, as amended, r 33 US.C. 1251 et seq. relating to Inspection, monitoring, entry, reports, and information, as well as all other requirements specified In Section 114 and Section 308 of the Acts,respectively, and all other regulations and guidelines Issued thereunder, r c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To Include or cause to be Included In any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. F(2192) FAA — 11 SECTION F STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTTON CONTRACT SPECEFICATIONS (41 CFR 60-43) 1. As used in these specifications: a. 'Covered area' means the geographical area described In the solicitation from which this contract resulted; b. 'Director' means Director, Office of Federal Contrad Comptisnce Programs (OFCCP), US. Department of Labor, or any person to whom the Director delegates authority; c. 'Employer identification number' means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. 'MInority" includes: (1) Black (all) persons having origins In any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 6045) In a Hometown Plan approved by the U.S. Department of Labor In the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan Is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good filth performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals (1192) FAA — 12 r-� 2 r-• established for the geographical area wber+e the work is being performed. Goals are published periodically In the Federal Register In notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. 'Ile contractor Is expected to make substantially uniform progress In meeting its goals In each craft during the period specified. S. Neither the provisions of any collective bargaining agreement nor the faUum by a union with whom the contractor has a .collective bargaining agreement to refer either t laorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trahm" to be counted in meeting the goals, ,.. such apprentices and trainees shall be employed by the contractor daring the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the US. Department of Labor. r� 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall Implement f affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, Intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction projecL The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or Its unions have employment opportunities available, and maintain a record of the organizations' responses. } a Maintain a current file of the names, addresses, and telephone numbers of each minority 1 and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such Individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide Immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet Its i obligations. l" e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, Including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. (1192) + FAA — 13 r M f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting Its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc4 by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained Identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. 1. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used In the selection process. J. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide alter school, summer, and vacation employment to minority and female youth both on the site and In other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60.3. 1. Conduct, at least annually, an Inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (1192) FAA — 14 r p. Conduct a review, at least annually, of all supervisor's adherence to and performance under r " the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate In voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of .its obligations under 7a through p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive Impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected In the contractor's minority and female workforce participation, makes a good faith effort to meet Its individual goals and timetables, and can provide Wzcess to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, Is the contractor's and failure of such a group to fulfill an obligation &ball not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be In violation of the Executive Order If a specific minority group of women is underutilized. 11). The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. U. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may OMM be imposed or ordered pursuant to Executive Order 11246, as amended, and Its Implementing regulations, by the Ofrice of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 117,46, as -amended. 13. The contractor, in fulfilling Its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed In paragraph 7 of these specifications, so as to achieve maximum results from Its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the Implementing regulations, or these specifications; the Director shall proceed'in accordance with 41 CFR 604.8. 14. TLe contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy Is being carried out, to submit reports relating to the provisions bereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation If any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (1192) FAA — 15 { SEMON G CONTRACTUAL Rl PURSUANT TO CIVIL RIGM ACT OF 1964, TMA: VI (0 CFR PART 21) During the performance of this contract, the contractor, for itself, its assignees and successors In Interest (hereinafter referred to as the ,contractor) agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to . nondiscriax3nstton in federally assisted programs of the Department of Transportation (hereinafter, *DOT) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein Incorporated by reference and made a part of this contract. 2. NondLsaimination. The contractor, with regard to the work performed by It during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a progiam set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed undera subcontract, Including procurements of materials orleases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all Information and reports required by the Regulations or directives issued pursuant thereto and shalt permit access to Its books, records, accounts, other sources of information, and Its facillties'as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information requlmd of a contractor is In the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the Information. S. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as It or the FAA may determine to be appropriate, Including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. incorporation of Provisions. Ile contractor shall include the provisions of paragraphs 1 through S In every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives Issued pursuant thereto. 'Ile contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes Involved In, or is threatened with, (2192) FAA — 16 (2192) 2 litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter Into such litigation to protect the interests of the sponsor and, In addition, the contractor may request the Untied States to enter into such litigation to protect the Interests of the United States. FAA — 17 SECTION H TERMIXATION OF CONIItACr (49 CFR PART M 1. The Sponsor may, by written notice, terminate this contract in whole or In part at any time, either for the Sponsor's convenience or because of (allure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated In performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, It is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided In paragraph 2 of this clause. S. The rights and remedies of the sponsor provided In this clause are in addition to any other rights and remedies provided by law or under this contract. (2192) FFA — 18 r i i poll SECTION I r., BUY AMERICAN - STEM AND MANUFACIUUD r PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviat}oa Safety and Capacity Fxpawdm Alt of 1990) (a) The Contractor agrees that only domestic steel and manufactured products w411 be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined In (b) below. r (b) _ The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include r (1) those produced In the United States or (2) a manufactured product produced in the United States, If the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all Its components and final 'assembly has taken place in the United States. ►"` 2. Components. As used In this clause, components means those articles, materials, and supplies incorporated directly Into steel and manufactured products. 3. Cost of Components. This means the cost for production of the components, exclusive of final assembly labor costs. PW (2192) FFA — 19 DMADVANTAGED BUSUMM ENIF.RP'BISE CONTRACT MOVISIONS (49 CFR PART 23) PART A Pol;cv. It is the policy of the Department of Transportation (DOT) that diasdvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate In the performance of contracts financed In whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement,. DBE Oblization. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate In the performance of contracts and subcontracts financed In whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex In the award and performance of DOT - assisted contracts. Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above, shalt constitute a breach of contract which may result In termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. PART B It Is further understood and jgMd: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 23AS(I) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Entrprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disavantaged Individuals Is teen percent of the dollar value of this contract. After opening bids, the apparent successful bidder will be required to submit the names and addresses of the DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract). If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must must provide documentation clearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts In attempting to do so and that meeting aaid goals Is not reasonably possible. A bid that falls to meet these requirements will be considered nonresponsive. Agreements between bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bldders/proposers are problbited. All bidders and proposers shall make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will Identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts. (2192) FFA — 20 City of Lubbock Disadvantaged Business Enterprise Policy CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE POLICY I. POLICY STATEMENT It is the policy of the City of Lubbock, Texas to involve Disadvantaged Business Enterprises to the fullest extent feasible in all phases of its procurement practices, and to provide them equal opportunities to compete for contracts for construction, provision of professional services, purchases of equipment and supplies, and provision of other services required by the City. As a part of the effort to attain these -policy objectives, it is the intent of the City of Lubbock to develop and implement a Disadvantaged Business Enterprise Program to ensure. that the members of the disadvantaged business community will have equal opportunities to be utilized in all aspects of the City's procurement programs. For the purpose of this policy, a Disadvantaged Business Enterprise is defined as a small business concern: a) which is at least 51% owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51% of the stock of which is owned by one or more socially and economically disadvantaged individuals, and b) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. Such persons would include any person who is a citizen or lawful resident of the United States and who is a member of one of the following groups: (A) Women; (B) Black Americans, which includes persons having origins in any of the Black racial groups of Africa; (C) Hispanic Americans, which includes persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish or Portuguese culture or origin,* regardless of race; (D) Native Americans, which includ..,;s persons who are American Indians, Eskimos, Aleu,`.s, or Native Hawaiians; (E) Asian -Pacific Americans, Which includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the PhilippineL, Samoa, Guam, the U.S. Trust Territories of the Pacific, and the Northern Marianas; and (F) Asian -Indian Americans, which includes persons whose origins are from India, Pakistan, Bangladesh, and Sri Lanka; (G) Members of other groups, or other individuals found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)); (H) Persons not members of the preceding groups who have begin found to be individually, socially, and economically disadvantaged by the City on a case -by - case basis. To the extent legally practicable, the City.of Lubbock will insure that all contractors providing services, materials or supplies to the City provide employment opportunities to socially and economically disadvantaged groups and individuals equal to those provided all other groups or individuals. Such contractors will also be required to take positive steps toward the utilization of disadvantaged business enterprises, to the maximum -2- projects for which they contract. The City will provide assistance, when requested, to Disadvantaged Business Enterprises in providing instructions on the preparation of bid specifications, compliance with procurement policy, and fulfillment of general bid requirements. In addition, the City will provide information on job performance requirements, procurement opportunities and prerequisites for bidding on contracts. The City of Lubbock will encourage joint ventures among Disadvantaged Business Enterprises and between non -disadvantaged and disadvantaged firms bidding for City contracts. The City of Lubbock will seek and will use its best efforts to insure that Disadvantaged Business Enterprises are informed of current and future procurement activities through newsletters, including disadvantaged newspapers, local disadvantaged chambers of commerce, and other disadvantaged organizations as well as through direct contact with disadvantaged entrepreneurs. As evidence of its intent to vigorously pursue the object of this Disadvantaged Business Enterprise Program, the City Manager has designated the Business Liaison Officer as the Disadvantaged Business Enterprise Liaison Officer for the Department of Transportation related projects, who will be assisted by the City of Lubbock's Human Relations Department, Transit Department, and Department of -3- Aviation, in developing, administering, and implementing the City's Disadvantaged Business Enterprise Program. APPROVED AS AMENDED this day of 1988 by: APPROVED AS TO FORM: A"-Z"t, kdl hn C Ross, Jr., City Atl�lrney ate CITY OF LUBBOCK, TEXAS- -B. C. MCMINN, MAYOR ahch-;� Date LarryUJ V Cunning4a94 City Manager Date i I .._...- -4- II.. LIAISON OFFICER The City of Lubbock has designated the Business Liaison Officer to serve as the City's Liaison Officer for the Disadvantaged Business Enterprise Program (hereinafter DBEP). Disadvantaged Business Enterprise is hereinafter DBE. The Liaison Officer reports directly to the City of Lubbock's City Manager. The duties of the Liaison Officer shall include the following: A. Development, managing, implementing, and evaluating the DBEP. B. The review of all contract language and supporting data submitted in all phases of project administration to assure compliance with the DBEP requirements and applicable federal, state, and local laws. C. The monitoring, via periodic reviews, of the contractor's compliance with the City's DBEP as a mechanism for evaluation and planning. D. Maintenance and updating of a registry of socially and economically disadvantaged -owned businesses, as certified by SBA or other appropriate agency, with specific information on expertise, work performance, and other information including verification of ownership. r. E. The design and conduct of "in-house" DBE Seminars as well as the provision of technical assistance to interested bidders. r` F. Analysis of available planning tools to project priority areas of DBE efforts. r Oft r -5- G. Providing assistance to City departments in resolving specific problems related to implementation of the DBEP and achievement of stated goals. H. Publication of business opportunities to DBE's and assistance to such businesses in obtaining contracts and sub -contracts. I. Attendance of pre -bid and pre -construction conferences to explain DBE requirements. J. Participation on bid and proposal review panels. K. The maintenance of DBE contract records, and regular _ reporting to the City Manager and to the Mayor. L. The coordination of the DBEP with the procurement and legal "- departments, and other appropriate local agencies. M. Submit all reports as required by DOT and other Federal Regulations. SUPPORTIVE STAFF The DBE Liaison Officer shall have adequate staff to perform the duties. The Coordinators of the Transportation, Aviation, and other appropriate departments or their designated representative will serve as the DBE Coordinator for their respective departments. The Departmental Coordinator will be at a minimum, responsible for: A. Notifying the DBE Liaison Officer of all grants being applied for through the U.S. Department of Transportation. (hereinafter DOT), B. Notifying the Liaison Officer of approved grant awards, -6- C. D. E. Evaluating approved grants for potential DBE participation, and Involving the DBE Liaison Officer in the entire bid process for DOT -assisted projects, which includes, but is not limited to: 1. Notification in advance by appropriate department of consultant and/or construction contracts. 2. Providing the Officer the opportunity to review bid proposals and requests for proposals (RFP) prior to r their formal advertisements to insure that the City's DBE requirements have been met. 3. Notifying the Officer of the time and place for all pre -bid conferences if any, so that the DBE requirements.can be explained and questions answered. 4. Making sure that the Liaison Officer has an opportunity to evaluate all bids received in an effort to assure the validity of the degree of DBE participation claimed. This will include verification of the information included in Schedule A. Reporting to the Liaison Officer on no less than a quarterly basis on the various departments efforts at achieving the DBE goals. -7- III.. PROCEDURE TO INSURE EQUITABLE OPPORTUNITY TO COMPETE FOR CONTRACTS AND SUB -CONTRACTS The City of Lubbock will develop and use affirmative action techniques to facilitate DBE participation in contracting activities. These techniques shall include, but are not limited to: A. Arranging solicitations; time for the presentation of bids, quantities, specifications, and delivery schedules so as to facilitate the participation of DBE's; B. Providing assistance to DBE's in overcoming barriers such as the inability to obtain bonding, financing, or technical assistance by working with outside+ agencies to provide these resources; C. Carrying out information and communications programs on contracting procedures and specific contracting opportunities in a timely manner; D. Holding pre -bid conferences to explain the projects and encourage prime contractors to use DBE's as subcontractors; and E. Including the City's goal requirement for DBE participation in the bid solicitations for DOT -assisted projects. IV. DBE DIRECTORY Such directory or source list shall specify which firms listed have been determined by DOT and The Small Business Administration (hereinafter SBA) to be eligible DBE's in accordance with procedures set forth in the regulations. -8- r" V. DBE ELIGIBILITY AND JOINT VENTURES INVOLVING DBE's ►�' To insure that the DBEP only benefits firms owned and controlled by socially and economically disadvantaged individuals, the Small r Business Administration shall certify the eligibility of DBE's and joint ventures involving DBE's that are named by competitors by completing Schedule A and/or B. (For exceptions, see r. Attachment 2, Part G.) The City shall require prime contractors to make good faith efforts to replace a DBE contractorithat is unable to perform successfully with another DBE. The City shall reserve the right to approve all substitutions of subcontractors before bid opening and during contract performance, in order to insure that the substitute firms are eligible DBEs. VI. PERCENTAGE GOALS A. Overall Goals The overall goal for the City of Lubbock's DBEP is ten percent (10%) of the contract amount for socially and economically disadvantaged -owned businesses. In no case shall this goal constitute a fixed quota. The following factors were considered in arriving at these goals: 1. The number and types of contracts to be awarded by the r City during its fiscal year; r, 2. The number and types of DBE's that have been identified by the City and SBA; r" 3. The number and types of DBE's likely to be available to compete for contracts during the funding period; and 4. The past efforts of the City to contract with DBE's. The overall goals shall be reviewed on an annual basis. The review process shall analyze projected versus actual DBE participation during the previous fiscal year. Whatever revisions are considered necessary, shall be made and submitted to DOT for approval. B. Contract Goals Contract goals will be set on specific projects which the bidder/proposer must meet or exceed, or demonstrate that it 1 would not meet despite its best efforts. The goals will be set based on the known availability of qualified DBEs. C. Publication of Goals At the time the City submits its overall goals to the Department of Transportation for approval, it'shall publish a notice announ--:�ng these goals, informing the public that the goals and a description of how they were selected are available for inspection during normal business hours at the City Manager's Office for 30 days following the date of notice, and informing the public that the Department and the City will accept comments on the goals for 45 days from the date of the notice. The notice shall include addresses to which comments may be sent, and shall be published in general circulation media and available disadvantaged -focus media and trade association publications, and shall state that the comments are for informational purposes only. -10- D. Geographic Area •• The City of Lubbock and contractors shall at a minimum, seek DBE's in same geographic area in which contractors or Ono subcontractors are sought for a given solicitation. If the goals cannot• be met by using DBE's from this geographic r _ area, the City and contractors.shall expand its search to a reasonably wider area. VII. PROCEDURES TO REQUIRE THAT DBE'S BE IDENTIFIED BY NAME BY COMPETITORS FOR CONTRACTS t in solicitations for DOT -assisted contracts that provide opportunities for DBE participation, the City shall indicate its goals for the use of firms owned and controlled by socially and economically disadvantaged individuals. A. All bidders/proposers will be required to submit a written assurance of meeting the goals in their bids of proposals by completing Attachment 1. B. Within a reasonable period of time after the opening of bids, and before the award of the contract, the City shall require all bidders wishing to remain in competition for the contract to submit Schedule C which provides: 1. The names and addresses of DBE subcontractors; 2. A description of the work each is to perform; and 3. The dollar value of each proposed DBE subcontract. C. The time allowed for submission of Schedule C will be set for individual contracts and may vary, depending on circumstances. rk D. Agreements between a bidder/proposVr and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. VIII. SELECTION CRITERIA TO INSURE THAT PRIME CONTRACTS ARE AWARDED TO COMPETITORS THAT MEET DBE GOALS To insure that prime contracts are awarded .to competitors who meet DBE goals, the selection criteria which -is outlined in Attachment 2 will be followed. IX. COMPLIANCE OF SUBRECIPIENTS. CONTRACTORS AND SUBCONTRACTORS TO THE DBE REQUIREMENTS The City of Lubbock does not have any subrecipients at this time. Should the situation change in the future, all subrecipients must comply with the DBE requirements outlined in this program. X. MAINTENANCE OF RECORDS AND REPORTS A. In order to monitor the progress of its DBE program, the City sha`._::. maintain a recordkeeping system which will identify end assess DBE contract awards, prime contractors' progress in achieving DBE subcontract goals and other DBE affirmative action efforts. B. Specifically, the City shall maintain records showing: 1. Procedures which have been adopted to comply with the requirements of this program. 2. Awards to DBEs. These awards shall be measured against projected DBE awards and/or DBE goals. To assist in this effort, the City shall obtain regular reports from prime contractors on their progress in meeting contractual DBE obligations. -12- 3. Specific efforts to identify and award contracts to r` DBE's. ` C. Records shall be available, upon request, to an authorized officer or employee of the government. D. The City shall submit reports conforming in frequency and format to existing contract reporting requirements of the ,. applicable Department element. Where no such contract reporting requirements exist, DBE reports shall be submitted r quarterly.. These reports shall include as a minimum: (See Schedule D) 1. The number of contracts awarded to DBEs; 2. A description of the general categories of contracts awarded to DBE's; 3. The dollar value of contracts awarded to DBEs; 4. The percentage of the dollar value of all contracts �• awarded during this period which were awarded to DBEs; and 5. An indication of whether the'extent of which the ,. percentage met or exceeded the goal specified in the application. E. The records and reports shall provide information relating to firms owned and controlled by the several disadvantaged groups separately from each other. If the records and reports include any SBA contractors that are not members of socially and economically disadvantaged groups, information concerning these contractors shall also be recorded and reported separately. flu r -13- XI. INFORMATION TO BE INCLUDED IN CONTRACT DOCUMENT 1. Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to compete for and participate in the performance of contracts financed in whole or in part with Federal funds under this agreement*. Consequently, the DBE requirements of 49 CFR Part 23 will be included in all contract :ocuments. 2. DBE Obliaation. The City of Lubbock or its contractor r agrees to insure that disadvantaged business enterprises, as defined in 49 CFR Part 23, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. The City and its contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. 3. The City shall advise each subrecipient, contractor, or subcontractor that failure to carry out the requirements set forth in this program shall constitute -a breach of contract and, after the notification of the Department, may result in termination of the agreement or contract by the City or such remedy as the City deems appropriate. -14- r 4. In addition, the following items will be provided to prospective bidders in the specification documents; (a) DBE goals; (Attachment 1) (b) DBE selection criteria; (Attachment 2) (c) Certification Schedules A and B; r (d) DBE definitions; (Attachment l) PM (e) Methods of counting DBE participation; and (Attachment 3) (f) Form for reporting names and addresses of DBE subcontractors, work to be performed, and dollar value of each proposed DBE contract. (Schedule C) XII. DBE REQUIREMENTS FOR TRANSIT VEHICLE MANUFACTURERS 4 Transit vehicle manufacturers who bid on UMTA-assisted transit r vehicle procurement contracts shall have an UMTA approved DBE r- program. Bid invitation issued for UMTA-assisted transit vehicles shall include the provisions listed,below: r A. Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity ^„ to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. B. DBE Obligation. The contractor agrees to insure that disadvantaged business enterprises as defined in 49 CFR Part Pon 23 have the maximum opportunity to participate in the performance of contracts and subcontracts. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. C. Contractor obligation. Contractors and subcontractors failing to carry out the above requirements are.to be advised that failure to meet provisions in Schedules A.and B above, shall constitute a breach of contract. XIII. POLICY CONCERNING LEASES The following action will be taken concerning leases; A. The City of Lubbock shall not exclude DBE's from participation in business opportunities by entering into long-term exclusive agreements with non-DBE's for the operation of major transportation related activities or major activities for the provision of ^oods and services to the facility or to the public on the facility. XIV. DBE SET ASIDES The City of Lubbock will limit the use of set asides -o include subcontractors as they are utilized by the prime or general contractor. The City'of Lubbock is proh.'�.Lited by the Texas Competitive Bidding Statute, Article 236a, Tex.Rev.Civ.Stat.Ann. (Vernon's Supp. 1980) to bid total contract amounts only to DBEs. Based on these rulings, the City of Lubbock cannot take the whole contract and allow only DBEs to bid on it, but the City can specify in the contract with the prime contractor that a certain percentage of the contract money will be spent by the prime contractor with DBE subcontractors. -16- APPENDIX (To be included in all Bid Solicitations) ATTACFL% ENrr 1 Page 2 of 3 A "Disadvantaged Business" means a small business concern which is owned and controlled by one or more socially and economically disadvantaged individuals. Owned and controlled means a business: (a) Which is at least 51 percent owned by one or more.socially and economically disadvantaged individuals or, in the case of a publicly owned business, at least 51 percent of the stock which is owned by one or more socially and economically disadvantaged individuals; and (b) Whose management and daily business operations are . controlled by one or more such individuals. In order to receive favorable consideration on this project, bidders are expected to provide assurances, in writing, that at least 100 of the contract amount will go to disadvantaged business enterprises. This can be done by completing the bottom portion of this attachment and supplying whatever other supplementa; information necessary. In any event, the lowest bidder, meeting the DBE requirements will receive the most favorable consideration. THE UNDERSIGNED BIDDER HEREBY ASSURES THAT HIS/HER FIRM IS IN COMPLIANCE WITH THE CITY OF LUBBOCK'S DBEP AND HAS A GOAL OF o OF THE DOLLAR VALUE OF THIS PROJECT FOR DISADVANTAGED INDIVIDUAL -OWNED BUSINESSES. NAME OF COMPANY SIGNATURE DATE TITLE -18- ATTACN2-TEN'T 1 Page 3 of 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS A. Other Attachments 1. The selection criteria to insure that prime contractors are awarded to -the bidder/proposer that meet DBE goals is outlined in Attachment 2. 2. The method for counting DBE participation _toward meeting DBE goals is discussed in Attachment 3. 3. The eligibility standards for determining whether firms are owned and controlled by socially and economically disadvantaged individuals are outlined in Attachment 4. 4. The process for appealing denials of certification as a DBE is outlined in Attachment 5. B. In order to comply with the City of Lubbock's DBE requirements, it may be necessary to complete all of the following forms: 1. Schedule A - Certification of DBE Eligibility. This form must be completed and placed on file with the City for each DBE listed in Schedule C. If the prime contractor is a socially and economically disadvantaged individual, Schedule A must accompany the bid submission. For information related to Third Party Certification, see Attachment 2, page �- 2, part G.) 2. Schedule B - Joint Venture Eligibility. This form must be completed and placed on file with the City for all joint ventures between disadvantaged and non -disadvantaged firms on DOT -assisted projects. 3. Schedule C - Schedule of DBE Participation. You must indicate the DBE firms you propose to use, the type of work to be performed and the dollar value of the contract. C. Agreements between a bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. t l I -19- A'ITACT4_%= N7 2 Page 1 of 4 SELECTION.CRITERIA TO INSURE THAT PRIME CONTRACTC AWARDED TO COMPETITORS THAT MEET DBE GOALS A. If any competitor offering a reasonable price meets the DBE contract goal, the City of Lubbock shall.presume that all competitors that failed to meet the goal have failed to exert' sufficient reasonable efforts and consequently are ineligible to be awarded the contract. B. To implement this presumption, the City shall determine whether the competitor offering the lowest price of firms meet.---g the DBE contract .goal has offered a reasonable price for the contract: 1.. If it is determined that this competitor has offered a reasonable price, the City shall award the contract to the firm; 2. If the City determines that this competitor's price is not reasonable, it shall consider the next price offered by the competitor with the highest percentage of DBE participation of those firms that failed to meet the goal. If the City determines that this price is reasonable, it shall award the contract to this competitor; 3. If it is determined that this price is not reasonable, the City shall consider the other competitors that failed to meet °ne goal in order of their percentage of DBE parti::''Pation until.it selects one with a reasonable price; and 4. If it is determined that no competitor with DBE participation has offered a reasonable price, the City may award the contract to any competitor that demonstrates that it has made sufficient reasonable efforts to meet the DBE contract goal. �. To decide whether a price offered by a competitor is reasonable, the City of Lubbock shall use the same criteria that it would use to determine whether, if the competitor had made the only offer to perform the contract, the City would award the contract. -20- ATrACT-1-MMENT 2 Page 2 of 4 D. To demonstrate sufficient reasonable efforts to meet the DBE contract goal, a contractor shall document the steps it has taken to obtain DBE participation, including, but not limited to, the following: 1. Attendance at a pre -bid conference, if any, scheduled by the City to inform DBE's of subcontracting opportunities under a given solicitation; 2. Advertisement in general circulation media, trade association publications, and disadvantaged -focus media for at least 20 days before bids or proposals are due. If 20 days are not available, publication for a shorter reasonable time is acceptable; 3. Written notification to DBE's that their interest in the contract is solicited; 4. Efforts made to select portions of the work proposed to be performed by DBE's in order to increase the likelihood of achieving the stated goal; 5. Efforts to negotiate with DBE's for specific sub -bids including at minimum: 6 (a) The names, addresses, and telephone numbers of DBE's that were contacted; (b) A description of the information provided to DBE's regarding the plans and specifications for portions of the work to be performed; and (c) A statement of why additional agreements with DBE's were not reached. 6. Concerning each DBE the competitor contacted but rejected as unqualified, the reasons for the competitor's conclusion; 7. Effort made to assist the DBE's contacted -that needed assistance in obtaining bonding or insurance required by the competitor or City. PM E. Competitors that fail to meet DBE goals and fail to demonstrate sufficient reasonable efforts shall not be eligible to be awarded the contract. F. To insure that all obligations under contracts awarded to DBE's are met, the City shall review the contractor's DBE involvement efforts during the performance of the contract. The contractor shall bring to the attention of the City of Lubbock any situation in which regularly scheduled progress payments are not made to DBE subcontractors. -21- ATTACY%r.. rf '2 Page 3 of 4 G. Under the following circumstances, a business seeking to participate as a DBE in the City of Lubbock's procurements and - contracts need not submit the Disadvantaged Business Certification Affidavit (s) . 1. If the potential DBE contractor has been determined by the Small Business Administration to be owned and controlled by a socially and economically disadvantaged individual under Section 8(a) of the Small Business Act, as amended. 2. If the potential DBE contractor states in writing that it has submitted the .same information to or has been certified by a DOT element, or another.Federal agency that uses essentially the same definition and ownership.and control criteria as the -City. The potential DBE contractor shall obtain the information and certification (if any) from the other agency and submit it to the City or cause the other agency to submit it. The City►of Lubbock may rely upon such a certification. However, the City reserves the right to make its own determination based on the information it has obtained from the other agency. 3. If the potential DBE contractor is certified by another organization or agency with which the City has a'formal joint certification agreement, it is understood that the City will only enter into such agreements with agencies that use essentially the same definition and ownership and control criteria as the City and DOT. -22- AITACRTEXE 2 Page 4 of 4 CHART 1 Selection Process For DBE Contracts Did.any Bid Meet DBE Goal at Reasonable Price Yes Reasonably Priced Not Reasonably BUT Priced AWARD to Lowest Failed to Meet DBE Goal Responsive Bidder in This Group REJECT Bids DBE Participation No DBE Below Goal Participation AWARD to that Bid which Bidder Can No Bidder Can has Highest DBE Prove Reasonable Prove Reasonable Participation AND is Efforts AND is Efforts.AND is Reasonably Priced Reasonably Priced Reasonably Priced AWARD to Lowest REJECT Bids Responsive Bidder In This Group -23- ATI'ACI-II= 3 Page 1 of 2 COUNTING DBE PARTICIPATION TOWARD MEETING DBE GOALS DBE participation shall be counted toward meeting DBE goals as follows: A. Once a firm is determined to be eligible DBE, the total dollar value of the contract awarded to the DBE's is counted toward the applicable DBE goals. B. The total dollar value of a contract to a DBE owned and controlled by both disadvantaged males and non -disadvantaged females is counted toward the goals for socially and economically disadvantaged individuals, respectively, in proportion to the percentage of ownership and control of each group in the business. Toe total dollar value of a contract with a DBE owned and controlled by disadvantaged women is counted toward either the disadvantaged goal or the goal for women, but not to both. The City or the contractor employing the firm may choose the goal to which the contract value is applied. C. The City or contractor may count toward its DBE goals a portion of the total dollar value of a contract with a joint venture eligible under the standards equal to the percentage of the ownership and controls of the DBE partner in the joint venture. D. The City or contractor may count toward its DBE goals only expenditures to DBE's that perform a commercially useful function in the work of a contract. A DBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by, actually performing, managing, and supervisir.,_- the work involved. To determine whether a. DBE is performing a commercially useful function, the City or contractor shall evaluate the amount of work subcontracted, industry practices, and other relevant factors. E. Consistent with normal industry practices, a DBE may enter into subcontracts. If a DBE contractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to rebut this presumption to the City. The City's decision on the rebuttal of this presumption is.subject to r^view by the Department of Transportation. -24- ATMCI NE2\7 3 Page 2 of 2 F. The City or contractor may count toward its DBE goals expenditures for materials and supplies obtained from DBE suppliers and manufacturers, provided that the DBE's assume the actual and contractual responsibility for the provision. of the materials and supplies. (1) The City or contractor may count its entire expenditure to a;DBE manufacturer (i.e. a supplier that produces goods from raw materials or substantially alters them before resale) . (2) The City may count 20 percent of its expenditures to DBE suppliers that are not manufacturers, provided that the DBE supplier performs a commercially useful function in the supply process. -25- ATTACH= 4 Page 1 of 3 ELIGIBILITY STANDARDS A. The following standards shall be used by the City in determining whether a firm is owned and controlled by one or more socially and economically disadvantaged individuals and shall therefore be eligible to be.certified as an DBE. Businesses aggrieved by the determination may appeal in accordance with procedures set forth in Attachment 1. (1) Bona fide disadvantaged group membership shall be established on the basis of the individual's claim that he or she is a member of`a disadvantaged group and is so regarded by that particular disadvantaged community. However, the City is not required to accept this claim if it determines the claim to be invalid. (2) An eligible DBE under this part shall be an independent business. (a) The ownership and control by socially and economically disadvantaged individuals shall be real, substantial, and continuing and shall go beyond the pro forma ownership of the firm as reflected in its ownership documents (b) The disadvantaged owners shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with their ownership interests, as demonstrated by an examination of the substance rather than form of arrangements. (c) Recognition of the business as a separate entity for tax or corporate purposes is not necessarily sufficient for recognition as a DBE. (d) In determining whether a potential DBE is an independent-business,'the City shall consider,all relevant factors, including the date the business was established, the adequacy of its resources for the work of the contract, and the degree to which financial, equipment leasing, and other relationships with non - minority firms vary from industry practice. (3) The disadvantaged owners shall also possess the power to direct or cause the direction of the management and policies of the firm and to make the day-to-day as well as major decisions on matters of management, policy, and op,,.rations. The firm shall not be subject to any formal or informal restrictions which limit the customary discretion of the disadvantaged owners. There shall be no restrictions through, for example, bylaw provisions, partnershi agreements, or charter requirements for cumulative-.-oting -26- ATTACI-L".r..'�'T 4 n Page 2 of 3 } E rights or otherwise that prevent the disadvantaged owners, without the cooperation or vote of any owner who is not disadvantaged, from making a business decision of the firm (4) If the owners of the firm who are not disadvantaged are disproportionately responsible for the operation of the firm, then the firm is not controlled by disadvantaged ,persons and shall not be considered a DBE within the meaning of this program. Where the actual management of the firm -is "'. contracted out to individuals other than the owner, those persons who have the ultimate power to hire: and fire the managers can, for the purposes of this part, be considered as controlling the business. (5) All securities which constitute ownership and/or control of a corporation for purposes of establishing it as a DBE under this part shall be held directly by disadvantaged individuals. No securities held in trust, or by any guardian for a minor, shall be considered as held by disadvantaged individuals in determining the ownership or control of a corporation. (6) The contributions of capital or expertise by the r disadvantaged owners to acquire their interests in the firm shall be real and substantial. r Examples of insufficient contributions include a promise to contribute capital, a note payable to the firm or its owners who are not socially and economically disadvantaged, or the mere participation as an employee, rather than as a manager. B. In addition to the above standards, the City shall give special consideration to the following circumstances in determining r eligibility under this program: Al) Newly formed firms and firms whose ownership and/or control we has changed since the date of the advertisement of the contract are closely scrutinized to determine the reasons for the timing of'the formation or change in the firm. (2) A previous and/or continuing employer -employee relationship between or among present owners is carefully reviewed to insure that the employee -owner has management r- responsibilities and capabilities discussed in this section. I (3) Any relationship between a DBE and a business which is not a DBE which has an interest in the DBE is carefully reviewed r to determine if the interest of the non -DBE conflicts with the ownership and control requirements of this program. 7 PM -27- ATTACFiP1E1i 1 4 Page 3 of 3 C. A joint venture is eligible under this part if the DBE partner of the joint venture meets the standards for an eligible DBE set forth above and the DBE partner.is responsible for a clearly defined portion of the work to be performed and shares in the ownership, control, management responsibilities, risks, and profits of the joint venture. D. A business wishing to be certified as a DBE or joint venture DBE by the SBA shall cooperate with the City by supplying additional information which may be requested in order to make a determination. E. Once certified, a DBE shall update its submission annually by submitting a new Attachment C, or certifying that the Attachment C on file is still accurate. If at any time there is a change in ownership or control of the firm, the DBE shall submit a new Attachment C. F. Except as provided in Attachment 1,?the denial of a certification by the Department of Transportation or City shall be final, for that contract and other contracts being let by the City at the time of the denial of certification. DBE's and joint ventures denied certification may correct deficiencies in their ownership and control and apply for certification only for future contracts. G. The City shall safeguard from disclosure to unauthorized persons information that reasonably may be regarded as confidential business information, consistent with Federal, State and local law. -28- rw AM A. APPEALS OF DENIAL OF CERTIFICATION AS A DBE Filing ATTACR%= 5 Page 1 of 1 Any firm which believes that it has been wrongly denied certification as a DBE or joint venture by the Department of� Transportation or the City may file an appeal in writing, signed and dated with the Department of Transportation. The appeal shall be filed no later than 180 days after the date . of denial of certification. The Secretary of Transportation may extend the time for filing or waive the time limit in the interest of justice, specifying in writing the reasons for so doing. Third parties who have reason to believe that another firm has been wrongly denied or granted certification as a.DBE or joint venture may advise the Secretary. This information is not considered as appeal pursuant to this section. B. Decision to Investigate The Secretary insures that a prompt investigation is made pursuant to prescribed DOT Title VI investigation . procedures. C. Status of Certification During the Investigation r The Secretary may at his/her discretion, deny the DBE or joint venture in question eligibility to participate as a DBE in DOT -assisted contracts let during the, pendency of the *- investigation, after providing the DBE or joint venture in question an opportunity to show cause by wl:itten statement to the Secretary why this should not occur. D. Cooperation in Investigation All parties shall cooperate fully with the investigation. Failure or refusal to furnish requested information or other failure to cooperate is a violation of this part. E. Determinations The Secretary makes one of the following determinations and informs the DBE or joint venture in writing of the reasons for the determination: (1) The DBE or joint venture is certified; or (2) The DBE or joint venture is not eligible to be certified and is denied eligibility to participate as a DBE in any direct or DOT -assisted contract until a new j 7 application for certification is approved by the City. -29- rays i vi .j _ CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE CERTIFICATION FORM 1. Name of Firm 2. Address 3. Phone Number 4, Legal Structure: Sole -Proprietorship Joint Venture Partnership Q Corporation U r Other, Specify 0 5. Nature of Business 6. Numbers of Years in Business 7. Ownership: Identify those who own 5% or more. Columns a and f need to be filled out only if the firm is less than 100 percent disadvantaged. (a) (b) (c) (d) .(e) (f) Name Race Sex Years of Ownership Voting ownership Percentage Percentaae -30- Pol I ra t r S= LE A Page 2 of 5 With firms less than 100 percent disadvantaged -owned, list the contributions of money, equipment, real estate, or expertise of each of the owners: Name Money Equipment Real Estate Expertise 8. 9. CONTROL OF FIRM: Identify by name, race, sex, and title in the firm those individuals (including owners and non -owners) who are responsible for day-to-day management and policy decision -making, including, but not limited to, thosepprime responsibility for: Name Race Sex Title Financial ' Decisions Management Decisions, such as estimating, marketing/sales, hiring/firing of management personnel, and purchases of major items/supplies. Supervision of Field Operations For each of those listed in question 8, provide a brief summary of the person's experience and number of years with the firm, indicating the person's qualifications for the responsibilities given him/her. 10. Describe or attach a copy of any stock options or other ownership options that are outstanding, and any agreements between owners or between owners and third parties which restrict ownership or control of disadvantaged owners. -31- SC=LME A Page 3 of 5 - 11. Identify any owner (see item 7) or management official (see item 8) of the named firm who is or has been an employee of another ,firm that had an ownership inrerest in or a present business relationship with the named f-rm. Present business relationships include shared space, eguipment, financing, or employees as well as both firms having some of the same owners. 12. What are the gross receipts of the firm for each. of the last two years? r Year ending $ Year ending $ 13. Name of'bonding company, if any: Bonding Limit 14. Are you authorized to do business in the state as well as locally? Yes F--1 No Q Licenses Held: 15. Indicate if this firm or other firms with any of the same officers have previously received or been denied certification or participation as a DBE and describe the circumstances. Certifying Authority Date of Certification (or Denial) -32- SCHE-V L.E A Page 4 of 5 .. AFFIDAVIT CERTIFICATION OF ELIGIBILITY "The undersigned swears that the foregoing statements are true IM and correct and include all material information necessary to identify and explain the operations of (Name of Firm) as well as the ownership thereof. Further, the undersigned agrees to provide through the prime contractor or, if no prime, directly to the grantee current, complete and accurate information regarding actual work performed on the project, the payment therefor and -any prpposed changes, if any, of the foregoing arrangements and to permit the audit and examination of books, records and files of the named firm.- Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws 7 concerning false statements." OM NOTE: If, after filing Schedule A and before the work of -this firm is completed on the contract covered by this regulation, there is any significant change in the information submitted, you must inform the -City of Lubbock of the change through the prime contractor, if no prime contractor, inform the City directly. Signature Name Title Date 7 � -33- SCH .- ME A Page 5 of 5 _ Corporate Seal (where appropriate) Date State of . , County of on this day of 19 before me appeared to me personally known, who being duly sworn, did execute the foregoing affidavit, and did state that he/she was properly authorized by , (Name of Firm) to execute the affidavit and did so as his/her free act and deed. Notary Public Commission Expires -34- SCHEDULE B Page 1 of 6 CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE JOINT VENTURE ELIGIBILITY r (This form need not be filled in if all joint venture firms' owners, qualify as disadvantaged.) 1. Name of Joint Venture r j 2. Address r 3. Phone Number r !" 4. Identify the firms which comprise the joint venture. (The DBE partner must complete Schedule A.) _ (a) Describe the role of the DBE firm in the joint venture. (b) Describe very briefly the experience and business I; qualifications of each non -DBE joint venture. 'I . 7 a 5. Nature of the joint venture's business I. 6. Provide a copy of the joint venture agreement. -35- 7. 8. 9. SCHEDULE B Page 2 of 6 What is the claimed percentage of DBE ownership? Ownership of joint venture: (This need not be filled in if described in the joint venture agreement, provided by question 6.) (a) Profit and loss sharing. (b) Capital contributions, including equipment. (c) Other applicable ownership interests. Control of and participation in this contract. Identify by name, race, sex, and "firm" those individt}als (and their titles) who are responsible for day-to-day management and policy decisionmaking, including, but not limited to, those with prime responsibility fc- (a) Financial decisions (b) Management decisions, such as: (1) Estimating (2) Marketing and sales (3) Hiring/Firing of,management personnel (4) Purchasing of major items/supplies (5) supervision of field operations -36- SCH-ELL'L5 B Page 3 of 6 Note: If, after filing this Schedule B and before the completion of the joint venture's work on the contract covered by this regulation, there is any significant change in the information submitted, the joint venture must inform the City, either directly or through the prime contractor if the joint venture is a subcontractor. I -37- SC=- ULE B Page 4 of b AFFIDAVIT JOINT VENTURE "The undersigned swears that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide tothe City current, complete and accurate information regarding actual joint venture work and the payment therefor and any proposed changes in any of the joint venture arrangements and to permit the audit and examina'-.ion of the books, records and files of the joint venture, or those of each joint venturer relevant to the joint venture, by authorized representatives of the City or the Federal funding agency. Any material misre- presentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm Name of Firm Signature Signature. Name Title Name Title Date Date -38- SCHEDULE B Page 5 of 6 oft Date State of j' County of On this day of. , 19__1 before me 7 I appeared to me personally known, who being duly sworn, did execute the foregoing affidavit, and did r� state that he/she was properly authorized by (Firm) to execute the affidavit and did so as his/her free act and deed. G Notary Public Commission Expires r (Seal) r ION -39- SCHEDULE B Page 6 of 6 Date y State of ` Cc anty of On this day of 19 before me appeared , to me personally known, who, being duly sworn, did.execute the foregoing affidavit, and did state that he/she was properly authorized by to execute the affidavit and did so as his/her free act and deed. (Seal) Notary Public Commission Expires -40- Date Department Schedule D DBE PARTICIPATION QUARTERLY REPORT Contracts Awarded During Period General Description of Contract Total Dollar Value of Contract Dollar Amount Awarded to DBE Does this Exceed Contract Goals Prepared By Ext. Name of Prime Contractor NAME OF DISADVANTAGED CONTRACTOR ADDRESS Total Contract Amount $ The undersigned will enter into a fi schedule upon execution of contract NOTE: 1. Any business listed above 2. Schedule C is due no late: Date of -Report Department Project No. Location TYPE OF WORK (ELECTRICAL, PAVING PROJECTED COMMENCE - ETC.) AND CONTRACT ITEMS OR MENT & COMPLETION PARTS THEREOF TO BE PERFORMED DATE FOR WORK AGREED PRICE )rmal agreement with Disadvantaged Contractors for work listed in this with the City of Lubbock. must have Schedule A on file with the City. r than working days after bid opening. Title No Text BID SUBMITTAL BID FOR UNIT PRICE PLACE: DATE: MAl PROJECT NO: 13268 - LUBBOCK INTERNATIONAL AIRPORT RUNWAY 8-26 SHOULDERS MOROVEMENTS Submittal of W I LD A rY1S t QE7E(c'5; C6IUS1JR-gonb) CO.. ?niC(herdnafter called "Bidder") i To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called "Owner") Gentlemen: The Bidder in compliance with your imitation forbids for Tizos'E cr 1326E having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of a the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the prices stated in Exhibit The Bidder binds himself on acceptance of his intent to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. I, Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED TWENTY) calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay the owner as liquidated damages the sum of 5500.00 (FIVE HUNDRED DOLLARS) for each calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with of the General Instructions to Bidder. I Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. r The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled C closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date t specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. I Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (S%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for N A boliars (S_NToe ) or a Bid Bond in the sum of -TTII— Dollars (S 5' �, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordanceKith the Notice to Bidders. Contractor 'DEf}N U1 t Ll.i m5 (Printed or Typed Name) By: �VILLt �}MST��'S CbNSLICTro� �, Company o Address 390`l. L�6I&0(W � ?q`�5Z (Seal if Bidder is a Corporation) ATTEST: 00, C Wctary r r t r° 1 "EXHIBTI' A" PROPOSAL City of Lubbock. Texas Lubbock International Airport ti RUNWAY 8-26 PAVED SHOULDER IMPROVEMENT A.I.P. Project No. 348-0138-15 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount BASE BID 1. 49,150 Item P-152, Excavation, Grading and Subgrade S.Y. Preparation for New Pavement, per square yard: Dollars and7� Cents $--, The total amount for Item 1 consists of. MATERIALS: $ O LABOR: $ 10 -31 2 i �--f;, 2. 56,250 Item P-152, Excavation, Grading and Topsoiling S.Y. in Unpaved Areas, per square yard: Dollars and -� _ Cents ($ 1. 5 (3 ) $ The total amount for Item 2 consists of: MATERIALS: $_ 0 LABOR: $ S'01 ? -7 :;.'. 4el 3. 49,150 Item P-155, Lime Treated Subgrade, excluding S.Y. lime, per square yard: `TLpj 2_ Dollars and A7 —& U v e Cents ($-2 $ The total amount for Item 3 consists of: MATERIALS: $ 4 ? LABOR: $ 2 r 1 .'�� tC) 2700-95 C -A r" Item Quantity No. & Unit Description of Item and Unit Prices Total Amount SASE BID (Continued 4. 750 Item P-155, Lime Used in Lime Treated Subgrade, Ton per ton: ' n f C��1 P_ �rr�atic C& Dollars r' and h 0 Cents ($ _ 1yC . -" � ) $ �� CO. v The total amount for Item 4 consists of. MATERIALS: $ tic) 0 LABOR: $ DS �. 5. 1 Item P-156, Temporary Air and Water Pollution, i L.S. Soil Erosion and Siltation Control, per lump sum: Dollars 1 and Y1 &5 Cents ($ ; OJ The total amount for Item 5 consists of: !"+ MATERIALS: $ 1 O. O C) O. 00 LABOR: $_ 1 ' y LO C - C- �" 6. 16,650 TxDOT Item 345, Asphalt Stabilized Base Course, Ton per ton: v\ F' Dollars a and kA F6 Cents ($ 0 . C p C The total amount for Item 6 consists of: MATERIALS: $ 3 0 G1, to ct O.O O LABOR: No. 4 to U. 7) 7. 11,900 Item P-602, Bituminous Prime Coat, per gallon: r Gal. n P . Dollars 3' (De S Oi] and i� e v� Cents ($ _ 1 1 �'.�, $ _ N The total amount for Item 7 consists of. MATERIALS: $ , 44 % _00 LABOR: $,_1_ '7_,_Otc) Now a 2700-95 C - 2 P" Item Quantity No. & Unit Description of Item and Unit Prices Total Amount BASE BID (Continued) 8. 4,700 Item P-603, Bituminous Tack Coat, per gallon: Gal. n P_ Dollars r and `� _ Cents T The total amount for Item 8 consists of- ! MATERIALS: $ j(-,, ,4 0.CX-3 LABOR: $ l� 9. 5,300 Item P-401, Bituminous Surface Course, per ton: Ton 4-ti — S x Dollars and (A 0 Cents ($ '�L�� . O 0 ) The total amount for Item 9 consists of: MATERIALS: $ 13 3.4 In O. 0 0 LABOR: $ 5 -70a 4 0.0 O 10. 17,000 Item P-605, Saw Cut and Seal Joints Between New L.F. Bituminous Shoulders and Existing Portland Cement Concrete Runway/Taxiway Pavements, per linear foot: $��0.00 $ IC(OF�co.cc) Ti,_10 Dollars and a Ca Cents ($ The total amount for Item 10 consists of - MATERIALS: $ % 3 , (D(50. 00 LABOR: $ 0. 4 00 O 11. 54,000 Item P-620, Runway and Taxiway Painting, including S.F. -temporary and permanent marking, per square foot: n r) Dollars and -.5 i k Cents 4D�&D The total amount for Item 11 consists of. MATERIALS: $ 2 4, 19a. DO LABOR: $ G 0 4 8. 0 0 2700-95 C - 3 r'r Item Quantity No. & Unit Description of Item and Unit Prices Total Amount BASE BID (Continued 12. 3,000 Item P-620, Remove Temporary Displaced S.F. Runway Threshold Marking, per square foot: C)n �e . Dollars r and 11 Cents The total amount for Item 12 consists of: MATERIALS: $ LABOR: $ ''S > 17 U n k 13. 8 Item T 901, Soil Preparation, Seeding and Fertilizing, Acre per acre: r• j CM E Dollars and 6'1 o Cents ($ \ eyC7 .O O 1 The total amount for Item 13 consists of: MATERIALS: $ 4 (56, o (D LABOR: $ -S D C)O . c 2700-95 TOTAL BASE BID (items 1 through 13, Inclusive) C - 4 $ l d ! Item Quantity NO, & Unit Description of Item and Unit Prices Total Amount r ADDITIVE ALTERNATE A A-1 3,500 Item P-220-SW, In -Place Pavement Reconstruction, S.Y. minimum 6-inch thickness, per square yard: Dollars and n 0 Cents ($ $ JSC0 . V O The total amount for Item A-1 consists of: MATERIALS: $ 0S LABOR: cc)0 A-2 875 Item P-602, Bituminous Prime Coat, per gallon: Gal. r� Dollars F and _ -A- F o Cents The total amount for Item A-2 consists of. MATERIALS: $ S "7 I . 5 (') LABOR: $ s 5a'a- Uc7 A-3 350 Item P-6M, Bituminous Tack Coat, per gallon: Gal. OV) �e_ Dollars and . [ 1 Cents The total amount for Item A-3 consists of. ._ MATERIALS: $ 3 l'S -00 LABOR: $ Z> kd-cam A-4 400 Item P-401, Bituminous Surface Course, per ton: Ton `m— ; C4 v S 1c Dollars and n 0 Cents ($ S�6 ) The total amount for Item A-4 consists of: MATERIALS: $ i o O LABOR: $ 4 _Q� r .. 2700-95 C - 5 r� r Item Quantity No. & Unit Description of item and Unit Prices Total Amount ADDITIVE ALTERNATE A (Continued) A-5 150 Item P-605, Saw Cut and Seal Joints Between New L.F. Bituminous Shoulders and Existing Concrete Pavements; per linear foot: T ) c, Dollars and j, A n Cents ($ 7 _O O ) �- The total amount for Item A S consists of: MATERIALS: $ , Gc3 LABOR: $ A-6 2,650 Item P-620, Runway and Taxiway Painting, including S.Y. temporary and permanent marking, per square foot: Dollars i and _ Cents is C ) r" The total amount for Item A-6 consists of: MATERIALS: $ D _ O O LABOR: $ 5 15C3, �o TOTAL ADDITIVE ALTERNATE A (Item A-1 through A-6, Inclusive) 2700-95 C - 6 r- r" Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE B B-1 35 Item P-150, Remove and Dispose of Existing 7-inch S.Y. Portland Cement Concrete Surface Course and 6-inch Cement Treated Base Course Materials, per square yard: ' F i *ee cv Dollars r- and Cents The total amount for Item B-1 consists of: t- MATERIALS: $ LABOR: $ �. B-2 230 Item P-152, Excavation, Grading and Subgrade S.Y. Preparation for New Pavement, per square yard: Tk-Q o Dollars and n Cents ($-2-0 C ) The total amount for Item B 2 consists of: MATERIALS: $ LABOR: $ 4 (nQ Q. 0 B-3 500 Item P-152, Excavation, Grading and Topsoiling S.Y. in Unpaved Areas, per square yard: r� One_ Dollars *w and Cents The total amount for Item B-3 consists of: .- MATERIALS: $ QS i LABOR: $ 5D. D (D B-4 230 Item P-155, Lime Treated Subgrade, excluding lime, S.Y. per square yard: F ,y e Dollars and V-\ 0 Cents ($ 'ram - O 0 ) The total amount for Item B-4 consists of. MATERIALS: $ LABOR: $_ O . C C 2700-95 C - 7 k $ 4(00. (,-)b $ -?�Saf oo $ t 150. 0o r r _ _ Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE B (Continued) B-5 3 Item P-155, Lime Used in Lime Treated Subgrade, Ton per ton: Dollars and t2�. 7 Cents ($ The total amount for Item B-5 consists of. r"• MATERIALS: $ I� M • O-D LABOR: $_ .0 r- B-6 230 Item P-304, Cement Treated Base Course, 6-inch S.Y. thickness, per square yard: e_ Dollars and h 0 Cents ($f. O ) $ WSO . o c The total amount for Item B-6 consists of: MATERIALS: $ 80S _ 00 LABOR: $ -It 45 •y0 B-7 85 Item P-304, Cement Used in Cement Treated Base r► Cwt. Course, per hundredweight: EyA Dollars and 1'h Cents $ �Yj O_ Up The total amount forAem B 7 consists of - MATERIALS : $_ r LABOR: $S t- B-8 210 S.Y. i 2700-95 Item P-501, Portland Cement Concrete Pavement, 7-in6 thickness, per square yard: Ea rA- v ' i ve Dollars and 0 O Cents ($ '4-5.O O ) The total amount for Item B-8 consists of - MATERIALS: $ '� b E . U O LABOR: $ 1 9 _ O C - 8 $ q 45o. CD T` Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE B (Continued) BA 100 Item P-620, Runway and Taxiway Painting, including S.F. temporary and permanent marking, per square foot. r h o Dollars and `� i V `V y Cents $ The total amount for m B-9 consists of. MATERIALS: $ 4� _ ob LABOR: $ 1 a . CC> �- B-10 . 0.1 Item T-901, Soil Preparation, Seeding and Fertilizing, Acre per acre: e-en In . )%-aA "ed Dollars and b i 0 Cents ($ 1,'S Oc� . c� O ) $ 50 _ ©0 ` The total amount for Item B-10 consists of. MATERIALS: $ 10 5 _ CD r' LABOR: $_ 4 _ 00 B-11 500 Item L-108, Underground Electrical Cable, 1/c #8 AWG, L.F. SKV, installed in duct or conduit, per linear foot: O n c Dollars and Cents ($ t .1J� ) $ 7� _ © 0 The total amount for Item B-11 consists of. .- MATERIALS: $ 4 Q*a .'S 0 LABOR: $ t i � . 5 G B-12 25 Item L-108, Counterpoise Wire, #8 AWG, installed in L.F. trench, per linear foot: ,.: On e- Dollars and A�kee n Cents ($ $ The total amount for Item B-12 consists of. MATERIALS: $ 1 7. LABOR: $ 1 1. 5 D .i 2700-95 C - 9 PIK Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE B (Continued) B-13 25 Item L-110, 1-way, 2-inch Underground Electrical L.F. 'Conduit, including trenching and backfilling, per linear foot: S t k Dollars and h Q Cents ($ (c _ O C7 ) �- The total amount for Item B-13 consists of. MATERIALS: $ 1 O 5 -D O LABOR: $ 4.5 - CX) B-14 1 Item L-125, Remove and Relocate Existing Base -Mounted ` Each Taxiway Edge Light, complete, per each: Once_ ��rdsed�,���,��ueDollars and n O Cents ($ 16-") O ) The total amount for Item B-14 consists of: MATERIALS: $ LABOR: $ 1 L S. 00 TOTAL ADDITIVE ALTERNATE B (Item B-1 through B-14, Inclusive) $i101�_Co 2700-95 C - 10 r i Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE C C-1 1,900 Item P-152, Excavation, Grading and Subgrade S.Y. Preparation for New Pavement, per squ:re yard: Dollars and - -- e—v-\ Cents ($ -Q -1 D ) The total amount for Item C-1 consists of. - MATERIALS: $ LABOR: $ ZS� 9 Ci C-2 2,250 Item P-152, Excavation, Grading and Topsoiling S.Y. in Unpaved Areas, per square yard: Dollars and r �F Cents ($ 1.5 ) The total amount for Item C-2 consists of: MATERIALS: $ LABOR: C-3 1,900 Item P-155, Lime Treated Subgrade, excluding lime, per S.Y. square yard: 1w o Dollars and ZueCents ($ a_ 2f, The total amount for Item C-3 consists of: MATERIALS: $ o LABOR: $ 41 B0, up C-4 30 Item P-155, Lime Used in Lime Treated Subgrade, per Ton ton: 3 c hy�,A iec� Dollars and hCents ($ o O. U D The total amount for Item C-4 consists of: MATERIALS: 0 00 . oD LABOR: $� rw i 2700-95 C - 11 r Item Quantity No. & Unit Description of Item and Unit Prices Total Amount r- ADDITIVE ALTERNATE C (Continued) C-5 650 TxDOT Item 345, Asphalt Stabilized Base Course, Ton per ton: T Dollars and Y\ 0 Cents (S 3 .0 O ) 7 Od . G O The total amount for Item C-5 consists of: MATERIALS: $_1 LABOR: $ C-6 465 Item P-602, Bituminous Prime Coat, per gallon: Gat. On P Dollars and Cents $t 1. so The total amount for Item C-6 consists of: MATERIALS: $ 4 0 4. ,,) O LABOR: $ 1 0 7 � o C-7 185 Item P-603, Bituminous Tack Coat, per gallon: Gal. on Dollars and Cents ($ 1.'S O ) $ `) . 0 r� The total amount for Item C-7 consists of: MATERIALS: $ D _"� "�L - 0 c7 �.. LABOR: $ 5 .5 a C-8 210 Item P-401, Bituminous Surface Course, per ton: Ton Dollars and V1 G Cents (Sf, g.t, O ) $ 79 o D,. c a The total amount for Item C-8 consists of. MATERIALS: $_ -1 _ 0 0 LABOR: $ 19 f 2700-95 C - 12 r s Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE C (Continued) C-9 675 Item P-605, Saw Cut and Seal Joints Between New L.F. Bituminous Shoulders and Existing Portland Cement Concrete Runway/Taxiway Pavements, per linear foot: Dollars r- and Yl l7 Cents ($ - ) $ k 3 O The total amount for tem C-9 consists of: MATERIALS: $ '6 10, 00 LABOR: $ fi 4-0 . Co C-10 6,500 Item P-620, Runway and Taxiway Painting, including S.F. temporary and permanent marking, per square foot: Dollars and �iye Cents ($ _.'S'r� ) $ t �0 The total amount for Item C-10 consists of - MATERIALS: $ ' ? '�6 (o O _ c5 O LABOR: $ '7 114j . 00 C-11 3,500 Item P-620, Remove Temporary Displaced Threshold Marking, S.F. per square foot: O n _ Dollars and 1 Cents t.'. The total amount for Item C-11 consists of: MATERIALS: $ ,[IS LABOR: $ 4'17S.QQ C-12 0.3 Item T 901, Soil Preparation, Seeding and Fertilizing, Acre per acre: F :-'�'4e r\ K o"A t ec i Dollars and no Cents ($ i 6 The total amount for Item C-12 consists of. - MATERIALS: $ 3 7 C . ot) LABOR: 2700-95 C - 13 $ 4 $ 4-So . co r i Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE C (Continued) C-13 1 Item L-125, Furnish, Install and Remove Temporary Displaced Each Threshold Lighting, including elevated threshold lights, REIL lights and temporary wiring and connections, complete, per each complete installation: 't` h : �` P��� �-4r, S Q.d �P\tPn h u)n,&M i' �,j Dollars and , no Cents ($ The total amount for Item C-13 consists of: MATERIALS: $ 'B a-50.00 LABOR: $!!55 Gc7. 00 TOTAL ADDITIVE ALTERNATE C (Item C-1 through C-13, Inclusive) r PW 2700-95 C - 14 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDMVE ALTERNATE D D-1 4,250 Item P-152, Excavation, Grading and Subgrade S.Y. Preparation for New Pavement, per square yard: D-2 r 4,250 S.Y. *TuJ c, Dollars and -Vie n Cents ($ D ,1 O ) The total amount for Item D-1 consists of: MATERIALS: $ LABOR: Ink, 4 D -S_ O O Item P-152, Excavation, Grading and Topsoiling in Unpaved Areas, per square yard: 0 n Dollars and A 1 Cents ($ O The total amount for Item D-2 consists of: r MATERIALS: $ 0 LABOR: $ (n ZS iA� _ 6O D-3 4,250 Item P-155, Lime Treated Subgrade, excluding lime, per S.Y. square yard: 0 Dollars and �t�� �4 Cents ,�- The total amount for item D-3 consists of: MATERIALS: $_ -2) 1 LABOR: $ ';�osoD. co co 2700-95 C - 15 r' F Item Quantity No. & Unit Description of item and Unit Prices Total Amount ADDITIVE ALTERNATED (Continued) D-4 65 Item P-155, Lime Used in Lime Treated Subgrade, Ton per ton: Of) * V1c)VsA k"r- Dollars and V\ 0 Cents ($ (2c . cO ) $ io-:S(nc . 0c ) The total amount for Item D-4 consists of. MATERIALS: $ (o-SD f 0`0 LABOR: $ OS �- D-5 1,400 TxDOT Item 345, Asphalt Stabilized Base Course, Ton per ton: r' i 4"\ U Q ir1 P_. Dollars and In O Cents ($ The total amount for Item D-5 consists of. MATERIALS: $ (aa 0 4 n - 00 LABOR: $. i �� 'S 60, 00 D-6 1,050 Item P-602, Bituminous Prime Coat, per gallon: Gal. on'F? Dollars $ A- and * f a Cents ($ 1. l O ) $ 11 'j . 6 O r' The total amount for Item D-6 consists of: MATERIALS: $ LABOR: $ t .00Q r D-7 355 Item P-603, Bituminous Tack Coat, per gallon: Gal. r e Dollars and �,,,,��y,� �� v� Cents ($ (. Q.6 ) $ 4 4- The total amount for Item D-7 consists of: MATERIALS: $rS o LABOR. $ 7 �.. 2700A5 C - 16 f Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATED (Continued) D-8 450 Item P-401, Bituminous Surface Course, per ton: Ton Dollars ' V and v\ O Cents ($'� . o c7 ) $ The total amount for Item D-8 consists of: MATERIALS: $ 10 btu .00 r LABOR: $ to, 4 O, c�D D-9 1,300 Item P-605, Saw Cut and Seal Joints Between New L.F. Bituminous Shoulders and Existing Portland Cement .- Concrete Runwayrraxiway Pavements, per linear foot: r� Dollars and Y10 Cents ($ . c9 ) $ D 6 L)O . �'- o The total amount for Item D-9 consists of. MATERIALS: $ I'_ i b C _ 60 LABOR: $ C"ks D-10 6,000 Item P-620, Runway and Taxiway Painting, including S.F. temporary and permanent marking, per square foot: O Dollars and i k'4 _ Cents ($ _ !o O ) $ 1c (Do p The total amount for Item 1p�-10 consists of: MATERIALS: $__Q �b bQ, t')0 LABOR: $ ^7.D0 - c>0 D-11 3,000 Item P-620, Remove Temporary Runway Closed Marking, S.F. per square foot: o h e- Dollars and -- erx Cents ($ (. I n ) $ ` The total amount for Item D-11 consists of. - MATERIALS: $ Q� r` LABOR: $ 3 % 00 r 2700-95 C - 17 r Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATED (Continued) D-12 0.6 Item T-901, Soil Preparation, Seeding and Fertilizing, Acre per acre: r ' FL �V) t\&,eg t Dollars and r\ O Cents ($ 15CC • C�D ) The total amount for Item D-12 consists of. �— MATERIALS: $ ;�, 40 _ W LABOR: $ '?'too. w ¢ TOTAL ADDITIVE ALTERNATED ` (Item D-1 through D-12, Inclusive) ADDITIVE ALTERNATE E E-1 3,150 Item P-152, Excavation, Grading and Subgrade S.Y. Preparation for New Pavement, per square yard: �Wc Dollars and -k- ri Cents ($ , l O ) The total amount for Item E-1 consists of. MATERIALS: $ /5 LABOR: $ (0 (n 60 E-2 3,200 Item P-152, Excavation, Grading and Topsoiling in S.Y. Unpaved Areas, per square yard: 6 e-- Dollars and'_ Cents ($ i .'�� ) -The total amount for Item E-2 consists of. MATERIALS: $ 0 LABOR: $ 4 6W - DO 6 r 2700-95 C - 18 r $ Qoo .oa Item Quantity No. & Unit Descrioon of Item and Unit Prices Total Amount ADDITIVE ALTERNATE E (Continued) i E-3 3,150 Item P-155, Lime Treated Subgrade, excluding lime, per S.Y. square yard: "T u po Dollars and 'N� Cents ($ .�� 0 ) $ 7� S 7 `J. S o The total amount for Item E-3 consists of: - MATERIALS: $ t'S 7'S - 00 j LABOR: $ '--e'Od _ 00 E-4 45 Ton Item P-155, Lime Used in Lime Treated Subgrade, per ton: O t) ,e - h 0V)a rfJ Dollars and V1 Cents ($ ! c:�2- oy ) $ `JC�O, o The total amount for Item E-4 consists of - MATERIALS: $ C ;b jj ll LABOR: $ E S 1,075 TxDOT Item 345, Asphalt Stabilized Base Course, F ` Ton per ton: �1n i o`k s — 0 vi _ Dollars and n 0 Cents ($ t \ Z O - d0 The total amount for Item E-5 consists of: MATERIALS: $ 1 C( LABOR: $ 13 v Efi 810 Item P-602, Bituminous Prime Coat, per gallon: Gal. h cG Dollars r. and -t * ee,Cents ($ i . ) $ 93 L'S o The total amount for Item E-6 consists of: '^ MATERIALS: $ —7 4.5 . :1 O LABOR: $ 1 6 6. 3 0 2700-95 C - 19 r F rItem Quantity ` No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE E (Continued) E-7 265 Item P-603, Bituminous Tack Coat, per gallon: Gal. i on e— Dollars and, Cents ($ • �J C� ) The total amount for Item E-7 consists of: MATERIALS: $ 11 _0 Q LABOR $ r. E-8 350 Item P-401, Bituminous Surface Course, per ton: Ton E-9 r- E-10 r- 'T\-ak", <,- Dollars and YA Q Cents ($ C�7 • �� ) The total amount for Item E-8 consists of: MATERIALS: $ 9 q i) _ 00 LABOR: $ -5 Z n _ 950 Item P-605, Saw Cut and Seal Joints Between New L.F. Bituminous Shoulders and Existing Portland Cement Concrete Runway/Taxiway Pavements, per linear foot: TW c'-) Dollars $� LSO. cep and r O Cents ($ Q , 60 ) $ 00 ,_oc-) The total amount for Item E-9 consists of. MATERIALS: $ 1 1 -�O.00 LABOR: $ i (o n < 0r) 8,000 Item P-620, Runway and Taxiway Painting, including S.F. _..temporary -and permanent marking, per square foot: KI Q Dollars 5 ► x+Y and Cents ($ . �6 O ) $ 4 oo, o 0 The total amount for Item E-10 consists of. MATERIALS: $ -0.00 LABOR: $ 6 C . COD r. 2700-95 C - 20 r Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE E (Continued) E-11 5,000 Item P-620, Remove Temporary Displaced Threshold S.F. Marking, per square foot: ' 0 V) Dollars and-Vu-W1r6;; 4P_Cents ($ ) The total amount for Item E-11 consists of: MATERIALS: $ Oi LABOR: $ (, 2 -"�X) - O 7 E-12 0.5 Item T-901, Soil Preparation, Seeding and Fertilizing, Acre per acre: Dollars and v\ a Cents ($ N4zCD . ,b h ) The total amount for Item E-12 consists of: MATERIALS: $ —"'D- 03 LABOR: $ 3 00.00 $ (D 50. 6a $ --h5c). co E-13 1 Item L-125, Furnish, Install and Remove Temporary Displaced Each Threshold Lighting, including elevated threshold lights, REEL lights and temporary wiring and connections, per each complete installation: q en Dollars and r,D Cents ($i©o0. 00 ) $ `t©Oo. 0a The total amount for Item E-13 consists of: MATERIALS: $ 4 D CO, 00 LABOR: $ -�) R co . oo TOTAL ADDITIVE ALTERNATE E (Item E-1 through E-13, Inclusive) $ .2. 4 4 , O (7, 2700-95 C - 21 BID SUMMARY BASE BID (Items 1 through 13, inclusive) ADDITIVE ALTERNATE A (Items A-1 through A-6, inclusive) ADDITIVE ALTERNATE B (Items B-1 through B-14, ADDITIVE ALTERNATE C (Items C-1 through C-13, ADDITIVE ALTERNATE D (Items D-1 through D-12, ADDITIVE ALTERNATE E (Items E-1 through E-13, TOTAL BID: BASE BID + ADDITIVE ALTERNATES A, B, C, D and E $ iS.`763-?5 $ to4, q.1 S.�7S $ �( 440-00 r 4. The undersigned Bidder hereby declares that ,he has visited the site of the work and has carefully examined the Plans, Specifications and Contract Documents pertaining to the work covered by the above bid, and that the prices bid herein are based on the minimum wage rates included in the specifications. r The Bidder hereby agrees to commence work under this contract within 10 days of a date to i be specified in written "Notice to Proceed" and to complete the work if awarded within the time frames specified in Paragraph SP-3 of the Special Provisions. Bidder further agrees to pay as liquidated r" damages, the sums stated in Paragraph SP-3 of the Special Provisions for each consecutive calendar day thereafter as provided in the General Conditions. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. r. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Bidder acknowledges receipt of the following addendum: 2700A5 C - 22 !- Enclosed with this Proposal is a Cashier's or Certified Check for /!//fi Dollars ($ it%lA or, a Proposal Bond in the sum of 5 �v Dollars ( S , which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner within sixty (60) days after the date advertised for the reception of bids and the undersigned fails to execute the contract or required bonds with the Owner, under the conditions rhereof, within ten (10) days after the date said proposal is accepted; otherwise, said check or bond shall ` be returned to the undersigned upon demand. WILL -I AMS t peaxs (W510010A CO-,XO C Contractor (seal if Bidder is By Corporation) r ~P. o . rB oX 3 GI D �GlBBO�� T� 79�5Z Address ATTEST: r' eI I iWetary NOTE: Do not detach this Proposal from this binding but submit intact. Fill in all blank spaces in this and accompanying forms and include proper bid security. 2700-95 C - 23 LIST OF SUBCONTRACTORS 1. 2. 3. 4. 5. 6. 7. 9. 10. Minority Owned Yes No RM POR REQUIRED LANGUAGE IN PROPOSALS FOR AIP CONTRACTS Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated In any previous contract or subcontract subject to the equal ! opportunity clause; and If so, whether it has filed with the Joint Reporting Committee, the Director, an agency. or the former President's Committee on Equal Employment Opportunity all reports due raider the applicable filing requirements. In any case In which a bidder or prospective prime contractor or proposed subcontractor I^ which which participated in a previous contract subject to Executive Order 10925,11114. or 11M has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such . contractor submits a report covering the delinquent period or such other period specified by the FM or the Director, OFCCP. Bid or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid or proposal form a statement substantially as follows: rThe bidder (proposer) shall complete the following statement by checldng the appropriate space. i The bidder (proposer) has Zhas not _ participated in a previous contract subject to the equal r opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder (proposer) has /has not _ submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations Indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. r" If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicbie filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, *Employee Information Report r, EEO-V prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, �^ he may obtain it by writing to the following address: Joint Reporting Committee 19M G Street 7 Washington, DC 20506 (2192) C — 25 r CertiCiation Regarding Debarment, Suspension, Indigibility and Voluntary Exclusion (49 CM PART 29) The bidder (offeror) certifies, by submission of this proposal or acceptance of this contract, that ;^ neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. It further agrees that by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where r- the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solidtation/proposal. Certification Rgprding Forrig r Tirade Restrictions (49 CFR PART 30) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country Included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for l use on the project that is produced in a foreign country on said fist. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the.contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, If awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier 7 subcontracts. The contractor may rely upon the certification of a prospectim subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time It learns that its certification was erroneous by reason of changed circumstances. Ibis certification Is a material representation of fact upon which reliance was placed when making the p award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous ` certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records In order to render, In good faith, the certification required by this provision. The knowledge and (2192) C — 26 3 information of a contractor is not required to exceed that which is normally possessed by a prudent person to the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. Bay Amerk" Cer" ation (A WI= Safety and Capechy E#ansim Act or IM) By submitting a bid/proposal under this solicitation, except for those Items lasted by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as deflued in the clause Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from (insert sponsor representative) lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN a (2192) C — 27 r r r CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDER'S NAME W LLlIcMS 'ETFtS (_0f3!3TrLLCn0f) CD 1 TUC C ADDRESS 17, D . -Bbk 39 11 L.M&LIB_ may. 52, INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. 1' r15-/3 ONO NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (41 CM60-1A) (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted r~ construction contract exceeding $1%W which is not exempt from the provisions of the equal opportunity clause- (2) Contractors receiving federally assisted construction contract awards exceeding S10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in -18 U.S.C. 1001. ! .` (1192) C — 28 r . r 2 CERTIFICATION OF NONSEGREGATED FACILITW The federally assisted construction contractor certifies that be does not maintain or provide for his employees any segregated facilities at any of his establishments, and that be does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities aft maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract As used in this certification, the term "segregated facilities' means any walting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timecloccs, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are In fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain Identical certifications from proposed subcontractors prior to the award of subcontracts exceding f10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification - The Information above is true and complete to the best of my knowledge and belief. *" �D61V W I LL l Am-S . -FR eSO EM7 Name and Title of Signer (Please Type) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. 7 — (1192) C — 29 r a .: L—: L._.._: L--: L--� t L__- C_a_.. f' STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 r F r W i I 1 i o.rtll +- Pe�l-�e rs Cons�•rt-ce..-�-i an , KNOW ALL MEN BY THESE PRESENTS, that o m a� n ►0 . (hereinafter called the Principal(s); as Princiipal(s), and (hereinafter ed the Sur�ss�Su(sarheld firmly bound unto the City of Lubbock (hereinafter called the Obligee), in e mt lac.. r p • air the amount offi;�. u l � cr 'ri �„ ra w th�p� e f ve r�,�lsDollars ($/ as'�, ? 3, )lawful money of the United States for the payment whereof; the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WIiEREAS, the Principal has entered into a certain written contract with the Obligee, dated the wand day of SkA P , 19313- to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, TIRU EFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 191S-. t.lnderu�ri 1 efS , n C.J1LIULII C►� Surety r r cipal *By: vx&�� QAW. (Title) A-H-orntI — FAC+-- !- (Title) By: (Title) By: (Title) (Title) By: (Title) By: (Title) POO h e�nd," � N�e� Snsnled surety company represents that it is duly qualified to do business in Texas, and hereby designates Alan ranc�k AQ Peij . S-Ac, an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service 71 of process may be had in matters arising out of such suretyship. •Fidei;4-j �fu0.ran�y .-I�Sttra�,�� I.i nA err core ie rs, �. Surety (Title) Approved as to form: City o By: j ^ i Attorney J� ~ * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this P" person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. O O W a r i STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS r- AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 �u1 � 1 i wti+s +- Reltt'S Canr,}r�uc'�i on KNOW ALL MEN BY THESE PRESENTS, that %o ;,�nc , (hereinafter called the Principal(s), as Principal(s), and (hereinafter calleqAg S�-�w s), as tZee(s ,war h d an�i firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount off3,rekw,drrel 19Vj'4r awl S<<renti,�rr l�gllars ($/ ASA,s93, 953 lawful money of the United States for the payment whereof; the said Principal and Surety bind themse ves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. dk WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the V 0 day of Sort e . 199Sto b i d# l 3.90 - LLL6bock ._L bi e r naf i ona.( os b uAct e-f- ' h and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this K day of Z-"!:l 19�. ' .t UAder tir ti�� nsurxt nc� W�U.IIq 4 (Of &OW Surety Principal L1 O . ,-Jl� By:. La�i6 By: (Title)�at��- F�4af (Title) .�,c�G�•-,r.� By (Title) (Title) ,.. 7 undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates A l &eneg, �c�, agent resident m Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. �pr�ri4-pt'c .�lC. 7 Surety *By: (Title)A-44nti v-,j =�Iln - PA,c: -- Approved as to Form Cl"bo& c l r Ely: Attorney �;;� � �` �` ✓ * Note: ff signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing &at this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. r !I III' 27252 Rdelfty and Guaranty Insurance Undeniciiets, Inc. Power of Attora elf j No,;'334 PM III' Know all men by these presehxs: That Fddity and Gaaramg lasaraaca Usdwwriten. fee., a corporation organ ind and existing � it lasers d the State of Wisconsin and having its principal office at the City of Bakimore, in the State of Maryland. does hereby constitute and Oppoit Tim Samp sin, Linda Attaway, Alan Henry and Doris Davis I h e the City d Lubbock , State Of Texas its true and lswhd AnorneyjsHafaM each int w separate apacay if morethat one it named &bom to sign its name as etaatY to, Ord to trxeane, goal and acknowledge any and all bonds. wderUWW, contracts and Otherwriten instiunert}sjj'in the name thereof on behad d the Company inks business d gerarwassing the fidelity of persona WArarnteeirp the performance of Corer= and axerxrthic or 9trar rotes' i I and undertakings regrind or permitted in anyacriors orproceedings showed by law. In Wmaen Wherad. t he aid Fide ft and 4"raxty IaarswA Underwrites, laim has cat aad due irswinent to be sealed with '"V.te seal, duly attested rM by the sigranres d its Vtce Pnsidetrt and Assisnn<Sec•nry. this 1st dayof Oc t ob g r . A D.19 94 FA@ tF ad Gaararly I _ U • tar:, ba PM Byr ...................................... I i 19b1 J hce Prasident .• (SOW BY ..... . ..... ....................... Assistant Secretary I slaw of tltlarybad I 1 0 BsftiawaGq ) � �'" � li I Dnthhit 1st day d October /. AD.19 94 , before ante JoM A. Mm. Vice Rssidenn d FAft And Gaunaq Issmraaa Uadeewriten. toe. and Thomas J. Secretary d aid both d whmm i aFt*y ly acpuaited who Oeng the sevraly duly r,.� swore said that they. the said JoM A. Huss t J. Fdaperald were Vice President and cretary d the said W Ityli Gaaraatr issnrametr UaderwriWs, lac. the trorp ales d n and which the foregoing Power d ch krem the seal d �and cocporauon; that the seal sffoted to aid Power d capaate sal. i s iffated by &der d tare Bo rectors d said corporation. and that t Puy s'ipned their names thereto by ke order as Vice President and Assistant Sec . Of the Company. A�j �✓ ) ! r., My com mission apiros t o l l th ch ' Us' � . "" fdotanyPtbtic � j' I 4r ow This Power of Attorney is granted wader a d the following Resolutions adopted bit the Board of Directors of fhe R"Ry aid ago sty lasnrsa ce Usderwriaers. tne. on September 24,1992 Resaked, that it corrtewonwith theTideliry and Pasty it i ance business of the Conow, all bards. wtdertarinps. caaracts and other ostn� eta refatirg to said business may be signed, axewted and acknowledged by parses or etgities appointed as AtiomeylsHn4aa pwst m to a Power d Attorney 'rived n ordance with these resoirtiors. Said Powedsl d Atiomey for and on behalf d the Canpany trtay and shelf be executed n the ram and on behalf d 1t►e Company. itther 'the Chairman a the President. or an Wantve Vra President, or a Senior Vice President, or a Vice President or an Assistant Yece President jointly with the Secretary o� an Ass mt Secretary, 11, wrier their respective designations. The sigrese d as h officers may be angravedprinted . or lithographed. The ad gnatin each of the foregoig Olken; ad the sat of the r.' Carpany melt be affixed by facsimile to any Power of Athorney or to any eerWieau relating therm smoking AnomeyisHnfad for puposes any of in and attesting bonds and undertakings and attter trrritings obligatory n the nature dhered, and. tNess �y revoked and subject 1n arty limitatioru stet forth tflenein.l such Power d Attorney or tertifieate bearing such facsimile signatun a fa=nule seal shall be valid and binding upon the Company widow such powtt to axw jt and � ied by such re an facsimile siprnnd facsimile seal shall be valid and binding won the Cahpany with respect to any bond or wdertaking to which it iss validy att th d rw Rssofvd, That Aitorna&Hn•Fact shall have the power and uahority, unless atftswerty revoked and it a w case, subjox to the tern4and I-i ons Of the Power d Attorney issued to damn >n aeon and deliver on behalf d the Company and to sttach the seat d t d Canpany to arty and atl bands and "rta i and other whitings obligatory in the natwe thered. and arty such instrument a w ited by such Attomry(sHrifact shah be as boding upon the Corrghany as I siby ini b e utive Officer and exceed and attested to by the Secretary of the Company. P" t Thomas J. Fi zgerakf, an Assistant Secretary of the Fideligr and Ctaraoty bsaraaa UOdwN tare, br— do hereby ratify that eta f I I;amtrue ttxcerpts from the Resolutions of the said Company as adopted by b Board of Directors on September 24,1992 and that these Resolutions are in f ult forma ud iiffaet. I, the wdamigned Assistant Secretary of the Fidalhy mad Gwrawy Insurance Underwriters. be. do h areby t ertify that the foregoing . ower Attorney is in full force and effect and has not been revoked h� In Testimony WherW. I have hostsuo set KN hand and the sea F and Gwraaay Underwriters, ba on this O t h day July ,t9 95 l ........ --- r; ! 1 1951 Assistant Secretary '! I' I! ,I FS 8101% j II CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: 7-10-95 Type of BID # 13268—Lubbock Inter — Lubbock, Texas Project: national Airport Runway 8-2! Williams b Peters Construction Shoulders Improvements THIS IS TO CERTIFY THATrarnpang , Try- (Name and Address of Insured) is, at the date of this certificate, insured by r this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described Exceptions to standard policy noted hereon. r- TYPE OF INSURANCE ■ ` Policy No. Effective Expires Limits of Liability ` Workmen's WC941038 9-1-94 9-1-95 Each Accident $500,000 Disease Limit $500,000 Compensation Each F,nnpingpe $90( ,000 Owner's Protec- Per Person S five or Contin- TBD 7-10-95 7-10-96 Per Occurrence $ 11000,000 gent Liability Aggregate RIWMdDamm S 1,000,000 Contractor's Per Person $ Protective or Per Occurrence $ Contingent Property Damage $ Liability Per Person $ Automobile 071FJ1197622 6-6-95 6-6-96 Per Occurrence S t ,nnn,nnn CSL City of Lubbock as Additional Insured. Property Damage $ Comprehensive 071GL24885861 6-6-95 6-6-96 r General Liability S 2 _ nn0 _ 00 AggregatE I city of Lubbock as Additional Insured. Umbrella Liability071XS24885861 6-6-95 6-6-96 S 5 _ 0.000 The foregoing Policies (do) (da=) cover all sub -contractors. • I. Locations Covered Lubbock International Airport Runways Improvements, Lubbock, Tx DESCRIPTION of Operations Covered Runway 8-26 Shoulders Improvements. l The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the r. ins=r in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. ' C 1 i 1 C alt Ins Co FIVE COPIES OF THIS CERTIFICATE MUST BE SENT TO THE OWNER F Workers Comp — o on a asu y All Other — Aetna Insurance Companies (Name of Insurer) By:aj& Title President — Authorized Agent r TE 99 018 ' ADDITIONAL INSURED This endorsement modifies insurance provided under the following: r BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM r This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number r Named Insured Countersigned by (Authorized Representative) r . The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. CITY OF IMBS= P.O. BOX 2000, LUBB ,Ke TX 79457 (Enter Name and Address of Additional Insured.) r. is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. d You are authorized to act for the additional insured in all matters pertaining to this insurance. 6 We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. I� r t, r� 1 r I FORM TE 99 018 — ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March 18, 1992 m, l COVERAGE PART NUMBER: 071 GL 24885861 CCA COMMERCIAL GENERAL LIABILITY l THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. r ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 CG2010 (ED. 11-85) PRINTED IN U.S-A. p- COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE I POLICY - SCHEDULE OF UNDERLYING INSURANCE LIFE &CASUALTY DF-SCRIPT14 COMMERCIAL AUTO LIABILITY 06/06/95 071 FJ 1197622 CCF L lMtT-S-Em -'0E-` VL 1,000,000.00 PER ACCIDE 06/06/96 (CSL) -Ml 3 (ED. 01 -86) PRINTED IN U.S.A. r CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK Lubbock, Texas DATE: Type of Project: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the fiuther hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workmen's Compensation Owner's Protec- Per Person tive or Contin- Per Occurrence gent Liability Property Damage Contractor's Per Person Protective or Per Occurrence Contingent Property Damage Liability Per Person Automobile Per Occurrence Property Damage Comprehensive General Liability Umbrella Liability The foregoing Policies (do) (do not) cover all sub -contractors. Locations Covered DESCRIPTION of Operations Covered S S The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. 4 FIVE COPIES OF THIS CERTIFICATE r MUST BE SENT TO THE OWNER. (Name of Insurer) r I B� Title 7 71, CONTRACTOR CHECKLIST A CO CTOR SHALL: (1) provide coverage for its employees providing services an a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; -*Z (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: F 7 r- REQUIRED WORKERS' COMPENSATION COVERAGE 'The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance,' 'Thus includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512/440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provi coverage." and (8) -contractually require each person with whom it contracts to provide services on a project, to: �r (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any if coverage agreements for all of its employees providing services on the project, for the duration of the prey; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the #.. coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the r person knew or should have known, of any change that materially affects the provision of coverage of any 1 person providing services on the project; and (I� contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - 1 (i-i), with the certificate of coverage to be provided to the person for whom they are providing services. ❑ 71 . f L�.: L_�_..: Lv.-: �.�__s L_-� � L��: 1...�,.� L:_� � t._..._3 C� L�e� 1.��. L�.: [o.. L.®_: 1�: L��; L��. CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK r„ THIS AGREEMENT, made and entered into this 22nd day of June,1995, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and WILLIAMS & PETERS CONSTRUCTION COMPANY, INC., of the City of Lubbock, County of Labbock and the State of TEXAS, hereinafter termed CONTRACTOR r WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby r agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #13268 - LUBBOCK INTERNATIONAL AIRPORT RUNWAY 8-26 SHOULDERS EUPROVEMENTS - $1,252,593.75 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General r' Condition of Agreement. I The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given r. to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have e" year and day first above written. i APPROVED AS TO CONTENT: Owner's Representative APPROVED AS •• tky'Afforney - this agreement in Lubbock, Lubbock County, Texas in the CONTRACTOR By: C-- (Printed or Typed. Name) TITLE: -FIeEs ( �p E Ai-r Williams & Peters Construction Company, Inc. P.O. Box 3907 Lubbock, TX 79452 REQUIRED CONTRACT PROVISION REGARDING BUY AMERICAN BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: r (2192) 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, If the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the cost for production of the components, exclusive of final assembly labor costs. r C: 7 7 7 EXPERIENCE RECORD List of Projects similar to that covered by Proposal which Bidder has successfully completed: Amount Date Name and Address Contract Award 1' = of Work Completed of Owner List of Projects Bidder is now engaged in completing: Amount of Percent Name and Address Contract Award T3W of Work Complete of Owner F2700-95 H - 1 List of Surety bonds in force on the above uncompleted work: Amount of Contract Award Amount of Bond Name of Surety Company Bidder By, Title Business Address 2700-95 H - 2 J `u 1 1. The Bidder should list the major equipment which is available and serviceable for use on this work. Portion of work bidder proposes to sublet, if any: Dated at this day of , 1995. By Title 2700-95 I - 1 No Text GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this Contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is US4 ',it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: WILLIAMS & PETERS CONSTRUCTION COMPANY, INC.,who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. QWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to JIM NEWSOME, A.A.E., DUPTY AVIATION MANAGER City of Lubbock, under whose supervision these contract documents, including the plans and specifications; were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any Farticular under this agreement. Enginecrs, supervisor or inspectors will act for the Owner under the direction of Owner's Representative,but shall not directly supervise the Contractor or .men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his,inspection in accordance with the Notice to Bidders. . i S. 11M' iMMUTATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescniled," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation !or,presc4tion of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfac;tory," orwords of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated these contract documents. Owner shall have no 'bill to P l�j p by response .ty 3' Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontracttor. 7. WRITTEN NOTICE i" Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. i 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment hi' 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in, a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractors layout of all !major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY 13. The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the' construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the .progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. ,LINES AND GRADES All dines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed All stakes, marks, etc., shall be cardully preserved by the Contractor, and in case of careless destruction or` removal by him„ his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. QWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified,' it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contram In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for tinder this contract. He shall determine all questions in relation to said work and the construction them and shall, in all +uses, decide every question which may arise relative to the cx=r ion of this contract on the part of ,i said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there Ohall be no delay in the execution of the work, therefore, written do isions or direction of the Owner's Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to r" arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation bf the contract, specifications and plans. Should the Owner's Repmwntative fail to make such decision within a reasonable time, an appeal to arbitration maybe taken as if his decision had been rendered against the party appealing. ,r 15. SUPERINTENDENCE AND INSPECTION ,.. It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time i such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials famished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance 'with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications'provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector; the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision II i, 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE { i The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor m his absence and all directions given to him shall be binding as if given 46the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor ^R is essential to the pror performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor t The work, from its �*inmencement to completion, shall be under the exclusive charge and control of the Contractor and all r risk in connection therewith shall be borne by the Contractor. ' The Owner or Owner's Representatives will not be responsible for the acts or omission:, of the Contractor, or any subcontractors, or any, of his agents or employees, or any other persons performing any of the work f 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract,,shali effect ormodify any of the terms or obligations herein contained ; J J. 18. CHARACTER OF The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man'or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent — 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also �I understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. : 20. SANITATION i Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall b approved by thebwnees Representative and their use shall be strictly enforced c 21. OBSERVATION AND TESTING F The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location ^I wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's':: Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner'sAepresentative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval trade by persons —j competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such f tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. ;r 5 t •�-- If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by I; the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval'and any work which meets the requirements of any such tests or approval but does not meet the ,., requirements of the Cointract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense i . F Neither observations bythe Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from bliobligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIRREMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site, of the work for use in the work or selected for the same,," be deemed by the Owner or Owners' Representative as unsuitable or not in conformity Rzth ^' plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at . ,. Contractor's expense. . 23. CHANGES AND ALTERATIONS ^ The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensioat , plans or materials for the work herein contemplated, or any part thereot either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. V such changes or alterations diminish the quantity of the work to be done, they shall nop constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity 'M` actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner slall recompense the Contractor for .� any material or labor Pq used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. It 14. EXTRA WORK it The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work �. as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided 4 under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - „1: By agreed unit prices; or Method (B) :. By agreed lump sum; or Method (C) If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then r the Contractor shall be paid the actual field cost of the work, plus fifteen (I S%) per cent. ;,;a, A ._ 25. 26. I' In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen; timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the,Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method,of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor.. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by, using 10(r/a, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted b� the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense,' and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the _Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided - DISCREPANCIES AND OMISSIONS I M It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be consideredthat the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. � a RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to'secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. It at any time, the working force of the Contractor is inadequate for securing the progress herein specified, -the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTfON AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensations Insurance with an inorance 01 company licensed to transact business in the State of Texas, which policy shall comply wide the Workmen's Compensation laws of the State of Texas The Contractor shall at all times exercise reasonable precaution for the safety of employees and i others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and inswance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, ' brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorneys fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution ; . A Comprehensive General Liability Insurance The contractor �sivall have Comprehensive General Liability Insurance with limits of 1 WO O Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard I. . Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) 1 The City is to be named as an additional insured on this policy for this specific. job, and copy of the endorsement B. Owners Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows: Jill, s For bodily injuries, including accidental death and or property damage, $1,000,000 Combined Single Limit. This policy shall be submitted prior to contract execution. d C. Comprehensive Automobile Liability Insurance - The Contractor shall. have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,0W.M0 Combined Single Limit, i to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this',specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $2,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile "Liability coverages. F. Worker's Compensation and Employers Liability Insurance S i Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. 1. Definitions: i Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82 TWCC-83, or TWCC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted ,by'the governmental entity. Persons providing services on the project ("subcontractor" in 0406.096) = includes all persons or entities performing all or part of the services the contractor has undertaken to performion the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodiUverage vendors, office supply deliveries, and delivery of portable toilets. ! 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project 3. 1 ne c:ontractor must provtae a ceruncate or coverage to the guvcrumcnran cuury paur w v * awwwU the contract.: 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental` entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no'later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. S. The contractor shall post on each project site a notice, in the text, form and manner prescnbed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify omverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) : F provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing service:; on the project, for the duration of thepmject: (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all emplioyees of the person providing services on the project, for the duration of the project; (c) ::i : provide the contractor, prior to the end -of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) -obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance,carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. , 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void it the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage i Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: I (1) The name and address of the insured (2) The location of the operations to which the insurance applies (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. I (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. + i a• () The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable: '.t (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification odes and payroll amounts and filling of any coverage agreements; e . i (b) provide a certificate of coverage showing workers' compensation coverage to the governmental j entity prior to beginning work on the project; i (c) provide the governmental entity, prior to the end of the coverage; period, a new certificate of ;,.coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the Project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning: work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) j . Main all required certificates of coverage on file for the duration of the project and for one year ',thereafter; < .. (i notify the governmental entity in writing by certified mail or personal delivery, within 10 days 4fter the contractor knew or should have known, of any change; that materially affects the provision of coverage of any person providing services on the project; a notice on each project site informing all persons rovidia services on the project that (F,i P� P J g P� P g P J they . are required to be covered, and stating how a person may verity current coverage and report 4, failure to provide coverage. This notice does not satisfy other posting requirements imposed by r the Act or other commission rules: This notice must be printed in at least 19 point normal type, j :and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text: provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE ,!!The law requires that each person working on this site or providing services related to this i ' construction project must be covered by workers' compensation insurance. This includes 11personsproviding, hauling, or delivering equipment and materaaLv, or providing labor or ,., ,transportation or other service related to the project, regardless of the identity of their employer or status as an employee- poolf; , ,"Call the Texas Workers' Compensation Commission at SIV440-3789 to receive information 1.. on the legal requirement for coverage, to verify whether your employer has provided the 4required coverage, or to report an employer's failure to provide coverages" and (h) contractually require each person with whom it contracts to provide services on a project, to: M provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the Project, for the duration of the project; (ii) provide a certificate of coverage to the contractor prior to that person beginning work on y! the project; (M) include in all contracts to provide services on the project the language in subsection (e) " (3) of this rule; I� � 3 (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (I), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment i 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS. MATERIALMEN. AND FURNISHERS OF MACHINERY, EOUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations ;of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner, provided, however,' if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement 32. LAWS AND ORDINANCES The Contractor shall at all tinnes observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plains and specifications are at variance therewith, he shall promptly notify the Owners' .. Representative in writing Iand airy necessary changes shall be adjusted as provided in the mntract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner'sRepresentative, he shall bear all costs arising therefrom. The Owner is a munrcrpal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects forwhich, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be corrtrolling; and shall be considered as part of this contract to the same (ffect as though embodied herein. 33. ASSIGNMENT AND sumtTFING PM The Contractor further agrees That he will retain personal control and will give his persomnl attention to the fulfillment of ! this contract. The Contractor further agrees that subletting of any portion or feature of the, work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement.: 34. TDAE FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and G time for completion as ,specified in the contract of work to be done hereunder are essential conditions of this contract; and it I is further mutually understood and agreed that the work embraced in this contract shall b: commenced on a date to be+I specified in the Noticeto Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of S500.00 (F1W 11i HUNDRED DOLLARS? PVR DAY' not as a a , penalty, but as liquidated damages for the breach of the contract as herein set 'i forth for each and evcq i alendar day that the Contractor shall be in default after the time stipulated for completing the 1 work It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic .. change and conditions attd usual industrial conditions prevailing in this locality. The amount is fixed and agid upon by and between the Contractor and the Owner bemuse of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for 1 4 payments or from final payment. •� It is further agreed and 6derstood between the Contractor and Owner that time is of the essence of this contract. h 35. TIME AND ORDERS3F_COMPLETION ... It is the meaning and intent bf this contract, unless otherwise herein specifically providcxi, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially; completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bids; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. { 1 36. EXTENSION OF TIME �' a u The Contractor agrees that he has'submitted his bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth' anti that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors emplayed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation' shall then submit such written request to the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration a5 hereinafter provided a 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced ink this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience,' in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or pomputed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.= In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost 6f tlie'work and for comparing their bids offered for the work It is understood and agreed that the actual amount of work to° be done And the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis' for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project 39. PROTECTION OF ADJOINING PROPERTY' { �! The Contractor shall take proper means to protect the adjacent or adjoining property or properties in anyway encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim df any kind arising out of the existence or character of the work a 40. PRICE FOR WORK . Poo In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the w Contractor, and on the deliveryof all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the Bid attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such pricx in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by hnm and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. _ PAYMENTS, No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work Before final payment is made, ^` Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by " reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. y 42. PARTIAL PAYMENTS ' On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement ,., shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less S% of the amount thereof, which 50% shall be retained until final payment, and further, leis all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in rase the whole work be near to completion, and this fact is certified to by Owner's Representative' and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the ... Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 43. FINAL COMPLETIONkAND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said �-* time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYN/IENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and ' prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms :of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the;obligation for fulfillment of any warranty which may be required in the special conditions (if any) of this contract or tequired in the specifications made a part of this contract. r' p 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK 1 Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work uithin a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it;.at Contractor's expense. II ' 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any,damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WTTIBEL,D The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of. (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. i;. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 48. TWE OF FILING CLAIMS I It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be i`iled 'with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the'aeoeptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said Notice'shall be delivered to the Contractor. ;; IF ri I� After receiving said notice of abandonment, the Contractor shall not remove from the Work any, rnachinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being' understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Ii (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following r, elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and 'supplies to said Contractor, and the expense so charged shall 'be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this. Agreement In case such expense is less than the sum which would have been payable under ^: this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable undcx this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner, or T" (b) The Owner, under Sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation ain the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to'the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work t under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance,'as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by Raid statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor r" and/or his Surety shall paythe balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner ..� within the time designated'hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice theieof; together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. r 50. ABANDONM ENT BYOWNER i In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms r within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the n work, and may remove therefrom all machinery, tools, and equipment, and all material; on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value N of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed . •'' work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract,'and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the . " whole work to completion„ and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained byAc Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 3 . 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price,,,in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. i III 54. MEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation 55. CLEANING UP i 3 The Contractor shall at all times keep the premises free from accumulation of debris caused by:the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. , r lli , P ; Ilt i..' r i GENERAL PROVISIONS r�► PM OM r ra* .-. GENERAL PROVISIONS (FAA AC 150/5370-10A, STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS) Section 10 Definition of Terms Paragraph 10-01 AASHTO 10-02 AccessRoad 10-03 Advertisement 10-04 AIP 10-05 Air Operations Area 10-06 Airport 10-07 ASTM 10-68 Award 10-09 Bidder 10-10 Building Area 10-11 Calendar Day 10-12 Change Order 10-13 Contract 10-14 Contract Item (Pay Item) 10-15 Contract Time 10-16 Contractor 10-17 Drainage System 10-18 Engineer 10-19 Equipment 10-20 Extra Work 10-21 FAA 10-22 Federal Specifications 10-23 Inspector 10-24 Intention of Terms 10-25 Laboratory 10-26 Lighting 10-27 Major and Minor Contract Items 10-28 Materials 10-29 Notice to Proceed 10-30 Owner (Sponsor) 10-31 Pavement 10-32 Payment Bond 10-33 Performance Bond 10-34 Plans 10-35 Project 10=36 Proposal 10-37 Proposal Guaranty 10-38 Runway 10.39 Specifications 10-40 Structures 10-41 Subgrade 10-42 Superintendent 10-43 Supplemental Agreement 10-44 Surety 10-45 Taxiway 10-46 Work 101-47 Working Day Page 1 1 1 1 1 1 1 1 1 1 1 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 4 4 4 4 4 4 4 4 4 4 4 5 5 5 5 5 5 5 r PM r P.M Poo Pr rr OM PM Section 20 Proposal Requirements and Conditions Paragraph Page 20-01 Advertisement (Notice to Bidders) - Deleted 6 20-02 Prequalification of Bidders 6 20-03 Contents of Proposal Forms 6 20-04 Issuance of Proposal Forms 7 20-05 Interpretation of Estimated Proposal Quantities 7 20-06 Examination of Plans, Specifications and Site 7 20-07 Preparation of Proposal 8 20-08 Irregular Proposals 8 20-09 Bid Guarantee 9 20-10 Delivery of Proposal 9 20-11 Withdrawal or Revision of Proposals 9 20-12 Public Opening of Proposals 9 20-13 Disqualification of Bidders 9 Section 30 Award and Execution of Contract 30-01 Consideration of Proposals 11 30-02 Award of Contract 11 30-03 Cancellation of Award 11 30-04 Return of Proposal Guaranty 11 30-05 Requirements of Contract Bonds 12 30-06 Execution of Contract 12 30-07 Approval of Contract 12 30-08 Failure to Execute Contract 12 Section 40 Scope of Work 40-01 Intent of Contract 13 40-02 Alteration of Work and Quantities 13 40-03 Omitted Terms 13 40-04 Extra Work 14 40-05 Maintenance of Traffic 14 40-06 Removal of Existing Structures 15 40-07 Rights in and Use of Materials Found in the Work 16 40-09 Final Cleaning Up 16 Section 50 Control of Work 50-01 Authority of -the -Engineer 18 50-02 Conformity with Plans and Specifications 18 50-03 Coordination of Contract, Plans and Specifications 19 50-04 Cooperation of Contractor 19 50-05 Cooperation Between Contractors 20 50-06 Construction Layout and Stakes 20 50-07 Automatically Controlled Equipment 20 50-08 Authority and Duties of Inspectors 20 50-09 Inspection of the Work 21 Cont. Section 50 Control of Work Paragraph 50-10 Removal of Unacceptable and Unauthorized Work 50-11 Load Restrictions 50-12 Maintenance During Construction 50-13 Failure to Maintain the Work `50-14 Partial Acceptance 50-15 Final Acceptance 50-16 Claims for Adjustment and Disputes Section 60 Control of Materials Page 21 22 22 23 23 23 23 60-01 Source of Supply and Quality Requirements 25 60-02 Samples, Tests and Cited Specifications 25 60-03 Certification of Compliance 26 60-04 Plant Inspection 26 r.. 60-05 Engineer's Field Office and Laboratory 27 60-06 Storage of Materials 27 60-07 Unacceptable Materials 28 60-08 Owner Furnished Materials 28 Section 70 Legal Regulations and Responsibility to Public 70-01 Laws to be Observed 29 70-02 Permits, Licenses and Taxes 29 70-03 Patented Devices, Materials and Processes 29 70-04 Restoration of Surfaces Disturbed by Others 29 70-05 Federal Aid Participation 30 70-06 Sanitary, Health and Safety Provisions 30 70-07 Public Convenience and Safety 30 70-08 Barricades, Warning Signs and Hazard Markings 31 70-09 Use of Explosives 32 70-10 Protection and Restoration of Property and Landscape 32 70-11 Responsibility for Damage Claims 33 70-12 Third Party Beneficiary Clause 33 70-13 Opening Section of the Work to Traffic 33 70-14 Contractor's Responsibility for Work 34 70-15 Contractor's Responsibility for Utility Service and Facilities of Others 34 70-16 Furnishing Rights -of -Way 36 70-17 Personal Liability of Public Officials 36 70-18 No Waiver of. -Legal Rights 36 70-19 Environmental Protection 36 70-20 Archaeological and Historical Findings 36 Section 80 Prosecution and Progress 80-01 Subletting of Contract 38 ... 80-02 Notice to Proceed 38 .® Cont. Section 80 Prosecution and Progress Paragraph Page 80-03 Prosecution and Progress 38 80-04 Limitation of Operations 39 80-05 Character of Workers, Methods and Equipment 39 80-06 Temporary Suspension of the Work 40 80-07 Determination and Extension of Contract Time 41 80-08 Failure to Complete on Time 43 80-09 Default and Termination of Contract 43 80-10 Termination for National Emergencies 44 .Section 90 Measurement and Payment 90-01 Measurement of Quantities 46 90-02 Scope of Payment 49 90-03 Compensation for Altered Quantities 49 90-04 Payment for Omitted Items 49 90-05 Payment for Extra and Force Account Work 50 90-06 Partial Payments 51 90-07 Payment for Materials on Hand 52 90-08 Payment of Withheld Funds 53 90-09 Acceptance and Final Payment 53 GENERAL PROVISIONS SECTION 10' DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and r, meaning shall be interpreted as follows: 10-01 AASHTO. The American'Association of State Highway and Transportation Officials, the successor association to AASHO. r- 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a •- public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid T program, administered by the Federal Aviation Administration. 10-OS AIR OPERATIONS AREA. For the purpose of these f, specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved -areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron.. 10-06 AIRPORT. Airport -means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. l" 10-07 ASTM. The American society for Testing and Materials. 10-08 AWARD. The acceptance, by the owner, of the successful �- bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, 71 considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. Revision Date: 11/01/90 1 Pea 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed.The awarded contract shall include, but.is not limited to:, The Advertisement; The Contract Form; The Proposal;. The Performance Bond; The Payment Bond; any`required-insurance certificates; The Specifications; The Plans,,and any addenda issued to.bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit.of work for which a price is provided in -the -contract., 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for, completion, of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a'number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of`all legal debts pertaining to the -.work who acts directly or 'through lawful agents or`employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system,of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. i0-18 ENGINEER. The individual, partnership, firm, or corporation` duly'.'authorized by the owner (sponsor) -to be responsible for engineering 'supervision of the'contract work and acting directly or through an authorized representative. 10-19,EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools.and. apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item'of work not provided for in the awarded contract as 'previously modified by change order or supplemental agreement, but which is found by the.Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, Revision Date: 11/01/90 2 oft FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the r" work performed or being performed, -or of the materials furnished or being furnished by the Contractor. r 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "'required," "permitted," "ordered, " "designated,'' "prescribed." or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "'approved," "acceptable," `"satisfactory, " or words of r like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire P" section, specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. r 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-25 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. Revision Date: 11/01/90 3 If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as,a single unit. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that ,he will pay in full all bills and accounts for materials and labor used'in the construction,of the work. 10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the - Contractor will complete the work in accordance with the terms of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37.'PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes`, handholes, lighting fixtures and bases; transformers; Revision Date: 11/01/90 4 a! r .. flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which formsthepavement foundation. .. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the - Contractor and the owner covering: (1)'work that would increase' 7 or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within -the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, •- other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. - 10-45 TAXIWAY. For the purpose of this document, the term T taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or I�^ aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligationsimposed by the contract, plans, and specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 Revision Date: 11/01/90 5 ro r a, SECTION 20 .; PROPOSAL REQUIREMENTS AND CONDITIONS 20-01ADVERTISEMENT (Notice to Bidders). A -copy of the advertisement is included elsewhere in this bid package. 20-02 PREQUALIFICATION OF BIDDERS.- Each bidder shall furnish the owner satisfactory -evidence of his/her -competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience.on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of,his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of,a confidential statement or report of the bidder's financial resources and liabilities as of the last, calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At ,the time of submitting such financial statements or reports, the bidder shall,further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is onrthe current "bidder's list '' _of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency'' and "evidence of financial responsibility" to the owner no later than 10 days prior to the specified date for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans --specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. Revision Date: 11/O1/90 6 .. 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves.the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons .. a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise oft included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal -to a prospective bidder. c. Contractor default under previous contracts with the owner. a. Unsatisfactory work on previous contracts with the r owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An ,.� estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and isbelievedto be correct. It is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials r- furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. �.. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS`AND SITE. The bidder.is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed,.materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the Revision Date: 11/01/g0 r 7 0 =:_=bidder, was obtained and is intended for the owner's design and -estimating purposes only. Such information has been made available for the convenience of all bidders. It_is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which, he may make or obtain from his/her examination of the boring logs and other records of.subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the owner. All blank spaces in the proposal, forms must be correctly filled in where indicated' for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each,member of the partnership must be shown. If made by a corporation, the person signing the proposal shall givethe name of the state under the laws of which the corporation was chartered and the name, titles, and business address of_the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or.corporation. 20-06 IRREGULAR PROPOSALS. Proposals shall be considered irregular for -the following reasons: a: If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or;irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. Ifthe proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit"price. d. If the -proposal contains unit prices that are obviously unbalanced. e. If the proposal is°not accompanied by the proposal guaranty specified by the owner. Revision Date: 11/01/90 8 0" '" The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable r collateral, in the amount specified in.the proposal form. Such check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business.address of the bidder on the outside. When sent by mail, preferably registered, r" the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the !^ advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. r- 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for ►- withdrawal is received by the owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement F. before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received r. after the time specified for opening bids shall be returned to the bidder unopened. PM 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. c. If the bidder is considered any reason specified in the subsection PROPOSAL FORMS of this section. Revision Date: 11/oi/90 to be in *"default" for titled ISSUANCE OF 9 No Text no SECTION 30 AWARD AND EXECUTION OF CONTRACT a•• 30-01 'CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit 'bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons ►- specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals, waive r technicalities, if such waiver is in the best interest of the owner and is in conformance with applicable state and local laws !- or regulations pertaining to the letting of construction contracts; advertise for new proposals;- or proceed with the work ' otherwise. All such actions shall promote the owner's best interests. - 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date r' specified for publicly opening proposals, unless otherwise specified herein. �-. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms'to the cited requirements of the owner. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. r- 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF Revision Date: 11/01/90 11 P- PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may incurred by reason of the Contractor's performance of the work. The "surety and the form of the bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-06 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT'BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF BECTION130 Revision Date: 11/01/90 12 SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make ,.. such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change orders'' issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are +- commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. r.. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. Revision Date: 11/01/90 13 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change -order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor'to,proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL -AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as,the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. Revision Date: 11/ol/90 14 5" .. When the contract requires the maintenance of vehicular traffic on an existing -road; street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road,,street, or highway,open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The.Contractor shall also construct and maintain in a safe condition any temporary connectionsnecessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but.shall be included in the various contract items. P- 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing r structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF �-- MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. Revision Date: 11/01/g0 15 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN`:THE'WORK. Should the 'Contractor encounter any material such as (but not restricted to) sand, stone, -gravel,'slag,-or concrete slabs within the established lines, grades, or grading sections, the use of'which is intended by -the terms -of the contract to be either embankment or waste, he may at tis/her option 'either: a. Use such materiallin another contract item, providing such use is approved by the'Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written ,approval of the Engineer; or c. Use suchmaterial for his/her own temporary construction on site; or, d. , Use such material as intended by the terms of the contract. Should the Contractor wish°to exercise option a., b., or c., he shall request the Engineer's approval in advance'of such use. Should the.Engineer approve the Contractor's request to exercise : option 'a.,`b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that'is acceptable for use in constructing embankment, backfills,'or'otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the'Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price,' for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or, c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a'structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is -provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall Revision Date: 11/01/90 16 remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as.having been disposed'of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 r- r /r P roll Revision Date: 11/01/90 17 SECTION1501 :CONTROL OF WORK 50-01, AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all -questions which may arise as.to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the.Engineer's written orders. For the purpose of this subsection, the term '"reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict Revision Date: 11/01/90 18 oft compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "retisonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict r. conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. `^ 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited. standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any 'apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. ,. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be, supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of - reproduction. r- The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from ,., the Engineer or his/her authorized representative. Revision Date: 11/01/90 19 m 50-Os COOPERATION BETWEEN,CONTRACTORS. The owner reserves the right to contract for and perform other or -additional_ work on or near. -the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by:other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contractandshall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him...because of the presence and operations.of other Contractors -working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose,of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES, The Engineer shall establish horizontal -and vertical control only. The Contractor must establish all layout required for the construction of the .work., Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. �In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the,Contractor at the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be,operated manually or by other methods for a period 48 hours following the breakdown or.malfunction, provided this method of operations will produce results which .conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the,owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors.are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor.' Revision Date: 11/01/90 - 20 F" Oft Inspectors employed by the owner are authorized to notify the PO. Contractor or his/her representatives of .any .failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with. such information and' assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before �. acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work '- so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered . removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such*facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner Revision Date: 11/01/90 21 r- in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR.WORK of Section_70. Work done contrary to the instructions of the'Engineer; work done beyond the lines shown.on the plans or as given, `except _as herein specified, or any extra'work done without authority,, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work'so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply''forthwith with any order of the Engineer made 'under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to`be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor... 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load -restrictions in the hauling ofmaterials on public roads beyond the limits of the work. A special permit will, not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation ofequipment of'such weight or so loaded''as to. cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure`'before the -expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE'DURING'CONSTRUCTION. The Contractor shall maintain the work during constructionand until the work is accepted. This maintenance shall constitute continuous and. effective work prosecuted day by day, with adequate equipment and forces so that the`work is maintained in satisfactory condition at all` times . In the case of a contract for the placing of a course upon a course or subgrade'previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various,contract items, and the Contractor will not be paid an additional amount for such work. Revision Date: 11/01/90 22 0-0 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at . any time fail to maintain the Mork as provided in the,subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the PM Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will '- give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to, become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution �- of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work,'another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such Revision Date: 11/01/90 pm. 23 .. additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper.opportunity by the Contractor for keeping strict account of actual cost:as required, then the Contractor hereby agrees to waive any claim for such additional " compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional. compensation.is based has been completed, the Contractor shall, within l0 calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances:' Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 Revision Date: 11/01/90 24 rm SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. pop The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The special conditions or plans contain a listing of airport ►- lighting equipment required for this contract. The listed equipment is to be furnished by the Contractor in accordance with the requirements of this subsection. 60-12 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are -used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Revision Date: 11/01/90 - 25 Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior,to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certainmaterialsor assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basisofcertificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether -in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by '"brand name or equal',' and the'Contractor elects to furnish the specified ``brand name,''•the Contractor shall be;required to furnish the manufacturer's certificate of compliance for each lot of.such material or assembly delivered to the work. Such;certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal'' material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "'or equal " ,is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining Revision Date: 11/01/g0 26 compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: M--mol a, The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he ha-s contracted for materials. b. The Engineer -shall have full entry at all. reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall ,.. arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the .- source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. PM 60-05 ENGINEERIS FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish ►! a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. •c 60-06 STORAGE of MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the ' work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored .. materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked -- equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for -storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Revision Date: 11/ol/g0 27 .. Contractor shall furnish the Engineer a copy of the property owner"s permission. All storage sites on private or airport property shall'be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No'rejected material or assembly, the defects of which.have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish :all materials required to complete the.work, except those specified herein (if any) to be furnished by the owner. _.Owner- -furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner -furnished materials shall.be included;in the unit.price bid for the ,-contract item in which such owner -furnished material is used. After any owner -furnished material has been delivered to the .location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of su-.h owner - furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the.Contractor's handling, storage, or use of owner -furnished materials. Revision Date: 11/01/90 28 MW PW r .. r• SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70--1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her officers, agents, or servants against any claim. or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the owner, such authorized work (by others) is indicated in the special conditions, or on the plans. Except as described above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency Revision Date: 11/01/90 29 be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not ;be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-OS FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration; of the United Sates Government's (FAA's) agreement with the owner, the owner has included,provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract,. plans, or,specifications. No requirement of the Act, the rules and regulations implementing the Act, or this, contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor .shall,provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed -to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors Revision Date: 11/01/90 30 and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office) . When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect,'and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports. The Contractor shall furnish,_ erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370- 2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which •- requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Revision Date: 11/01/90 31 r- Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of 'explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life'or property, including new work. The Contractor shall be responsible for all damage resulting from the`use of explosives. All explosives shall be stored in a secure manner in compliance with all'laws and ordinances, and all such storage places shall be clearly marked. Where'no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the ,work or from any building, road, or other place of human occupancy._ The Contractor shall notify each property owner and public utility company.having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them - to take such steps as they, may.deem.necessary to protect their property from injury. The use of electrical blasting caps shall not'be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property,`and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed, The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution -of the work, resulting from any act, omission, neglect, or misconduct in , his/her manner or method of executing the work, or at anytime due to defective work or materials, and said responsibility will ,not be released until the projectshallhave been completed and accepted. When or where any direct or indirect damage or .injury is done to public or private property by or'on account of any act, omission, neglect, or misconduct in the execution'of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or irijury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or.injury in an acceptable manner. Revision Date: 11/01/90 y 32 r r" EF-mJ 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage,received or sustained by any person, persons, or property on account of the operations of the Contractor; or on.account of or,in consequence of any neglect in safeguarding the work; or throughuse of, unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts -recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation'Act, " or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the owner for such purpose may be retained for the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by.any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract., 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing'' of the work r, shall be specified herein and indicated on the plans. when so specified,. the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved An arranging his/her work to permit such beneficial occupancy by the owner as described in the special conditions, or on the plans. Upon completion of any portion of the work listed above, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a.portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made Revision Date: 11/01/90 33 when, in the opinion of the Engineer, such portion of the work is in,an�acceptable'condition to support the intended traffic. Temporary'or intermittent openings are considered to be'inherent in the work and'shall not constitute either acceptance of the portion of the work so openedor a waiver of -any provision'of the contract An damsge�to the' portion of'the work `so opened that is not attributable to traffic which is'permitted by''the'owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the'conditions herein.described and shall not claim any added compensation by reason of delay or increased cost due'to opening a portion of the contract work. 70-14` CONTRACTORS RESPONSIBILITY FOR WORK. Until the Engineer's final Written acceptance of the entire completed work, excepting only,those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50,' the Contractor shall have the charge -and care thereof and shall take every precaution against injury'or damage to any part due to the action of the elements or from Any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, Irepair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or'negligence of the Contractor, including but -not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. It the shallbeoresonsible for the work -and shall take the 'Contractor ended for any cause whatever, p such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and -'shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously,maintain.in an acceptable growing condition all living material in newly established planting, °seedings, and soddings furnished under his/her contract, and. shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTORIS RESPONSIBILITY FOR UTILIM BERVICE AND FACILITIES OF -OTHERS. As;provided in.:the,subsection titled' RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any.public or private utility service, FAA or NOAA,' or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or Revision Date: 11/01/90 34 facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. r� To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental �- agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated in the special conditions, or on the r plans. It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy ` or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from r. damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, PM upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer.. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to .- keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate r" the utility service or facility or the presence of a representative of the owner is desirable to observe.the.work, such advice should be included in the notification. Such ,.� notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall " furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove r provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Revision Date: 11/O1/90 P-. 35 ow Where the outside limits of an underground utility"service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations: Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall . immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident.` The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or-in'exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS._ Upon completion of the work, the owner will expeditiously make final inspection andnotifythe Contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of -the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such Revision Date: 11/01/90 36 PM gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ' ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and toprevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the F7 site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. r Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is r- incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or.historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. r.. END OF SECTION 70 .-. Revision Date: 11/01/90 37 .. SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety,shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 240TICE TO PROCEED. The notice to proceed shall"state the date on which it is expected the,Contractor will begin the construction and from which date contract time.will'be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date'set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved -by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient' materials, equipment, .and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. Revision Date: 11/01/90 38 r i 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her r operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. �. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided -in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be! closed to PM operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as described in the special conditions, or on the plans. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and- specifications. - All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such r-• work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such r- that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Revision Date: 11/01/90 39 _Contractor is free to,use any methods or equipment that will accomplish the work in conformity with the requirements of the contract „ plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized b the Engineer. y g If the Contractor desires to use a method or type of equipment other than specified in the ,contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and -of the reasons for desiring to make the change. If approval is given, it will be on the condition that the'Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determinesthatthe work produced does not meet contract requirements, the Contractor shall discontinue the use of.the substitute method or equipment and.shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for,,the contract items involved nor in contract time as a result of authorizing a_change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carryout orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control,;the Contractor may be reimbursed for actual money expended on the work during the period of shutdown.. No allowance will be made for anticipated profits.: The period'of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date,of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit -with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision, of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, ,:for suspensions made at the request of the Contractor, or for any Revision Date: 11/01/90 40 r� other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period,'the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary ,. structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION or CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged .- against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or r• SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer.shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item: Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary r- suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. (2), The Engineer will not make charges against the contract time prior to the effective date of the notice to r proceed. (3) The Engineer will begin charges against the r. contract time on the first working day after the effective date of the notice to proceed. Revision Date: 11/01/90 41 (4) The Engineer will not make"charges'against the contract time after the date of final acceptance -as defined in the subsection titled FINAL_ ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1`week in which to file a.written protest setting forth his/her objections to the Engineers weekly statement. If,no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in -the proposal).is based on the . originally estimated,quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL`QUANTITIES of Section 20. Should the satisfactory completion of"the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed -quantities -bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the"cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of _final payment. b. CONTRACT TIME based on CALENDAR -DAYS shall.consist of the number of calendar`days stated in the contract counting from the effective date of the notice.to proceed..and including all Saturdays, Sundays, holidays, and"nonwork days. All calendar days elapsing between the effective dates of the _Engineer's orders'to'suspend'and resume all -work due to causes not the fault of the Contractor, shall be excluded.` At the time of final payment, the contract time shall be increased in the same,proportion as the cost'of the actually completed quantities'bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of'contrict time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as,of the date of ,final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially"completed. If`the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time.prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Revision Date: 11/01/90 42 PM Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the 'original time for completion. 80-08 FAILURE TO COMPLETE ON;TIME. For each calendar day or .�- working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and ' adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified ,^ in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in r, his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the .w time specified in the "Notice to Proceed,' or b. Fails to perform the work or fails to provide r" sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to r' remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or .. d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or P7 f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or Revision Date: 11/01/90 43 g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or. h: ' Makes an assignment for the' benefit ofcreditors,or For any other cause whatsoever,'fails to carry on the work in an acceptable manner. Should the Engineer consider ,the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor,and the Contractor's surety as to'the reasons -for considering the Contractor in default and the owner's intentions to'terminate'the:contract. If'the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such 'delay, neglect,' or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use.in. the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer,will be required for the completion of said contract in an acceptable manner. `.All costs and charges incurred by the owner, together with'the cost.of completing the work under contract, will be deducted from any monies due or;which may become.due the Contractor. If, such expense exceeds the sum which would have been payable under the .contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION POR NATIONAL EMERGENCIES. The owner shall terminate the contract or'portion thereof by written'notice when the Contractor is prevented from proceeding with'the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense.' When the contract, or any portion thereof, is terminated before completion of all.items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for.items of work partially completed or not started. No claims or"loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise "included in the contract) and moving equipment and materials to and from the job will be Revision Date: 11/01/90 44 ,M r considered the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at r- actual cost as shown by_receipted bills and actual cost records ' at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither ' relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim"arising out of the •- work performed. END -OF SECTION 60 rift r� r low Revision.Date: 11/01/90 45 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASIIREMENT OF QUANTITIE S. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units,of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and'of work - performed under the contract will be those methods generally recognized as conforming.to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be -passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Revision Date: 11/01/90 46 P` Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the! body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. r When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard ` (cubic meter) may be weighed, and such weights will be converted. to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is r- used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15'C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. r Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise r not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for 'loss or foaming, may be used for computing quantities. ,.. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. r-w _ The term "lump sun'' when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, `,lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual .. working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Revision Date: 11/01/90 47 Lli „,Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as -fence, wire, plates, rolled shapes, pipe conduit, etc., and these''items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. _Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished,.erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of_the correct weight throughout the range of use. The Contractor shallhave the scales checked under the observation of the inspectorbefore beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked,length of the beam or dial and shall not,.exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The,use of spring balances will :not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the.operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for ,testing the weighing equipment or suitable weights and devices for other approved equipment. . Scales must be tested°for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end.' Scales "overweighing” (indicating more than correct weight) will=not be permitted;to operate, and all materials received subsequent to the last_ previous.,correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the -event inspection reveals the scales have been " underweighing " (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. Revision Date: 11/01/90 48 r .. All.costs in connection with,furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantitiesfora specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific. portion of the work will be made, unless the dimensions of said portions of the work shown ontheplans are revised by the Engineer. If revised dimensions result in an increase or ,•• decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The dontractor'shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the ►- contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment'' subsection of a technical ' specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT'FOR OMITTED ITEMS. As specified in the subsection .. titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest.of the r owner. Revision Date: 11/01/90 49 Should the Engineer omit or order nonperformance of a contract item or'portion of such item from'the work, the Contractor shall accept payment in -full at the contract prices for'any work "actually completed and acceptable prior to the,Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to -the reimbursement hereinbefore'provided, the Contractor shall `'be -reimbursed for all actual costs incurred for the purpose of performing the omitted contract°item prior to the date of the Engineer's order. Such additionalcosts incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified_ statements by the Contractor as to the nature the'amount of such costs. 90-05 PAYMENT FOR 'EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40,`-will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work.' When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, ,such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no,specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account -work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for.work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of'such force account work detailed as follows: (1) Name, classification,,,date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit'of machinery and equipment. Revision Date: 11/01/90 50 r (3) Quantities of materials, prices,, and. extensions. (4) Transportation of materials. (5) Cost of property damage, liability and r workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by & receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the 'M Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partialpaymentswill be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance ,. with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five r- hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 !" percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD �., FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, r- whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. Revision Date: 11/01/90 51 It is"understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE°AND FINAL, PAYMENT of this section. 90-07 PAYMENT'FOR.MATERIALS ON BAND.. Partial payments may -,be made.to the extent.of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans,, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled, materials may be included in the next partial payment after the following conditions are met: a. :The material has been; stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished -the owner legal title (free of. -liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the owner.evidence that the material 'so stored or_stockpiled.is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and,the owner's payment for such stored or stockpiled materials shall in no way relieve the.Contractor of his/her responsibility for: furnishing and placing -such materials in accordance with the requirements of the.contract,,plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract Revision Date: 11/01/90 52 P. . • t• price for the contract item -'in which the material is.intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. r The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions.of this subsection. r 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the owner accept (in lieu of the 10 r percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's ` deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. r- b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as �.. are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to -the owner. r d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the I subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually r performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or �., computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the .Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's �-. estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT _ AND DISPUTES of Section 50. Revision Date: 11/01/90 53 ram. P. J. e' After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case ,of approval under protest, determined to be due the Contractor less all' previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions.of .this subsection, such claims will be considered by the owner in accordance with local laws or.ordinances.. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 Revision Date: 11/01/90 54 PON Pon 1125194 AC 150.5370-10A CHG 6 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. The Contractor shall establish, provide, and maintain an effective Quality Control Program that"details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manu. factored by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Con- tractor shall assume full responsibility for accomplishing the stated purpose. r The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. r" b. Provide sufficient information to assure both the Contractor and the Engineer that the specification require. ' ments can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontrac- tors. This Quality' Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveil- lance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written docu- ment which shall be reviewed by the Engineer prior to the start of any production, construction, or off —site fabrica- tion. The written Quality Control Program shall be submitted to the Engineer for review at least [ ] calendar days before the [ ]. Pok P QCP 1 . AC 15015370-10A CHG 6 1125/94 The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule;' d. Inspection requirements; e. 'Quality control testing plan; . f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that helshe deems necessary to adequately control all production and/or construction processes required by this contract 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control Program shall be imple- mented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and con- struction functions and personnel The organizational chart shall°identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different' technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification require. ments of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experi- ence in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil'Engincering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in En- gineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical speci- fications. The Program Administrator shall report directly to a responsible officer of the construction firm. The QCP 2 r 1/25/94 AC 15015370-10A CHG 6 Program Administrator may supervise :the Quality .Control Program on more than ,one project provided that person can be at the job site within 2 hours after being notified of a problem. r b. Quality Control Technicians. A sufficient number of _quality control technicians necessary to adequately implement the Quality Control Program shall be provided These personnel shall be either engineers. engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level H or r-• higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator3 and shall perform the following row functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical speci- fications, and as required by Section 100-06. r (2) Performance of all. quality control tests as required by the technical specification.. and Section 100- 07. �. Certification at an equivalent level, by a state or nationally recognized organization will be a.aceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor r each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordi- nating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the se- quence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on r.. a twice monthly basis. or as otherwise specified in the con=L Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all wort: to comply with the requirements of the contract T 100-OS SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. Thu: listing can be devel- oped in a spreadsheet format and shall include: r a. Specification item number, b. Item description; r c. Description of submittal: d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Con- „ tractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements:, QCP 3 AC 150/5370-14A'CHG 6 1/25194 a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportion- ing to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Pro- gram shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Con- tractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any , additional quality control tests that the Contractor deems necessary to adequately control production and/or constmc tion processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401); b. -Item description (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated): - f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in ac- cordance with. ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 10048 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects,deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection -Reports. Eactr Contractor quality control technician shall maintain a -daily' log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been per- formed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; QCP 4 ... 1/25/94 AC 15015370-10A CHG 6 (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of de- fects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Adminis- trator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following ` the day of record. . . ►� b. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; t^ (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; r., (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Adminis- trator. r- 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appro- priate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical qual- ity control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to sur- veillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, pro- ducer, manufacturer orshipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. r Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on —site or off —site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. �. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered ' by the Engineer or his/her authorized representative* to the Contractor or his/her authorized representative at the ` site of the work, shall be considered suffncipnt notice. .. QCP - 5 AC 15015370-10A CHG 6 1/25194 b. In cases where quality control activities do not comply with either the Contractor's Quality Control pro- gram or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order, the Contractor to stop operations until appropriate corrective actions is taken. on" 1/25194 AC 15015370-10A CHG 6 SECTION 110 r— METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) ow 11041 GENERAL. When the specifications provide for material to be sampled and tested on a statistical basis, the material will be evaluated for acceptance in accordance with this section. All test results for a lot will be ana- lyzed statistically, using procedures to determine the total estimated percent of the lot that is within specification limits. This concept,termed percent' within limits (PWL), is a statistically based evaluation method, whereby the PWL is computed on a lot basis, using the average (X) and standard deviation (S.) of the specified number (n) of sublot tests for the lot and the specification tolerance limits (L for lower and U for upper) for the particular acceptance parameter. From these values, the respective Quality index(s) (QL for Lower Quality Index and/or- Qu for Upper Quality Index) is computed and the PWL for the specified n is determined from Table 1. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing the PWL is as fol- lows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the sampling position within the sublot in accordance with the random sampling requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Average all sublot values within the lot to find X by using the following formula: X = (XI + x2 + X3 + . . .x.) / n Where: X = Average of all sublot values within a lot X1, X2 = Individual sublot values n = Number of sublots e. Find the standard deviation Sp by use of the following formula: Sn = I 012 + d22 + d32 + .dn2) / n4 I M Where: ^, S. = standard deviation of the number of sublot values in the set di, d2 = deviations of the individual sublot values X1, X2 ... from the average value X that is dl = (xi X). d2 = (X2 - X) . . do = (Xn - X) n = number of sublots f. For single sided specification limits (Le., L only), compute the Lower Quality Index QL by use of the �- following formula: QL=(X-L)/Sn ,•. Where: L = specification lower tolerance limit PWL 1 AC 150/5370-10A CHG 6 1 /25/94 Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the col- umn appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double sided specification limits (i.e L and i), compute the Quality Indexes QL and Qu by use of the following formulas: QL = (X — L)' I S. and Qu = , (U - X) S. Where: L and U = specification lower and upper tolerance limits Estimate the'percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) — 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 96.60 A-2 97.55 A-3 99.30 A-4 98.35 n = 4 2. Calculate average density for the lot. X=(xr+x2+x3+..X.)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. S„ _[(96.60-97.95)2+(97.55-97.95)2+(99.30-97.95)2+(98.35-97.95)2 )/4-1]11 Sn=[(1.82+0.16+ 1.82+0.16)/3]1/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X—L)/S„ QL = (97.95 — 96.30) / 1.15 QL = 1.4384 PWL 2 1/25194 AC 150/5370-10A CHG 6 S. Determine PWL by entering Table I with QL = 1.44 and n = 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the 1oL X=(xl+x+x3..n)/n X = (5.00 + '3.74 + 2.30 + 325) / 4 X = 3.57 percent 3. Calculate the standard deviation SA for the lot. S. = [ (3.57 - 5.00)2 + (3.5I - 3.74)2 + (357 - 2.30)2 + (3.57 - 3.25) )2 / 4 -1) ] u2 S„= ( (2.04+0.03+ 1.62+0.10))/3 )V2 SA = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L=2.0) QL = (X - L) Sn QL = (3.57-2.00) / 1.12 QL = 1.3992 S. Determine PL by entering Table 1 with QL=1.40 and n=4. PL = 97 6. Calculate the Upper Quality Index Qu for the 1oL (U = 5.0) Qu=(U-X)/Sa Qu=(5.00-3.57)/1.12 Qu = 1.2702 7. Determine Pu by entering Table I with Qv = 1.27 and n = 4. Pu 93 S. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL = (97, + 93) - 100 = 90 PWL 3 AC 15015370-10A CHG 6 1125194 TABLE 1. TABLE FOR ESUNIATING PERCENT OF LOT WITHIN LINQTS (PWL) Positive values of Q Percent Within Limiu (PWL). Pt.. and P. n=3 n=4 n=5 n=6 n=7 n=8 99 1.1541 1.4700 1.6714 1.9008 1.8888 1.9520 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 96 1.1456 1.3800 I A897 1.5497 1.5871 1.6127 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 94 1.1342 1.3200 13946 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 I A 112 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 91 1.1089 1.2300 .. 1.2683 1.2860 1.2964 1.3032 90 1.0982 1.2000 12290 1.2419 1.2492 1.2541 89 1.0864 1.1700 1.1909 1.1995 1.2043 12075 88 1.0736 1.1400 1.1537 , 1.1587 1.1613 1.1630 87 1.0597 1.1100 1.1173 1.1191 1.1199 1.1204 86 1.0448 1.0800 1.0817 - 1.0808 1.0800 1.0794 85 1.0288 1.0500 -- 1.0467 1.0435 1.0413 1.0399 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 83 0.9939 0.9900 0.9785 0.9715 0.9672 0.9643 82 0.9749 0.9600 0.9452 .0.9367 0.9325 0.9281 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 76 0.8417 0.7800. _. 0.7535 0.7401 0.7322 0.7271 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 73 0.7636 0.6900-. 0.6617 0.6477 -0.6396 ._ 0.6344 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 71 0.7077 0.6300 0.6016 0.5878 " 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 OA877 67 0.5878 0.5100 OA836 0.4710 0.4638 OA592 66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 OA139 0.4073 0.4031 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 .0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 56 0.2164 0.1800 0.1688 0.1636 0.1613 0.1592 55 0.1806 0.1500 0.1408 , 0.1363 0.1338 0.1322 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0291 0.0272 0.0267 0.0264 50 0.0 0.0 0.0 0.0 0.0 0.0 PWL 4 pm .m pm 1/25/94 AC 150/5370-10A CHG 6 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PWL). PL, and P. Negative Values of Q (QL and QU) n=3 rt=4 rt=5 rt--6 n=7 n=8 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 .-0.0264 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0792 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 45 -0.1806 -0.1500 -0.1408 -0.1363 -0.1338 -0.1322 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1592 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 , 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 40 -0.3568 -0.3000 -02822 -0.2738 -02691 -0.2660 39 -03911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 38 -OA251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 37 -OA586 -0.3906 -0.3679 -0.3575 -0.3515 -0.3477 36 -OA916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 35 -0.5242 -0.4500 -0.4255 -OA139 -OA073 -0.4031 34 -0.5563 -0.4800 -0.4545 -0."24 -OA354 -OA310 33 -0.5878 -0.5100 -OA836 -0.4710 -OA638 -OA592 32 -0.6187 -0.5400 -0.5129 -0.4999 -OA924 -OA877 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 30 -0.6787 -0.6000 -0.5719 -0.5583 -0.5504 -0.5454 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 21 -0.9124 -0.8700 -0.9478 -0.8360 -0.8291 -0.8245 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 -0.9281 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 -0.9643 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 -1.1204 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 10 -1.0982 -1.2000 -1.2290 -1.2419 -12492 -1.2541 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4716 5 -1.1405 -1.3500 -1.4407 -IA887 -1.5181 -1.5381 4 -1.1456 -1.3800 -IA897 -1.5497 -1.5871 -1.6127 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 1 -1.1541 -1A700 -1.6714 -1.8008 -1.8888 -1.9520 PWL - 5 CURRENT WAGE DETERMINATIONS 04-19-1995 15:56 817 2225989 TEXAS ADO PM P.02 General Decision Number TX950028 pw superseded General Decision No. TX940028 State: TEXAS pw Construction Type: HEAVY HIGHWAY Pw County(iss): ECTOR POTTER TOM GREEN LUBBOCK RANDALL r MIDLAND TAYLOR HEAVY (excluding tunnels & dams)' and HIGHWAY PROJECTS (does not include building structures in rest area projeclts). Modification Number Publication Date 0 02/10/1995 r• R F r ww OR AffG 04-19-1995 1S:56 817 2225989 TEXAS ADO I I P.03 COUNTY(iss): ECTOR POTTER TOM GREEN LUBBOCK RANDALL MIDLAND TAYLOR SUTX2037A 11/13/1991 Rates" ASPHALT HEATER OPERATOR $7.467 ASPHALT RAKER 7.267 ASPHALT SHOVELER 6.400 BATCHING PLANT WEIGHER 9.799 CARPENTER 8.153 CONCRETE FINISHER -PAVING 7.496 CONCRETE FINISHER STRUCTURES 6.146 ELECTRICIAN 10.000 FLAGGER 5.500 FORM BUILDER -STRUCTURES 8.021 FORM SETTER - PAVING & CURB 6.300 FORM SETTER -STRUCTURES 7.839' LABORER -COMMON 6.018 LABORER UTILITY 7.102 MECHANIC 10.282 OILER 8.233 SERVICER 7.823 PIPE LAYER 7.000 ASPHALT DISTRIBUTOR OPERATOR 7.972 ASPHALT PAVING MACHINE 8.167 BROOM OR SWEEPER OPERATOR 6.411 BULLDOZER 7.963 CONCRETE PAVING CURING MACHINE 9.100 CONCRETE PAVING FINISHING MACHINE 6.075 CONCRETE PAVING JOINT SEALER 7.750 CONCRETE PAVING SAW - 10.063 CONCRETE, -PAVING SPREADER 9.100 REINFORCING STEEL MACHINE 6.500 SLIPFORM MACHINE OPERATOR 9.000 CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINEo SHOVEL LESS THAN 1 1/2 C.Y. 8.574 CRANE, CLAMSHELL, BACKHOE""• • •' DERRICK, DRAGLINE, SHOVEL 1 1/2 C.Y. & OVER 10.043 CRUSHER OR SCREENING PLANT OPERATOR, 7.500 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 9.000 FOUNDATION DRILL OPERATOR TRUCK MOUNTED•' 10.750 FRONT END LOADER - 2 1/2 C.Y. & LESS 7.458 FRONT END LOADER - OVER 2 1/2 C.Y. 7.669 Fringes TX950028 - 2 ' 02/10/199S 04-19-1995 15:57 617 2225989 TEXAS ADO P.04 Pam r! HOIST - DOUBLE DRUM 6.100 MOTOR GRADER OPERATOR FINE GRADE 10.343 MOTOR GRADER 9.635 PAVEMENT MARKING MACHINE 9.150 PLANER OPERATOR 10.458 ROLLER, STEEL WHEEL PLANT MIX PAVEMENTS 6.828 ROLLER, STEEL WHEEL OTHER, FLATWHEEL OR TAMPING 6.474 ROLLER, PNEUMATIC SELF-PROPELLED 6.455 SCRAPER-17 C.Y. & LESS 7.546 SCRAPER -OVER 17 C.Y. 7.655 SIDE BOOM 6.350 TRACTOR -CRAWLER TYPE 150 HP AND LESS 7.290 TRACTOR -CRAWLER TYPE OVER 150 HP 10.750 TRACTOR = PNEUMATIC 7.422 REINFORCING STEEL SETTER PAVING 7.926 REINFORCING STEEL SETTER STRUCTURES 9.086 STEEL WORKER - STRUCTURAL 9.000 SPREADER BOX OPERATOR 7.332 BARRICADE SERVICER WORK ZONE 6.500 TRUCK DRIVER -SINGLE AXLE LIGHT 6.592 TRUCK DRIVER -SINGLE AXLE HEAVY 6.791 TRUCK DRIVER -TANDEM AXLE SEMI TRAILER 7.130 TRUCK DRIVER-LOWBOY/FLOAT 8.868 TRUCK DRIVER -TRANSIT MIX 6.691 WELDER 11.827 -------•------------- ------------------- ------------------------ Requests for additional classifications and wage rates may be submitted to the contracting officer after award, and may be approved only if: (1) the work to be performed by the classi- fication requested is not performed by a classification in the wage determination= (2) the classification is utilized in the area by the construction industry; and (3) the proposed wage rate, inbludihq hhy bone fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determina- tion (for the given area and type of construction). (See 29 CFR 5.5(a) (v)). r--------------•-•--------------'--------------- •••-------------- In the listing above, the 11SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe -benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. • END OF -GENERAL DECISION PRW^W^^^w - 9 0%9/n 0%/9aaG PM SPECIFICATIONS 0- r• Technical Specifications for CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT RUWAY 8-26 SHOULDERS IMPROVEMENTS A.I.P. PROJECT NO. 3-48-0138-15-95 CITY OF LUBBOCK BID NO. 13268 CITY OF LUBBOCK PROJECT NO. 9980.8304 APRIL 1995 0/-Z1-ys Parkhill, Smith & Cooper, Inc. Engineers • Architects • Planners /*A �''•"��STS4�' ��"�r �S�OHiAL 6� TABLE OF CONTENTS TECHNICAL SPECIFICATIONS ITEM P-150 REMOVAL OF EXISTING PAVEMENT Parag�r ph Ew Modifications 150-a 1. Description 150-1 2. Construction Methods 150-1 3. Method of Measurement 150-1 4. Basis of Payment 150-1 ITEM P-152 EXCAVATION AND EMBANKMENT Modifications 152-a 1. Description 152-1 2. Construction Methods 152-1 3. Method of Measurement 152-7 4. Basis of Payment 152-8 S. Testing Requirements 152-9 rMM P-155 LIME -TREATED SUBGRADE Modifications 155-a 1. Description 155-1 2. Materials 155-1 3. Composition 155-1 4. Weather Limitations 155 2 5. Equipment 155-2 6. Construction Methods 155-2 7. Method of Measurement 155-4 S. Basis of Payment 155-4 9. Testing Requirements 155-4 10. Material Requirements 155-4 2700-95 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION. SOIL EROSION. AND SILTATION CONTROL ara a h Lagg Modifications 156-a 1. Description 156-1 2. Materials 156-1 3. Construction Requirements 156-1 4. Method of Measurement 156-3 5. Basis of Payment 156-3 ITEM ER Modifications 1. Description ER-1 2. Materials ER-1 3. Construction Methods ER-2 4. Method of Measurement and Basis of Payment ER-4 Modifications 304-a 1. Description 304-1 2. Materials 304-1 3. Cement Content 304-3 4. Construction Methods 304-3 5. Method of Measurement 304-6 6. Basis of Payment 304-6 7. Testing Requirements 304-6 8. Material Requirements 304-7 ITEM 220-SW Modifications 1. Description 220-1 2. Equipment 220-1 3. Construction Methods 220-1 4. Method of Measurement 220-3 5. Basis of Payment 220-3 6. Testing Requirements 220-3 2700-95 TxDOT TTEM 345 ASPHALT STABILIZED BASE (PLANT MM Paragjaph EM Modifications 345-a F VJ - ' I 719 9STIR llr Modifications 401-a 1. Description 401-1 2. Materials 401-1 3. Composition 401-3 4. Construction Methods 401-8 5. Material Acceptance 401-12 6. Contractor Quality Control 401-16 7. Method of Measurement 401-19 8. Basis of Payment 401-19 9. Testing Requirements 401-19 10. Material Requirements 401-20 ITEM P-501 EMENT CONCRETE PAVEME Modifications 501-a 1. Description 501-1 2. Materials 501-1 3. Mix Design 501-5 4. Construction Methods 501-6 5. Method of Measurement 501-21 6. Basis of Payment 501-21 7. Testing Requirements 501-22 S. Material Requirements 501-22 I-MIZ1.. -. BITUMINOUS PRIME COAT Modifications 602-a 1. Description 602-1 2. Materials 602-1 3. Construction Methods 602-1 4. Method of Measurement 602-2 5. Basis of Payment 602-2 6. Material Requirements 602-2 7. Testing Requirements 602-3 2700-95 WIRLUU31H • M ara rah egg Modifications 603-a 1. Description 603-1 2. Materials 603-1 3. Construction Methods 603-1 4. Method of Measurement 603-2 5. Basis of Payment 603-2 6. Material Requirements 603-2 ITEM P-605 JOINT SEALING FILLER Modifications 605-a 1. Description 605-1 2. Materials 605-1 3. Construction Methods 605-2 4. Method of Measurement 605-3 5. Basis of Payment 605-4 6. Testing Requirements 605-4 7. Material Requirements 605-4 ITEM P-620 RUNWAY AND TAXIWAY PAINTING Modifications 620-a 1. Description 620-1 2. Materials 620-1 3. Construction Methods 620-1 4. Method of Measurement 620-2 5. 'Basis of Payment 620-2 6. Material Requirements 620-3 ITEM T-901 EEDIN Modifications 901-a 1. Description 901-1 2. Materials 901-1 3. Construction Methods 901-2 4. Method of Measurement 901-4 5. Basis of Payment 901-4 6. Material Requirements 901-5 2700-95 ParaL-ralDh Ew Modifications 905-a 1. Description 905-1 2. Materials 905-1 3. Construction. Methods 905-1 4. Method of Measurement 905-2 5. Basis of Payment 905-2 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Modifications 108-a 1. Description 108-1 2. Equipment and Materials 108-1 3. Construction Methods 108-2 4. Method of Measurement 108-5 5. Basis of Payment 108-6 6. Material Requirements 108-6 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL D Modifications 110-a 1. Description 110-1 2. Equipment and Materials 110-1 3. Construction Methods 110-1 4. Method of Measurement 110-4 5. Basis of Payment 110-4 6. Material Requirements 110-4 nmm L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEM Modifications 125-a 1. Description 125-1 2. Equipment and Materials 125-2 3. Construction Methods 125-3 4. Method of Measurement 125-3 5. Basis of Payment 125-4 2700-95 Item P-150, Removal of Existing Pavement, of the project specifications, shall be modified as follows: 1. Paragraph 150-1.2 CLASSIFICATION - Delete the first sentence of this paragraph and insert the following: "Pavement to be removed and disposed of shall consist of existing Portland Cement concrete surfacing and cement treated base course miterials." 2. Paragraph 150-2 Construction Methods - Delete the last sentence in the first subparagraph. 3. Paragraph 150-2 CONSTRUCTION METHODS - Delete the second ,sentence in the second subparagraph. 4. Paragraph 150-2 CONSTRUCTION METHODS - Delete the fourth subparagraph, and insert the following: All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be disposed of in appropriate disposal areas off the Airfield property. Removal operations shall be accomplished in such a manner to minims disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. Any underlying courses disturbed during removal operations shall be reworked, recompacted and regraded to the satisfaction of the Engineer. Any damage to adjacent pavement structures or improvements to remain in place ` shall ' be repaired to the satisfaction of the Engineer." 5. Paragraph 150-4 BASIS OF PAYMENT Add the following new sub-.P aragraph: "Payment will be made under: Item P-150, Remove and Dispose of Existing 7-inch Portland Cement Concrete Surface Course and 6-inch Cement Treated Base Course Materials, per square yard." 2700-95 150 e „ is ,. ITEM P-150 REMOVAL OF EXISTING PAVEMENT 150-1. DESCRIPTION 150-1.1 General This item shall consist of the excavating, removal and disposal of certain portions of the existing airfield paving in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established by the Engineer. 150-1.2 Classification Pavement to be removed consists of asphaltic concrete or portland cement concrete pavement. No consideration shall be given to differences in thickness of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. 150-2 CONSTRUCTION METHODS All lines' separating pavement to be removed from pavement to remain in place shall be cut neatly and in a straight line. The lines shall be cut by means of sawing, or with a wheel type cutting edge attached to a motor grader, or other method approved by the Engineer which will produce a satisfactory pavement edge. In no case shall the line be cut with a motor grader blade. The asphaltic surfacing to be removed shall be scarified and broken up by means of grid roller, scarifiers or other suitable equipment. No method of breaking or removing the existing surface shall be used which, in the opinion of the Engineer, removes an excess amount of existing base material. The portland cement concrete paving to be removed shall be broken up so that no piece of the paving is more than 30-inches in its greatest dimension, using methods which do not damage adjacent pavement or underlying subbase. All existing asphaltic and concrete pavement removed under this contract shall remain the property of the Owner and shall be stockpiled at locations designated by the Airport Manager. 150-3. METHOD OF MEASUREMENT The quantity of airfield pavement to be removed shall be paid for under this item and shall -be the number of square yards of each type, measured by surface area in its original position, completed and accepted. 150-4. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for the removal of existing airfield pavement of each type. These prices shall be 150 - 1 full compensation for all cutting or sawing; for all scarifying; for all breaking and removing of existing pavement; for all hauling to the disposal area; and for all labor, equipment, tools and incidentals necessary to complete this item. END OF SECTION 150 - 2 Modifications to ITEM P-152 EXCAVATION AND EMBANKMErM Item P-152, Excavation and Embankment, of the project specifications shall be modified as follows: 1. Paragraph 152-1.1 Add the following new paragraph: "This item also covers the removal of any incidental miscellaneous concrete and bituminous surfacing that may be encountered.", 2. Paragraph 152-1.2, CLASSIFICATION - All material excavated as a part of this project shall be classified as Unclassified Excavation. Delete paragraphs (b) Rock Excavation, (c) Muck Excavation, (d) 'Drainage Excavation and (e) Borrow Excavation. 3. Paragraph 152-2.1, GENERAL - Delete the second paragraph and all further references to unsuitable materials being disposed of in waste areas shown on the plans.,All unsuitable material shall become the property of the Contractor and shall Im disposed of in an area outside the Airport property at the Contractor's expense. 4. Paragraph 152-2.1, GENERAL - Add the following paragraph following the second paragraph. A waste area for the Contractor's disposal of select materials shall be located on the east side of the Airfield or as directed by the Owner. The Owner will be sole judge of the acceptability of select materials. The Owner will also be the sole judge as to vrhether waste material is select or unsuitable material which the Contractor shall dispose of off -Airport. Select' materials disposed of on the Airport property shall be deposited in windrows or spread evenly over the waste site, at the direction of the Owner.No compaction effort shall be required for materials wasted on the Airfield. Concrete, asphalt, or other undesirable construction debris removed by the Contractor under this contract shall be removed from the Airport property and disposed of at the Contractor's expense. No borrow shall be obtained on the Airport property, but shall be provided if needed from locations off the Airfield, and at the Contractor's expense. 5. Paragraphs 152 2.2(a), (b), (c) and (d) - Delete these paragraphs. 6. Paragraph 152-2.2(e), COMPACTION REQUIREMENTS - The first sentence shall' be revised to read: "The subgrade under areas to be paved shall be compacted to the depths and densities shown on the plans." 7. Paragraph 152-2.2(e), COMPACTION REQUIREMENTS - Delete the second paragraph and insert the following: 2700-95 152 a P" r "The compaction requirements of ASTM D1557 shall be applicable for all construction accomplished for this project." 8. Paragraph 152-2.2-(e), COMPACTION REQUIREMENTS - Delete all references to blasting. Blasting will = be permitted in the construction of this project. 9. Paragraph 152-2.6, FORMATION OF EMBANKMENTS - The sixth sentence in the forth paragraph shall be revised to read: "Samples of all embankment materials for testing, before or after placement and compaction, will be taken at the Engineer's discretion." 10. Paragraph 152-2.6, FORMATION OF EMBANKMENTS - Delets the fifth paragraph and insert the following: "Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D1557." 11. Paragraph 152-2.10, TOPSOIL - Delete the fourth sentence in the first subparagraph. Delete the third and fourth subparagraphs in this paragraph. 12. Insert the following new paragraph: "152-2.11 SOIL STERILANT. After the subgrade has been completed, a broad spectrum soil sterilant shall be added to the subgrade in a manner approved by the Engineer. The trade name, manufacturer's name and specifications of the soil sterilant proposed for use shall be submitted to the Engineer for approval not less than 10 working days prior to the proposed use of the sterilant. In addition, a copy of the Manufacturer's recommendations regarding method of application and rate of application shall be submitted at the same time. If approved by the Engineer, the soil sterilant may be applied with the prime coat, provided, however, that the only soil sterilant that will be permitted to be applied by this method will be Pramitol. The soil sterilant and its application is considered to be incidental to the work in this item. Cost of the soil sterilant and its application shall be considered subsidiary to the price bid for the work under this item and no separate payment will be made. 13. Paragraph 152-3., METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "152-3.1 The quantity of Excavation, Grading and Topsoiling in Unpaved Areas to be paid for under this item shall be the number of square yards constructed and accepted, and shall be equal to the number of square yards of unpaved areas within the limits of grading as shown on the plans or as designated by the Engineer. This item shall include, but not be limited to, excavation from borrow 2700-95 152 - b 7 areas, hauling to the construction site, placing and formation of embankments, and topsoiling, complete, as specified. 152-3.2 The quantity of Excavation, Grading and Subgrade Preparation for New Pavement to be paid for under this item shall be the number of square yards constructed and accepted, and shall be as detailed on the drawings. This item P- shall include, but not be limited to, excavation from borrow areas, hauling to the construction site, placing and formation of embankments, and all subgrade densification, complete, as specified. 14. Paragraph 1524., BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price per square yard for the various items of excavation, grading, topsoiling and subgrade preparation. These unit prices shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the various items. ,. No additional compensation will be allowed nor deductions made, due to variations in the volume or area of excavation, grading, topsoiling and subgrade preparation caused by field changes in the grades or limits shown on the plans. No additional compensation will be made or allowed for disposing of waste materials, or for excavation, grading, topsoiling or subgrade preparation accomplished outside the limits shown on the plans or as designated by the Engineer, without the express consent of the Engineer. All forms of excavation and formation of embankments notexpressly covered under this shall be covered under other contract items or shall be considered subsidiary obligations of the Contractor. Payment will be made under: Item P-152, Excavation, Grading and Topsoiling in Unpaved Areas, per square yard; and Item P-152, Excavation, Grading and Subgrade Preparation for New Pavement, per square yard." 2700-95 152 - c r+ 2/17/89 AC 150/5370-t0A ITEM P-152 EXCAVATION AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct runway safety areas, runways, taxiways, aprons, and intermediate as well as other areas for drainage, building construction, parking, or other purposes in accordance with these speci- fications and in conformity to the dimensions and typical section shown on the plans. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. b. Rock Excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in un- stratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting or using rippers. All boulders containing a volume of more than 1 /2 cubic yard (0.4 cubic meter) will be classified as "rock excavation." c. Muck Excavation. Muck excavation shall consist of the removal and disposal of deposits of mix- tures of soils and organic matter not suitable for foundation material. Muck shall include materials which will decay or produce subsidence in the embankment. It may be made up of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. d. Drainage Excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet; temporary levee con- struction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the con- struction of embankment or for other portions of the work in excess of the quantity of usable material avail- able from required excavations. Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport. 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when ap- proved by the Engineer as suitable to support vegetation, may be used on the embankment slope. CONSTRUCTION METHODS 152-2.1 General. Before -beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall exca- AC 150/5370-10A 2/17/89 vate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches (100 mm), in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or simi- lar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation ' shall be started until the work has been staked out by the Con- tractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable exca- vated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indi- cated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. a. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement sub - grade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment for rehandling as specified in paragraph 3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for runway safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, peak, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be re- moved to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for J. The excavated area shall be refilled with suitable material, obtained from the grading operations or borrow areas and thoroughly compacted by rolling. The necessary refilling will constitute a part of the em- bankment. Where rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, payment will not be made for the removal and disposal of overbreak which the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, e.g., the utility unless other- 152 - 2 PM AC 150/5370-10A 2/17/89 wise shown on the plans. All existing foundations shall be excavated for at least 2 feet (6 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus exca- vated shall be backfilled with suitable material and compacted as specified herein. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of [ J and to a density of not less than [ ] percent of the maximum density as determined by ASTM [ I Payment for suitable materials removed, manipulated, and replaced in order to obtain the required depth of density will be paid for as unclassified excavation. I The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in top 6 inches (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be bared loose or otherwise removed to line of finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting will be permitted only when proper precautions are . taken for the safety of all persons, the work, and the property. All damage done to the work or property shall be repaired at the Contractor's expense. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all state and local regulations and ,explosive manufacturers' instructions, with applicable ap- proved permits reviewed by the Engineer. Any approval given, however, vrill not relieve the Contractor of his/her responsibility in blasting operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. in each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approv- al. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock, and depth of overburden if any. The maximum explosive charge weights per delay included in the plan shall not be increased without the ap- proval of the engineering. The Contractor shall keep a record of each blast fired —its date, time and location; the amount of explosives r. used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identi- fied by instrument number and location. r.. 152 - 3 AC 150/5370-10A 2/17/89 These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. 152-2.3 BORROW EXCAVATION. Borrow area(s) within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's respon- sibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with, all slopes dressed uniformly. 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, for temporary levee construction; or for any other type as de- signed or as shown on the plans. The work shall be performed in the proper sequence with the other con- struction. All satisfactory material shall be placed in fills; unsuitable material shall be placed in waste areas or as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 m) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scari- fying to a minimum depth of 6 inches (150 mm). This area shall then be compacted as indicated in para- graph 2.6. When the height of fill is greater than 4 feet (120 m), sod not required to be,removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of em- bankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed as shown on the plans. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depthfor the full width of the cross section, unless otherwise approved to the Engineer. The grading operations. shall be -conducted, --and the various soil .strata shall. be placed, to produce a soil structure a shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained be- cause of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within ±2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to 152 - 4 2/17/89 - AC 150/5370-10A rpermit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all em- bankment materials for testing, both before and after placement and compaction, will be taken for each [ ). Based on these tests, the Contractor shall make the necessary corrections and adjustments in meth- T ods, materials or moisture content in order to achieve the correct embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM [ ). Under all areas to be paved, the embankments shall be compacted to a depth of [ ) and to a density of not less than [ ] percent of the maximum density as determined by ASTM [ ]. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, ce- mented gravel, clay, or other chunky soil material will be broken up into small particles and become incor- porated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as place- ment progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same, time, the rock shall be ` incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimen- sions will not be allowed in the top 6 inches (150 mm) of the subgrade. R.ockfill shaft be brought up in 152 - 5 AC 1S0/5370-10A 2/17/89 layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or em- bankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Density requirements will not apply to portions of embankments con- structed of materials which cannot be tested in*accordance with specified methods. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for con. struction of embankments will be included in the contract price for excavation, borrow, or other items. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially — completed the full width shall be conditioned by removing any soft or other unstable material which will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to pro- vide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all pre. cautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished sub - grade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 HAUL. All hauling will be considered a necessary and incidental pan of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work in- volved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot (4.8 m) straightedge applied par- allel and at right angles to the centerline, it shall not show any deviation in excess of 1/2-inch (12 mm), or shall not be more than 0.05-foot (.015 m) from true grade as established by grade hubs or pins. Any devi- ation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On runway safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot (0.03 m) from true grade as established by -grade hubs. Any devi- ation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within [ ] feet of runway pavement or [ ] feet of taxiway pavement and shall not be placed 152 - 6 r� AC 150/5370-10A 2/17/89 on areas which subsequently will require any excavation or embankment. If, in the judgment of the Engi- neer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading' operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil as such under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassi- fied Excavation." When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Topsoiling," as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic meters) meas- ured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 Borrow material shall be paid for on the basis of the number of cubic yards (cubic meters) meas- ured in its original position at the borrow pit. 152-3.3 Stockpiled material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in the stockpiled position as soon as the material has been stockpiled. 152-3.4 For payment specified by the cubic yard (cubic meter), measurement for all [excavation] [embank- ment] shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by [excavation][embankment] cross sections shown on the plans, subject to verification by the Engineer. After completion of all [excavation][embankment] operations and prior to the placing of base or subbase material, the final [excavation](embankment] shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet (150 meters). Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavations are changed by more than plus or minus 1.0 foot (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 foot (0.15 meter). 152 - 7 AC 150/5370-10A 2/17/89 BASIS OF PAYMENT 152-4.1 For "Unclassified excavation" payment shall be made at the contract unit price per cubic yard _ (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 For "Rock Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dcntals necessary to complete the item. 152-4.3 For "Muck Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.4 For "Drainage Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.5 For "Borrow Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. _ 152-4.6 For "Stockpiled Material" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. — 152-4.7 For "Embankment in Place" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-152-4.1 Unclassified Excavation --per cubic yard (cubic meter) '- Item P-152-4.2 Rock Excavation --per cubic yard (cubic meter) Item P-152-4.3 Muck Excavation --per cubic yard (cubic meter) Item P-152-4.4 Drainage Excavation --per cubic yard (cubic meter) -- Item P-152-4.5 Borrow Excavation --per cubic yard (cubic meter) Item P-152-4.6 Stockpiled material --per cubic yard (cubic meter) Item P-152-4.7 Embankment in Place --per cubic yard (cubic meter) _ 152 8 2117189 AC 150/5370-10A TESTING REQUIREMENTS ASTM D 698 Tests for Moisture -Density Relations of Soils and Soil-Ac- gregate Mixtures, Using 5.5-pound (2.5 kg) Rammer and 12- inch (300 mm) Drop ASTM D 1556 Test for Density of Soil In -Place by the Sand Cone Method ASTM D 1557 Tests for Moisture -Density Relations of Soils and Soil -Ag- gregate Mixtures, Using 10-pound (4.5 kg) Rammer and 18- �' inch (45 cm) Drop ASTM D 2167 Test for Density of Soil In -Place by the Rubber Balloon Method. r �i r� f t F C 4 L f4 C J t E.: 1 ' i . 152-9 x� Modifications to M P-155 LIME-TREATEDSUBGRADE r r f r Item P-155, Lime Treated Subgrade, excluding lime, per square yard; and Item P-155, Lime Used in Lime Treated Subgrade, per ton." 9. TESTING REQUIREMENTS: Add the following. ASTM D 1557 Moisture -Density Relations of Soil and Soil -Aggregate Mixtures Using 10 lb (4.54-kg) Rammer and 18 inch (4.57 mm) Drop. 2700-95 155 - b r 11/2l90 AC 150/5370-10A CHG 2 ITEM P-155 LIME -TREATED SUBGRADE DESCRIPTION 155-1.1 This item shall consist of constructing one or more courses of a mixture of soil, lime, and water in ac- cordance with this specification, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans. MATERIALS * 155-2.1 HYDRATED LIME. Hydrated lime shall conform to the requirements of ASTM C 977. 155-2.2 COMMERCIAL LIME SLURRY. Commercial lime slurryshall be a pumpable suspension of solids in water. The water or liquid portion of the slurry shall not contain dissolved material in sufficient quantity naturally injurious or objectionable for the purpose intended. The solids portion of the mixture, when considered on the basis of "solids content," shall consist principally of hydrated lime of a quality and fineness sufficient to meet the fol- lowing requirements as to chemical composition and residue. a. Chemical Composition. The "solids content" of the lime slurry shall consist of a minimum of 70%, by weight, of calcium and magnesium oxides. b. Residue. The percent by weight of residue retained in the "solids content" of lime slurry shall -,conform to the following requirements: Residue retained on a No. 6 (3360 micron) sieve Max. 0.0% Residue retained on a No. 10 (2000 micron) sieve Max. 1.0% Residue retained on a No. 30 (590 micron) sieve Max. 2.5% c. Grade. Commercial lime slurry shall conform to one of the following two glades: Grade 1. The "dry solids content" shall be at least 31% by weight, of the slung. Grade 2. The "dry solids content" shall be at least 36%, by weight, of the slurry. 155-2.3 WATER. Water used for mixing or curing shall be reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product Water shall be tested in accordance with and shall meet the suggested requirements of AASHO T 26. Water known to be of potable quality may be used without test. 155-2.4 SOIL. The soil for this work shall consist of materials on the site or selected materials from other sources and shall be uniform in quality and gradation, and shall be approved by the Engineer. The soil shall be free of roots, sod, weeds, and stones larger than 2-1/2 inches (60 mm). COMPOSITION 155-3.1 LIME. Lime shall be applied at the rate specified on the plans for the depth of subgrade treatment shown. 155-3.2 TOLERANCES. At final compaction, the Hine and water content for each course of subgrade treatment shall conform to the following tolerances: Material Tolerance Lime................................. + 0.5% Water ................................ + 2%, —0% 155—I 7, AC 150/5370-10A 2/17/89 WEATHER LIMITATIONS m_u WEATHER LIMITATION. The lime -treated subgrade. shall not be mixed while the atmospheric temperature is below 40' F (4' C) or when conditions indicate that temperatures may fall below 40' F (4' C) — within 24 hours, when it is foggy or rainy, or when soil or subgrade is frozen. EQUIPMENT 1554.1 EQUIPMEM. _ The equipment required shall include all equipment necessary to complete this item such as: grading and scarifying equipment, a spreader for the lime or lime slurry, mixing or pulverizing equipment, sheepsfoot and pneumatic or vibrating rollers, sprinkling equipment, and trucks. CONSTRUCTION METHODS 155-6.1 GF.NERAI_ It is the primary requirement of this specification W secure a completed subgrade containing a uniform lime mixture, free from loose or segregated arras, of uniform density and moisture content, well bound for its full depth, and with a smooth surface suitable for placing subsequent courses. It small be the responsibility of the Contractor to regulate the sequence of his/her work, to use the proper amount of lime, maintain the work, and rework the courses as necessary to meet the above requirements. Prior to beginning any lime treatment the subgrade shall be constructed and brought to grade as spegfied in Item P-152 "Excavation and Embankment" and shall be shaped to conform to the typical sectiom;' lines, and grades as shown on the plans. The material to be treated shall than be excavated to the secondary grade (proposed bottom of lime treatment) and retnovod or windrowed to expose the secondary grade. Any wet or unstable materials below the secondary grade shall be corrected, as directed by the Engineer, by scarify- ing, adding lime, and compacting until it is of uniform stability. The excavated material shall then be spread _ to the desired cross section. If the Contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the secondary grade and pulverize the material at the same time, he will not be required to -- expose the secondary grade nor windrow the material However, the Contractor shall be required to roll the subgrade, as directed by the Engineer, and correct any soft areas that this rolling may reveal before using the pulverizing machine. This method will be permitted only where a machine is provided which will ensure that the material is tut uniformly to the proper depth and which has cutters that will plane the sec- ondary grade to a smooth surface over the entire width of the cut The machine must give visible indication at all times that it is cutting to the proper depth. ISS 6.2 APPLICATION. Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. The application and mixing of lime with the soil shall be accom- plished by the methods hereinafter described as "Dry Placing" or `Slurry Placing." Whey hydrated lime is specified, the Contractor may use either method. a. Dry Placing. The lime shall be spread uniformly over the top of the subgrade by an approved screw -type spreader box or other approved spreading equipment. The amount of lime spread shall be the amount required for mixing to the specified depth -which will result in the percentage determined in the job mix formula. The lime shall be distributed in such manner that scattering by wind will be minimal. Lime shall not be applied when wind conditions, in the opinion of the Engineer, are detrimental to a proper application. A motor grader shall not be used to spread the lime. The material shall be sprinkled, as directed by the Engi- neer, until the proper moisture content has been reached. b. Slurry Placing. The lime shall be nixed with water in trucks with approved distributors and ap- plied as a thin water suspension or slurry. Commercial lime slurry shall be applied with a lime percentage not less than that applicable for the grade used. The distribution of lime shall be attained by successive passes over a measured section of subgradc until the proper amount of lime has been spread. The amount of 155 - 2 r i 2/17/89 AC 150/5370-10A lime spread shall be the amount required for mixing to the specified depth which will result in the percent- age determined in the job mix formula. The-isfributOr truck shall continually agitate the slurry to keep the mixture uniform. 1554.3 MI)CING. The mixing procedure shall be the same for "Dry Placing" or "Slurry Placing" as hereinafter described: a. First mixing. The full depth of the treated subgrade shall be mixed with an approved mixing ma- chine. Lime shall not be left exposed for more than 6 hours: The mixing machine shall make two coverages. Water shall be added to the subgrade during mixing to provide a moisture content above the optimum mois- ture of the material and to ensure chemical action of the lime and subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation of moisture. The water content of the subgradc mixture shall be maintained at a moisture content above the optimum moisture content for a mini- mum of 48 hours or until the material becomes friable. During the curing period„ the material shall be sprin- kled as directed. During the interval of time between application and mixing, lime that has been exposed to the open air for 6 hours or more, or to excessive loss due to washing or blowing will not be accepted for payment b. Final Mixing. After the required curing time, the material shall be uniformly mixed by approved methods. If the mixture contains clods, they shall be reduced in size by glading, discing, harrowing, scarify- ing, or the use of other approved pulverization methods so that the remainder of the clods shall meet the following requirements when tested dry by laboratory sieves: Percent Niinimurm of clods passing 1 % inch sieve ......... ........ _.......... .100 _ Minimum of clods passing No. 4 sieve ...... ................. _.._..... 60 155-6.4 COMPACTION. Compaction of the mixture shall begin immediately after final mixing. The ma- terial shall be aerated or sprinkled as necessary to provide optimum moisture. T he field density of the com- pacted mixture shall be at least 93 percent of the =aritaum density of laboratory specimens prepared from samples taken from the material in place. The specimens shall be compacted and tested in accordance with ASTM D 698. The in-placc, field density shall be determined in accordance with ASTM D 1556 or.ASTM D 2167.. Any mixture that has not been compacted shall not be left undisturbed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more thaw 2 percent- age points above the optimum moisture content. The optimum moisture content shall be determined in ac- cordance with ASTM D 698 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. The material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions, or weak spots which develop shall be corrected immediately by eying the areas affected, adding or remov- ing material as required, and reshaping and reoompacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests will be made by the Engineer. If the material fail to moot the density regture- menu, it shall be reworked to.saeet these requirements. Throughout_ this entire operation. the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and shall conform with the typical section shown on the plans and to the established lines and grades. Should the material, due to any reason or cause, lose the required stability, density, and finish before the next course is placed or the work is accepted, it shall be recompacted and refinished at the sole expense of the Contractor. 155-6.5 FINISHING AND CURING. After the final layer or course of lime -treated subgrade has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The completed section shall then be finished by rolling, as directed, with a pneumatic or other suitable roller sufficiently + light to -prevent hair cracking. The finished surface shall not vary more than 3/8 inch (9 mm) 155-3. AC 150/5370-10A CHG 2 1112190 * when tested with a 16-foot (4.8 meter) straightedge applied parallel with and at right angles to the pavement center- line. Anv variations in excess of this tolerance shall be corrected by the Contractor, at his/her own expense, in a manner satisfactory to the Engineer. The completed section shall be moist -cured for a minimum of 7 days before further courses are added or any traffic is permitted, unless otherwise directed by the Engineer. Subsequent courses shall be applied within 14 days after the lime -treated subgrade is cured. 155-6.6 THICKNESS. The thickness of the lime -treated subgrade shall be determined by depth tests or cores taken at intervals so that each test shall represent no more than 300 square yards (250 square meters). When the base.deficiency is more than 1/2 inch (12 mm), the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Contractor shall replace, at his/her expense, the base material where borings are taken for test purposes. 155-6.7 MAINTENANCE. The Contractor shall maintain, at his/her own expense, the entire lime -treated sub - grade in good condition from the start of work until all the work has been completed, cured, and Accepted by the Engineer. METHOD OF MEASUREMENT 155-7.1 The yardage of lime -treated subgrade to be paid for shall be the number of square yards (square meters) completed and accepted. 155-7.2 The amount of lime to be paid for shall be the number of pounds (kg) of hydrated lime (or the calculated dry -lime content of the lime slurry) used as authorized. BASIS OF PAYMENT 155-8.1 Payment shall be made at the contract unit price per square yard (square meter) for the lime -treated subgrade of the thickness specified. the price shall be full compensation for furnishing all material, except the lime, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment, tools and inciden- tals necessary to complete this item. 155-8.2 Payment shall be made at the contract unit price per pound (kg) of lime. This price shall be full compen- sation for furnishing this material; for all delivery, placing and incorporation of this material; and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-155-8.1 Lime -treated subgrade—per square yard (square meter) Item P-1554.2 Lime —per pound (kg) TESTING REQUIREMENTS ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12-in. (305 mm). Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 2167 Density of Soil in Place by the Rubber-Ballon Method AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM C 977 Quicklime and Hydrated Lime for Soil Stabilization 155 - 4 Modifications to ITEM P-156 TEMPORARY AIR AND WATER POLLUTION - SOIL EROSION. AND SILTATION CONTROL Item P-156 Temporary Air and Water Pollution, Soil Erosion and Siltation Control of the project specifications shall be modified as follows: 1. Paragraph 156-1.1. Insert the following new paragraph: "The specified temporary air and water pollution, soil erosion and siltation control shall ' be performed in accordance with the requirements of this item and Item ER, TEMPORARY EROSION, SEDIMENTATION AND WATER ,:POLLUTION PREVENTION AND CONTROL, of these specifications.", 2. Paragraphs 156-4.1 and 156-4.2. Delete these paragraphs and insert the following: "Temporary or and water pollution, soil erosion and siltation control work required to satisfy this item shall be measured per lump sum." 3. Paragraph 156-5.1. Delete this entire paragraph and insert the following: "The performance of this work shall be aid at the contract price bid per 1� p 1 P lump sum for satisfying the requirements specified herein, and in Item ER, TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION i PREVENTION AND CONTROL, of these specifications. The price shall be full compensation for all necessary temporary' air and water polhition, soil erosion, and siltation control measures, including maintenance and replacement : of said measures as required during the project construction period. Payment will be made under: Item P-156, Temporary Air and Water Pollution, ;foil Erosion and Siltation Control, per lump sum." , 2700 9s 156- a! !, .. . 1 ,. r 2/17/89 AC 150/5370-10A "� ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equip• ment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Grass which will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. .In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, con- struction operations, and construction work are involved. rye r 156 — 1 k.I AC 150/5370-10A 2/17/89 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accom- plishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 AUTHORITY OF ENGINEER. The Engineer has.the authority to limit the surface area of erod- ible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate per- _ manent or temporary pollution control measures to minimize contamination of adjaceht streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent ero- sion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the perma- nent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features . on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and per- formed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control meas- ures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. 156-2 2/17/89 AC 150/5370-10A r- The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. r Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will ad• versely affect the sediment levels, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and r near rivers streams and impoundments or int other harmful materials shall not be discharged into oo natu- ral or manmade channels leading thereto. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer. Completed and accepted work will be measured as follows: a. Temporary seeding and mulching will be measured by the square yard (square meter). b. Temporary slope drains will be measured by the linear foot (meter). e. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard (cubic meter) of excavation performed, including necessary cleaning of sediment basins, and the cubic yard (cubic meter) of embankment placed at the direction of the Engineer, in excess of plan lines and elevations. r` d. All fertilizing will be measured by the ton (kilogram). 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor . - with costs included in the contract prices bid for the items to which they apply. F BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: Item P-156-5.1 Temporary seeding and mulching —per square yard (square meter) Item P-156-5.2 Temporary slope drains --per linear foot (meter) Item P-156-5.3 Temporary benches, dikes, dams and sediment basins --per cubic yard (cubic meter) Item P-156-5.4 Fertilizing --per ton (kilogram) Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05. 156-3 No Text TEMPORARY EROSION. SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL 1. DESCRIMON r, This item shall govern the measures necessary to control soil erosion, sedimentation and water E pollution which may degrade receiving waters including rivers, streams, lakes, playas, reservoirs, tidal waters, groundwater and wetlands. The control measures contained herein shall be installed and maintained throughout the construction contract period, including any turf establishment period, and will be coordinated with the permanent or existing temporary pollution control features specified elsewhere in the plans and specifications to provide effective and continuous water pollution control. These control measures shall not be used as a substitute for the permanent pollution control measures unless otherwise directed by the Owner in writing. The controls may include silt fences, dikes, dams, berms, sediment basins, mats, soil retention blankets, temporary seeding, mulch, channel liners, slope drains or other structural or non-structural water pollution controls. 2. MATERIALS 2-1 General The control measure materials will be as herein specified. The Owner may allow other materials and work as the need arises and as approved in writing. All control measure materials will be approved by the Owner prior to use on this project. 2-2 Silt Fenc Silt fence materials shall consist of the following: (a) Fabric. The filter fabric shall be of nonwoven polypropylene, polyethylene or polyamide thermoplastic fibers with non -ravelling edges. The fabric shall be nonbiodegradable, inert to most soil chemicals, ultraviolet resistant, unaffected by moisture or other weather conditions, and permeable to water while retaining sediment. The fabric shall be supplied in rolls with minimum width of 36 inches. The filter fabric will have the following physical characteristics: Minimum Weight: 4.5 oz./s.y. Maximum Water Flow Rate: 40 gal./s.f./minute Equivalent Opening Size (US standard sieve no.): 40 to 100 Minimum Burst Strength (ASTM D 3786): 300 psi Minimum Ultraviolet Resistance; Strength Retention (ASTM D 1682): 70 percent (b) . Posts will be painted or galvanized steel Tee or Y-posts with anchor plates, not less than 5 feet in length with a minimum weight of 1.3 pounds per foot and a minimum Brinell 2700-95 ER- 1 PM l; hardness of 143. Hangars shall be adequate to secure fence and fabric to posts. Posts and anchor plates will conform to ASTM A 702. C. Wire Fence. Wire fence will be welded wire fabric 2 x 4 - W 1.0 x W 1.0 and will conform to requirements of ASTM A 82 or A 496. 2-3 Sediment Containment Dikes Sediment containment dikes shall consist of the following: (a) Ray Bales. "Hay Bales" will be free of Johnson grass or other nocuous weeds. The bales will consist of either hay or straw in good condition and be securely tied by wire. Stakes for anchoring bales will be #4 reinforcing bars, 1/2 inch steel pickets or 2 inch x 2 inch wooden stakes. Completed dikes will be at least 18 inches in height and will have sufficient weight and stability to prevent displacement by runoff. Hay bale dikes will not be allowed on paved areas, but may be used in unpaved drainageways. b. Sand Bags. Fabric used to contain the sand may be permeable to water, but will be able to completely contain the sand within the bags. The fabric and seams will be of sufficient strength _ to prevent puncture or rupture when subjected to conditions which may be encountered during placement or when in place. Completed dikes will have sufficient weight and stability to prevent displacement by runoff. Sand bag dikes may be used in paved areas and/or unpaved areas. Dikes used in concrete drainage aprons or channels shall be constructed to a minimum height of 6-inch, and shall extend the full width of the apron or channel. Dikes used in unpaved drainageways shall be constructed to a minimum height of 18-inches. 3. CONSTRUCTION METHODS 3-1 General The Owner's Representative has the authority to limit the disturbed surface area exposed by construction operations. The Contractor shall provide control measures as required to prevent or minimize impact to receiving waters and/or as directed by the Owner's Representative. The Contractor shall effectively prevent and control erosion and sedimentation on the site at the earliest practicable time. Control measures, where applicable, will be implemented prior to the commencement of each construction operation or immediately after the area has been disturbed. Control measures will remain in place throughout the construction period and any turf establishment period. Should the control measures fail to function effectively, the Contractor shall act immediately to bring the erosion and sedimentation under control by maintaining existing controls or by providing additional controls as directed by the Owner's Representative. When in the opinion of the Owner's Representative the site is adequately stabilized, the control measures will be removed and properly disposed of by the Contractor. All erosion, sediment and water pollution controls will be maintained in good working order. The Contractor shall provide a non-freezing rain gauge to be located at the project site. Within 24 hours of a rainfall event of 0.5 inches or more as measured by the project rain gauge, the Contractor and 2700-95 ER - 2 Owner's Representative will inspect the entire project to determine the condition of the control measures. Sediment will be removed and devices repaired as soon as practicable but no later than 7 days after the �^ surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for the repair. In the event of continuous rainfall over a 24-hour period, or other circumstances that preclude equipment operation in the area, the Contractor will hand carry and install additional backup t' ' devices as determined by the Owner's Representative. Ike Contractor will remove silt accumulations - and deposit the spoils in an area approved by the Owner's Representative ar soon as practical. Any corrective action needed for the control measures will be accomplished in the sequence directed by the Owner's Representative, however areas adjacent to waterbodies shall generally have priority followed by devices protecting storm sewer inlets. The Contractor shall also conform to the following practices and controls: (a) Disposal areas, stockpiles, and haul roads used for this project, including areas not within the project limits, shall be constructed and maintained in a manner that will minimize and control the amount of sediment that may enter receiving waters. Disposal areas shall not be located in any wetland, waterbody or streambed. Construction roads may not be located in or cross any waterbody or streambed without prior approval of the Owner's Representative and shall be done in compliance with applicable rules and regulations. (b) Construction operations in rivers, streams, lakes, tidal water wetlands and other waterbodies shall be restricted to those areas where it is necessary to perform the work shown on the plans. Wherever streams are crossed, temporary bridges, timber mats or other structures shall be used. (c) Protected storage for paints, chemicals, solvents, fertilizers and other potentially toxic materials will be provided by the Contractor and the location approved by the Owner's Representative. (d) Construction staging areas and vehicle maintenance areas shall be constructed by the Contractor in a manner to minimize the runoff of pollutants and their location will be approved by the Owner's Representative. The Contractor shall prevent pollution of receiving waters with petroleum products or other hazardous or regulated substances. When work areas of material sources are located adjacent to a waterbody, control measures such as dikes, gabions, or rock berms, shall be used to keep sediment and other contaminants from entering the adjacent waterbody. Care shall be taken during the construction and removal of such barriers to minimize down -gradient sedimentation. (e) All waterways shall be cleared as soon as practicable of temporary embankment, temporary bridges, matting, falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. (f) Disturbance of vegetation shall be minimised and limited to only what is shown on the construction plans or as directed by the Owner's Representative in writing. (g) Construction entrances shall be stabilized by the use of rock, timber matting or other acceptable techniques when necessary to minimize the off -site vehicle tracking of sediment. The Contractor shall clean paved surfaces as necessary to remove sediment which has accumulated on the roadway. 2700-95 ER - 3 r 71, 3-2 Silt Fen The filter fabric will be securely attached to the posts and the wire fence with the bottom 12 inches of filter fabric buried in a trench a minimum of 6 inches keep to prevent sediment from passing under the fence. When the fence is constructed on impervious material, a 12 inch flap of fabric will be extended upstream from the bottom of the silt fence and weighted to limit particulate loss. Vertical joints will be overlapped a minimum of 12 inches with the ends sewn or otherwise securely tied. No horizontal joints will be allowed in the filter fabric. The silt fence will be a minimum of 12 inches high. Posts will be embedded in the ground a minimum of 12 inches and spaced a maximum of 8 feet apart. Posts will be placed on a slight angle toward the anticipated runoff source. Tom or punctured fabric will be repaired by the placement of a patch consisting of an additional layer of fabric over the damaged area. The patch will overlap the damaged area a minimum of 12 inches in all directions and will be securely attached to the repaired fabric. 3-3 Sediment Containment Dikes The Contractor may select either bales or sand bag materials for the dikes, unless otherwise instructed. Bales or sand bags will be placed with ends tightly abutting. If placed in unpaved areas, the dike will be embedded in the soil a minimum of 4 inches and a maximum of 6 inches. Bales will be securely anchored in place by a minimum of 2 stakes per bale. Stakes will be angled toward the previously placed bale to force the bales together. Stakes will be embedded in the soil a minimum of 18 inches. Bales will not be used when underlying material such as concrete or asphalt prevents anchorage by stakes. If placed on paved surfaces, the dike will consist of sand bags placed with the ends tightly together. The sand bags will be placed side by side to a width as required to minimize sand bag movement or displacement during rainfall occurrences. 4. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Work performed as specified in this section will be measured and payment will be made under Item P-156, TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL, of these specifications. Payment will be full compensation for all work including the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work, including maintaining, servicing or replacing the measures as required to comply with the requirements of this specification during the construction period. If the Contractor is required to install temporary erosion, sediment and water pollution control measures due to his negligence, carelessness, lack of maintenance, or failure to install permanent controls as a part of the work as scheduled, and are ordered in writing by the Owner's Representative, such work shall be performed at the Contractor's expense. In case of failure on the part of the Contractor to prevent and control soil erosion, sedimentation and water pollution which may degrade receiving water, the Owner reserves the right to employ outside 2700-95 ER - 4 L assistance or to use Owner's forces to provide the necessary corrective measures. All costs including engineering costs will be deducted from any moneys due or to become due to the Contractor. r r 2700-95 1 END OF SECTION ER-5 Modifications to M P-220-SW IN -PLACE PAVEMENT RECONSTRUCTION PM ITEM P-220-SW IN -PLACE PAVEMENT RECONSTRUCTION DESCRIPTION 220-1.1. This item shall consist of processing existing bituminous surface course into aggregate size particles, mixing with a portion of the existing base course and reshaping and compacting the resulting mixture in conformity to the typical sections and dimensions shown on the plans and to the lines and grades established by the Engineer. EQUIPMENT 220-2.1. All equipment used shall be suitable for efficiently and properly accomplishing the work in this item. All equipment required for doing the work shall be in first class operating condition and on the project prior to the start of any work under this item. All equipment shall be subject to the approval of the Engineer. CONSTRUCTION METHODS 220-3.1. SURFACE PREPARATION. Prior to the start of processing the bituminous surface course, the pavement surface to be processed shall be -thoroughly cleaned of dirt and organic matter in a manner satisfactory to the Engineer. 220-3.2. MIXING. The bituminous surface course shall be broken into particles no more than 2 inches in size, incorporated into the existing base to the depth shown on the plans and thoroughly and uniformly mixed with the base. The existing base shall be processed to a minimum depth of 4 inches, excluding the bituminous surface course, or to the depth shown on the plans. In no case, however, shall the underlying subgrade be disturbed. In the event additional base course is required to be added to bring the base to the proper grade, the additional material shall be thoroughly mixed with the processed base and surface prior to final compaction. Additional base course material shall be furnished by the Contractor and shall be paid for separately. After mixing has been completed, a broad spectrum soil sterilant shall be r^ added to the reworked base in a manner approved by the Engineer. The trade name, manufacturer's name and specifications of the soil sterilant proposed for use shall be submitted to the Engineer for approval not less than 5 working days prior to the proposed use of the sterilant. In addition, a copy of the Manufacturer's recommendations regarding method of application and rate of application shall be submitted at the same time. If approved by the Engineer, the soil sterilant may be applied with the prime coat, provided, however, that the only soil sterilant that will be permitted to be applied by this method will be Pramitol. I 220 - 1 I' The soil sterilant and its application is considered to be incidental to the work in this item. Cost of the soil sterilant and its application shall be considered subsidiary to the price bid for the work under this item and no separate payment will be made. The blended base material shall have a satisfactory moisture content when rolling is started, and any minor variations prior to or during rolling shall be corrected by sprinkling or, if necessary, by aeration. 220-3.3• FINISHING AND COMPACTING. After blending, the processed base course shall be thoroughly compacted by rolling. The rolling shall progress gradually from the sides to the center of the lane under construction, or from one side toward previously placed material by lapping uniformly each preceding rear -wheel track by one-half of the width of such track. Rolling shall continue until the entire area of the course has been rolled by the rear -wheels. The rolling shall continue until the material is thoroughly set, the interstices of the material reduced to a minimum and until creeping of the material ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 100 percent density, as determined by ASTM D698 or ASTM D1557• Field density shall be determined in accordance with ASTM D1556 or ASTM D2167. Blading and rolling shall be done alternately, as required or directed, to obtain smooth, even and uniformly compacted base. The base shall not be rolled when the underlying course is soft or yielding or when the roller causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when tested with a 16-foot straightedge, the irregular surface shall be loosened, refilled with the same material as that being used in constructing the course and rolled again as required. In areas inaccessible to the roller, the base course material shall be thoroughly tamped with mechanical tampers. The sprinkling during rolling, -if necessary, shall be in the amount and by equipment approved by the Engineer. 220-3.4• SURFACE TEST. After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be -scarified reshaped, recompacted and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall not vary more than 3/8 inch from a 16-foot straightedge when applied to the surface parallel with, and at right angles to, the centerline. 220-3.5 PROTECTION. Work on the base course shall not be accomplished during freezing temperatures or when the subgrade is wet. When the material is frozen or when the underlying course is frozen the construction shall be stopped. 220-2 r�r Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired.by the Contractor at his sole expense. r• 220-3.6. MAINTENANCE. Following the completion of the base course, the i. Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base r course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work necessary to correct the deficiency shall be performed at the sole expense of the Contractor. METHOD OF MEASUREMENT r 220.4.1. The quantity of reconstructed pavement to be paid for shall be the number of square yards of pavement mixed, compacted, bonded and accepted in the completed base course measured in its final position. BASIS OF PAYMENT 220-5.1. Payment shall be made at the contract unit price per square yard for reconstructed pavement. This price shall be full compensation for furnishing all materials, except additional base course required, and for all preparation, processing, mixing, placing and compaction; and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item 220-5.1 Reconstructed Pavement - per square yard. TESTING REQUIREMENTS ASTM D698 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures using 5.5 Pound Rammer and 12-inch Drop ASTM D1556 Density of Soil in Place by the Sand Cone Method ASTM D1557 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 Pound Rammer and 18-inch Drop ASTM D2167 Density of Soil in Place by the Rubber Balloon Method 220-3 I i Modifications to ITEM P-304 CEMENT -TREATED BASE COURSE; Item P-304 Cement -Treated Base Course of the project specifications shall be modified as follows: r 1. Paragraph 304-1.1. Add the following as the last sentence to this paragraph: Il " Longitudinal construction joints shall be located a minimum of five feet • from longitudinal construction joints in the concrete pavement. I' 2. Paragraph 304-2.1 PORTLAND CEMENT. Insert the requirements of ASTM C 150, Type t, I in the space provided. 3. Paragraph 304-2.3 AGGREGATE. Add the followingas a new thvrd subparagraph: I r- "The coarse aggregate (retained on the No. 4 sieve) shall have a percent of wear not more than 45 at 500 revolutions as determined by AASHTO r., T 96. The coarse aggregate shall show no evidence of disintegration nor show a total loss greater than 16% when subjected to 5 cycles of the ' sodium sulphate accelerated soundness test specified in AASHTO T 104. The amount of the fraction of material passing the No. 200 mesh sieve shall not exceed one-half the fraction passing the No. 40 mesh sieve. 4. Paragraph 304-2.3 AGGREGATE. Delete the sieve sizes shownvn Table 1 and insert the following: i Sieve Size Percentage by Weight Passing Sieves 11h-inch 100 1-inch 3/4-inch 55 - 85 No. 4 30 - 60 No. 40 10 - 30 No. 200 5 - 15 oft OM 5. Paragraph 304-3.1. Delete this paragraph and insert the following: "Prior to base course construction, laboratory tests of aggregates for use as base shall be made to determine the quantity of cement required. The costs of all pre -construction tests shall be borne by the Contractor. Pre - construction tests shall include gradation, wear and soundness tests of each source of material and gradation tests of the combined materials. The Contractor shall submit to the Engineer for approval test certificates from an approved commercial laboratory on the cement treated base mixes proposed for use on this project. Certificates shall include tests made on a minimum of three separate cement contents for each material proposed for use. Each of the three tests shall include wet -dry and compressive strength tests. The compressive tests shall include four tests each at 7 and 28 days for a total of eight compressive tests for each cement content. Two tests each at 7 and 28 days shall be soaked specimens. Specimens shall be prepared and tested in accordance with ASTM D 558, ASTM D 559 and ASTM D 1633, except that compaction requirements shall be in accordance with ASTM D 1557. Specimens of aggregate, cement and water must develop a compressive strength of at least 750 psi in 7 days. Specimens are to be subjected to 12 cycles of the wet -dry tests and the maximum weight loss of the: specimens shall be less than 14%." 6. Paragraph 304-4.6 COMPACTION. In the first sentence of the second subparagraph, change the density requirement from 98 percent 1.Q 96 percent. Delete the second sentence of the second subparagraph and insert the following: "The specimens shall be compacted and tested in accordance with ASTM D 558, except that compaction requirements shall be in accordance with ASTM D 1557. In -place field density tests shall represent not more than 600 square yards." 7. Paragraph 304 ACCEPTANCE SAMPLING AND TESTING OF CEMENT -TREATED BASE COURSE (COMPACTION). Delete this paragraph. 8. Paragraph 304.4.7 LAYER THICKNESS. Add the following as a second subparagraph: 2700-95 "The thickness of the cement -treated base course shall be deteimined from measurements of cores drilled from the finished base course at intervals so that each test shall represent no more than 300 square yards. The average thickness of the base course constructed during one day shall be within 1/2-inch of the thickness shown on the plans. Where the average thickness is not within the tolerance given, the Engineer shall evaluate the area and determine if, it shall be reconstructed at the Contractor's expense or allowed to be left in place without payment being made for the deficient 304 - b thickness area. The Contractor shall replace, at his expense, the base material where borings are taken for test purposes." 9. Paragraphs 304-5.1 and 304-6.1. Cement -treated base course shall be. measured and paid for on a square yard basis. Delete the second paragraph of 304-6.1. 10. TESTING REQUIREMENTS AND MATERIAL REQUIREMENTS. Add the following. "AASHTO T96 Resistance to Abrasion of Small Coarse Aggregate by Use of the Los Angeles Machine. AASHTO T104 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate. ASTM D559 Methods for Wetting -and -Drying Tests of Compacted Soil -Cement Mixtures. ASTM D1557 Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10-1b (4.54-kg) Rammer and 18 inch (457 mm) Drop." 2700-95 304 - c F" 2/ 17/89 AC 160/5370—i 0A r- ITEM P-304 CEMENT -TREATED BASE COURSE DESCRIPTION 304-1.1 This item shall consist of a base course composed of mineral aggregate and cement uniformly blended and mixed with water. The mixed material shall be spread, shaped, and compacted in accordance with these specifications and in conformity to the lines, grades, dimensions, and typical cross sections shown on the plans. Runway, taxiway, or apron pavements shall be built in a series of parallel lanes using a plan of processing that reduces longitudinal and transverse joints to a minimum. MATERIALS 304-2.1 PORTLAND CEMENT. Portland cement shall conform to the requirements of ASTM I I. 304-2.2 WATER. Water shall be clean, clear, and free from injurious amounts of sewage, oil, acid, strong alkalies, or vegetable matter, and it shall be free from clay or silt. if the water is of questionable quality, it shall be tested in accordance with the requirements of AASHO T 26. r, 304-2.3 AGGREGATE. The aggregate shall be select granular materials meeting the gradation require- ments given in Table 1. The material shall be free of roots, sod, and weeds. The crushed or uncrushed aggregate shall consist of hard, durable particles of accepted quality, free from an excess of flat, plongated, soft, or disintegrated pieces, or objectionable matter. The method used in producing the aggregate shall be such that the finished product shall be as consistent as practicable. All stones and rocks of inferior quality shall be wasted. Aggregates suspected of containing injurious quantities of sulfates shall be examined petrographically in ac- cordance with ASTM C 295. The aggregate shall conform to the gradation shown in Table 1 when tested in accordance with ASTM C 136. �.. 304 — 1 AC 150/5370-10A 2/17/89 TABLE 1. AGGREGATE CEMENT TREATED BASE COURSE Percentage by Sieve Size Weight Passing Sieves 2 in. (50 mm) ' No. 4 (4.75 mm) ` No. 10 (1.80 mm) ` No. 40 (450 micro-m) No. 80 (210 micro-m) ' The gradations in the table represent the limits which shall determine suitability of aggregate for use from the sources of supply. The final gradations decided on, within'the limits designated in the table, shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. The portion of the base aggregate, including any blended material, passing the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D 4318. All aggregate samples required for testing shall be furnished by the Contractor at the expense of the Con- tractor. Sampling shall be in accordance with ASTM D 75 and will be observed by the Engineer. No aggre- gate shall be used in production of mixtures without prior approval. 304-2.4 BITUMINOUS MATERIAL. The types, grades, and controlling specifications and application temperatures for the bituminous material are given in Table 2. The Engineer shall specify the type and grade of bituminous material to be used. 304 - 2 r' 2/17/89 AC 150/5370-10A r TABLE 2. $tTUMINOUS MATERIAL Application Temperature Type and Grade Specification Deg. F Deg. C � " Cutback Asphalt RC-70 ASTM D 2029 120-160 50-70 P- RC-250 160-200 70-95 Emulsified Asphalt RS-1, SS-1 ASTM D 977 75-130 25-55 CRS-1 ASTM D 2397 75-130 25-55 r CEMENT CONTENT 304-3.1 Prior to start of work, laboratory tests of materials submitted by the Contractor shay be made to determine the quantity of cement required in the mix. The cement content for construction shall be that at which the mix develops a 7-day compressive strength of at least 750 psi (5 170 kPa). the testing procedure shall be as follows: mold and cure specimens in accordance with ASTM D 560; soak specimens inwvater for 4 hours; cap and break specimens in compression in accordance with ASTM D 1633. CONSTRUCTION METHODS P_ 304-4.1 WEATHER LIMITATIONS. The cement -treated base shall not be mixed or placed while the atmospheric temperature is below 40' F (4' C) or when conditions indicate that the temperature may fall below 35' F (2' C) within 24 hours or when the weather is rainy. Cement -treated base shall not be placed 7 on frozen subgrade or mixed when aggregate is frozen. 304 4.2 OPERATION AT PITS. All work involved in clearing and stripping pits, including handling un- suitable material, shall be performed by the Contractor. The Contractor shall notify the Engineer sufficient- ly in advance of opening of any designated pit to permit staking of boundaries at the site, to take elevations A and measurements of the ground surface before material is produced, to permit the Engineer to take samples of the material for tests to determine its quality and gradation, and to prepare a preliminary design of base mixture. The pits, as utilized, shall be opened immediately to expose vertical faces of the various strata of acceptable material and, unless otherwise directed, the material shall be secured in successive vertical cuts extending through all the exposed strata in order to secure a uniform material. r, 304 - 3 i IN AC 150/6370-10A 2/17/89 304-4.3 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected before the base course is placed thereon. 304-4.4 MIXING. The aggregate shall be proportioned and mixed with cement and water in a central mixing plant. The plant shall be equipped with feeding and metering devices which will introduce the - cement, aggregate, and water into the mixer in the quantities specified. Mixing shall continue until a thor- ough and uniform mixture has been obtained. 304-4.5 PLACING. The mixture shall be transported to the job site in suitable vehicles and shall be de. posited on the moistened subbase in uniform layers by means of approved mechanical spreaders. Not more than 60 minutes shall elapse between the start of moist mixing and the start of compaction of the cement - treated mixture on the prepared subgrade. 304-4.6 COMPACTION. Immediately upon completion of the spreading operations, the mixture shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. The field density of the compacted mixture shall be at least 98 percent of the maximum density of laborato- ry specimens prepared from samples of the cement -treated base material taken from the material in place. The specimens shall be compacted and tested in accordance with ASTM D 558. The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Any mixture that has nit been compacted shall not be left undisturbed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. The optimum moisture content shall be determined in accordance with ASTM D 558 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. ACCEPTANCE SAMPLING AND TESTING OF CEMENT -TREATED BASE COURSE (COMPAC- TION). Immediately upon completion of the spreading operations, the mixture shall be thoroughly com- pacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. The cement -treated base course shall be accepted for density on a lot basis. A lot will consist of [ ] and will be divided into four equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot of compacted material will be accepted, with respect to density, when the average field density is equal to or greater than 98 percent of the maximum density of laboratory specimens prepared from samples of cement -treated base course taken from the material in place. The laboratory specimens shall be compacted and tested in accordance with ASTM D 558. The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. The lot will be accepted without adjustment in payment if the average density, based on four acceptance tests of the lot, is greater than or equal to 98 percent. If the average density does not meet this requirement, the Contractor may elect to leave the lot in place at a reduced unit price determined in accordance with Table 3. 304 - 4 2/17/89 ~i.. AC 150/5370-10A r TABLE 3.: SLIDING SCALE PAY FACTORS Average Percent Density Recommended Percent Payment 98.0 and greater 100 97.0-97.9 95 96.0-96.9 90 95.0-95.9 75 Less than 95.0 reject Any mixture that has not been compacted shall not be left undistributed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. The optimum moisture content shall be determined in accord- ance with ASTM D 558 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. 304-4.7 LAYER THICKNESS. The maximum depth of a compacted layer shall be 6 inches (150 mm), except where that total depth of the compacted base course is required to be greater than 6 inches (150 mm), no layer shall be in excess of 8 inches (200 mm) or less than 4 inches (100 mm) when compacted. In multilayer construction, the surface of the compacted material shall be kept moist until covered with the next layer. Successive layers shall be placed and compacted so that the required total depth of the base course is completed the same day. 3044.8 FINISHING. Finishing operations shall be completed during daylight hours, and the completed base course shall conform to the required lines, grades, and cross section. If necessary, the surface shall be lightly steed to eliminate any imprints made by the compacting or shaping equipment. The surface shall then be recompacted to the required density. The compaction and finishing operations shall be 'completed within 2 hours of the time water is added to the mixture and shalt produce a smooth, dense surface that is free of surface checking, ridges, or loose material. 304-4.9 SURFACE TOLERANCE. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 16-foot (4.8 m) straightedge applied parallel with, or at right angles to, the centerline of the stabilized area. Any deviation in excess of this amount shall be corrected by the Contractor at the Contrac- tor's expense. 304-4.10 CONSTRUCTION JOINTS. At the end of each day's construction, a transverse construction r., joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face free of loose material. Longitudinal joints shall be formed by cutting back into the compacted material to form a true vertical edge. 1 304-4.11 PROTECTION AND CURING. The completed cement -treated base shall be cured with a bitu- minous curing seal applied as soon as possible, and in no case later than 24 hours after completion of the ' finishing operations. The surface of the base course shall be kept moist until the bituminous material is ap- plied. Bituminous material shall be uniformly applied at a rate of between 0.10 and 0.25 gallons per square yard (0.47 and 1.20 liters per square meter) of surface. The rate of application shall be approved by the Engineer. �» 304-5 AC 150/5370-10A 2/17/89 The curing seal shall be maintained and protected for 7 days. Finished portions of the base course that are used by equipment in the construction of an adjoining section shall be protected to prevent marring or damaging the completed work. The stabilized area shall be protect- ed from freezing during the curing period. METHOD OF MEASUREMENT 304--5.1 The quantity of cement -treated base to be paid for will be determined by measurement of the number of [square yards (square meters)] [cubic yards (cubic meters)] of base actually constructed and accept- ed by the Engineer as complying with the plans and specifications. 304-5.2 Portland cement will be measured by the hundredweight. BASIS OF PAYMENT 304-6.1 Payment shall be made at the contract unit price per [square yard (square meter)] [cubic yard (cubic meter)] for cement -treated base course. This price shall be full compensation for furnishing all materials, except portland cement; for all preparation, manipulation, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Each lot of cement -treated base course will be accepted for density at the full contract unit price when the results of four density tuts indicate that the average density is equal to or greater than 98 percent as deter- mined by paragraph 304-4.6. Each lot not meeting this requirement will be accepted at an adjusted contract unit price in accordance with Table 3. 304-6.2 Payment shall be made at the contract unit price per hundredweight for portland cement. This price shall be full compensation for furnishing this material; for all delivery, placing, and incorporation of this material; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-304-6.1 Cement -treated base course —per [square yard (square meter)] [cubic yard (cubic meter)] Item P-304-6.2 Portland Cement --per hundredweight TESTING REQUIREMENTS ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM D 75 Sampling Aggregates ASTM D 558 Moisture -Density Relations of Soil -Cement Mixtures ASTM D 560 Freezing -and -Thawing Tests of Compacted Soil -Cement Mixtures ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1633 Compressive Strength of Molded Soil -Cement Cylinders 304 - 6 PM rft 2/17/89 AC 150/6370-10A ASTM D 2167 Density of Soil in Place by the Rubber -Balloon Method ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit. and Plasticity Index of Soils AASHTO T 26 Quality of Water to be Used in Concrete ASTM C 150 ASTM C 595 ASTM D 977 ASTM D 2028 ASTM D 2397 MATERIAL REQUIREMENTS Portland Cement Blended Hydraulic Cements Emulsified Asphalt Liquid Asphalt (Rapid Curing Type) Cationic Emulsified Asphalt 304 - 7 r { Modifications to r•• TxDOT ITEM 345 ASPHALT STABILIZED BASE, (PLANE M130 r., The Texas Department of Transportation (TxDOT) Standard Specifications for Construction of 4 Highways, Streets and Bridges, 1993, Item 345, Asphalt Stabilized Base (Plant Mix), shall be modified as follows: 1. Paragraph 345.2.(1)(a) Description. Delete reference to reclaimed asphalt pavement (RAP) in this paragraph. Delete any reference to RAP throughout this entire specification. 2. Paragraph 345.2.(2)(a) Asphaltic Stabilized Mixture. Delete the first sentence in this Paragraph, and insert the following: ! a. "Asphalt for the paving mixture shall be Viscosity Grade AC-10, in accordance with ASTM D3381." r3. Paragraph 345.2.(2)(c) Tack Coat. Delete this entire paragraph. Tack coats shall meet the requirements of Item`P-603, BITUMINOUS TACK COAT, of these specifications. 4. Paragraph 345.3.(2) Grades. The gradation of the aggregate material shall conform'to Grade I 1 r 5. Paragraph 345.4.(6) Motor Grader. ,Delete this entire paragraph. Spreading and/or finishing the asphalt stabilized base course material witha motor grader will riot be approved. 6. Paragraph 345.6.(2) Tack Coat. Delete this entire paragraph. Tack coats shall meet the requirements of Item P-603, BITUMINOUS TACK COAT, of these specifications. r i 7. Paragraph 345.6.(6)(a). In -Place Density. Add the following new subparagraph: "The asphalt stabilized base material shall be'accepted accepted for density in accordance with the requirements for acceptance sampling and testing in Item P-401, PLANT MIX BITUMINOUS PAVEMENTS, of these specifications. Table; 6, Sliding Scale Pay Factors, shall be revised as follows: Average Percent Density Recommended Percent Payment 96.0 and greater 100; percent 95.0 - 95.9 75 percent ` Less than 95.0 percent Reject 2700-95 345. s . r 8. Paragraph 345.6.(8) Opening to Traffic. The completed asphalt stabilized base course shall not be opened to aircraft traffic. Construction traffic may be allowed on the course, however, the Contractor shall be responsible for protecting the course from damage due to traffic. The Contractor shall repair all areas damaged prior to application of the Item P-401, BITUMINOUS SURFACE COURSE. 9. Paragraph 345.8.(1) In the second subparagraph, revise reference to payment of tack coat. Tack coat shall be measured and paid for under Item P-603, BITUMMOUS TACK COAT, of these specifications. 10. Paragraph 345.8. Payment. Add the following new subparagraph: "Payment will be made under: TxDOT Item 345, 6-inch Asphalt Stabilized Base Course, complete, per ton.' 2700-95 345 - b P-- r Modifications to r- IMM P401 PLANT MIX BITUMINOUS PAVEMENTS MM Item P-40I Plant Mix Bituminous Pavements, of the project specifications shall be modified as follows: 1. Paragraph 401-1.1. In the first sentence of this paragraph, insert the word "surface". 2. Paragraph 401-2.1a. Coarse Aggregate. - Delete all references to slag. Slag material shall not be approved for construction of this project. 3. Paragraph 401-2.1a. Coarse Aggregate. Insert "40" into the blank provided in the second sentence of this paragraph. Delete the last sentence in the first subparagraph and insert the following: "The aggregate shall show no signs of disintegration nor shall the sodium sulfate soundness loss exceed 9 percent, after five cycles, when tested in. accordance with ASTM C88. If the requirements for sodium sulfate soundness cannot be met, a weighted loss in excess of 9 percent, but not to exceed 14 percent, will be accepted provided the coarse aggregate can be shown to have a satisfactory service record of r. at least five years of duration under similar conditions of service and exposure." 4. Paragraph 401 2.1a. Coarse Aggregate. Insert "75" into the first blank and "90" into the second *„ blank provided in the first sentence of the second subparagraph. 5. Paragraph 401-2.3 BITUMINOUS MATERIAL - In the first subparagraph, insert "Viscocity Grade AC-10, meeting the requirements of ASTM D3381" into the blank provided. 6. Paragraph 401-3.2 JOB MIX FORMULA - Add the following sentence to the first subparagraph: "The job mix formula shall be prepared by a commercial laboratory at the Contractor's expense." 7. Paragraph 401-3.2 JOB MIX FORMULA - Inthe fifth subparagraph, insert "30" into the blank provided. .- 8. TABLE 1 - MARSHALL DESIGN CRITERIA - Delete the table shown and insert the following. The design criteria required for aircraft gross weights of 60,000 pounds or more, or Lire pressures greater than 100 pounds per square inch (psi) shall be utilized in the design of pavements for this project. 2700-95 401 - a r Oft on TABLE 1. MARSHALL DESIGN CRITERIA Test Property Number of Blows Stability, pounds, minimum Flow, 0.01 inches Air Voids, percent Percent Voids in Mineral Aggregate, minimum Required Test Value _ 75 2,150 10-14 2.8 - 4.2 See Table 2* *Calculations to be based on Effective Specific Gravity 9. TABLE 3 - AGGREGATE - BITUMINOUS PAVEMENTS - Delete the table shown and insert the following: TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS Sieve Size I Percentage By Weight Passing Sieves 3/4-inch 100 1/2-inch 79 - 99 3/8-inch 68 - 88 No. 4 48 - 68 No. 8 33 -53 No. 16 20 - 40 No. 30 14 - 30 No. 50 9 - 21 No. 100 6 - 16 No. 200 3-6 Asphalt Percent 5.0 - 7.5 10. Paragraph 401-3.3 RECYCLED ASPHALT CONCRETE. Delete this entire paragraph. Recycled asphalt concrete will not be used on this project. 11. Paragraph 401-3.4 TEST SECTION. - In the second sentence in the first subparagraph, insert "300-feet" into the first blank and "20-feet" into the second blank. 12. Paragraph 401-4.10 TRANSPORTING, PLACING, AND FINISHING. In the fifth sentence of the fourth subparagraph, insert "12-feet" into the blank provided. 13 Paragraph 401 5.2f(5) Smoothness. In the first sentence, insert "'A -inch" into the blank provided. In the third sentence, insert "2,000 square yards" into the blank provided.. 14. Paragraph 401-5.2f(6) Grade. In the third sentence, insert "2,000" into the blank provided. 2700-95 401 - b l _ 15. TABLE 5. ACCEPTANCE LIMITS - STABILITY, FLOW, AIR VOIDS, DENSITY. Use the specification tolerances listed for pavements designed for aircraft gross weights of 60,000 pounds or more, or tire pressures of 100 psi or more. 16. Paragraph 401 5.4 LEVELING COURSE. - Delete this entire paragraph. 17. Paragraph 401-8.1b. Payment. Delete this entire paragraph and insert the following: ^., "Payment will be made under: Item P-401, Bituminous Surface Course, per ton." r t� 'I M k" 27p0-95 401 - c s T` i G' " /2.,/�4 5 AC 150/5370-10A CHG 6 1 ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION i 401-1.1 This item shall consist of a [ ] course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be con- structed to the depth, typical section, or elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or with- out sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve is coarse aggregate. The portion passing the No. 8 (2.36 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances. The percentage of wear shall not be greater than [ ] percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed [ ] percent, or the magnesium sulfate soundness loss shall not exceed [ ] percent, after five cycles, when tested in accord- ance with ASTM C 88. Aggregate shall contain at least [ ] percent by weight of individual pieces having two or more fractured faces and [ ] percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle be- tween the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces, when tested in accord- ance with ASTM D 4791. Slag shall be air-cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per cubic foot (1.12 mg/cubic meter) when tested in accordance with ASTM C 29. r' l 401 - r� 1 r AC 150/5370-10A CHG 6 1/25/94 b. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggre- gate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. Natural (nonmanufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the work- ability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to require- ments of this specification. The fine aggregate shall not contain more than 20 percent natural sand by weight of total aggregates. The aggregate shall have sand equivalent values of 35 or greater when tested in accordance with ASTM D 2419. c. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. 401-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. 401-2.3 BITUMINOUS MATERIAL. Bituminous material shall conform to the following requirements: [ I. 401 - 2 r-. 1/25/94 AC 150/5370-10A CHG 6 r r The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently r by the Engineer. 401-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Con- tractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear. (2) Soundness. (3) Unit weight of slag. b. Fine Aggregate. (1) Liquid limit. (2) Plastic index. (3) Sand equivalent. c. Mineral Filler. d. Bituminous Material. The cerdf`ucation(s) shall show the appropriate ASTM test(s) for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. COMPOSITION 401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of well - graded aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements r.. of the job mix formula (JMF). 401-3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The bituminous mixture shall be designed using procedures contained in Chap- ter III. MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS-2), Mix Design Methods for Asphalt Concrete, and shall meet the requirements of Tables 1 and 2. The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in para- graph 401-5.2b. The criteria is based on a production process which has a material variability with the following standard deviations: 401-3 r l AC 15015370-10A CHG 6 1125194 Stability (lbs.) = 270 Flow (0.01 inch) = 1.5 Air Voids (%) = 0.65 ._ If material variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets should be based on a stability greater than shown in Table 1, and the flow and air voids should be targeted close to the mid —range of the criteria in order meet the acceptance requirements. _ If the Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D 4867. is less than 75. the aggregates shall be rejected or the asphalt treated with an approved anti —stripping agent. The amount of anti — stripping agent added to the asphalt shall be sufficient to produce a TSR of not less than 75. If an antistrip agent is required, it will be provided by the Contractor at no additional cost. The job mix formula shall be submitted in writing by the Contractor to the Engineer at least [ ] days prior to the start of paving operations and shall include as a minimum: — a. Percent passing each sieve size. b. Percent of asphalt cement. c. Asphalt viscosity or penetration grade. d. Number of blows of hammer compaction per side of molded specimen. e. Mixing temperature. f. Compaction temperature. g. Temperature of mix when discharged from the mixer. — h. Temperature —viscosity relationship of the asphalt cement. i. Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power gradation curve. j. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight verses asphalt content. k. Percent natural sand. — 1. Percent fractured faces. m. Percent elongated particles. _ n. Tensile Strength Ratio (TSR). o. Antistrip agent (if required). The Contractor shall submit samples to the Engineer, upon request, for job mix formula verification testing. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be approved by the Engineer before the new material is used. 401 — 4 r i TABLE 1. MARSHALL DESIGN CRITERIA i. TEST PROPERTY ' Number of blows Stability, pounds f (newtons) minimum Flow, 0.01 in. (025 min) Air voids (percent) Percent voids in See Table 2 !' mineral aggregate, minimum j•• TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Maximum Particle Sine Minimum �., Voids in Min- exal Aggregate. in. mm percent Percent f 1/2 12.5 16 3/a 19.0 15 1 25.0 14 l 1'/. 31.25 13 l The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory r- screens, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM Standard C 136 and C 117. The gradations in Table 3 represent the limits which shall determine the suitability of aggregate for use from the r" sources of supply. The aggregate, as selected (and used in the IMF), shall have a gradation within the limits des- ignated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine. Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band in Table 3. t The maximum size aggregate used shall not be more than one—half of the thickness of the course being constructed. 401 — S r AC 150/5370-10A CHG 6 1125/94 TABLE 3. AGGREGATE — BITUMINOUS PAVEMENTS Percentage by Weight Sieve Size Passing Sieves 1 t/4 in. (31.25 mm) 1 in. (25.0 mm) 3/4 in. (19.0 mm) 14 in. (12.5 mm) 3A in. (9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (0.60 mm) No. 50 (0.30 mm) No. 100 (0.15 mm) No. 200 (0.075 mm) Asphalt percent Stone or gravel Slag The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute Manual Series No. 2 (MS-2), Appendix A. 401 — 6 r- 1125194 AC 150/5370-10A CHG 6 401-3.3 RECYCLED ASPHALT CONCRETE. Recycled asphalt concrete shall consist of reclaimed asphalt pavement (RAP), coarse aggregate, fine aggregate, mineral filler, asphalt cement, and recycling agent, if necessary. Reclaimed asphalt pavement may be used for all courses. The RAP shall be of a consistent gradation and asphalt content. The Contractor may obtain the RAP from the job site or an existing source. All new aggregates used in the recycled mix shall meet the requirements of paragraph 401-2.1. New bituminous material shall meet the requirements of paragraph 401-2.3. Recycling agents shall meet the requirements of ASTM D 4552. The recycled asphalt concrete mix shall be designed using procedures contained in the Asphalt Institute's Manual Series Number 20 (MS-20), Asphalt Hot —Mix Recycling, in conjunction with: MS-2 (MS-2). The job mix shall meet the requirements of paragraph 401-3.2. In addition to the requirements of paragraph 401-3.2, the job mix formula shall indicate the percent of reclaimed asphalt pavement, the percent and viscosity grade of new asphalt, the percent and grade of hot -mix recycling agent (if used), and the properties (including viscosity and penetration) of the asphalt blend. The Contractor shall submit documentation to the Engineer, indicating that the mixing equipment proposed for use is adequate to mix the percent of RAP shown in the job mix formula and meet all local and national environmental regulations. 401-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of bitu- minous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section [ ] long and [ ] wide placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. The underlying grade or pavement struc- ture upon which the test section is to be constructed shall be the same as the remainder of the course represented r by the test section. The equipment used in construction of the test section shall ' be the same type and weight to be used on the remainder of the course represented by the test section. 401 — 7 AC 150/5370-10A CHG 6 1125194 Three random samples shall be taken at the plant and tested for stability, flow, and air voids in accordance with paragraph 401-5.1a(2). Two random samples of mixture shall be taken at the plant and tested for aggregate grada- tion and asphalt content in accordance with paragraphs 401-6.3a and 3b and evaluated in accordance with para- graphs 401-6.5a and 5b. Three randomly selected cores shall be taken from the finished pavement mat, and three from the longitudinal joint, and tested in accordance with paragraph 401-5.1b(4). Random sampling shall be in accordance with procedures contained in ASTM D 3665. Mat density and air voids shall be evaluated in accordance with paragraph 401-5.2f(1). Stability and flow shall be evaluated in accordance with paragraph 401-5.2f(2). Joint density shall be evaluated in accordance with para- graph 401-52f(3). Voids in the mineral aggregate (VMA), for each plant sample, shall be computed in accordance with procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS 2), Mix Design Methods for Asphalt Concrete. The test section shall be considered acceptable if; 1) stability, flow, mat density, air voids, and joint density are 90 percent or more within limits, 2) gradation and asphalt content are within the action limits specified in para- graphs 401-6.5a and 5b, and 3) the voids in the mineral aggregate is within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix formula, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Con- tractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable section has been constructed and accepted by the Engineer. The initial test section, whether acceptable or unacceptable, and any subsequent section that meets specification requirements shall be paid for in accordance with paragraph 401-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the job mix formula. It should be recognized that the aggregates produced by the plant may not satisfy the gradation requirements or produce a mix that exactly meets the JMF. In those instances, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens should be prepared and the optimum bitumen content determined in the same manner as for the original design tests. 401-3.5 TESTING LABORATORY. The laboratory used to develop the job mix formula shall meet the re- quirements of ASTM D 3666. A certification signed by the manager of the laboratory stating that it meets these requirements shall be submitted to the Engineer prior to the start of construction. The certification shall contain as a minimum: a. Qualifications of personnel; laboratory manager, supervising technician, and testing technicians. b. A listing of equipment to be used in developing the job mix. e. A copy of the laboratory's quality control system. d. Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. 401 - 8 i 1/25/94 AC 150/5370-10A CHG 6 TABLE 4. BASE TEMPE' RATURE LE IITATIONS Mat Thickness r" Deg. F Deg. C 3 in. (7.5 cm) or greater 40 4 Greater than 1 in. (2.5 cm) but 45 7 less than 3 in. (7.5 cm) 1 in. (2.5 cm) or less 50 10 ' 401-4.2 Br UNIINOUS MOaNG PLANT. Plants used for the preparation of bituminous mixtures shall con- form to the requirements of ASTM D 995 with the following changes: a. Requirements for All Plants. (1) Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contrac- tor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of -the General Provi- sions, Section 90-01. (2) Testing Facilities. The Contractor shall provide laboratory facilities at the plant for the use of the Engineer's acceptance testing and the Contractor's quality control testing, in accordance with paragraph 401-6.2d. (3) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. (4) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM D 995 is deleted Instead, the following ap- plies. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: r' (a) The bituminous mixture may be stored in surge bins for period of time not to exceed 3 hours. (b) The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours. The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-propelled, with an activated screed, heated as necessary, and shall be capable spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed without segrega- tion. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If an automatic grade control device is used, the paver shall be equipped with a control system capable of automati- cally maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices which will r 401 - 9 l AC 15015370-10A CHG 6 1125194 maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski —type device of not less than 30 feet (9.14 m) in length. b. Taut stringline (wire) set to grade. c. Short ski or shoe. d. Laser control. 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic —tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. The use of equipment which causes excessive crushing of the aggregate will not be permitted. 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a man- ner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325 degrees F (160 degrees C). 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350 degrees F (175 degrees C) when the asphalt is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory work- ability. 401-4.8 PREPARATION OF BITUMNOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mix- ture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all bituminous mix upon discharge shall not exceed 0.5 percent. 401 — 10 1/25/94 AC 150/5370-10A CHG'6 401-4.9 PREPARATION OF THE UNDERL' iNd SORFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, if required by the contract specifications. 401-4.10 TRANSPORTING, PLACING, AND FINISHING. The bituminous mixture shall be transported d from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-3. Deliveries shall be scheduled so that placing and compacting of mixture is uniform with minimum stopping and starting of the paver. Adequate artificial lighting shall be provided night placements. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric tempera- ture. ,. The Contractor may elect to use a material transfer vehicle to deliver mix to the paver. The mix shall be placed and compacted at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250 degrees F (107 degrees Q. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of area with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of [ ) except where edge lanes require less width to complete the area. The longitu- dinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot (30 cm); however, the joint in the surface top course shall be at the centerline of the pavement Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m). On area where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equip- ment impractical, the mixture may be spread and luted by hand tools. 401-4.11 COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly and uniformly com- pacted by rolling. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling oper- ations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened (and scrapers used), but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hand tampers. Any mixture that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. AC 150/5370-10A CHG 6 1125194 401-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. _ The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to forth a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal joints which are irregular, damaged, uncompacted, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing necessary to de- termine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor. Testing organizations performing these tests shall meet the requirements of ASTM D 3666. All equipment in Contractor furnished laboratories shall be calibrated by the testing organization prior to the start of operations. a. Plant -Produced Material. Plant -produced material shall be tested for stability, flow, and air voids on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. A lot will consist of. one day's production not to exceed 2,000 tons (1 814 000 kg), or - a half day's production where a day's production is expected to consist of between 2,000 and 4,000 tons (1 814 000 and 3 628 000 kg), or - similar subdivisions for tonnages over 4,000 tons (3 628 000 kg). Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for each plant. (1) Sampling: Each lot will consist of four equal sublots. Sufficient material for preparation of test speci- mens will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D 3665. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 1559, paragraph 4.5, at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The sample of bituminous mixture may be put in a covered metal tin and placed in an oven for not more than 30 minutes to maintain the heat. The compaction' temperature of the specimens should be as specified in the job mix formula. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D 1559, paragraph 5. Air voids will be determined by the Engineer in accordance with ASTM D 3203. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 or D 1188, whichever is applicable, for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured twice for each lot in accordance with ASTM D 2041, Type C or D container. Samples shall be taken on a random basis in accordance with ASTM D 3665. The value used in the voids computation for each sublot shall be the average of the two maximum specific gravity measurements for the lot. The stability, flow, and air voids for each sublot shall be computed by averaging the results of the three test speci- mens representing that sublot. (3) Acceptance. Acceptance of plant produced material for stability. flow, and air voids shall be deter. mined by the Engineer in accordance with the requirements of paragraph 401-5.2b. 401 - 12 1/25/94 AC 150/5370-10A CHG 6 b. Field Placed Material. Material placcii:it'die field shall be tested for mat and joint density on a lot basis. (1) Mat Density. The lot size shall be the same as that indicated in paragraph 401-5.1.a and shall be t* divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Cores shall not be taken closer than one foot from a transverse or longitudinal joint. (2) Joint Density. The lot size shall be the total length of longitudinal joints constructed by a lot of material as defined in paragraph 401-5.1a. The lot shall be divided into four equal sublots. One core of finished, 'compacted materials shall be taken by the Contractor from each subloL Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. (3) Sampling. Samples shall be neatly cut with a core drill. The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge. The mini- mum diameter of the sample shall be three inches. Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting sam- ples and filling the cored pavement. Cored holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accord- ance with ASTM D 2726 or D 1188, whichever is applicable. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401 5.1a(2). (5) Acceptance. Acceptance of field placed material for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401 5.2c. Acceptance for joint density will be determined in accordance with the requirements of paragraph 401-5.2d. c. Partial Lots — Plant —Produced Material. When operational conditions cause a lot to be terminated be- fore the specified number of tests have been made for the lot, the following procedure will be used to adjust the lot size and the number of tests for the loL The last batch produced where production is unexpectedly halted will be sampled and its properties shall be consid- ered as representative of the particular sublot from which it was taken. Where three sublots are produced, they )6 shall constitute a lot Where one or two sublots are produced. they shall be incorporated into the next lot and the total number of sublots shall be used in the acceptance plan calculation, i.e.. n = 5 or n = 6, for example. - d. Partial Lots — Field Placed Material. The lot size for field placed material shall correspond to that of the plant material, except that in no cases less than (3) cored samples shall be obtained, i.e., n = 3. 401-5.2 ACCEPTANCE CRITERIA. ra. General. Acceptance will be based on the following characteristics of the bituminous mixture and com- pleted pavement as well as the implementation of the Contractor's Quality Control plan and test results: (1) Stability (2) Flow r (3) Air voids 1 (4) Mat density (5) Joint density (6) Thickness Y (7) Smoothness (8) Grade Stability, flow, and air voids will be evaluated for acceptance in accordance with paragraph 401-5.2b. Mat density will be evaluated for acceptance in accordance with paragraph 401-5.2c. Joint density will be evaluated for accept- ance in accordance with paragraph 401-52d. 4. 401 — 13 r' AC 150/5370-10A CHG 6 1125/94 Acceptance for mat density and air voids will be based on the criteria contained in paragraph 401-5.2f(1). Accept- ance for stability and flow will be based on the criteria contained in paragraph 401-5.2f(2). Acceptance for joint density will be based on the criteria contained in paragraph 401-5f(3). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401-5.2.f(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2f(5). Acceptance for grade will be based on the criteria contained in paragraph 401- 5.2f(6). The Engineer may at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use due to contamination, segregation, in- complete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if he can demonstrate in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. -' b. Stability, Flow, Air Voids. Acceptance of each lot of plant produced material for stability, flow, and air voids shall be based on the percentage of material within specification limits (PWL). The PWL plan considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results. If a material with high variability is produced, the production target must be adjusted as outlined in paragraph 401-3.2 to achieve a PWL of 90 or more. c. Mat Density. Acceptance of each lot of in —place pavement for mat density shall be based on the percent- age of material within specification limits (PWL). If a material with high variability is produced, then a higher target density must be maintained in order to achieve a PWL of 90 or more. d. Joint Density. Acceptance of each lot of in —place pavement for joint density shall be based on the per- centage of material within specification limits (PWL). If a material with high variability is produced, then a higher target density must be maintained in order to achieve a PWL of 90 or more. e. Percentage of Material Within Specification Limits (PWL). The percentage of material within speci- fication limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits(L) and (U) are contained in Table 5. f. Acceptance Criteria. (1) Mat Density and Air Voids. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, payment shall be made in accordance with paragraph 401-8.1a. (2) Stability and Flow. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall determine the reason and take corrective action. If the PWL is below 80 percent, the Contractor must stop production and make adjustments to the mix. (3) Joint Density. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall evaluate the method of compacting joints. If the PWL is below 80 percent, the Contractor shall stop production until the reason for poor compaction can be determined. (4) Thickness. Thickness shall be evaluated for compliance by the Engineer to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. (5) Smoothness. The finished surfaces of the pavement shall not vary more than [ ) for the sur- face course. Each lot shall be evaluated with a 12—foot (3.6 m) straightedge. The lot size shall be [ square yards (square meters). Measurements will be made perpendicular and parallel.to the centerline at distances not to exceed 50 feet (15.2 m). When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow at least one inch of asphalt concrete to be placed. Skin patching shall not be permitted. High points may be ground off. 401 — 14 (6) Grade. The finished surface of the pavement shall not vary from the gradeline elevations and cross sections shown on the plans by more than 1/2 inch (12.70 mm). The finished grade of each lot will be determined by running levels at intervals of 50 feet (15.2 m) or less longitudinally and transversely to determine the elevation of the completed pavement. The lot size shall be [ ] square yards (square meters). When more than 15 per- cent of all the measurements within a lot are outside the specified tolerance, the Contractor shall remove the defi- cient area and replace with new material. Sufficient material shall be removed to allow at least one inch of asphalt concrete to be placed. Skin patching for correcting low areas shall not be permitted. High points may be ground off. TABLE S. ACCEPTANCE LIMITS STABILITY, FLOW, AIR VOIDS, DENSITY Pavements Designed for Pavements Designed for Aircraft Gross Weights Aircraft Gross Weight Test Property of 60,000 Lbs. or More Less Than 60,000 Lbs. or Tire Pressure or Tire Pressure Less r Greater Than 100 Psi Than 100 Psi i A Number of Blows 75 50 Specification Tolerance Specification Tolerance L U L U Stability, mini- 1800 — 1000 — mum pounds Flow, 0.01—inch 8 16 8 20 Air voids total 2.0 5.0 2.0 5.0 mix (percent) Density, percent 96.3 — 96.3 — Joint density 93.3 — 93.3 — (percent) 401 - 15 AC 150/5370-10A CHG 6 1125194 401-5.3 RESAMPLING PAVEMENT. a. General. Resampling of a lot of pavement for mat density will be allowed if the Contractor requests, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5.1b and 401-5.2c. Only one resampling per lot will be permitted. (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. _ b. Payment for Resampled Lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. c. Outliers. If the tests within a lot include a very large or a very small value which appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E 178, at a significance level of 5 percent, to determine if this value should be discarded when computing the PWL. [401-5A LEVELING COURSE. Any course used for truing and leveling shall meet the requirements of paragraph 401-3.2 and 5.2b, but shall not be subject to the density requirements of paragraph 401-5.2c and d. The leveling course shall be compacted with the same effort used to achieve density of the test section. The truing and leveling course shall not exceed a nominal thickness of 1-1/2 inches (37.5 mm).] _ CONTRACTOR QUALITY CONTROL 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements which effect the quality of the pavement includ- ing, but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints i. Compaction j. Surface smoothness 4014.2 TESTING LABORATORY. The Contractor shall provide a fully equipped asphalt laboratory located at the plant or job site. It shall be available for joint use by the Contractor for quality control testing and by the Engineer for acceptance testing and must have adequate equipment for the performance of the tests required by these specifications. The Engineer shall have priority in use of the equipment necessary for acceptance testing. The effective working area of the laboratory shall be a minimum of 150 square feet (14 square meters) with a ceiling height of not less than 7.5 feet (2.3 meters). Lighting shall be adequate to illuminate all working areas. It shall be equipped with heating and air conditioning units to maintain a temperature of 70 degrees F + 5 degrees (21 degrees C + 2.3 degrees C). 401 — 16 1/25/94 AC 15015370-10A CHG 6 r Laboratory facilities shall be kept clean and all Otiipineint shall be maintained in proper working condition. The t Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the lab- oratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting test results, the incorporation of the materials into the work shall be suspended imme- diately and will not be permitted to resume until the deficiencies are satisfactorily corrected. 401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the Quality Control Program. The testing program shall include, but not necessarily limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as pan of the Quality Control Program. a. Asphalt Content. A minimum of two extraction tests shall be performed per lot in accordance with ASTM D 2172 for determination of asphalt content. The weight of ash portion of the extraction test, as described in ASTM D 2172, shall be determined as part of the first extraction test performed at the beginning of plant produc- tion; and as part of every tenth extraction test performed thereafter, for the duration of plant production. The last weight of ash value obtained shall be used in the calculation of the asphalt content for the mixture. The use of the nuclear method for determining asphalt content in accordance with ASTM D 4125 is permitted, provided that it is calibrated for the specific mix being used. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical anal- ysis of extracted aggregate in accordance with AASHTO T 30 and ASTM C 136 (Dry Sieve). When asphalt content is determined by the nuclear method, aggregate gradation shall be determined from hot bin samples on batch plants, or from the cold feed on drum mix or continuous mix plants, and tested in accordance with ASTM C 136 (dry sieve) using actual batch weights to determine the combined aggregate gradation of the mixture. c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be deter- mined a minimum of once per lot in accordance with ASTM C 566. d. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to deter- mine the temperatures of the dryer, the bitumen in the storage tank, the mixture at the plant, and the mixture at the job site. f. In —Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material which appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measure- ments and range (i.e., difference between highest and lowest measurements) for aggregate gradation and asphalt content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor �.. shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contrac- tor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation and asphalt content The control charts shall use the job 401 — 17 AC 1W/537(-10A CHG 6 V25194 mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limt l Surpeviao time 1/4 inch (19.0 mm) 0% 0% 'h inch (12.5 mm) ="6% ±9 3/s inch (9.5 mm) +6% --9% No. 4 (4.75 mm) ±6% --9'% No. 16 (1.18 mm) :!:5% ±7.5% No. 50 (0.30 mm) ±390 ±4.5% No. 200 (0.075 mm) +119c ±3% Asphalt Content ±0.45% ±0.70% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference berween the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. CONTROL CHART L54ITS BASED ON RANGE (Rued on n = 2) Sieve Snsptmtion Limit 1/2 inch (12.5 mm) II percent 3/e inch (9.5 mm) I percent No. 4 (4.75 mm) 11 percent No. 16 (1.18 mm) 9 percent No. 50 (0.30 mm) 6 percent) No. 200 (0.075 mm) 3.5 percent Asphalt Content 0.8 percent c. Corrective Action. The Quality Control Plan shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control As a minimum. a process shall be deemed out of control and production stopped and cor=tive action taken it (1) One point falls outside the Suspension Limit line for individual meaaa=nents or rr:ge; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 401 — 18 sr 1/25/94 AC 15015370-t0A CHG 6 r t METHOD OF MEASUREMENT 401-7.1 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons (kg) of bituminous mixture [and ,the number of tons (kg) of bituminous material] used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 4014.1 PAYMENT. Payment for an accepted lot of bituminous concrete pavement shall be made at the con- tract unit price per ton (kg) for bituminous mixture . adjusted according to paragraph 401-8.1a. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. a. Basis of Adjusted Payment Each lot shall be accepted at the full contract price when the percent within limits (PWL) for that density and air voids equals or exceeds 90 percent. Each lot not meeting the 90 percent PWL requirement will be accepted at an adjusted contract unit price in accordance with Table 6. Payment shall be calculated for both mat density and air voids, and payment shall be based on the lower of the two values. TABLE 6. PRICE ADJUSTMENT SCHEDULE Percentage of Material Within the Speci- Percent of Contract Unit Price to be Paid I tication Limit (PWL) 90-100 100 r" 80-90 0.5 PWL + 55.0 65-80 2.0 PWL - 65.0 Below 65 i Flo t The lot shall be removed and replaced. However, the Engineer may decide to accept the deficient lot_ In that case, if the Engineer and Contractor agree in writing, 1 that the lac shall not be removed, and it will be paid for at 50 percent of the contract price. b. Payment Payment will be made under: Item P-401-8.1a Bituminous [Surface] [Base] Course --per ton (kg) TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magne- sium Sulfate ASTM C 117 Test Method for Materials Finer than 75-um (No.200) Sieve in Mineral Aggregates by Washing CASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates f ASTM C 183 Sampling Hydraulic Cement 401 - 19 r AC 15015370-10A CHG 6 1125194 ASTM C 566 Total Moisture Content of Aggregate by Drying ASTM D 75 Sampling Aggregates ASTM D 995 Requirements for Mixing Plants for Hot -Mixed Hot -Laid Bitu- minous Paving Mixtures ASTM D 118 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D 1559 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus ASTM D 2041 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mix - tares ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Degree of Particle Coating of Bituminous -Aggregate Mixtures ASTM D 2726 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Saturated Surface -Dry Specimens ASTM D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Method ASTM D 3665 Random Sampling of Paving Materials ASTM D 3666 Inspection and Testing Agencies for Bituminous Paving Materials ASTM D 4125 Asphalt Content of Bituminous Mixtures by the Nuclear Method ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D 4791 Flat or Elongated Particles in Coarse Aggregate ASTM D 4867 Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM E 178 Practice for Dealing With Outlying Observations AASHTO T 30 Mechanical Analysis of Extracted Aggregate The Asphalt Institute's Manual No. 2 (MS-2) Mix Design Methods for Asphalt Concrete The Asphalt Institute's Manual No. 20 (MS-20) Hot .Mix Recycling MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures ASTM D 946 Asphalt Cement for Use in Pavement Construction ASTM D 3381 Viscosity -Graded Asphalt Cement for Use in Pavement Construc- tion ASTM D 4552 Classifying Hot -Mix Recycling Agents 401 - 20 *U.S. G.P.0.:1994-301-717:80503 : f Modifications to ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT ;.. Item P-501 Portland Cement Concrete Pavement of the project specifications shall be modified as i follows: i � first of the follows: 1. Paragraph 501-1.1. Revise to . portion sentence read .as aBraP po the "This work shall consist of pavement composed of Portland cement concrete, with reinforcement as shown on the plans, constructed on ` a prepared base course " R i 1 2. Paragraph 501.1.1. Add the following to the end of this paragraph "Concrete pavement shall be constructed with the useof conventional Fit stationary forming as specified hereinThe slip -form method of pavement construction will not be allowed." 3. Paragraph 501-2.2 COARSE AGGREGATE. Delete the:frrst two sentences' and insert the following:. Ithe "Coarse aggregate shall conform to requirements' of ASTM C33 Aggregate shall meet the', limits ` for ! deleterious substances and physical property ` requirements listed in Table .-3 of ASTM t33 for as, Designation 4M, except that whereahe requirements for.sodium sulphate soundness cannot be met,' a weighted i, loss in excess of '12% ,but not to .: exceed 14% will be accepted provided the coarse aggregate can be shown to have a satisfactory service record' of at least 5 years durasion under A.similar conditions of service and exposure. Also, the aggregates shall meet the abrasion requirements as modified. below.' Gradation for Table 2 shall be selected from either the 2" to No 4 or the 1 1/2" to No, 4 gradation:" 4. Paragraph 501-2.2 COARSE AGGREGATE.. Revise the first sentenos on page 501-3 to read as follows: The percentage of wear, shall be no more than 40 when tested] in accordance with ASTM C 131 or ASTM :C 535." 5. Paragraph 501-2.2 COARSE AGGREGATE. Delete the first sentence;_ in the second subparagraph on page 501-3., and insert the following. "Aggregates delivered to the mixer shall consist of crushed;stone, crushed r• gravel, or natural sand. GYushmg shall result in a product in which the coarse aggregate shall have at least 95'Xo by weight of particles with one or more fractured faces and 75 % of particles with two or more -fractured faces." 2700`-95 501 _ a PM rK 1 Pub rift R1 7. 8. a 10. 11. Paragraph 501-2.3 CEMENT. Revise the first 'sentence to read as follows: "Cement shall conform to the requirements of ASTM C 150 Type V Paragraph 501-2.4 CEMENTMOUS MATERIALS. Delete this paragraph and all further references to the use of cementitious materials. These materials are not approved for use in this project. Paragraph 501-2.5 PREMOLDED JOINT FILLER. Insert the requirements of ASTM D 1751 or ASTM D 1752 in the space provided. Delete the second sentence in the paragraph.' Paragraph 501-2.7 STEEL REINFORCEMENT. Delete this paragraph and insert the: following: "Bar mats for steel reinforcing shall conform to the requirements of ASTM A184, fabricated with bars conforming to the requirements of ASTM A615, Grade 60. Welded wire fabric for steel reinforcing shall conform to the requirements of ASTM A497, using deformed wire in both directions. Splices for bars shall be made where required by lapping the bars in accordance with ACI 318 for compression, bending or pure tension. and securely wiring them together. Where details of splices are nor, shown or where unanticipated splices are required, they shall be made in a location approved by the Engineer and the length of lap shall be 30 bar diameters, but not less than 12-inches. Welded wire fabric shall be placed as shown on the drawings. Adequate methods for proper placing of the fabric and for maintaining proper position during placement of concrete will be required and shall be subject to approval of the Engineer. Welded wire fabric shall overlap at splices a distance not less than the spacing of the cross wires plus 2-inches." Paragraph 501-2.8 DOWEL AND TIE BARS. Delete the first sentence in the second subparagraph and insert the following: "Unless otherwise specifically shown on the plans, all dowel bars shall be plain round bars conforming to the requirements of ASTM A61.5, Grade 60. Dowels shall be fabricated or cut to length at the shop or mill prior to delivery to the site. Dowels shall be free of loose flaky rust and loose scale, and shall be clean and straight. Dowels shall be free of any burring or deformation." Paragraph 501-2.8 DOWEL AND TIE BARS. Add the following as a fourth subparagraph: 'Deformed bars shall be used for dowel bars only in the locations specifically noted on the plans. The deformed bars shall conform to the requirements of ASTM A 615, Grade 60. Deformed bars may be sheared to length. " 12. Paragraph 501-3.1 PROPORTIONS. Insert the requirements for flexural strength of 700 psi at 28 days in the space provided. 13. Paragraph 501-3.1 PROPORTIONS. Delete the second and third subparagraphs and insert - t the following: "Prior to the start of paving operations and after approval of all material ti to be used in the concrete, the Contractor shall submit to the Engineer for approval test certificates, from an approved commercial laboratory, on the +� concrete mix proposed for use on this project. Certificates shall include F' tests made on six flexure test specimens. Three specimens for the design shall be tested at 7 days and three at 28 days. The costs of preconstruction mix design and tests shall be borne by the Contractor. Additional test certificates shall be furnished by the Contractor at his expense if the material source is changed or if construction tests indicate marked variations from the original tests. Flexural strength shall be as specified at 28 days using test specimens prepared in accordance with ASTM C31 and tested in accordance with ASTM C78. The mix determined shall be r:.. workable concrete having a slump between 1 and 2 1/2 inches as determined by ASTM C143. If high -range water -reducing admixtures are used, the initial slump range of 1 to 2 1/2 inches shall not exceed 8 inches r. after the addition of the high -range water -reducing admixture. " 14. Paragraph 501-3.6 PROPORTIONS. In the fourth subparagraph, change the minimum :: cement content from 500 pounds per cubic yard IQ 517 pounds per cubic yard, and change the } maximum water cement ratio fm 0.53 lg 0.49. In the sixth subparagraph, insert the requirements of 5 1/2% for air entrainment in the space provided. 15. Paragraph 501-3.1 PROPORTIONS. Delete the fifth subparagraph. r. f 16. Paragraph 501-3.2 CEMENTITIOUS MATERIALS. Delete this entire paragraph. r 17. Paragraph 501-4.1c(1). Finishing Machine. Add the following to this paragraph: "In lieu of a finishing machine, a vibratory screed, supplemented by hand- held vibrators, will be allowed provided the Contractor can demonstrate that the vibratory screed will thoroughly consolidate the concrete. An 4` adequate number of hand-held vibrators shall be provided to insure consolidation along joints." 18. Paragraph 501-4.1c(2). Vibrators. Delete the second and third subparagraphs. �" •' ` 2700-95 501 - c r G I; F6_ �1 19. Paragraph 501-4. le. Forms. Delete this paragraph and insert the following: "Straight side forms shall be made of steel having a thickness of not less than 7/32-inch and shall be furnished in sections not less than 10 feet in length. Forms shall be in one piece for the full depth required except as hereinafter permitted. Where the drawings require several different thicknesses for the same slab, forms may be built up with metal or wood to provide in increase in depth of not more than 25 percent. The required form depth may be obtained by securely bolting or welding to the bottom of the form a tubular metal section of the proper thickness or by securely bolting wood planks to the bottom of the form. The tubular metal section or wood planks shall completely cover the underside of the base of the form and shall extend beyond the edge of the base a sufficient distance to provide the necessary stability. The base width of the one-piece form, or built-up form, shall be not less than eight -tenths of the vertical height of the form, except that forms 8 inches or less in vertical height shall have a base width not less than the vertical height of the form. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less. Flexible or curved forms shall be of a design acceptable to the. Engineer. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the height of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be removed from the work. Repaired forms shall not be used until inspected and approved. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8-inch in 10 feet, and the upstanding leg shall not vary more than 1/4-inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting." 20. Paragraph 501-4.1f. Slip -form Pavers. Delete this paragraph. 21. Paragraph 501-4.3 CONDITIONING OF UNDERLYING COURSE, SLIP -FORM , CONSTRUCTION. Delete this paragraph., 22. Paragraph 501-4.7 LIMITATIONS OF MDUNG. Add the following to the fourth subparagraph: "A retarder shall be used for concrete deposited in the forms when the temperature of the concrete exceeds 85 degrees F. Concrete shall be placed in the forms continuously and rapidly at a rate adequate to assure finishing of the concrete prior to initial set of the concrete. 1hr, finished surface of the newly laid pavement shall be kept damp by an in waterfog or mist with approved spraying equipment until the jpgwment is covered by the curing medium," 2700-95 501 - d 23. Paragraph 501-4.8b Slip -form Method. Delete this paragraph. 24. Paragraph 501-4.10a(3) Dowel Bars. Insert the following after the third sentence: is "Dowels shall be placed by the ,bonded -in place method. Installation by removing and replacing dowels in preformed holes will not be permitted. Dowels in longitudinal and transverse construction joints shall be held securely in place parallel to the surface as indicated, by means of devices fastened to the form. Dowels in expansion joints and tie bars and dowels installed within the paving lane shall be held securely in place as indicated, by means of rigid metal bars or wires so arranged as to provide rigid support for the dowels throughout the paving operation, with a minimum i of four continuous bars or wires extending across the paving lane. The dowels shall be welded to the assembly or held firmly by mechanical +' lockingarrangements that will prevent the dowels from rising, g p uig, sliding out, or becoming distorted during paving operations. The dowel assemblies 1= shall be held securely in the proper location by means of suitable pins or anchors. The spacing of dowels in longitudinal construction joints shall be as indicated: except that where the planned spacing cannot be maintained because of form length or interference with form braces, closer spacing with additional dowels shall be used. Dowels in longitudinal joints shall be omitted when the center of the dowel would be located within a horizontal distance from a transverse joint equal to one-fourth of slab thickness. The method used in holding dowels in position shall develop such accuracy that the error in alignment of any dowel from its required position after the pavement has been finished shall be not greater than 1/8- inch per foot. The Contractor shall furnish an approved template for checking the position of the dowels." 25. Paragraph 501-4.10a(4) Slip -Form Construction. Delete this paragraph. 26. Paragraph 501-4.10c(1) Construction. Delete the third, fourth and fifth sentences. j 27. Paragraph 501-4.10c(2) Contraction or Weakened -Plane Type. Delete this paragraph and insert the following: "The longitudinal groove sawed in the top of the slab shall be installed where indicated on the drawings. The groove shall be sawed with approved equipment in the hardened concrete to the dimensions required. The sawed groove shall be straight and of uniform width and depth. The groove shall be clean cut so that spalling will be avoided at intersections with transverse joints. Tie bars shall be installed across these joints where indicated on the plans." r 28. Paragraph 501-4.10d(2) Contraction. Revise the second sentence to read as follows: "These joints will be installed by sawing a groove into the concrete surface ' after the concrete has hardened, in the same manner as specified in paragraph 501-4.10c(2)." r- 29. Paragraph 501-4.13 SKID RESISTANT SURFACES. Delete this paragraph. 30. Paragraph 501-4.15(a) Impervious Membrane Method. In the third sentence, change the rate rof application from 1 gallon per 150 square feet IQ 1 gallon per 75 square feet. 31. Paragraph 501-4.21 ACCEPTANCE SAMPLING AND TESTING. Delete the first sentence r of the second subparagraph and insert the following: "Concrete pavement will be tested for flexural strength on a lot basis. A ,..` lot will consist of each day's production. Two sets of beams consisting of four beams each will be made for each lot. Random samples will be taken from the plastic concrete at the site in accordance with accepted statistical procedures. A unit price penalty will be assessed for pavement that fails to meet the required flexural strength." 3 . 32. Paragraph 501-4.22 TOLERANCE IN PAVEMENT THICKNESS. Delete this paragraph ; and insert the following: r ! "The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with ASTM C174. The j:. Engineer may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched. across the r- forms or in the plastic concrete behind the concrete placing operation. Areas found deficient in thickness shall be removed and replaced with i' 1; concrete of the thickness shown on the plans at the Contractor's expense. s:. Core holes shall be filled with non -shrink grout. " ` 33. Add the following: "501-4.23 REPAIRS OF DEFECTIVE PAVEMENT SLABS a. General Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter E at no cost to the Owner. b. Broken Slabs Pavement slabs containing multiple cracks through more than 1/4 of the depth of G the slab separating the slab into three or more parts and pavement slabs with one r : or more cracks through more than 1 /4 of the depth of the pavement extending /� 2700-95 501 - f AA r • diagonally across more than 1/3 of the slab either transversely or longitudinally, shall be entirely removed and replaced. Pavement slabs containing a single, diagonal crack intersecting the transverse and longitudinal joints within 1/3 of the. width and length of the slab from the corner shall be repaired by removing and ' replacing the smaller portion of the slab. Repairs of broken slabs shall be made in conformance with paragraph 501-3.25. t C. Grooving and Repairing Cracks in Pavement Slabs Random cracks penetrating more than 1/4 of the depth of the pavement shall be r grooved, the crack filled with epoxy -resin and the groove filled with epoxy -resin '. grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width not less than 3/8-inch nor more than 5/8-inch by means of an approved .-. grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of.' widening the top of the crack to the required section without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by inspection of r. cores not less than 4 inches in diameter drilled by the Contractor at his expense:,, . at locations directed. The core holes shall be refilled with portland-cement ` concrete bonded to the pavement with epoxy -resin grout. In addition, when a r., longitudinal crack is continuous across one or more slabs and penetrates more..; r than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the ; ,., operation to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack ; Sandblasting and high-pressure air jets shall be used to remove any fines near the r apparent ends of the crack to permit accurate determination of ends of the crack ' All fines, dust, and other loose material on the wall of the cored holes shall be removed by scrubbing with a stiff -bristle brush, followed by washing and dewatering of the core hole. These core holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 „ parts epoxy binder, by volume, shall be applied and brushed into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be such that temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during hardening. d. Nonworking (uncracked) Contraction Joints When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar r..,, or grout and, the crack shall be routed and sealed. When a transverse random k' crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab' length from a contraction joint, the crack shall . be routed and sealed, and the joint shall be filled with epoxy -resin grout or 2700-95 501 - g mortar. When a transverse random crack is more than 25 percent of a stab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly;, ^, cleaned. Cleaning and sealing of cracks and joints shall be as specified in Item` P-605. r•* e. Spalling Along Joints and Cracks Spalls shall be repaired by making a saw cut at least 1. inch outside the spalled' area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth of 2 inches of. 1/6 the slab thickness,' - whichever is greater. The concrete between the saw cut and the joint or primary crack shall be thoroughly cleaned with compressed air, sandblasting, or other r- methods to remove all loose material. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface of all sides of the cavity, except the joint or primary , r•` crack face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of portland-cement concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat be �. stringy or approaches dry to touch. The epoxy concrete shall then be placed in the cavity in layers not exceeding 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy, resin concrete does not exceed 140 degrees F. at any time during hardening Mechanical plate, screed, float vibrators, or hand tampers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete shall be removed before it hardens. After. the . finishing operations and while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland cement shall be uniformly spread on the surface of the r repaired area and lightly brushed into the surface. If the spalled area to be patched abuts a working joint or a working crack which p g j � g penetrates the full depth..... of a slab, an insert or other bond -breaking medium shall be used to maintain working joints or cracks during the repair work. Surface embedment of 8 flexible polyethylene or other suitable type hose shall be used for forming a groove along the working crack to be filled with appropriate type of joint -sealing material. The hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The groove shall be thoroughly cleaned and filled with a sealer as specified in Item P-605." • 501-4.24 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS Defective pavement areas shall be removed and replaced as specified herein with ., pavements of the thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing keys or dowels at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the .required location, and the concrete shall be removed to provide an essentially vertical face in the f ` j. remaining portion of the slab. Prior to placement of the fresh concrete, the face, 2700-95 501 - h r. ii- of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch, and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent: slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as'indicated. The joints shall be sealed as specified in Item P-605. The replaced pavements will be paid for at the contract price but no payment will . be made for the defective pavements removed nor for the cost of removing the defective pavements." 34. Paragraph 501-5.1 Delete this paragraph and insert the following: "The quantity of concrete pavement to be paid for shall be the number of square yards of concrete pavement as specified, in place, completed and accepted, less deductions as hereinafter required for deficient strength." 35. Paragraphs 501-6.1 and 501-6.2. Delete these paragraphs and insert the following: "a. General The accepted quantities of concrete pavement will be paid for at the contract unit price per square yard, which price and payment shall be full compensation for furnishing and placing all materials, including any dowels, steel reinforcement, and texturing. No additional payment over the unit contract bid price shall be made for any pavement which has an average thickness in excess of that shown on the plans. Payment will be made under: Item P-501, Portland Cement Concrete Pavement, 7-inch thickness,; per, square yard. b. Flexural Strength Price Adjustment When any pay factor for flexural strength deficiency for a lot of concrete is less than 1.0, payment for the material in that lot shall be made at a reduced pric ' e arrived at by multiplying the contract price per unit of measurement by'lhe' appropriate pay factor in the following table. The lot will be accepted without adjustment in payment for flexural strength if the average 28-day flexural strength, based on three beams representing the lot, is greater than or equal to the acceptance limit shown under the 1.00 pay factor m the table below. If the average strength does not meet this limit, the Contractor may elect to leave the lot in place at a reduced unit price determined, in 2700-95 501 - i PM 2700-95 6115/90 AC 150.15370-10A CHG 1 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT DESCRIPTION 501-1.1 This work shall consist of pavement composed of portland cement concrete, Isvith reinforcement] [with- out reinforcement] constructed on a prepared subgrade or subbase course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. MATERIALS 501-2.1 FINE AGGREGATE. Fine aggregate for concrete shall conform to the requirements of ASTIAi C 33 and shall meet the requirements of Table 1. TABLE 1. GRADATION FOR FINE AGGREGATE ASTM C 33 z Sieve Designation (square openings) ( Percentage b� Weight Passing % in (9.5 mm) 100 No. 4 (4.75 mm) 95-100 No. 8 (2.36 mm) 80-100 No. 16 (1.18 mm) 50- 85 No. 30 (600 micro-m) 25-60 No. 50 (300 micro-m) 10-30 No. 100 (150 micro-m) 2-10 501-2.2 COARSE AGGREGATE. Coarse aggregate shall conform to the requirements of ASTM C 33. Grada- tion shall be in accordance with Table 2. 501 - 1 AC 150/5370-10A CHG 1 6115/90 TABLE 2. GRADATION FOR COARSE AGGREGATE . ASTM C 33 Sieve Designations (square openings) percentage by weight Passing sieve: in. mm 2t/2 63 2 50.8 1'h 38.1 1 25.0 1/4 19.0 'i 12.5 % 9.5 No.4 4.75 No.8 2.36 Sieve From 2" to No. 4 From 11h" to No. 4 From 1" to No. 4 Designations (S0.8mm - 4.75mm) (38.1mm - 4.75mm) (2S.Omm - 4.7Smm) (square openings) Percentage by Weight Passing Sieves in. mm 2"-1" 1"-NoA 1'h"-3/4" '/4"-NoA 1"-No.4 2% 63 — — — — — 2 50.9 90-100 — 100 —. Ph 38.1 35-70 100 90-100 — 100 1 25.0 0-15 95-100 20-SS 100 95-100 '/4 19.0 — — 0-15 90-100 — 'h 12.5 O-5 25-60 — — 25-60 % 9.5 — — 0-5 20-55 — No.4 4.75 — 0-10 — 0-10 0-10 No.8 2.36 — 0-S — O-S O-S 501-2 .. 6/15/90 AC 15015370--t0A CHG 1 7! [ The percentage of wear shall be no more than [ ) when tested in accordance with ( ). Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled blast fur- nace slag, or natural sand. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C 33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. 501-23 CEMENT. Cement shall conform to the requirements of [ ] type [ ]. If, for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected Cement salvaged from discarded or used bags shall not be used. 501-2.4 CEMEN-1-1 OUS MATERIALS. a. Fly Ash. Fly ash shall meet the requirements of ASTM C 618 with the exception of loss of ignition, where the maximum shall be less than 6 percent. b. Blast Furnace Slag. Ground blast furnace slag shall meet the requirements of ASTM C 989, Grade 120. 501-25 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints shall conform to the re- quirements of ASTM [ ] and shall be punched to admit the dowels where called for on the plans. For contraction joints, the filler shall be a resin -impregnated fiberboard conforming to the physical requirements of ASTM D 1752. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is authorized for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.6 JOINT SEALER. The joint scaler for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type(s) specified in the plans. �- 501-3 AC 15015370-10A CHG 1 6115/90 501-2.7 STEEL REINFORCEMENT. Reinforcing shall consist of [ ) conforming to the requirements of [ I. 501-2.8 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A 615, ASTM A 616 or ASTM A 617, except that rail steel bars, grade 50 or 60, shall not be used for tie bars that are to be bent or restraightened during construction. Tie bars designated as grade 40 in ASTM A 615 can be used for construction' requiring bent bars. Dowel bars shall be plain steel bars conforming to ASTM A 615, ASTM A 616, or ASTM A 617, and shall be free from burring or other deformation restricting slippage in the concrete. Before delivery to the construction Bite, a minimum of two-thirds of the Iength of each dowel bar shall be painted with one coat of zinc -chromate. If -plastic or epoxy -coated steel dowels are used, no zinc -chromate coating is required, except when specified for a particular situation on the contract plans. Coated dowels shall conform to the requirements given in AASHTO M 254. The sleeves for dowel bars used in expansion joints shall be metal, of an approved design to cover 2 to 3 inches (50 mm to 75 mm) of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least 1 inch (25 mm) from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. 501-29 WATER. Water used in mixing or curing shall be as clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product as possible. Water will be tested in accordance with the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 501-2.10 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifl- cations: a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2. 171. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. e. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 501-2.11 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engi- neer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the require- ments indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifica- tions. Subsequent tests will be made of samples taken by the Engineer from the supply of the material being fur- nished or proposed for use on the work to determine whether the admixture is uniform in quality with that ap- proved. a. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C 260 and shall be added to the mixer in the amount necessary to produce the specified air content. The air -entrainment agent and the water reducer admixture shall be compatible. 501 4 7 6/15/90 AC 15015370-10A CNG 1 b. Chemical Admixtures. Water -reducing, set -retarding, and set -accelerating admixtures shall meet the re- quirements of ASTM C 494. MIX DESIGN 501-3.1 PROPORTIONS. Proportioning requirements for concrete shall be designed for a flexural strength of I I. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and actual flexural strength obtained from the concrete. The mix design shall include a complete list of materials including type; brand; source and amount of cementTfly ash or other pozzolons, ground slag, and admixtures; and copies of test reports. Production shall not begin until the mix design is approved by the Engines. Flexural strength shall be as specified at 28 days using test specimens prepared in accordance with ASTM C 31 and tested in accordance with ASTM C 78. The mix determined shall be workable concrete having a slump for side - form concrete between 1 and 2 inches (25 mm and 50 mm) as determined by ASTM C 143. For vibrated slip -form concrete, the slump shall be between 1/2 inch (12 mm) and 1-1/2 inches (37 mm). The minimum cementitous material (cement plus fly ash) content shall be 500 pounds per cubic yard (296 kg per 71 cubic meter). The ratio of water to cementitous material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.53 l,y weight r- . For slip -form construction, a high degree of uniformity in the plastic concrete is required. Caution should be exer- cised in establishing the air -entrainment percentage, as excessive air entrainment will aggravate edge slumping and insufficient air entrainment will result in poor concrete durability. Some edge slump of the wet concrete behind the side form on the paving machine will occur, even with low slump concrete. This may continue, though very slowly, until initial set has taken place. 501-3.2 CEMENTTTOUS MATERIALS. a. Fly Ash. Fly ash may be used in the mix design. When fly ash is used as a partial replacement for cement, the minimum cement content may be met by considering pordand cement plus fly ash as the total cemend- tous material. The replacement rate shall be determined from laboratory trial mixes, but shall not exceed 25 percent by weight of the total cementitous material. b. Ground Slag. Ground blast -furnace slag may be used in a mix design containing Type I or Type II cement. The slag may constitute between 25 to 55 percent of the total cementitous material. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 550 F (13° C) the percent slag should not exceed 30 percent. 501-5 AC 15015370-10A CHG 1 6115190 501-33 ADMIXTURES. a. Air Entraining. Air -entraining admixture shall be added in such a manner that will insure uniform dis- tribution of the agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air entrainment in the mix shall be in accordance with Table 3 plus or minus 1-1R percentage points. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. z ENTRAINED AIR TOLERANCES Air Content Coarse Aggregate Percent by Volume 11/2 in. (38.1 mm), 2 in. (51 mm), 51A 21h in. (63 mm) 3/4 in. (19.1 mm),1 in. (25.0 mm) 6 34 in. (9.5 mm), V2 in. (12.5 mm) Th b. Chemical. Water -reducing and set -controlling admixtures shall be added to the mix in the manner rec- ommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, during the mix design, in accordance with ASTM C 494. S01-3.4 TESTING LABORATORY., The testing laboratory used to develop the design mix and to perform the tests required by this specification shall meet the requirements of ASTM C 1077. A certification that the laboratory meets these requirements shall be submitted to the Engineer. CONSTRUCTION METHODS 501-4.1 EQUIPMENT. Equipment and tools necessary for handling materials and performing all parts of the work shall be approved by the Engineer as to design, capacity, and mechanical condition. The equipment shall be at the job site before the start of construction operations for examination and approval. a. Batching Plant and Equipment. (1) General. The batching plant shall include bins, weighing hoppers, and scales for the fine aggregate and coarse aggregate. If bulk cement is used, a bin, hopper. and separate scale for cement shall be included. The weighing hoppers shall be properly sealed and vented to preclude dusting during operation. 501 - 6 r -10A cHG 1 6/15190 AC 15015370 f (2) Bins and Hopper. Bins with adequate separate compartments for fine aggregate and coarse aggregate shall be provided in the batching plant. Each compartment shall discharge efficiently and freely into the weighing hopper. Means of control shall be provided so that, as the quantity desired in the weighing hopper is approached, the material may be added slowly and shut off with precision. A port or other opening for removing an overload of any one of the several materials from the hopper shall be provided. Weighing hoppers shall be constructed to elimi- nate accumulations of materials and to discharge fully. (3) Scales. The scales for weighing aggregates and cement shall be of either the beam or the springless dial type. They shall be accurate within OS percent throughout their range of use. When beam -type scales are used. provisions such as a "telltale" dial shall be made for indicating to the operator that the required load in the weigh- ing hopper is being approached. A device on the weighing beams shall clearly indicate critical position. Poises shall be designed to be locked in any position and to prevent unauthorized change. The weight beam and "telltale" device shall be in full view of the operator while charging the hopper, and the operator shall have convenient access to all controls. i Scales shall be inspected and sealed as often as the Engineer may seem necessary to assure their continued accura- cy. The Contractor shall have on hand not less than ten 50-pound (23 kg) weights for testing of all scales when r directed by the Engineer. i b. Mixers. �.. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer I shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. z �- A device accurate within 3 percent and satisfactory to the Engineer shall be provided at the mixer for determining the amount of air -entraining agent or other admixture to be added to each batch requiring such admixtures. Mixers shall be examined daily for the accumulation of hard concrete or mortar and the wear of blades. (2) Central Plant Mixer. Mixing shall be in an approved mixer capable of combining the aggregates, cement, and water into a thoroughly mixed and uniform mass within the specified mixing period, and of discharg- ing the mixture without segregation. Central plant mixers shall be equipped with an acceptable timing device that will not permit the batch to be discharged until the specified mixing time has elapsed. The water system for a central mixer shall be either a calibrated measuring tank or a meter and shall not necessarily be an integral part of the mixer. The mixers shall be examined daily for changes in condition due to accumulation of hard concrete 6r mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (13 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement .- of blades in reference to original height and depth. (3) Truck Mixers and Truck Agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central mixed concrete shall conform to the requirements of ASTM C 94. r(4) Nonagitator Trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. r• e. Finishing Equipment. (1) Finishing Machine. The finishing machine shall be equipped with one or more oscillating -type trans- verse screeds. P (2) Vibrators. For side -form construction, vibrators may be either the surface pan type for pavements P less than 8 inches (200 mm) thick or the internal type with either immersed tube or multiple spuds, for the full width of the concrete slab. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. They shall not come in contact with the joint, load -transfer devices, subgrade, or side forms. I, The frequency of the surface vibrators shall not be less than 3,500 vibrations per minute, and the frequency of the internal type shall not be less than 7,000 vibrations per minute for spud vibrators. When spud -type internal vibra- tors are used adjacent to the side forms, they shall have a frequency of not less than 3,500 vibrations per minute. Hand vibrators should be used to consolidate the concrete along forms and other isolated areas. 501 - 7 AC 15015370-10A CHG 1 6n 5190 For slip —form construction, the paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed. Vibration shall be accomplished by internal vibrators with a frequency range variable between 7,000 and 12,000 vibrations per minute. The amplitude of vibration shall be between 0.025 (0.6 mm) and 0.06 (16 mm) inches. The number, spacing, frequency, and eccentric weights shall be provided as necessary to achieve an acceptable concrete density and finishing quality. Adequate power to operate all vibrators at the weight and frequency required for a satisfactory finish shall be available on the paver. The internal vibrators may be supplemented by vibrating screeds operating on the surface of the concrete. The frequency of surface vibrators shall. not be less than 3,500 vibrations per minute. The Contractor shall furnish a tachometer or other suitable device for measuring the frequen- cy of the vibrators. The vibrators and tamping elements shall be automatically controlled so that they shall be stopped as forward motion ceases. Any override switch shall be of the spring —loaded, momentary contact type: d. Concrete Saw. When sawing of joints is specified, the -Contractor shall provide sawing equipment ade. quate in number of units and power to complete the sawing to the required dimensions and at the required rate. The Contractor shall provide at least one standby saw in good working order. An ample supply of saw blades shall be maintained at the site of the work at all times during sawing operations. The Contractor shall provide adequate artificial lighting facilities for night sawing. All of this equipment shall be on the job both before and at all times during concrete placement. e. Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32 inch (6 mm) and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the prescribed edge thickness of the concrete without horizontal joint, and a base width equal to the depth of the forms. Flexible or curved forms of proper radius shall be used for curves of 100—foot (30 in) radius or less. Flexible or curved forms shall be of a design acceptable to the Engineer. Forms: shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibra- tion of the consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two—thirds the height of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be removed from the work Repaired forms shall not be used until inspected and approved. Built—up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. f. Slip -farm Pavers. The paver shall be fully energized, self—propelled, and designed for the specific pur- pose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver should be equipped with electronic or hydraulic horizontal and vertical control devices. 501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure con- tinuous paving operation. After the forms have been set to correct grade, the grade shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place with not less than 3 pins for each 10-foot (3 m) section. A pin shall be placed at each side of every joint. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/4 inch (6 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immedi- ately before placing the concrete. When any form has been disturbed or any grade has become unstable, the form shall be reset and rechecked. 501-4.3 CONDITIONING OF UNDERLYING COURSE, SLIP —FORM CONSTRUCTION. The compacted subgrade or subbase on which the pavement will be placed shall be widened approximately 3 feet (90 cm) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the subgrade or subbase has been placed and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed to the proper elevation and profile by means of a properly designed machine. The grade of the subbase on which the concrete pavement is to be placed shall be controlled automatically 501 - 8 6115190 AC 15015370-10A CHG 1 by steel guide wires erected and maintained by the Contractor. If the density of the base is disturbed by the trim- ming operations, it shall be corrected by additional compaction before the concrete is placed except when smbilizcd subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor or the damaged areas filled with concrete integral with the pavement. The grading operations should be delayed as long as possible and immediately precede paving insofar as practical, particularly if the base course is subjected to haul traffic. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. In cold weath- er the underlying subbase shall be protected so that it will be entirely free of frost when concrete is placed. r.. 5014A CONDITIONING OF UNDERLYING COURSE, SIDE —FORM CONSTRUCTION. The prepared grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Ruts or depressions in the subgrade or subbase caused by hauling or usage of other equipment shall be filled as they develop with suitable material (not with concrete or concrete aggregates) rand thoroughly compacted by rolling. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor, or the damaged areas filled with concrete integral with the pavement. A multiple —pin templet weigh- ing not less than 1,000 pounds (454 kg) per 20 feet (6 m) or other approved templet shall be provided and operated on the forms immediately in advance of the placing of the concrete. The templet shall be propelled only by hand I, and not attached to a tractor or other power unit. Templets shall be adjustable so that they may be set and main- tained at the correct contour of the underlying coarse. The adjustment and operation of the templet shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be re- moved. Low areas may be filled and compacted to a condition similar to that of the surrounding grade, or filled with concrete integral with the pavement. In cold weather, the underlying subbase shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying I material will not be permitted. The templet shall be maintained in accurate adjustment, at all times by the Contrac- tor, and should be checked daily. The work described under the foregoing paragraphs does not constitute a regular subgrading operation, but rather a final accurate check of the underlying course. 501-45 HANDLING, MEASURING, AND BATCHrNG MATERIAL. The batch plant site, layout, equip- ment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be built up in layers of not more than 3 feet (90 cm) in thickness. Each layer shall be completely in place rbefore beginning the next layer and shall not be allowed to "cone" down over the next lower layer. Aggregates from different sources and of different grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted by the Engineer. Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner to secure the specified grading of the material. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stock- piled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. The fine aggregate and coarse aggregate shall be separately weighed into hoppers in the respective amounts set by the Engineer in the job mix. Cement shall be measured by weight. Separate scales and hopper, with a device to positively indicate the complete discharge of the batch of cement into the batch box or container, shall be used for weighing the cement. When required by the contract or when permitted, batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to trans- porting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved r. device, to prevent loss of cement. The device shall be arranged to provide positive assurance of the actual presence r in each batch of the entire cement content specified r 501 - 9 AC 15015370-10A CHG 1 6/15/90 When cement is placed in contact with the aggregates, batches may be rejected unless mixed within 1-1/2 hours of such contact. Batching shall be conducted so that the results in the weights of each material required will be within a tolerance of 1 percent for cement and 2 percent for aggregates. Water may be measured either by volume or by weight The accuracy of measuring the water shall be within plus or minus 1 percent of required amounts. Unless the water is to be weighed, the water -measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with an outside tap and valve to provide for checking the setting, unless other means are provided for readily and accu- rately determining the amount of water in the tank. The volume of the auxiliary tank shall be at least equal to that of the measuring tank. Methods and equipment for adding air -entraining agent or other admixtures to the batch, when required, shall be approved by the Engineer. All admixtures shall be measured into the mixer with an accuracy of plus or minus 3 percent 501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. Ready -mixed concrete shall be mixed and delivered in accord- ance with the requirements of ASTM C 94, except that the minimum required revolutions of the mixing speed for transit mixed concrete may be reduced to not less than that recommended by the mixer manufacturer. The number of revolutions recommended by the mixer manufacturer shall be indicated on the manufacturer's serial plate at- tached to the mixer. The Contractor shall furnish test data acceptable to the Engineer verifying that the make and model of the mixer will produce uniform concrete conforming to the provisions of ASTM C 94 at the reduced number of revolutions shown on the serial plate. When mixed at the work site or in a central mixing plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is included in mixing time. The contents of an individual mixer drum shall be removed before a succeeding batch is emptied therein. The mixer shall be operated at the drum speed as shown on the manufacturer's nameplate on the approved mixer. Any concrete mixed less than the specified time shall be discarded at the Contractor's expense. The volume of concrete mixed per batch shall not exceed the mixer's nominal capacity in cubic feet (cubic meters), as shown on the manufacturer's standard rating plate on the mixer. An overload up to 10 percent above the mixer's nominal capacity may be permitted provided concrete test data for segregation and uniform consistency are satisfactory, and provided no spillage of concrete takes place. The batch shall be charged into the cium so that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The time elapsing from the time water is added to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 60 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted, except when concrete is delivered in transit mixers. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified require- mens, if permitted by the Engineer. All these operations must be performed within 45 minutes after the initial mixing operations and the water -cement ratio must not be exceeded. Admixtures for increasing the workability or for accelerating the set will be permitted only when specified for in the contract 501-4.7 LIMITATIONS OF MIXING. No concrete shall be mixed, placed, or finished when the natural light is insufficient, carless an adequate and approved artificial lighting system is operated. Unless authorized in writing by the Engineer. mixing and concreting operations shall be discontinued when a de- scending air temperature in the shade and away from artificial het reaches 40° F (41 C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 350 F (20 Q. When concreting is authorized during cold weather, the aggregates may be heated by either steam or dry heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated area which might be detrimental to the materials. Unless otherwise author- 501 10 6/15/90 AC 15015370-10A CHG 1 ized, the temperature of the mixed concrete shall not be less than Yr F (10° C) at the time of placement in the forms. If the air temperature is 35° F (2° C) or less at the time of placing concrete, the Engineer may require the water and/or the aggregates to be heated to not less than 700 F (20° C) nor more than 150° F (66° Q. Concrete shall not be placed on frozen subgrade nor shall frozen aggregates by used in the concrete. During periods of warm weather when the maximum daily air temperature exceeds 85" F (300 C), the following + precautions should be taken. The forms and/or the underlying material shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90° F (33° Q. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. 501-4.8 PLACING CONCRETE. a. Side -Form Method For the side -form method, the concrete shall be deposited on the moistened grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be un- loaded into an approved spreading device and mechanically spread on the grade to prevent segregation of the mate- rials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels — not rakes. Workmen shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. When concrete is to be placed adjoining a previously constructed lane of pavement and when mechanicat_equipment will be operated upon the existing lane of pavement, the concrete shall be at least 7 days old and at a flexural �.• strength approved by the Engineer. If only finishing equipment is carried on the existing lane, paving in adjoining w lanes may be permitted after 3 days, if approved by the Engineer. Concrete shall be thoroughly consolidated against and along the faces of all forms and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to t come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 15 seconds in any one location, nor shall the vibrators be used to move the concrete. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is well centered on the joint assembly. r Should any concrete materials fall on or be worked into the surface of a completed slab, they shall be removed immediately by approved methods. b. Slip -Form Method. For the slip -form method, the concrete shall be placed with an approved crawler - mounted, slip -form paver designed to spread, consolidate, and shape the freshly placed concrete in one complete pass of the machine so that a minimum of hand finishing will be, necessary to provide a dense and homogeneous pavement in conformance with requirements of the plans and specifications. The concrete should be placed directly on top of the joint assemblies to prevent them from moving when the paver moves over them. Side forms and finishing screeds shall be adjustable to the extent required to produce the specified pavement edge and surface tolerance. The side forms shall be of dimensions, shape, and strength to support the concrete laterally for a suffi- cient length of time so that no appreciable edge slumping will occur. Final finishing shall be accomplished while the concrete is still in the plastic state. It is the intent of the specification to produce a high quality, dense, long lasting, and smooth pavement suitable for r. the high speed operations of roughness -sensitive heavy jet aircraft. Ibis requires that all joints, and particularly all f longitudinal joints, meet the specified tolerance throughout their length. The Engineer will designate the paving lanes in an apron, taxiway, or the outer runway paving lanes to be used for the initial paving operations. In the event that slumping or sloughing occurs behind the paver or if there are any other structural or surface defects r' which, in the opinion of the Engineer, cannot be coaected within permissible tolerances, the Engineer may halt paving operations until proper adjustment of the equipment or procedures have been made. In the event that satis- factory procedures and pavement are not achieved after not more than 2,000 linear feet (600 m) of single lane paving, the Contractor shall complete the balance of the work with the use of standard metal forms and the formed E method of placing and curing. �" 501 - 11 AC 15015370—IOA CHG 1 6/15!90 501-4.9 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the plac. ing of the concrete, it shall be struck off to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the eleva- tion shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete place- ment or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adverse- ly affect or reduce bond. Reinforcing steel with rust, mill scale, or a combination of both will be considered satis- factory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 JOINTS. a. General. (1) Longitudinal and Transverse Joints. Longitudinal and transverse joints shall be constructed as indi. cated on the plans and in accordance with these requirements. All joints shall be constructed true to line with their faces perpendicular to the surface of the pavement. Joints shall not vary more than 1R inch (12 mm) from •a true line or from their designated position. The vertical surface of the pavement adjacent to all expansion joints shall be finished to a true plane and edged to a radius of 1/4 inch (6 mm) or as shown on the plans. The surface across the joints shall be tested with a 10-foot (3 err) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. When required, keyways shall be accurately formed with a template of metal or wood. The gauge or thickness of the maternal in the template shall be such that the full keyway, as specified, is formed and is in the correct location. Transverse joints shall be at right angles to the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the fast lane. All joints shall be so prepared, finished, or cut to provide a groove of the width and depth shown on the plans. (2) Tie Bars. Tie bars shall consist of deformed bars installed principally in longitudinal joints as shown on the plans. Tie bars shall be pl. ced at right angles to the centerline of the concrete slab and shall be spaced at intervals of 30 inches (76 cm), unless otherwise specified. They shall be held in position parallel to the pavement surface and midway between the surfaces of the slab. When tie bars extend into an unpaved lane, they may be bent at right angles against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. (3) Dowel Bars. Dowel bars or other load -transfer units of an approved type shall be placed across trans- verse or other joints in the manner as specified on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an ap- proved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal, or other type, dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps shall be substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the plans. The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight. The portion of each dowel painted with rust preventative paint, as required under Section 501-2.8, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from binding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used except when ap- proved pullout tests indicate it is not necessary. In lieu of using dowel assemblies at contraction joints, dowel bars may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. (4) Slip -Form Construction. For slip -form construction, the following shall apply: when keyed con- struction joints are called for, a sheet metal keyway liner shall be required The liner may remain in place perma- nently and become part of the keyed joint and shall be galvanized, copper clad, or of similar rust -resistant material, of sufficient stiffness to support the upper keyway flange. Two-piece hook bolts may be installed in either the male :501 - 12 1 . 6/15/90 ;`": AC 15015370-10A CHG 1 or female side of the keyed joint providing the installation is made without distorting the keyed dimensions or causing edge slump. If a bent tie bar installation is used, the tie bars shall be inserted through the sheet metal r- keyway liner only on the female side of the joint. The bent tie bar installation may cause breaking of some small amount of laitance where the bar goes through the liner when the exposed portion of the bar is bent for extension into the adjacent lane. In no cast shall a bent tie bar installation for male keyways be permitted which will require chipping away of concrete to perform the straightening of the tie bar. Alternate methods of bar installation may be r" approved by the Engineer if the keyway can be formed to a tolerance of 1/4 inch (6 mm) in any dimension and without distortion or slumping of the top of the male flange. Transverse joints with dowels will require particular care to insure the dowels are accurately placed and not disturbed during concrete placement. Transverse dowels will require use of an apparatus to firmly hold the dowels perpendicular to the joint and parallel to the slab surface. A During the concrete placement operation, it is advisable to place plastic concrete directly on the dowel assembly + immediately prior to passage of the paver to help maintain dowel alignment. In lieu of using dowel assemblies at �., contraction joints, dowel bars may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. b. Installation. The top of an assembled joint device shall be set at the proper distance below the pave- ment surface and the elevation shall be checked. Such devices shall be set to the required position and line and i shall be securely held in place by stakes or other means during the pouring and finishing of the concrete. The ' pmmolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bats shall be checked for exact position and alignment as soon as the joint r" device is staked in place, and the device shall be tested to determine whether it is firmly supported. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 pgrcent or l/ 4 inch (6 mm) per foot of a dowel bar. The most effective way to obtain proper alignment is with well fabricated •- dowel baskets and dowel assemblies. In lieu of using dowel assemblies at contraction joints, dowel bars may be placed in the full thickness of pavement by mechanical device approved by the Engineer. When joints in concrete pavements are sawed, the joints shall be cut as shown on the plans. Equipment shall be as r- described in section 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall i produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. When shown on the plans or required by the specifications, the top portion of the slot or groove shall be widened by means of a second shal- lower cut or by suitable and approved beveling to provide adequate space for joint sealers. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the require spacing consecutively in sequence of the concrete placement, unless otherwise approved by the Engineer. c. Longitudinal Joints. (1) ConstructIon. Longitudinal construction joints necessary for lane construction shall be formed against suitable side forms (usually made of steel) with or without keyways, as indicated in the plans. Wooden forms may be used under special conditions, when approved by the Engineer. When the concrete is placed using slip -form pavers, the keyway shall be formed in the plastic concrete by means of preformed metal keyway liners which are inserted during the slip -form operations to foam the female side of the key and which may be left in place. The dimensions of the keyway forms shall not vary more than plus or minus 1/4 inch (6 mm) from the dimensions a indicated and shall not deviate more than plus or minus 1/4 inch (6 mm) from the mid -depth of the pavement A male keyway may be used providing the keyway and edge tolerances are met Where butt -type joints with dowels �- are designated, the dowels for this type shall be painted and greased. The edges of the joint shall be finished with a grooving tool or edging tool, and a space or slot shall be formed along the joint of the dimensions, as indicated, to receive the joint sealing material. Longitudinal construction joints shall be sawed to provide a groove at the top conforming to the details and dimensions indicated on the plans. Provisions shall be made for the installation of tie rbars as noted on the plats. (2) C)ntraction or weakened -plane type. The longitudinal groove formed or sawed in the top of the r slab shall be installed where indicated on the drawings. The groove shall be formed in the plastic concrete with suitable tools or maternal to obtain the width and depth specified, or it shall be sawed with approved equipment in the hardened concrete to the dimensions required. When the groove is formed in plastic concrete, it shall be true to line with not more than 1/4-inch (6 mm) variation in 10 feet (3 m); it shall be uniform in width and depth; and the f" sides of the groove shall be finished even and smooth with an edging tool- If an insert material is used, the installa- tion and edge finish shall be according to the manufacturer's instructions. The sawed groove shall be straight and of r 501 - 13 AC 15015370-10A CHG 1 6/15190 uniform width and depth. In either case, the groove shall be clean cut so that spalling will be avoided at intersec- tions with transverse joints. Tie bars shall be installed across these joints where indicated on the plans. (3) Expansion. ,Longitudinal expansion joints shall be installed as indicated on the plans. The premolded filler, of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A metal cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. d. Transverse Joints. (1) Expansion. Transverse expansion joints shall be installed at the locations and spacing as shown on the plans. The joints shall be installed at right angles to the centerline and perpendicular to the surface of the pavement. The joints shall be installed and finished to insure complete separation of the slabs. Expansion joints shall be of a premolded type conforming to these specifications and with the plans and shall be the full width of the pavement strip. All concrete shall be cleaned from the top of the joint material. Before the pavement is opened to traffic, this space shall be swept clean and filled with approved joint sealing material. All devices used for the installation of expansion joints shall be approved by the Engineer. They shall be easily removable without disturbing the concrete and held in proper transverse and vertical alignment. Immediately. after forms are removed, any concrete bridging the joint space at the ends shall be removed for the full width and -.depth of the joint When specified, expansion joints shall be equipped with dowels of the dimensions and at the spacing and location indicated on the plans. The dowels shall be firmly supported in place and accurately aligned parallel to the subgrade and the centerline of the pavement by means of a dowel assembly which will remain in the pavement and will ensure that the dowels are not displaced during construction. Other types of load —transfer devices may be used, when approved by the Engineer. (2) Contraction. Transverse contraction joints, weakened —plane joints, or both, shall be installed at the locations and spacing as shown on the plans. These joints will be installed by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened in the same manner as specified in paragraph 501-4.10c(2). Dowel bar assemblies shall be installed,-- when required, as shown on the plans. (3) Construction. Transverse construction joints shalt be installed at the end of each days placing oper- ations and at any other points within a paving lane when concrete placement is interrupted for more than 30 min. utes or it appears that the concrete will obtain its initial set before fresh concrete arrives. When the installation of the joint can be planned in advance, it shall be located at a contraction or expansion joint The joint shall not be allowed within 8 feet (240 cm) of a regular spaced transverse joint. If the pouring of the concrete has been stopped, causing a joint to fall within this limit, it shall not be installed, and the fresh placed concrete shall be removed back to the 8 foot (240 cm) limit. 501--4.11 FINAL STRIKE —OFF, CONSOLIDATION, AND FINISMG. a. Sequence. The sequence of operations shall be the strike -off and consolidation, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations generally will not be permitted. If the application of water to the surface is permitted, it shall be applied as a fog spray by means of approved spray equipment. b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load —transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adja- cent to joints shall be mechanically vibrated as required in section 501-4.8. After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalign- ment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segrega- 501' - 14 6115190 AC 15015370-10A CHG 1 lion of concrete, damage to, or misalignment of fhe points, the finishing machine shall be stopped when the screed is approximately 8 inches (200 mm) from the joint. Segregated concrete shall be removed from the front of and off the joint, the screed shall be lifred and set directly on top of the joint, and the forward motion of the finishing machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. c. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by an approved finishing machine. The machine shall go over each area as many times and at such inter- vals as necessary to give the proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side foams are used, the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true with- out lift, wobbling, or other variation tending to affect the precision finish. During the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in r" operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, alwayt r moving in the direction in which the work is progressing. and so manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this shall be repeated until the surface is of uniform texture, r.. true to grade and cross section, and free from porous arras. d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete. as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete -when rein- forcement is used. i The screed for the surface shall be at least 2 feet (6 cm) longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or ^, of other suitable material covered with metal. Consolidation shall be attained by the use of a suitable vibrator. e. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed, trued, and consolidated by means of a longitudinal float, using one of the following methods: r (1) Hand Method. The hand -operated longitudinal float shall not be less than 12 feet (33 m) in length and 6 inches (150 mm) in width. properly stiffened to prevent flexibility and warping. The longitudinal float, oper- ated from foot bridges resting on the side forms and spanning but not touching the concrete, shall be worked with a sawing motion, while held in a floating position parallel to the pavement centerline anal passing gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be iii successive advances of not more than one-half the length of the float. Any excess water or soupy material shall be wasted over the pavement edge on each pass. j (2) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame. The frame shall be carried by four or more visible wheels riding on, and constantly in contact with, the side forms or pavement subgrade. If necessary, long -handled floats having blades not less than 5 feet (150 cm) in length and 6 inches (150 mm) in width may be used to smooth and fill in open --textured areas in the pavement- Long -handled floats shall not be used to float the entire surface of the pavement in lieu of mechanical methods. When strike -off and consolidation are done by hand and the crown of the r• pavement will not permit the use of the longitudinal float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance shall be removed from the surface of the pavement by.a straightedge 10 feet (3 m) or more in length. Successive drags shall be lapped one-half the length of the blade. f. Straight -edge Testing and Surface Correction. After the pavement has been struck off and consolidat- ed and while the concrete is still plastic, it shall be tested for trueness with a 16-foot (4.8 m) straightedge. For this �^ purpose the Contractor shall furnish and use an accurate 16-foot (4.8 m) straightedg,. swung from handles 3 feet (90 cm) longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance shall be removed from the surface of the pavement. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refin- r d 501 - 15 AC 15015370-10A CHG 1 6115!90 ished. Special attention shall be given to assure that the surface across joints meets the requirements for smooth- ness. Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long —handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. 501-412 SURFACE TEXTURE. The surface of the pavement shall be finished with either a broom or burlap _. drag finish for all newly constructed concrete pavements. a. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the — pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. b. Burlap Drag Finish. If a burlap drag is used to textun: the pavement surface, it shall be at least 15 ounces per square yard (555 grams per square meter). To obtain a rough —textured surface, the transverse threads of the burlap should be removed approximately 1 foot. (3 cm) from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. S01-4.13 SKID RESISTANT SURFACES. A skid resistant surface shall be provided by construction of 501 - 16 6/15/90 AC 15015370-10A CHG 1 pool 501-4.14 SURFACE TEST. As soon as the concrete has hardened sufficiently, the pavernenrsurface shall be tested with a 16—foot (4.8 m) straightedge or other specified device. Areas in a slab showing high spots of more than 1/4 inch (6 mm) but not exceeding 1R inch (12 mm) in 16 feet (4.8 m) shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 inch (6 mm) or less. Where the departure from correct cross section exceeds 1/2 inch (12 mm), the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. Any area or section so removed shall not be less than 10 feet (3 m) in length nor less than the full width of the lane involved. When it is necessary to remove and replace a section of pavement, any remaining portion of the slab adjacent to the joints that is less than 10 feet (3 m) in length shall also be removed and replaced. 501-4.15 CURING. Immediately after the finishing operations have been completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured in accordance with one of the methods below. In all cases in which curing requires the use of water, the curing shall have prior right to ali water supply or supplies. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use. or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. The following are alternate approved methods for curing concrete pavements. ra. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not more than 150 square feet (14 square meters). The spraying equipment shall be of the fully atonuzing type equipped with a tank agitator. At the time of 501 - 17 AC 15015370-10A CHG 1 6115190 use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by effective mechanical means. Hand spray ing of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed; but approved means shall be used to insure proper curing for 72 hours. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. b. Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethyl- ene sheeting. The units shall be lapped at least 18 inches (45 cm). The sheeting shall be placed and weighted to cause it to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 72 hours after the concrete has been placed. c. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with water- proofed paper. The units shall be lapped at least 18 inches (45 cm). The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly wetted prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 72 hours after the concrete has been placed. d. White Burlap -Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain.in contact with the surface cov- ered, and the covering shall be maintained fully wetted and in position for 72 hours after the concrete has been placed. e. Curing in Cold Weather. When the average daily temperature is below 40° F (4° C), curing shall con- sist of covering the newly laid pavement with not less than 12 inches (300 mm) of loose, dry hay or straw, or equivalent protective curing authorized by the Engineer. which shall be retained in place for 10 days. The hay or straw shall be secured to avoid being blov.m away. Admixture for curing or temperature control may be used only when authorized by the Engineer. When concrete is being placed and the air temperature may be expected to drop below 35° F (2° C), a sufficient supply of straw, hay, grass, or other suitable blanketing material such as burlap or polyethylene shall be provided along the work. Anytime the temperature may be expected to reach the freezing point during the day or night, the material so provided shall be spread over the pavement to a sufficient depth to prevent freezing of the concrete. The period of time such protection shall be maintained shall not be less than 10 days. A minimum of 3 days is required when high, early strength concrete is used. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather. and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. 501-4.16 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has set for at least 12 hours, except where auxiliary forms are used temporarily in widened areas. Forms shall be removed carefully to avoid damage to the pavement. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4.15. Major honeycombed areas shall be considered as defective work and shall be removed and replaced. Any area or section so removed shall not be less than 10 feet (3 m) in length nor less than the full width of the lane involved. When it is necessary to remove and replace a section of pavement, any remaining portion of the slab adjacent to the joints that is less than 10 feet (3 m) in length shall also be removed and replaced. 501-4.17 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P­605. 501-4.19 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of wanting signs, lights, pavement bridges, or crossovers, etc. The 501 - 18 FM . � r 6115190 AC 15015370-IOA CHG 1 plans or special provisions will indicite the focauon 5nd"type of device or facility required to protect the work and provide adequately for traffic. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. In order that the concrete be properly protected against the effects of rain before the concrete is sufficiently hardened, the Contractor will be required to have available at all time materials for the protection of the edges and surfaces of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears immi- nent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened r., concrete with the protective covering. Flo f 501-4.19 OPENING TO TRAFFIC. The Engineer shall decide when the pavement shall be opened to traffic. The pavement will not be opened to traffic until test specimens molded and cured in accordance with ASTM C 31 have attained a flexural strength of 550 pounds per square inch (3792 kPa) when tested in accordance with ASTM C 78. If such tests are not conducted, the pavement shall not be open -A to traffic until 14 days after the concrete was placed. Prior to opening to traffic, the pavement shall be cleaned. 501-410 SURFACE TOLERANCES. Extreme care must be exercised in all phases of the operation to assure the pavement will pass the specified tolerances. The following tolerances are applicable: a. Lateral deviation from established alignment of the pavement edge shall not exceed plus or mints 0.10 foot (30 mm) in any lane. b. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (120 cm) at -any point. c. Surface smoothness deviations shall not exceed 1/4 inch (6 mm) from a 16-foot (4.8 m) straightedge placed in any direction, including placement along and spanning any pavement joint or edge. 501-4.21 ACCEPTANCE SAMPLING AND TESTING. Concrete samples shall be furnished by the Contractor and shall be taken in the field to determine the consistency, air content, and strength of the concrete. Flexural test beams shall be made each day that the concrete is placed. Each group of test beams shall be molded from the same batch of concrete and shall consist of a sufficient number of specimens to provide two flexural strength tests at each test age. One group of specimens will be made during the first half of each shift, and the other during the last portion of the shift. The specimens shall be made in accordance with ASTM C 31. However, at the start of paving operations and when the aggregate source, aggregate characteristics, or mix design is changed, additional groups of test beams may be required until the Engineer is satisfied that the concrete mixture being used complies with the strength requirements of these specifications. Test ages will be 7 days and 28 days. The flexural strength of the concrete shall meet the following requirements: (I) the average of any 4 consecutive strength tests, tested at the end of 28 days, shall have an average flexural strength equal to or greater than the specified flexural strength; (2) not more than 20 percent of the beams tested at the end of 28 days shall have a flexural strength less than the specified strength. Specimens which are obviously defective shall not be considered in the determination of the strength. When it appears that the test specimens will fail to conform to the require- ments for strength, the Engineer shall have the right to order changes in the concrete sufficient to increase the strength to meet the requirements. When a satisfactory relationship between 7-day and 28-day strengths has been established and approved, the 7--day test results may be used as an indication of the 28-day strengths. However, the 7-.day test results will not replace the results of the 2&&y tests if the 28-day results fall below the requirements. 501 19 AC 15015370-10A CHG 1 6/15190 501-4.22 TOLERANCE IN PAVEMENT TIUCKNESS. Concrete will be accepted for thickness on a lot basis. A lot will consist of [ ] square yards (square meters). One core shall be taken at random -by the Engineer in each lot. When the measurement of the core from a lot is not deficient more than 0.2 inch (5 mm) from the plan thickness, full payment will be made. When such measurement is deficient more than 0.2 inch (5 mm) and not more than 1.0 inch (25 mm) from the plan thickness, two additional cores shall be taken at random and used in — determining the average thickness for that lot. An adjusted unit price, as provided in paragraph 501 5.2, will be paid for the lot. The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with ASTM C 174. In calculating the average thickness of the pavement, measurements which are in excess of the specified thickness by more than 02 inch (5 mm) shall be considered as the specified thickness plus 0.2 inch (5 mm), and measure- ments which are less than the specified thickness by more than 1.0 inch (25 mm) shall not be included in the ` average. When the measurement of any core is less than the specified thickness by more than 1.0 inch (25 mm), the actual thickness of the pavement in this area shall be determined by taking additional cores at not less than 10-foot (3 m) intervals parallel to the centerline in each direction from the affected location, until in each direction a core is found which is not deficient by more than 1.0 inch (25 mm). Areas found deficient in thickness by more than 1.0 inch (25 mm) shall be evaluated by the Engineer and, if the deficient areas wan -ant removal, they shall be removed and replaced with concrete of the .thickness shown on the plans. Exploratory cores for deficient thickness will not be used in averages for adjusted unit price. Core holes shall be filled with non -shrink grout 501 - 20 r 6/15/90 AC 15015370-10A CHG 1 i METHOD OF MEASUREMENT 501-S.1 The quantity to be paid for shall be the number of square yards (square meters) of [plain][ reinforced] pavement in place, completed and accepted, less deductions as hereinafter required for deficient thickness. BASIS OF PAYMENT S01-6.1 General. The accepted quantities of concrete pavement will be paid for at the contract unit price per 1 square yard (square meters) which price and payment shall be full compensation for furnishing and placing all materials, including any dowels, steel reinforcement and joint material texturing, except for saw -cut grooving, pro- vided, however, that for any pavement found deficient in thickness by mom than 0.2 inch (5 mm), but not more a than 1.0 inch (25 mm) only the reduced price stipulated below shall be paid. No additional payment over the unit contract bid price shall be made for any pavement which has'an average r. thickness in excess of that shown on the plans. j Payment will be made under. Item P-501-6.1 Portland Cement Concrete Pavement —per square yard (per square meter). Item P-501-6.1 Saw -Cut Grooving —per square foot (per square meter). 501-6.2 Price Adjustment. a. Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0.2 inch (5 mm) bit not more than 1.0 inch (25 mm), payment will be made at an adjusted price as specified in 1 Table 4. TABLE 3. PAVEMENT DEFICIENCY Deficiency in 'Meknes: Determined by . Proportional Pan of Contract Prix Cotes Allowed (Percent) (Average of 3 tests) inches mm r 0.00 to 0.20 0.00 to 5 100 ` 0.21 to 030 5 to 8 80 031 to 0.40 8 to 10 72 0A1 to 0.50 10 to 13 68 0.51 to 0.75 13 to 19 57 0.76 to 1.00 19 to 25 50 f When the thickness of pavement is deficient by mom than 1 inch (25 mm) and, in the judgment of the Engineer. the area of such deficiency should not be removed and replaced, these shall be no payment for the area retained. 501 - 21 t AC 150/5370-10A CHG 1 6115190 b. Flexural Strength Adjustment. When any pay factor for a lot of concrete is less than 1.0, payment for the material in that lot shall be made at a reduced price strived at by multiplying the contract price per unit of measurement by the appropriate pay factor. If pay factors for pavement thickness deficiency and flexural strength deficiency are both used for any given lot, the reduced price will be determined by successively multiplying the contract unit price by both pay factors. TESTING REQUIREMENTS ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 78 Test for Flexural Strength of Concrete (Using Simple Beam with Third —Point Loading) ASTM C 131 Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 138 Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Test for Slump of Portland Cement Concrete ASTM C 172 Sampling Fresh Concrete ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumet- ric Method ASTM C 174 Measuring Length of Drilled Concrete Cores ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 311 Sampling and Testing Fly Ash for Use as an Admixture in Port- land Cement Concrete ASTM C 535 Test for Resistance to Abrasion of Large Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates and criteria for Laboratory Evaluation ASTM D 4791 TestMethod for Flat or Elongated Particles in Coarse Aggregate AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM A 194 Specification for Fabricated Deformed Steel Bar Mats for Con- crete Reinforcement ASTM A 185 Specification for Welded Steel Wire Fabric for Concrete Rein- forcement 501 - 22 6/15190 AC 150/5370—t0A CHG 1 ! ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Con- crete Pavement AST&i A 615 Specification for Deformed and Plain Billet -Steel Bars for Con- crete Reinforcement ASTM A 616 Specification for Rail -Steel Deformed and Plain Bars for Concrete r Reinforcement G ASTM A 6I7 Specification for Azle -Steel Deformed and Plain Bars for Con- crete Reinforcement ASTM A 704 Specification for Welded Steel Plain Bar or Rod Mats for Con- crete Reinforcement ASTM C 33 Specification for Concrete Aggregates ASTM C 94 Specification for Ready -Mixed Concrete rASTM C 150 Specification for Portland Cement L; ASTM C 171 Specification for Sheet Materials for Curing Concrete ASTM C 260 Specification for Air Entraining Admixtures for Concrete ASTM C 309 Specification for Liquid Membrane -Forming Compounds t^ ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Po=lan for Use as a Mineral Admixture in Portland Cement Concrete ASTCM C 989 Specification for Ground Iron Blast -Furnace Slag for Use in Con- crete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Noneztruding and Revilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO M 254 Specification for Coated Dowel Bars 7 c UX.G.P.O.:1990a 724-392/20482 501 - 23 epp 1, Modifications to r ITEM P-602 BITUMINOUS PRIME iCOATi : r- Item P-602 Bituminous Prime Coat, of the project specifications shall be modified ; as follows -I n 1. Paragraph! 6022.1. BITUMINOUS MATERIALS - Delete the second sentenceof the first , 2. Fable 1 Bituminous Material - Delete all references to emulsified asphalt,and RC ,materials. Add the designation MC-30 meeting ASTM D2Q27 With application temperature of 70° 15Q' r 1 3. Paragraph 602-3.2. EQUIPMENT Delete the first and second paragraphs and insertthe following: "The equipment used by the Contractor for applying the Bituminous prime coat mall include a self -powered pressure bhumhms imater al distributor �i ;:. The ,Contractor shall provide equipment for beating., the bituminous , The bvhiriinous material :distributor shall have pneumatic `toes of such j iiiA width number that the load produced on the surface shall;not'exceed 650 pounds per inch of fire width, and it shall be des'gned jipp6idand 1 ' operated'I so that bituminous material, at an even heat, May .be applied uniformly an variable widths lof surface at readily, controlled ;rates from ; 0.05 to'2..0 allons square.. `, . g perYard. The material shall be; applied within a pressure range of 25 to 75 punds per square inch and with an allowable , variation from any specified rate: not to exceed 5 percent bituminous material distributor equipment Shalt include a tachometer~ pressure gauges, vohine=measuring devices, and a tiermometer for reading temperatures'of I 1 tank contents.".' �.,. 4. Paragraph 602-.41: METHOD OF MEASUREMENT -Bituminous material ;for prime coat !I shall be measured by the gallon. References to measurement' by any other basis :shall be ' 'I deleted. � I 5: ' Paragraph 602-5.1 ,BASIS OF PAYMENT - Payment for bitumnwus material for prime coat ! shall be paid forSt.the COIItr$Ctunit price -.per gallon. References to.payment by any other' ,. basis shall bedeleted. To . the ` list of 'MATERIAL REQUIREMENTS, add ASTM D2027, Asphalt, :Cutback edium Csi ). ,r Z70Q-95 ro 602 - a �, r ; '• I I iI - III ,. ' is 2/17/89 AC 15015370-10A ITEM P- 602 BITUMINOUS PRIME COAT r DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in r accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and application tem peratures for the bituminous materials are given in Table 1. The Engineer shall designate the specific materi- al to be used. 1 TABLE 1. ' BTTLr, SIItiOUS MATERIAL j Application 1 Type and Grade Specification Temperatures l j I Deg. F I Deg. C Emulsified Asphalt � I i 11 SS-1, SS-ih- i ASTM D 977 I 70-160 I 20-70 MS-2, HFMS-1 1 ASTM D 977 ; 70-160 20-70 f" CSS-1, CSS-lh 'ASTM D 2397 70-160 20-70 CMS-2 'ASTM D 2397 70-160 20-70 Cutback Asphalt 1 I j RC-30 j ASTM D 2028 80+ 30+ RC-70 'ASTM D 2028 ; 120+ 50+ RC-250 j ASTM D 2028 165+ 7ST i The maximum temperature for cutback asphalt shall be that at which foggiag occurs. CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmos- pheric temperature is above 60' F (15' Q, and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 602-31 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bi- tuminous material distributor and equipment for heating bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pres- sure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. 7, 602 - 1 AC 150/5370-IOA 2/17/89 The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard (1.20 to 2.40 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engi- neer prior to application. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to' use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manu. facturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be accepta. ble. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by test- ing samples of materials received for use on the project. 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 602-4.1 The bituminous material for prime coat shall be measured by the [gallon (liter)][toni ft)]. Volume shall be corrected to the volume at 60' F (15' C) in accordance with ASTM D 1250 for cutback asphalt, and Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt.. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per [gallon (liter)][ton fkg)] for bituminous prime, coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment. tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602-5.1 Bituminous Prime Coat --per [gallon (liter)][ton (kg)] MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 2028 Asphalt, Cutback (Rapid Curing Grade) ASTM D 2397 Cationic Emulsified Asphalt 602-2 2/17/89 AC 15015370-10A TESTING REQUIREMENTS ASTM D 1250 Petroleum Measurement Tables Asphalt Institute Manual Temperature -Volume Corrections for Emulsified Asphalts MS-6 Table IV-3 r 602 - 3 No Text 2/17/89 AC 150/5370-10A r ITEM P-603 BITUMINOUS TACK COAT I r DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous r" material in accordance with these specifications and in reasonably close conformity to the lines shown on w the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt, emulsi- fied asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specifica. tion, and application temperature of bituminous material to be used shall be specified by the Engineer. r TABLE 1. BITUMINOUS MATERIAL Application Temperature Type and Grade Specification Deg. F Deg. C i Emulsified Asphalt • j SS-1, SS-lh ASTM D 977 75-130 i 25-55 CSS-1, CSS-lh ASTM D 2397 ! 75-130 + 25-55 Cutback Asphalt RC-70 i ASTM D 2028 i 120-160 50-70 Tar I , RTCB 5,,RTCB 6 ! AASHTO M 52 60-120 i 15-50 CONSTRUCTION METHODS r 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60' F (15' Q. The temperature requirements may be waived, but only when so directed by the Engineer. r603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pres- sure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or airblast to remove all loose dirt and other objectionable material. • 603-1 I AC 160/5370-10A 2/17/89 Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distribu- tor at the rate of 0.05 to 0.15 gallons per square yard (0.24 to 0.72 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 BITUMINOUS MATERIAL -CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufactur- er or producer of the bituminous material to furnish material subject to this and all other pertinent require- ments of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat shall be measured by the [gallon (liter)] [ton (kg)]. Volume shall be corrected to the volume at 60' F (15' C) in accordance with ASTM D 1250 for cutback asphalt, ASTM D 633 for tar, and Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603-5.1 Payment shall be made at the contract unit price per [gallon (liter)] [ton (kg)] of bituminous materi- al. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and appli. cation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 ' Bituminous Tack Coat --per [gallon (liter)][ton (kg)] MATERIAL REQUIREMENTS ASTM D 633 Volume Correction Table for Road Tar ASTM D 977 Emulsified Asphalt 603 2 2/17/89 AC 150/537 - 0 10A ASTM D 1250 Petroleum Measurement Tables r' ASTM D 2028 Liquid Asphalt (Rapid -Curing Type) { ASTM D 2397 Cationic Emulsified Asphalt �.. AASHTO M 52 Tar for Use in Road Construction Asphalt Institute Manual Temperature -Volume Corrections for Emulsified Asphalts MS-6 Table IV-3 7 603 — 3 No Text application. The joint shall be cleaned out by the use of oil -free high pressure air jet. r" I All methods employed in performing the work and all equipment, tools and machinery used for handling materials and executing any part of the work �— shall be subject to the approval of the Engineer, and whenever found unsatisfactory they shall be either improved to satisfactory condition or removed from the job site. Immediately before sealing, the joints in new concrete pavement shall be thoroughly cleaned of all, laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. The joints shall be sandblasted immediately prior to the sealing operation. The sand- blasted joints shall be cleaned out by the use of an oil free high pressure PM air jet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker, if required. w• s between portland cement concrete and bituminous pavement shoulders shall be sawcut to the dimensions shown on the drawings. The joint shall be cleaned out by the use of an oil -free high pressure air jet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker, if required. " 6. Paragraph 605-3.3 INSTALLATION OF SEALANTS - Delete the fourth paragraph. Preformed elastomeric joint seals are not approved for use on this project. 7. Paragraph 605-3.3 INSTALLATION OF SEALANTS - Insert the following. new paragraphs after the second paragraph: "After completion of the work, all debris resulting from the construction shall be cleaned up and removed from the site of the work to an approved place of disposal. Areas which have been disturbed during the construction shall be raked or graded as required and left in a clean and neat condition. The entire premises of the work shall be left in a clean condition satisfactory to the Engineer, and all costs of cleanup shall be included in the contract unit prices for the items of work involved." 8. Paragraph 6054.1. Delete this entire paragraph and insert the following: "The actual linear feet of joints between new bituminous shoulders and existing portland cement concrete pavements saw -cut and sealed shall be measured in the field by the Engineer within the limits shown on the plans and as determined by the Engineer. Joints associated with new portland cement concrete pavement in Additive Alternate B will not be measured for separate payment but shall be considered a subsidiary item and paid for under Item P-501. " 9. Paragraph 605-5.1. Delete this paragraph and insert the following: "Payment for saw -cutting and sealing joints between new bituminous shoulders and existing pordand cement concrete pavements will be made at the contract unit price bid per linear foot. This price shall be full compensation for all labor, equipment, tools, materials and incidentals necessary to complete the item. Payment will be made under: Item P-605 Saw Cut and Seal Joints Between New Bituminous Shoulders and Existing Portland Cement Concrete Runway/Taxiway Pavements, per linear foot." 2700-95 2/17/89 AC 150/5370-10A r , ITEM P-605 JOINT SEALING FILLER DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capa- ble of effectively sealing joints and cracks in pavements. MATERIALS 60S-2.1 JOINT SEALERS. Joint sealing materials shall meet the requirements of [ [Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed contained. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification.] • [Each lot of preformed joint sealer delivered to the jobsite shall be accompanied by the manufacturer's certifi- cation stating that it meets the requirements of this specification.] r 605-2.2 LUBRICANT. Lubricant for installation of preformed joint seal shall be a one -component po- lychloroprene compound containing only soluble phenolic resins blended together with anti -oxidants and acid acceptors in aromatic hydrocarbon solvent mixture and shall meet the following requirements: 1 �- 605 - 1 AC 150/5370-IOA 2/17/89 Requirements ASTM Average weight per gallon, pounds 7.8 Solids content, percent by weight 22-28 D1644, Method A Film strength, psi 2,300 min. D412 Elongation, percent 750 min. D412 Each shipment of lubricant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the date of manu- facture and shall be accompanied by the manufacturer's certification stating that the lubricant meets the re- quirements of the specification. This lubricant shall be stored at a temperature between 50' F (10' Q and 80' F (30' C) and shall be used within 270 days of its manufacture. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above [40' F (4' C)][(50' .F (10' C)] at the time of installation of the [preformed joint seal][poured joint sealing material]. 605-3.2 PREPARATION OF JOINTS. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by [sandblast- ing] [wire brushing] [high pressure water blast]. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal) is applied. Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the plans. If joint sealer other than that originally used is specified, all existing joint sealer shall be removed. 605-3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: [Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, 605 - 2 2/17/89 AC 150/5370-10A constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The 4 sealant shall not be heated to more than 20' F (-11' C) below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type ex- truding device with nozzles shaped for Insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately.) [Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set to a tack -free condition will be rejected and replaced by the Contrac- tor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint sea]. This shall in- clude the preparation of two small batches and the application of the resulting material.] [Preformed Elastomeric Joint Seals. Preformed joint sealer shall be placed using equipment capable of Install- ing the sealer in the upright position, without cutting, nicking, distorting, or otherwise damaging the seal. Lu- bricant shall be applied to the concrete or the preformed seal, or both, and the seal shall be Installed in a substantially compressed condition and at the depth below the surface of the pavement as shown in the plans. The method of Installation shall be such that the joint sealer will not be stretched more than 5 percent of the minimum theoretical length, or compressed more than 2 percent. The method of Installation shall be checked for stretching or compression, using transverse joint sealer. The check shall consist of installing sealer in five joints of at least 25 feet (7.5 m) in length, removing the sealer immediately after Installation, and checking the length. This check may be modified by premarking or precutting the sealer to length prior to installation if this is compatible with the equipment being used. If the measured length of any of these five sealers indicated that the -sealer is stretched or compressed beyond these limits, the installation shall be modified to correct the situation. Once satisfactory sealing operations have started, one joint length per every hundred shall be removed and checked. If the limits are exceeded, the joint sealers on either side should be removed until the condition disap- pears. The affected joints shall be resealed in a satisfactory manner at no cost to the owner, and the method of installation shall be checked again for satisfactory procedure. The seal shall be Installed in the longest practica- ble lengths In longitudinal joints and shall be cut at the joint intersections for continuous installation of the seal In the transverse joints.] METHOD OF MEASUREMENT - 605-4.1 Joint sealing material shall be measured by the [gallon (liter)] [pound (kg)] [linear foot (meter)] of sealant in place, complete, and accepted. 605 - 3 AC 150/5370-10A 2/17/89 BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall be made at the contract unit price per [gallon (liter)] [pound (kg)] [linear foot (meter)]. The price shall be full compensation for furnishing all materials, for all prepara- tion, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-605-5.1 Joint Sealing Filler - per gallon (liter) Item P-605-5.2 Joint Sealing Filler - per pound (kg) Item P-605-5.3 Preformed Sealer - per linear foot (meter) TESTING REQUIREMENTS ASTM D 412 Tests for Rubber Properties in Tension ASTM D 1644 Tests for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet -Fuel -Resistant Concrete Joint Sealer, Hot -Poured Elastic Type ASTM D 2628 Preformed Polychloroprene Elastomeric Joint Seals for Con- crete Pavements ASTM D 3405 Joint Sealants, Hot -Poured, for Concrete and Asphalt Pave- ments ASTM D 3406 Joint Sealants, Hot -Poured, Elastomeric-Type, for Portland Cement Concrete Pavements ASTM D 3569 Joint Sealant, Hot -Poured, Elastometric, Jet -Fuel -Resistant Type, for Portland Cement Concrete Pavements ASTM D 3591 Joint Sealant, Hot -Poured, Jet -Fuel -Resistant Type, for Port- land Cement Concrete and Tar -Concrete Pavements Fed. Spec. SS-S-200 Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet -Fuel Resistant, Cold Applied 605-4 r t � • . �ddii"i�tioris °t+� - , , ITEM P-620 RUNWAY AND TAXIWAY PAINTING ' Item P-620 Runway and Taxiway. Painting, of the project specifications shall be modified as follows: wing sentence to this paragraph: 1. Paragraph `620-1.1- Add the following ti �. "This item shall also include reflective media as specified under paragraph 620-2.2 of this section: 2. Paragraph 620-2.1 Elint - Runway and taxiway paint shall meet the requirements of Federal Specification TT-P-1952B. Paint used to mark temporary displaced threshold or temporary;I closed runway may consist of diluted paint meeting" this specification. 3. - Paragraph 620-3.2 ipment Insert the following paragraph: "The mechanical marker shall be an atomizing spray -type marking machine suitable for the application of traffic paint.It shall produce an even and uniform film thickness at the required coverage and shall 6p designed So; as to apply marking of uniform cross sections and clear-cut edges without running or spattering • r` 4. Paragraph 620-3:3 Preparation of Surface - Insert`the following Immediately after tho first paragraph: ti mC "If paint flakes off or comes loose during the Contractor's guaranty period, the painted area shall be ' re -cleaned and re -painted at the COntracEor'S M1 - expense." 5 Paragraph 620-3.5 APPLICATION - In the third sentence of the second Subparagraph, insert . "48 hours" into the blank provided. 6 Insert the following new paragraph: - w., 3.7 Defective Workmanshi or Material g When any material not 1 conforming to, the requirements of the specifications or plans lias been delivered to he projector incorporated int eh', work or any work performed. is of inferior quality, such material or work shall be consideied;defective ` : r and shall be corrected as directs b the y Engineer, at ,the Contractor's ` expense." ' 7 Add the following new paragraph "620-3.7 REMOVING MARKINGS - Markings or stripes which are to be removed shall be -removed by sandblasting or water blasting.- Care shall be taken so that the pavement surface is not damaged in the removal 270G*5 1 620 -a. > a Fi process. After the markings have been removed from the paving, bituminous surfaces shall be covered with an asphaltic emulsion and concrete surfaces shall be covered with white pigmented curing compound." 8. Paragraph 4. METHOD OF MEASUREMENT - The quantity of measurement of runway and taxiway painting and removal of runway and taxiway marking to be paid for shall be the number of square feet of painting or removal, including reflective media, regardless of the color of the paint applied or removed. Reference to measurement by any other basis shall be deleted. 8. Paragraph 5. BASIS OF PAYMENT - Payment shall be made at the contract unit price per square foot for runway and taxiway painting, including reflective media and removal of runway and taxiway marking. Reference to payment any other basis shall be deleted. Payment will be made under: Item P-620, Runway and Taxiway Painting, including temporary and permanent marking, per square foot; Item P-620, Remove Temporary Runway and Closed Marking, per square foot; and Item P-620, Remove Temporary Displaced Threshold Marking, per square foot." 2700-95 620-b r 2/17/89 AC 150/5370-10A n ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways and taxiways applied in accordance with these specifications and at the locations shown on the plans, or as directed by the engineer. MATERIALS 620-2.1 P,AINT. Paint shall meet the requirements of Fed. Spec.[ I [and TT-P-110J. 620-2.2 [REFLECTIVE MEDIA. Glass spheres shall meet the requirements of Fed. Spec. TT-B-1325, Type III, gradation A.] CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry, when the atmospheric temperature is above 45' F (7' C), and when the weather is not foggy or windy. 620-3.2 EQUIPMENT. All equipment for the work shall be approved by the engineer and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such aux- iliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear-cut edges without running or spattering. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond be- tween the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. [Paint shall not be applied to Portland cement concrete pavement until the concrete in the areas to be painted is clean of curing material. Sandblasting or high pressure water shall be used to remove curing material from concrete surfaces.) 620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where no previously applied mark- ings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint appli- cation. r- 620 - 1 AC 150/5370-10A 2/17/89 620-3.5 APPLICATION. Markings shall be applied at the locations and to the dimensions and spacing _ shown on the plans. Paint shall not be applied until the layout and condition of the surface have been ap- proved by the engineer. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate of 100 to 110 square feet (9 to 10 square meters) per gallon (liter). The addition of thinner will not be permitted. A period of [ ] shall elapse between placement of a bitumi- nous surface course or seal Gnat and ar—firarinn of thn --;-t The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and the dimensions shall be within a tolerance of plus or minus 5 percent. [Glass spheres shall be distributed to the surface of the marked areas immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres. The spheres shall be applied at the rate of 10 pounds per gallon (1.2 kg per liter) of paint.] The contractor shall furnish certi.ied test reports for the materials shipped to the project. The reports shall not be interpreted as a basis for final acceptance. The contractor shall notify the engineer upon arrival of a shipment of paint to the job site, All emptied containers shall be returned to the paint storage area for checking by the engineer. The containers shall not be removed from the airport or destroyed until author- izrd by the a gineer. 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 6204.1 The quantity of runway and taxiway markings to be paid for shall be [the number of square feet (square meters) of painting] [one complete item in place] performed in accordance with the specifications and accepted by the engineer. BASIS OF PAYMENT Payment shall be made at the contract unit price per square foot (square meter) [contract lump sum] for runway and taxiway painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. -- Payment will be made under: Item P-620-5.1 Runway and Taxiway Painting --[per square foot (square —. meter)] [lump sum] 620 2 2/17/89 AC 150/5370-t0A MATERIAL REQUIREMENTS Fed.Spec. TT-P-85 Paint, Traffic, and Airfield Marking, Solvent Base Fed.Spec. TT-P-1952 Paint, Traffic and Airfield Marking. Water Emulsion Base Fed.Spec. TT-P-110 Paint, Traffic Black (Nonreflectorized) Fed.Spec. TT-B-1325 Beads (Glass Spheres) Retroref7ective 620 - 3 No Text a� Seeding shall be performed during the period between January 15 and June 15, inclusive, unless otherwise approved by the Engineer. pAyment will not be made for soil_pWaration seeding and fertilizing_ prior to planting and establishing a stand of grass acceptable to the Director of Aviation." 4. Paragraph 901-2.2 LIME - Delete this paragraph. 5. Paragraph 901-2.3 FERTILIZER - Delete this paragraph and insert the following: "901-2.3 FERTILIZER. All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark, and warranty. The fertilizer is subject to testing by the State chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 16-20-0 or 16- 8-8 (representing percent of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition, and shall be spread at a rate of 400 pounds per acre or as recommended by the fertilizer manufacturer for the seed planted and allowing for local soil conditions. " 6. Paragraph 901-3.2 DRY APPLICATION METHOD - Delete subparagraph (a) LIMING. Application of lime will not be required under this item. 7. Paragraph 901-3.3 WET APPLICATION METHOD - Delete all references to lime application. Application of lime will not be required under this item. Fertilizer shall be uniformly applied at a rate specified in Paragraph 901-2.3. 8. Paragraph 901-3.4 MAINTENANCE OF SEEDED AREAS - Add the following: "The Contractor shall be responsible for watering and maintaining seeded areas for a minimum period of 45 calendar days after seeding, or until establishing an acceptable stand or grass, unless otherwise directed by the Engineer." 9. Paragraph 901-4.1 METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "9014.1 The quantity of soil preparation, seeding and fertilizing to be paid for under this item shall be the actual number of acres completed and accepted, measured on the ground surface within the limits shown on the drawings or as directed by the Engineer." 10. Paragraph 901-5.1 BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "901-5.1 Payment shall be made at the contract unit price per acre for soil preparation, seeding and fertilizing. This price shall be full compensation for 2700-95 901 - b r r furnishing and placing all materials and for sill labor, equipment, tools, and incidentals necessary to complete the item. payment will not be made for soil preparation. seeding and fertilizing prior to planting and establishing a stand of grass acceptable to the Director of Aviation. Payment will be made under: Item T-901, Soil Preparation, Seeding and Fertilizing, per acre." 2700-95 901 - c 1� 2/ 17/89 AC 150/5370-10A ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding [ directed by the Engineer in accordance with these specifications. MATERIALS ] the areas shown on the plans or as 901-2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name. lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized labora. tory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination. and percentage of weed content for each kind of seed furnished. and, in case of a mixture. the proportions of each kind of seed. Seeds shall be applied as follows: Minimum Seed Minimum Seed purity (Percent) Germination Rate of Application lb./acre (or lb./1,000 S.F.) (Percent) Seeding shall be performed during the period between [ ] and [ ] inclusive, unless otherwise approved by the Engineer. 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of mag- 901-1 AC 150/5370-10A 2/17189 nesium oxide. Lime shall be applied at the rate of ( ). All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mix- tures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. 0-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and, guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: it. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be ( ] commercial fertilizer and shall be spread at the rate of [ ]. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, com- pacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the applica- tion of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recent- ly been thoroughly loosened and worked to a depth of not less than 5 inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard. any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches _ (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. a. LIMENG. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds which have previously been prepared as described above. The lime shall then be 901 - 2 r 2/17/89 AC 150/5370-10A r worked into the top 3 inches (75 mm)' bf s6il after w ich'`the "seedbed shall again be properly graded and k dressed to a smooth finish. r• b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seediag. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately. after fer- tilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the sea- sons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. r` d. Rolling. After the seed has been properly covered. the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. n a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 de- grees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recircu- lating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (1S m) in length shall be provided to which the nozzles may be connected. r " e. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fer- tilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and muted with each 100 gallons (390 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. f 901 - 3 AC 150/5370-10,4 2/ 17/89 All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at. any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried. the lime shall be worked into the top 3 inches (8 cm), after which the seed. bed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runof . Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accord- ance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited there. on. On surfaces which are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traf- fic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will _ be required that the Contractor establish a good stand of grass of uniform color and density to the satisfac. tion of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units [1,000 square feet (square , meters)][ acres (square meters)] measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per [1,000 square feet (square meters)][acre (square meters)] or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. 901 - 4 2/17/89 AC ISOIS370-t0A Payment will be made under: Item 901-5.1 Seeding --per (1,000 square feet (square meters)][acre (square meters)] MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials ASTM D 977 Emulsified Asphalt Fed. Spec. JJJ-S-181B Agricultural Seeds Fed. Spec. O-F-241D Commercial Mixed Fertilizer 901 - 5 �:.: f '.r 4 <� 2/17/89 AC 150/5370-10A r ITEM T-905 TOPSOILING DESCRIPTION r, 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil i from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS r905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorpo- rated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the association of official agricultural chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction). there shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test in accordance with ASTM C 117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION AND TESTS. - Within 10 days following acceptance of the bid, the Engineer shall b: noz:rled of the sc•urce of tnpso:l to b- furnished by ire Contractor. The torscil -.6p11 be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing pur. poses as specified in 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. rSuitable equipment necessary lfor proper preparation and treatment of the ground surface, stripping of top. soil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the top- soil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth - graded and the surface left at the prescribed grades in an even and properly compacted condition to pre- vent, insofar as practical, the formation of low places or pockets where water will stand. 905 - 1 AC 150/5370-t0A 2/17/89 905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated , areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, sub. ject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2 inches (50 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor, after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines grades and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others and re- moved for topsoiling by the Contractor shall be measured by the number of cubic yards (cubic meters) of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards (cubic meters) com- puted by the method of end areas. 905-4.2 Topsoil obtained off the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards (meters) computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (ob- tained on the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to com- plete the item. 905-5.2 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (ob- tained off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to com- plete the item. 905 - 2 2/17/89 AC 150/5370-10A Payment will be made under: Item T-905-5.1 Topsoiling (Obtained on Site or Removed from Stockpile -- per cubic yard (cubic meter) Item T-905-5.2 Topsoiling (Furnished from Off the Site) --per cubic yard (cubic meter) 905 - 3 Item L-108 Installation of Underground Cable for Airports, of the project specifications, shall be modified as follows: — 1. Paragraph 108-2.2 CABLE - Delete the fourth paragraph and insert the following: t "All underground power cable shall be Type C, single conductor, with 600-volt or 5,000 volt cross -linked (XL) polyethylene insulation. Type C cable shall be used for 5,000 volt installation. . All cable for airport lighting service shall be stranded viz: 600 volt - 7 strand; 5,000 volt - 7 or 19 strand. For power cable, conductor size shall not be smaller than No.8 AWG. " ! 2. Paragraph 108-2.4 CABLE CONNECTIONS - Deleteparagraphs (b) and (e). Vulcanized or taped splices shall not be used on this project. 3. Add the following new paragraph. ., 108-2.6 MOISTURE BARRIER AND LUBRICANT - At all splices, the Contractor shall apply a silicone moisture barrier and lubricant equal to "4 Electrical Insulating Compound" meeting MIL-,S-8660. A sufficient amount of lubricant shall be applied as directed by the Engineer. " f 4. Paragraph 108-2.5 CONCRETE - Delete this entire paragraph. Cattle markers will not be required under this item. 5. Paragraph 108-3.7 CABLE MARKERS - Cable markers will not be required under this item. Delete this entire paragraph and insert the following: "The Contractor shall preserve and reinstall any existing markers disturbed by any of the construction operations." 6. Paragraph 108-3.8 SPLICING - Delete paragraphs (b) and (e). 7. Paragraph 108-3.9 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTING PROTECTION - No additional ground rods will be required for this project. 8. Paragraph 4, METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: 2700-95 108 - a i". "The 'quantity of underground cable to be paid for under this item shall be the number of linear feet of underground cable installed in r eithertrench or duct, measured in place, completed, ready for operation, and accepted as satisfactory. r The quantity of counterpoise wire to be paid for under this item shall be the number of linear feet of counterpoise wire installed in trench, treasured in place, completed, ready for operation, and accepted as satisfactory. Trenching for cable installation shall be considered a subsidiary r obligation of the Contractor and included in other items. No direct measurement shall be made for trenching." +*-(( 9. Paragraph,'S, BASIS OF PAYMENT - Delete this entire paragraph and insert the following: .1 "Payment shall be made at the contract unit price for underground cable or counterpoise wire, per linear foot, installed in trench or duct, complete and in place. This price shall be full compensation for furnishing all materials, and for all preparation and installation of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the items. The cost of trenching, backfilling and site restoration shall be considered a subsidiary obligation of the M-+ .Contractor and included in other items. No separate payment shall be made for trenching, backfilling or site restoration. r.F Payment will be made under: Item 1,108 Underground Electrical Cable, 1/c, #8 �.• AWG, SKY, installed in duct or conduit, per linear foot; 3 n and r+ Item L-108 Counterpoise Wire, #8 AWG, installed in trench, per linear foot." �h 711 '. i 2700 95 .. 108 - b a 2/17/89 AC 150/5370-10A ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing underground cable in accordance with these specifications at the locations shown in the plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splic- ing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit. EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) speci- fications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/5345-1, Approved Airport Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when re- quested by the Engineer. 108-2.2 CABLE. Underground cable shall conform to the requirements of AC 150/5345-7, Specification F for L-824 Underground Electrical Cable for Airport Lighting Circuits. y If telephone control cable is specified, copper shielded, polyethylene insulated and jacketed, No. 19 AWG �•. telephone cable conforming to the United States Department of Agriculture, Rural Electrification Adminis- tration (REA) Bulletin 345-14, REA Specification for Fully Color -Coded, Polyethylene Insulated, Double Polyethylene -Jacketed Telephone Cables for Direct Burial, shall be used. Where counterpoise conductors are to be installed and where soil conditions would adversely affect bare copper wire, thermoplastic wire conforming to Fed. Spec. J-C-30, Type TW, 600 volt, may be used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or r proposal. ' 108-2.3 BARE COPPER WIRE (COUNTERPOISE). Bare copper wire for counter -poise installations shall be stranded wire conforming to ASTM Specifications B 3 and B 8. 108-2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall be of. the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or r, the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manu- factured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufac. tured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. El135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. b. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's Vulcanizing Kit No. X-1604-8 or equal is approved for field vulcanized splices. The proper molds for various cable sizes shall be used. c. The Field -attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conduc- tor cable. 108 - 1 AC 150/5370-t0A 2/17/89 d. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Indi- vidual Conductors, are approved. e. The Taped Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape are approved. The rubber tape should meet the requirements of Mil. Spec. MIL-I-3825 and the plastic tape should comply with Mil. Spec. MIL-I-7798 or Fed. Spec. HH-I-595. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool de- signed. To make a complete crimp before the tool can be removed. No. 19 AWG telephone control wires may be connected by means of wrapped and soldered splice, 3M Company Moisture Proof UR Type Con- nector, or equal, or by a method approved by the Engineer. 108-2.5 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete." CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicat= ed in the airport lighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the under- ground cable to the primary leads of the individual insulating transformers. The Contractor shall be respon- sible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cable.i installed in each single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no . connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power ,winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommend- ed for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3 TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches (45 cm) below finished grade, except as fol- lows: a. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (90 cm) unless otherwise specified. b. Minimum cable depth when crossing under a railroad track, shall be 42 inches (105 cm) unless oth- erwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless other- 108-2 r 2/17/69 AC 150/5370-10A wise specified in the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. r" When rock excavation is encountered. the rock shall be removed to a depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch (6 mm) sieve. The Contractor, shall ascer- tain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be used in conjunction with a trenching machine if specified on, project plans and specifications; and it should provide for physical inspection of cable prior to back. filling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. t Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum r., distance of 3 inches (75 mm) apart, and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3-inch (75 mm) vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than 1 foot (30 cm) of cable slack shall be left on each side of all connections, insulating transform- ers, light units, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases, hand - holes, manholes, etc., where it is required to bring the cable above ground level to make connections. The { amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. 108-3.5 BACKFILLING. After the cable has been installed, the trench shall be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be 1 retained on a 1/4-inch (6 m) sieve. This layer shall not be compacted. the second layer shall be 5 inches (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a 1-inch ',. (25.0 mm) sieve. The rern: iuder of the backfill shall be excavated or imported mineral and :hall not con- tain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers k of the backfill shall not exceed 8 inches (200 mm) in maximum depth, loose measurement. r• The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compac- tion, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and dis- posed of in accordance with instructions issued by the Engineer. 108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary top - soiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the FAA standard turfing specifications. the Contractor shall be held responsible for main- taining all disturbed surfaces and replacements until final acceptance. 108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4 inches (100 mm) thick, extending approximately 1 inch (25 mm) above the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of direc- tion of cable run. All other cable buried directly in the earth shall be marked in the same manner. The r" • Contractor shall not install slab markers where cable lies in straight lines -between obstruction light poles which are spaced 300 feet (90 m) apart, or less. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "cable" and directional arrows on each cable marking slab. 108 - 3 AC 150/5370-10A 2/17/89 The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) wide, with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep. The location of each underground cable connection, except at lighting units or insulating transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "splice" on each slab. He also shall impress additional circuit identification symbols on each slab if so de- sired by the Engineer. 108-3.8 SPLICING. Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds. shall be assembled, and the compound shall be mixed and poured in' accordance with manufacturer's instructions and to the satisfaction of the Engineer: b. VuleRnized Splices. These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his/her instruc- tions and to the satisfaction of the Engineer. c. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's in- structions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. d. Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. e. Taped Splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Use a sharp knife to pencil insulation and jacket at approximately the same angle as a pencil point. Care must be taken to avoid nicking or injuring the conduc- tor during removal of insulation or penciling. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high -voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as rec- ommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable cover- ing or splice boxes are required. If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket shall be removed a distance not less than 5 inches (125 mm) from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where jacket has been removed and cut off so that it extends about 1 inch (25 mm) from end of the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch (6 mm) from the shield on both ends. Build up rubber tape to a thickness equal to the insulation thickness or 5/16 inch (9 mm) over connector. 108 - 4 2/17/E9 AC 150/5370-IOA Next wrap one-half lapped layer of semi -conducting tape (Scotch No. 13 Semi -Conducting Tape, or equal) over splicing tape and 1/4 inch (6 mm) onto the shielding tape. Wrap a fine, flat shielding braid one-half r lapped over the splice extending 1/2 inch (12 mm) onto the metallic shielding. Solder ends of braid to metal. ! lic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capac- ity of the metallic shield, should have the individual strands wrapped around the metallic shield at both ends of the splice. These strands should be tack soldered to the shield in several places. The cable sheath should k be replaced by wrapping with two one-half lapped layers of vinyl tape extending 2 inches (50 mm) onto the cable jacket. The above described splice is for a straight -through splice with continuity of shielding. 108-3.9 BARE COUNTERPOISE «IRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION. If shown in the plans or specified in job specifications, a stranded bare copper wire, No. 8 �•• AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counter- poise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches (100 mm) from the insulated cable. The rcounterpoise wire shall be securely attached to each light fixture base, or mounting stake. The counterpoise } wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet (300 m) apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall they be less than 8-feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter. The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all lighting power and control circuits are continuous and free from short circuits. b. That all circuits are free from unspecified grounds. c. That the insulation resistance to ground of all nongrounded series circuits is not less than 50 me- gohms. d. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. e. That all circuits are properly connected in accordance with applicable wiring diagrams. f. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each .lighting and power circuit for not less than 1/2 hour. r METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, back - fill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. When specified in the proposal, separate measurement shall be made for trenches of various specified widths. 108-4.2 Cable or counterpoise wire installed in trench shall be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, ready for operation, and accepted as satisfac- tory. Separate measurement shall be made for each cable or counterpoise wire installed in trench. 108-4.3 Cable or counterpoise wire installed in duct or conduit shall be measured by the number of linear r feet (meters) measured in place, completed, ready for operation, and accepted as satisfactory. s Separate measurement shall be made for each cable or counterpoise wire installed in duct or conduit. 7 108-5 AC 150/5370-10A 2/17/89 BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching cable and bare counterpoise wire installed in trench or duct in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-108-5.1 Cable Trench --per linear foot (meter) Item L-108-5.2 Underground Cable, installed in trench --per liner foot (meter) Item L-108-5.3 Underground Cable, installed in duct or conduit --per linear foot (meter) Item L-108-5.4 Bare Counterpoise Wire, installed in trench, including ground rods and ground connectors --per linear foot (meter) Item L-108-5.5 Bare Counterpoise Wire, installed in duct --per linear foot (meter) MATERIAL REQUIREMENTS AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle Cable Connec. tors Fed.Spec.J-C-30 Cable and Wire, Electrical Power, Fixed Installation HH-I-595 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas- tic, for Low -Temperature Application ASTM B 3 Soft or Annealed Copper Wire ASTM B 8 Concentric -Lay -Stranded Cooper Conductor, Hard, Medium -Hard, or Soft MIL-I-3825 Insulation Tape, Electrical, Self -Fusing, For Use in Electron- ics, Communications, and Allied Equipment MIL-I-7798 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas- tic 108-6 Modifications to ITEM' L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Item L-110 Installation of Airport Underground Electrical Duct, of the project specifications, shall be modified as follows: 1. Paragraph 110-2.2 BITUMINOUS FIBER DUCT - Delete this entire paragraph. Bituminous fiber duct shall not be used in this item. �^ 2. Paragraph 110-2.3 ASBESTOS CEMENT DUCT Delete; this entire paragraph. Asbestos .: cement duct shall not be used in this item. 3. Paragraph 110-2.5 STEEL CONDUIT - Delete this entire paragraph. j 4. Paragraph 110-2.6 CONCRETE - Delete this entire paragraph. ; 5. Paragraph 110-2.7 PLASTIC CONDUIT - Delete paragraph 'a." Plastic conduit shall be � Type IL 6. Paragraph 110-3.4 DUCT MARKERS - Delete this paragraph. Dua markers will not be required for this project. ;1 7. Add the following new paragraph. 4 " 110-3.7 MOISTURE BARRIER AND LUBRICANT - At `all sign e bases and junctions, the Contractor shall apply a , silicone moisture I barrier and lubricant equal to 04 Electrical Insulating Compound" ,•.• meeting MIL-S-8660 to each bolt and lid gasket. A sufficient: amount of lubricant shall be applied as directed by, the Engineer." s y S. Paragraph 5.1 - Delete this paragraph and insert the following: "Payment shall be made at the contract unit price' for duct markers, This fullcompensation for furnishing per each. price shall be all materials, and for all preparation and installation of the materials, and for all labor, equipment, tools, and incidentals necessary to 'complete 1 . t the item. ; Payment -will bemade under: R Item L-110 1-way, 2-inch! Underground Electrical Conduit, including trenching and backfilling, per Iinear ?f " foot.Eli +� j 2700-95 110 a lik "1 ,psi 2/1T/89 AC 150/5370-t0A ` ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.1 This item -shall consist of underground electrical ducts installed in accordance with this specifica- tion at the locations and in accordance with the dimensions, designs, and details shown in the plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching, backfilling, removal, and restoration of any paved areas; manholes, concrete encase- ment, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installa. tion as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so re- quested by the Engineer. 110-2.2 BITU`iINOUS FIBER DUCT. Bituminous fiber duct and fittings shall conform to the require- ments of Underwriters Laboratories Standard 543. a. Type I, for concrete encasement. b. Type II, for direct burial. 110-2.3 ASBESTOS CEIMENT DUCT. Asbestos cement duct and fittings shall conform to the require- ments of Fed. Spec. W-C-571 and shall be one of the following, as specified in the proposal: a. Type I, for concrete encasement. b. Type II, for direct burial. 110-2.5 STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Under- writers Laboratories Standard 6, 514, and 1242. 110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1-inch (25 mm) maximum size coarse aggregate. 110-2.7 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W-C-1094 and shall be one of the following, as specified in the proposal; a. Type I - suitable for underground use either directly in the earth or encased in concrete. b. Type II suitable for either above ground or underground use. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indicat- �, cd in the airport layout plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 3 inches (75 mm) inside diameter. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least r" 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. 110 - 1 AC 150/5370-10A 2/17/89 The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 1/4-inch (6 mm) smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to. prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4-inch (6 mm) greater in diameter than the duct. All ducts shall be securely fattened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the plans, concrete -encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm) below finished grade where installed in unpaved areas. Ducts under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains which may be installed alongside the paved area. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more ducts are encased in concrete, the Con- tractor shall space them not less than 1-1/2 inches (37 mm) apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches (75 mm) thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply addition- al, supports where the ground is soft and boggy, where ducts cross under roadways, or where otherwise shown on the plans. under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 51oot (150 cm) intervals. When clay or soapstone ducts are specified, they shall be installed with concrete encasement as described above. Clav conduit shall be of the single -bore type. Where the self -centering socket -joint type of single clay duct is used, conduit shall be built up, tier by tier, and separated only by sufficient mortar or fine aggregate concrete to bed the ducts evenly and fill all volds between ducts. Single ducts shall be jointed together and the joints grouted with portland cement mortar. A suitable gasket (of rubber or other approved material) shall first be placed in the receptacle end of the duct, prior to the joining operation. in order to exclude all mortar from the duct. Where the square bore butt -joint type of clay duct, single or multicell, is used, sections shall be aligned with at least four steel dowel pins and joints wrapped with duct tape 6 inches (150 mm) wide and lapped 6 inches (150 mm) . All joints in a bank of single -bore ducts shall be staggered, beginning evenly from the manhole or handhole, by means of short lengths 6, 8, 9, 12, and 15 inches (150, 200, 230, 300, 380 mm) long. Cement mortar shall be trowled around each and every joint. Voids in the duct bank, caused by the external shape of the corners of the conduit, shall also be filled with mortar. The joining and joints of soapstone duct shall be done in accordance with the manufacturer's recommendations. 110 - 2 r" 2/17/89 AC 150/5370-10A 5 110-3.3 DUCTS WITHOUT CONCRETE ENCASEMENT. 'Trenches for single -duct lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete en- casement shall be made to conform accurately to grade so as to provide uniform support for the duct along • its entire length. A laver of fine earth material. at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the duct. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4-inch (6 mm) sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans. ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches (45 cm) below the finished grade. When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal dir: ction and not less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length before duct is installed so that if any obstructions are encoun- tered, proper provisions can be made to avoid them. 110-3.4 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 inches (100 mm) thick extending approximately 1 inch (25 mm) above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. The Contractor shall impress the word "duct" on each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2-inch (12 mm) and 1/4-inch (6 mm) deep or as large as the available space permits. r„ 110-3.5 BACKFILLING. After concrete -encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in at least two layers with excavated material not larger than 4 inches (100 mm) in diameter and thoroughly tamped and compacted to at least the density of the surround- ing undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. !~ The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. 1- iAny excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For ducts without concrete envelope, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measure- ment) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified !•" above. 110-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary top - soiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 110 - 3 AC 150/5370-10A 2/17/89 METHOD OF MEASUREMENT 1104.1 Underground duct shall be measured by the linear feet (meter) of duct installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price for each type and size of single -way or multi -way duct completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-110-5.1 Single -Way or Multi -Way Electrical Duct --per linear foot (meter) MATERIAL REQUIREMENTS Fed.Spec.W-C-571 Conduit and Fittings, Nonmetal, Rigid; (Asbestos -Cement or Fire -Clay Cement), (For Electrical Purposes) Fed.Spec.W-C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic). Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Conduit and Outlet Boxes Standard 514 Underwriters Laboratories Impregnated -Fiber Electrical Conduit Standard 543 Underwriters Laboratories Intermediate Metal Conduit Standard 1242 110 - 4 A , lylodifications to rTEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS-:: *� Item 1,125, Installation of Airport Lighting Systems, of the project specifications, shall be modified as follows: .- 1. Paragraph 125 2.5 CONCRETE -Delete this entire paragraph. 2. Paragraph 125-2.4 CONDUIT -Delete this entire paragraph and insert the following "125-2.4 CONDUIT. - PVC conduit and fittings {shall conform to the requirements of Item L-110, INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT, of these specifications." i 3. Paragraph 125-2.5 SQUEEZE CONNECTORS and Paragraph 125_2.6 TEES ,Delete these r entire paragraphs. !Y ' 4. Add the following new paragraph: "125-2:5 CABLE. Underground electrical :cable and counterpoise; wirehall .' be M furnished and installed in accordance with `the ;requirements of Item L-108 INSTALLATION OF UNDERGROUND . CABLE FOR :AIRPORTS, , of these specifications." 5. Add the following new paragraph I, 125-2.6 TEMPORARY DISPLACED THRESHOLD LIGFrMG The Contractor shall be required to. furnish>;install, tnaintain,' and remove temporary ',displaced ' fighting on Runway 17R-35L if , Additi threshold l' !:Additive Alternates G y and/or E are awarded. The displaced lighting shall include, but -be.- awarded. temporary threshold of ry;. limited to, outboard elevated threshold` lights ;(installed on barrels or staffs,' as ' approved), REIL lights, and `related items,' as 'specified in Paragrath SC of, the Special Conditions." d 6. Paragraph 125-4.1 -Delete this entire paragraph and insert the following d •. A.The quantity of existing base mounted, medium intensity taxtvv�y edge lights removed and relocated to be paid for under this item shall be the'' actual Jiumber " removed and relocated, -complete This Item shall include, but not be lxrmted to, r removing and salvaging the existing cvnCrefe-encased light base and lid, light fixture and isolation transformer, and re '' ' in�tallatwn of the' salvaged .equipment as shown an , the drawings and in accordance wi6lthese speeifications. 2700-95 125 a 1 Furnishing, installing, maintaining and removing temporary displaced threshold lightingto be paid for under this item shall be measured per each complete installation. Underground electrical cable and counterpoise wire shall be measured and paid for under'!' Item L-108, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, of these specifications. Underground conduit and duct shall be measured and paid for under Item 1-110, INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT, of these specifications." 7. Paragraph 125-5.1. - Delete this entire paragraph and insert the following: "125=5.1. Payment shall be made at the contract unit price for the various items described herein and in the Proposal per each. These prices 'shall be full compensation for furnishing all materials, except those relocated, and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-125, Furnish, Install and Remove Temporary Displaced Threshold Lighting, including elevated threshold lights, REIL lights and temporary wiring and connections, complete, per each complete installation; and Item L-125, Remove and Relocate Existing Base -Mounted Taxiway Edge Light, including base, fixture and transformer, complete, per each." i j 2700-95 125 - b -10/24/74 AC 150/53r0-10 IM L-125 LNSTALLATION OF AIRPORT LIGHTING SYSTEMS Description 125— 1 1 This item cancels and replaces the items listed in paragraphs 125-1.2--125--1.8. 125. 1.2 Item L-114, Installation of Medium Intensity Runway and Taxiway i,_ghts with Stake Mounting. 1251. Item L-1!6, Installation of Medium intensity Runway and Taxiway Lights -Aith Stake Mounting. r 125- 1.4 Item L-120, Installation of Internally Lighted Taxiway Guidance i2 1.5 item L-121, installation of nigh Intensity Runway Lights. 125-1.0' item L-122, installation of Airport Low Intensity Lighting System. 125-1.7 Item L-123, installation of Touchdown Zone Lights, Inset and Base Mounted. 125-1.8 Item L-124, Installation of Runway Centerline and Texiway Turnoff Lights. 12�,�-!.q This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specification, and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the engineer. �., 125-1 AC 150/5370-10 T-TII+'I L-125 -INSTALLATION OF AIRPORT LIGn T LNG SYSTMS 25-110 Additional details pertaining to a specific sys gem co':er__ in he adTSC_j �1 �_�?".^is ].am are conrained in t^.. P2' i.1i--i25-1.1C 1' A.0 _50/ 5i40-4, :nsta l -'C,-Cn Details :or xnway Centerline Tour--*-do-wn Zone Lighting Systems. C -50/5�L,^--3, •--�_^,:1N^:15� f aU^iri y T._�?1 �r:F Sys—M. _G� L 13 _-_C 150/5i `O-14, �conc:n,i App. L4 zh wing -ids. AC 150/>i40-15), :a:{_'rimy Edge :.._z I-:.n System. 75� l 5 AC l5O/5-5 o-16, Med-J u.^> sn Vensi —Y Ruzm..aJ T s S. `ng cyst m ,.,_ r1t_ v o �c.... _2�-1 ? p ACi=0- " � r=axi va v Guidance Sig .`Sys tem . r EOuipl::?nt and a% ter38-S i 25-2.1- MMERAL. (a) Airport lighting equipment and materials covered by FAA - Specifications shall have the prior approval of the Federal Aviation admi.- stration, Airports Service, Was.ington, D. C. 2 0 59 _, and sIna aa be listed in Advisory Circular 150/5-� 5-1, Approved Airport Lighting qu_pI' n.. (b) All other equipment and r-aterials covered by other referenced specifications shall be subject to acceptance through the r?nu_`actmxrerls Cert_ilC3tl0:1 Oi COAlpliance with the applicable specifications. (c) Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. 125-2 F10/24/74 I T,-.T�7 1.-125 Il,Ts .ALOTION OF AMPORT LIGHTZvG SYST-I-,S AC 1550/53 0-10 25- 2. 2 T=? Rubber and Dlasti c electrical tapes shall be $co tc_- Electrical Tape Ntmbers 23 and 88, respectively, as manufactured by the M_nnesota Mining and I-E--lulacwrl_^._ Co::?pany, or an approved equal. i2j-2.3 CONCR Concrete for backfi11 shall be proportior_ed not leaner E r t..ar1 a 1-1-C mix by vole -me and shall have a compressive strength of not M =egg than 2,000 PSI. Approved clean aggregate shall be used to produce LI?e concrete. ?� " 2. Z CG?aJLT! T Rigid steel conduit and fittings shall. con? or-n to the recu_reraents of Fed. Spec. 1vi:T C-j81. 12=--2. j °TLEEZE CODEECTCRS. Squeeze connectors,i f specified, shall be aqu-1 to Crouse -:"finds Company, type CGB cable connector with neoprene »ver bus .ing. 12 2.6 ^==5. Large radius bend tees, if specified, shall be equal to Crouse -Hinds Company I'io. ET-43. Construction Ide,hods 125- 3.1 GEPg-H-;?L1 . The ins tall a'%.--- on and testing details for the systexs shall be. as specified in the applicable advisory circulars. 125'-3.2 PL•?CTNG LIGHTS. The light fixtures shall be installed at the approximate location indicated in the plans. She exact location shall be as directed by the engineer. Method of Measurement 12 4.1 The quantity of lights to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation, and accepted by the engineer. 125-3 AC 150/5370-10 ITr1�M r125 INSTp.LLATION OF AIRPORT ' LIGHTiNIG SYS-IMMS Basis of Payment t0/24/74 125--5.1 Payment will be !ride at the contract unit price for each complete light installed in place by the contractor and zccepted by the engiree„. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to cciplete this item. Payment will be made =der: Item L-125-5.1 Medium Intensity Runway Lights, Base Mown,.ed in Place--uer each. item L-125-5.1 Taxiway Lights, Base Mounted in Place -- per each. item L-125-5.1 ~Medium Intensi ty Runway Lights, Stake Mounted in Place --her each. Item L-125-5.1 ^sa:-: way iigatS, Stake Mounted in Place --per each. Item L-125-5•1 High Intensity Runway Lights, Place --per each. Item L-125-5.1 Touchdo:: i Zone Lights in Place --per each. Item L-125-5.1 Runway Centerline Lights, in Place --per each. Item L-125-5.1 Medi= intensity Approach Lights, in Place -- per each. Item I-125-5.1 Runwayd Identification Lights, in Place -- per each. Item L-125-5.1 Abbreviated Visual Approach Slope Indicator, in Place --per each. Item L-125-5.1 Airport Taxi Guidance Signs, in Place --per unit of like size. 125-4 10/24/74 ITEM L-125 114STALLATION OF AIRPORT LIGh-TIhTG SYSTEMS AC 150/7370-10 Federal Specificatiors Referenced in Item L-125 hTumber Title �74,=C-581 Conduit, Metal, Rigid; and Coupling, Elbow; and Npple, Electrical Conduit: Zinc -Coated. F-_4 Specifications Referenced in Item L-125 Number Title AC 150/5340-4 installation Details for Centerline and Touchdown Zone Lighting Systems. AC 150/534o-13 high Intensity Runway Lighting System. AC 150/7340-141 Economy Approach Lighting Aids. AC 150/53410-15 Taxiway Lighting System. _'_C 150/534o-16 Mediums Intensity Runway Lighting System. AC 150/5340- Taxiway Guidance Sign System. 125-5 F" r ( I OUR TABLE OF CONTENTS SPECIAL CONDITIONS SC-1 Scope of Work SC-1 P" SC-2 Contract Documents SC-1 SC-3 Time and Order of Completion SC-1 SC-4 Limitation of Operation SC-6 SC-5 Airport Operations Security SC-8 PM SC-6 Contractor's Plant Site, Storage and Office Area(s) SC-13 SC-7 Protection of Property SC-13 SC-8 Electric Power and Natural Gas SC-14 7 SC-9 Lines and Grades SC-14 SC-10 Water for Construction SC-14 SC-11 Material Tests SC-15 ►" SC-12 Barricades, Signs, and Hazard Markings SC-15 SC-13 Prevention of Air and Water Pollution SC-16 SC-14 Progress Schedule SC-16 SC-15 Public Convenience and Safety SC-16 SC-16 Final Cleaning Up SC-17 SC-17 Insurance SC-17 SC-18 Removal and Disposal of Structures, Utilities and Y Obstructions SC-18 SC-19 Conformity with Plans and Allowable Deviations SC-18 SC-20 Removal of Defective and Unauthorized Work SC-18 SC-21 Disputed Claims for Extra Work SC-18 I SC-22 Federal Participation SC-19 SC-23 Indemnification SC-19 !� SC-24 Opening of Section of Airport to Traffic SC-20 SC-25 Contractor's Responsibility for Work SC-20 SC-26 Correction of Faulty Work After Final Payment SC-20 SC-27 Separate Contracts SC-20 SC-28 Shop Drawings SC-20 SC-29 Engineer SC-21 r- SC-30 Trench Safety SC-21 SC-31 Engineer's Field Office SC-21 SC-32 Progressing Meeting . SC-22 APPENDIX SW5200.5A Airport Safety During FAA Funded Airport Construction and FAA Facilities Maintenance. 4 AC 150/5370-2C Operational Safety on Airports During Construction 2700-95 E SPECIAL CONDITIONS SC-1 SCOPE OF WORK The work to be accomplished under these specifications, including the plans, consists of construction work for the Lubbock International Airport, including but not limited to, the construction of new bituminous runway and taxiway shoulder pavement, the reconstruction of bituminous blast pad pavement, the construction of new portland cement concrete pavement, and other related items of work. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by the Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. ` SC-2 CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with the Contract Documents described in the General Conditions. The drawings included in the documents consist of the plans r, entitled "City of Lubbock, Texas, Lubbock International Airport, Runway 8-26 Shoulders E Improvements," dated April, 1995. All bidders shall be thoroughly familiar with all of the drawings and specifications. The Contractor shall be responsible for the satisfactory completion of all work shown on the drawings or specified. The intent of the plans and specifications is to prescribe a complete work or improvement which the Contractor undertakes to do in full compliance with the plans, the specifications, the special provisions, proposal, and contract. The Contractor shall do all work including such additional, extra, and incidental work as may be considered necessary to complete the project in a satisfactory and acceptable manner, as provided in the plans, proposal, and contract. He shall fiirnish, unless otherwise provided in the specifications, special provisions, or contract, all materials, equipment, tools, labor and incidentals necessary to prosecute the completion of the work. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance Bond, Special Bonds (if any), Proposal, Special Conditions, Notice to Bidders, Instructions to Bidders, Technical Specifications, Plans, General Provisions and General Conditions of the Agreement. SC-3 TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure 2700-95 SC - 1 completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carried out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. Construction Phasing The Contractor shall be responsible for scheduling and implementing the various construction phases as awarded and within the individual construction phase requirements specified herein. The following requirements shall be addressed in the preparation of the Contractor's construction schedule. In addition, work on Additive Alternates C, D or E, requiring displacement or closure of Runway 17R-35L, will not be allowed between October 1 and April 1. Liquidated damages will be assessed for delayed completion in the amount of $500.00 per calendar day for each individual construction phase specified below. Phase 1 Base Bid and Additive Alternates A and/or B - The scope of the Base Bid includes the construction of new bituminous shoulder pavement along Runway 8-26 and Taxiways J, K, G, R and M within 250-feet of the centerline of Runway 8-26. Additive Alternate A includes reconstruction of the Runway 26 blast pad. Additive Alternate B includes construction of new portland cement concrete pavement at the existing Aircraft Fire Fighting and Rescue driveway. Construction of the Base Bid and/or Additive Alternate A will require closure of Runway 8-26. The Contractor shall be responsible for providing, installing and maintaining temporary runway closed marking and barricades as specified herein. Air operations at Lubbock International Airport will be severely affected by the closure of Runway 8-26 during the construction of the Base Bid and Additive Alternate A improvements. The Contractor will be required to work double shifts, longer hours, and/or at night to complete the work included in the Base Bid and Additive Alternate A within the time constraints provided herein. Runway 8-26 may be placed back into operation prior to completion of the construction of Additive Alternate B, as approved by the Engineer and the Owner. The items of work included in the Base Bid and Additive Alternates A and/or B. as awarded, shall be completed within 120 calendar days of the Notice -To -Proceed with construction of the project. The construction of the Base Bid and Additive Alternates A and/or B shall be wpleted. accented and opened prior to starting work on any other portion of the awarded r iect. 2700-95 SC - 2 r s' Fuse 2 Additive Alternate C - The scope of Additive Alternate C includes the construction of new bituminous shoulder pavement along . Taxiways D and Q within 250-feet of the centerline of Runway 17R-35L. Construction of Additive Alternate C will require the displacement of the Runway 35L threshold to a point approximately 1,000-feet north of Taxiway Q. The Contractor shall furnish, install and maintain temporary displaced threshold marking and lighting for Runway 35L, as specified herein or as directed by the Engineer, for the duration r- of construction activities on Additive Alternate C. The temporary displacement will be marked in accordance with the latest revision of FAA Advisory Circular 150/5340-1 STANDARDS FOR AIRPORT MARKING, and paid for under Item P-620 RUNWAY AND r. TAXIWAY PAINTING, as specified herein. Temporary marking shall include, but not be limited to, one (1) displaced ,threshold bar and four (4) lead-in arrows, as detailed on the drawings. The Contractor shall remove all temporary marking at the completion of the r. Additive Alternate C construction activities, immediately prior to opening the full length of r the runway or the start of other Additive Alternate work associated with Runway 17R-35L. Temporary marking may be accomplished using diluted, water -based paint of appropriate ,., color, to facilitate easier removal. Approved temporary marking; removal methods are specified in Item P-620 of these specifications. The Contractor shall also furnish, install and maintain temporary displaced threshold lighting for Runway 35L, as specified herein or as directed by the Engineer, for the duration of construction activities on Additive Alternate C. The temporary lighting shall include, but not be limited to, eight (8) elevated outboard runway threshold lights and two (2) elevated Runway End Identifier Lights (REIL's). The temporary lighting shall be connected to the existing runway circuit by the Contractor, and paid for under Item L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, of these specifications. Lights shall be elevated by mounting them on barrels or staffs, securely tethered to the ground. Temporary lighting shall be maintained by the Contractor for the duration of the displacement period. During the displacement period, the existing runway edge lights on Runway 17R-35L south of the displaced threshold shall be taken out of service by the Contractor. This may be accomplished by removing the light bulbs from the affected runway lights. The remaining lights north of the displaced threshold shall remain operational at all times. The Contractor shall provide temporary wiring, jumpers and connections required to maintain operation of the existing runway lights north of the displaced threshold and the temporary threshold lights. At the completion of construction activities for Additive Alternate C, the Contractor shall remove the temporary lighting and return the runway lighting system to its original condition. The Contractor shall be responsible for repairing any damage done to the runway lights during these activities, and for restoring the runway lights to operation, including replacing the light bulbs in the lights. r' Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. 2700-95 r 4, SC-3 7. Air operations at Lubbock International Airport will be severely affected by the displacement of the Runway 35L threshold during the construction of the Additive Alternate C improvements. The Contractor will be required to work double shifts, longer hours, and/or at night to complete the work included in Additive Alternate C within the time constraints provided herein. The items of work included in Additive Alternate C shall be completed within 30 calendar bays of the Notice -To -Proceed with construction of Additive Alternate C. The construction of Additive Alternate C shall be completed, accepted and opened prior to starting work on any other portion of the awarded pmject. Phase 3 - Additive Alternate D - The scope of Additive Alternate D includes the construction of new bituminous shoulder pavement along Taxiways B and N within 250-feet of the centerline of Runway 17R-35L. Construction of Additive Alternate D will require the closure of Runway 17R-35L. The Contractor shall furnish, install and maintain temporary runway closure identification for Runway 17R-35L, as specified herein or as directed by the Engineer, for the duration of construction activities on Additive Alternate D. The temporary runway closure will be identified in accordance with the latest revision of FAA Advisory Circular 150/5340-1 STANDARDS FOR AIRPORT MARKING, and paid for under Item P-620 RUNWAY AND TAXIWAY PAINTING, as specified herein. Temporary runway closed identification shall include, but not be limited to, two (2) runway closed "x's", as detailed on the drawings. The "x's" shall consist of painted markings or other approved materials installed at each end of Runway 17R-35L. Temporary marking may be accomplished using diluted, water -based paint of appropriate color, to facilitate easier removal. Approved temporary marking removal methods are specified in Item P-620 of these specifications. The Contractor shall remove all temporary identification at the completion of the Additive Alternate D construction activities, immediately prior to opening the full length of the runway or the start of other Additive Alternate work associated with Runway 17R-35L. Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. Air operations at Lubbock International Airport will be severely affected by the closure of Runway 17R-35L during the construction of the Additive Alternate D improvements. The Contractor will be required to work double shifts, longer hours, and/or at night to complete the work included in Additive Alternate D within the time constraints provided herein. The items of work- included in Additive Alternate D shall be completed within 30 calendar days of the Notice -To -Proceed with construction of Additive Alternate D. The construction of Additive Alternate D shall be completed. accepted and opened prior to starting work on any other portion of the awarded project. 2700-95 SC - 4 Phase 4 - Additive Alternate E - The scope of Additive Alternate E includes the construction of new bituminous shoulder pavement along Taxiways A and T within 250-feet of the centerline of Runway 17R-35L. Construction of Additive Alternate E will require the displacement of the Runway 17R threshold to a point approximately 1,000-feet south of Taxiway A. The Contractor shall furnish, install and maintain temporary displaced threshold marking and lighting for Runway 17R, as specified herein or as directed by the Engineer, for the duration of construction activities on Additive Alternate E. The temporary displacement will be marked in accordance with the latest revision of FAA Advisory Circular 150/5340-1 STANDARDS FOR AIRPORT MARKING, and paid for under Item P-620 RUNWAY AND TAXIWAY PAINTING, as specified herein. Temporary marking shall include, but not be limited to, one (1) displaced threshold bar and eight (8) lead-in arrows, as detailed on the drawings. The Contractor shall remove all temporary marking at the completion of the Additive Alternate E construction activities, immediately prior to opening the full length of the runway or the start of other Additive Alternate work associated with Runway 17R-35L. Temporary marking may be accomplished using diluted, water -based paint of appropriate color, to facilitate easier removal. Approved temporary marking removal methods are specified in Item P-620 of these specifications. The Contractor shall also furnish, install and maintain temporary displaced threshold lighting for Runway 17R, as specified herein or. as directed by the Engineer, for the duration of construction activities on Additive Alternate E. The temporary lighting shall include, but not be limited to, eight (8) elevated outboard runway threshold lights and two (2) elevated Runway End Identifier Lights (REIL's). The temporary lighting shall be connected to the t existing runway circuit by the Contractor, and paid for under Item L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, of these specifications. Lights shall be elevated by mounting them on barrels or staffs, securely tethered to the ground. Temporary lighting shall be maintained by the Contractor for the duration of the displacement period. During the displacement period, the existing runway edge lights on Runway 17R-35L north of the displaced threshold shall be taken out of service by the Contractor. This may be accomplished by removing the light bulbs from the affected runway lights. The remaining lights north of the displaced threshold shall remain operational at all times. The Contractor shall provide temporary wiring, jumpers and connections required to maintain operation of the existing runway lights north of the displaced threshold and the temporary threshold lights. At the completion of construction activities for Additive Alternate E, the Contractor shall remove the temporary lighting and return the runway lighting system to its original condition. The Contractor shall be responsible for repairing any damage donne to the runway lights during these activities, and for restoring the runway lights to operation, including replacing the light bulbs in the lights. Payment for related provisions of this paragraph not specifically addressed and covered under t these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. 2700-95 7 SC-5 Air operations at Lubbock International Airport will be severely affected by the displacement of the Runway 17R threshold during the construction of the Additive Alternate E improvements. The Contractor will be required to work double shifts, longer hours, and/or at night to complete the work included in Additive Alternate E within the time constraints provided herein. The items of work included in Additive Alternate E shall be completed within 30 calendar days of the Notice -To -Proceed with construction of Additive Alternate E. The construction of Additive Alternate E shall be completed. accepted and opened prior to starting work on another portion of the awarded project. Any deviation from the above sequences of construction will require the prior approval of the Engineer. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation and with other contractors. Portions of the apron, runways and taxiways may be closed as required for proper execution of the work, but at least three (3) days notice will be required before closing any portion of a runway, taxiway or apron. When closing of the main runways, taxiways and apron areas for construction of lighting work is required, the time closed shall be kept to a minimum time. One of the two main runways, including access taxiways, shall be kept open at all times except as otherwise specified. All operations shall be coordinated, through the Engineer, with the Director of Aviation. Before either of the two main runways can be closed, the Engineer shall approve the length of time of closure and the Contractor's work schedule during closure. The Contractor shall be required to provide, install and maintain approved displaced runway threshold or closed runway and/or taxiway markings in accordance with FAA Advisory Circular 150/5370-2C, FAA Southwest Region Order SW5200.5A, FAA Advisory Circular 150153704, FAA Advisory Circular 150/5370-7, and other applicable FAA regulations. AC 150/5370-2C and SW5200.5A are included in these specifications. No separate measurement or payment shall be made for closed runway or taxiway marking. All operations shall be coordinated through the Engineer. Runways, taxiways and apron areas shall not be closed for construction work until all construction equipment and materials required for that portion of work have been delivered to the site, approved and are ready for installation. SC-4 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall the Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of the Engineer. The Contractor shall be required to submit a schedule of operations to the Engineer for approval. The Contractor shall not commence new work to the prejudice of work already started. 2700-95 SC - 6 PM r The Contractor shall take all precautions necessary to insure the safety of operating aircraft and their passengers as well as that of his own equipment and personnel. Special considerations shall r be given to flight schedules and other aircraft operations. The Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. The Contractor shall provide all such equipment with a flag on a staff so attached to the equipment that the flag will be readily visible. The flag shall be not less than three feet square consisting of a checkered pattern of international orange and white squares of not less than one foot on each side. During nighttime work, the Contractor shall provide such equipment with approved flashing lights so attached to the r.. equipment that the lights will be readily visible. The Contractor shall make his own estimate of all difficulties to be encountered. Equipment not actually in operation shall be kept clear of landing areas; personnel shall not enter areas of the airport where aircraft are operating without specific .. permission. All operations shall be coordinated, through the Engineer, with the Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of the Contractor. Construction activities will not be allowed within the safety areas of any active runway or taxiway. The taxiway safety area is defined as the area within 131 feet of the centerline of any taxiway or taxilane. The runway safety area is defused as the area within 250 feet of the centerline of any runway when aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions, or within 570 feet of the centerline of any runway when aircraft are operating under Instrument Flight Rule OFR, inclement weather) conditions. VFR or IFR conditions shall be determined by the Lubbock Air Traffic Control Tower personnel. ., The Contractor shall maintain flagmen, as may be required, to direct his construction traffic if it becomes necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities whenever possible and no traffic shall ever cross an active runway or taxiway without having proper clearance from the control tower. Trenches and manhole excavations within the limits of the safety area of any airfield paving shall be backfilled as outlined in these specifications by the end of the work day or work period. Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of the Engineer by the end of each work day or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed (^ within the safety area of any active airfield pavement. The FAA considers any deviation of more than 3-inches above or below the existing grade to be a hazard to aircraft operations. The FAA may issue warnings or fine the Airport for these violations. Such fines as may be: handed out by the FAA as a result of the Contractor's activities shall be considered the Contractor's respgnsibility, and shall be promptly paid be the Contractor. at his sole expense. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Aprons, runways and taxiways will be closed as required for proper execution of the work as provided in above paragraphs. The Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the 2700-95 SC - 7 safety rules by the Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions. Continued violations of safety rules and regulations by the Contractor, after having been notified of such violations by the Engineer, shall constitute grounds for suspending the Contractor's operations until steps are taken that will insure a safe operation. The Contractor shall be required to equip - vehicles used by the super-intendent or foremen on the project with a radio receiver/transmitter(s) for maintaining direct communication with the FAA control tower at Lubbock Inter- national Airport. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the Engineer. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. The Contractor shall provide an area for parking all equipment not being used for construction purposes, and for parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by the Engineer and the Director of Aviation. No employee or other unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from the Engineer and the Director of Aviation. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Engineer and the Director of Aviation. The Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To insure compliance with this requirement the Contractor shall maintain at the site not less than two dewatering pumps in good working condition at all times that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on the project at any time water is standing in open excavations. The Contractor shall maintain the pavement surfaces of runways, taxiways and aprons, which are allowed to be used as hauling routes, in a clean condition, suitable for use by aircraft, as determined by the Director of Aviation. The successful Bidder shall be subject to a pre -award review by the Office of Compliance and Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance status of the Contractor. The Contractor shall be subject to a pre -construction conference to discuss phasing and project safety control after award of contract. SC-5 AIRPORT OPERATIONS SECURITY SC-5.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. 2700-95 SC - 8 The following security guidelines and the rules and regulations of the Lubbock: International Airport Police Department (LIAPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SC-5.2 Airport Operations Area (AOA) �- The Airport operations area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the r AOA is defined by the Airport's outer security fencing and other security measures at the Airport f terminal building. SC-5.3 LIAPD-Issued Security Badges The Contractor shall be responsible for obtaining a photo -identification security badge issued by the LIAPD for each supervisor or foreman of each work crew working within the, �. AOA. The Contractor shall obtain LIAPD security badges for at least one member of each work crew working in separate areas of the AOA. It is the intent of these specifications that all individuals responsible to the Contractor. including; the Contractor's employees. subcontractors, suppliers or representatives. either obtain and display an LIAPD security badge, or obtain and display a Contractor -issued identification badge. as specified below. AND be escorted or directly su rvised by an individual displaying a current LIAPD security badge. The Contractor my obtain LIAPD security badges from the Lubbock International Airport Police Department at the Lubbock International Airport. The LIAPD reserves the right to limit the number of security badges issued to the Contractor. The LIAPD will charge the Contractor a twenty-five dollar ($25.00) fee for each security badge issued. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. 7 The LIAPD security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. The LIAPD security badge l may be confiscated and all security rights revoked by the LIAPD upon the breach of any security l or safety regulations at the discretion of the LIAPD. The holder of an LIAPD security badge shall surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of the LIAPD. The Contractor shall conduct a background check of each applicant for an LIAPD security badge utilizing standard background check forms provided by the LIAPD. The Contractor shall be responsible for completing the required forms, and for submitting the forms to the LIAPD for their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through the Director of Aviation's office after award of the project. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by the LIAPD. The LIAPD shall be responsible for reviewing the background checks. Only persons whose application is approved by the LIAPD shall 2700-95 SC - 9 7 r be issued security badges. The LIAPD reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of the LIAPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LIAPD-issued security badges to the LIAPD. The LIAPD will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LIAPD-issued security badge. All LIAPD-issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all LIAPD-issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SC-5.4 Contractor -Issued Identification Badges The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals operate within the AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of the LIAPD, the Director of Aviation or the Engineer. The format and content of the Contractor -issued identification badge shall be approved by the LIAPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated by the Contractor and retained by the Contractor until the end of the project. It shall be the Contractor's responsibility to record and account for all Contractor - issued identification badges. All identification badges issued by the Contractor during the project and the records of said badges shall be transferred to the possession of the LIAPD at the completion of the project. The Contractor -issued identification badge does not allow unlimited access to all areas within the AOA,. but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Ema individual oWrating within the AOA shall display either an LIAPD-issued security badge or a Contractor -issued identification badge at all times. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LIAPD-issued security badge at all times while within the AOA. 2700-95 Sc - 10 r" Persons within the AOA not possessing a valid LIAPD-issued security badge, or escorted or directly supervised by an individual possessing a valid LIAPD-issued security badge, shall be considered in violation of LIAPD security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LIAPD security arrangements. SC-5.5 Contractor's Entrance Gate The Contractor shall provide an entrance gate to the AOA for the Contractor's employees, subcontractors, suppliers and representatives at a location directed by the Engineer. This entrance gate shall be provided, installed, and, at the end of all construction activities, shall be removed, and the existing fence reinstalled to the satisfaction of the Engineer, by the Contractor at no additional expense to the Owner. Adjacent to the Contractor's entrance gate, outside the AOA, the Contractor shall provide a parking area for the Contractor's employee's personal automobiles. The limits of this parking/storage area shall be as directed by the Engineer. At the completion of this project, any damage done by the Contractor to this area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading and reseeding or repaving any damaged areas. The Contractor shall be responsible for, and shall control all movement through the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and the LIAPD with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LIAPD-issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate l remains open. The watchguard shall be the Contractor's representative and shall be responsible for l all movement through the gate. Again, only authorized persons and vehicles shall be allowed by the Contractor's watchguard to enter the AOA. At the Contractor's option, and upon approval of the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SC-5.6 Vehicle Escorts All vehicles responsible to the Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LIAPD security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and 7. 2700-95 SC - 11 the driver of the escort vehicle shall be familiar with the FAA radio and its operation, and shall obey all instructions from the Air Traffic Control Tower. SC-5.7 Challenging Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LIAPD security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LIAPD security badge, or who cannot produce a valid LIAPD security badge, or who is not under escort or under the direct supervision of a person possessing a valid LIAPD security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, the LIAPD shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until the LIAPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LIAPD and shall be immediately confiscated by the LIAPD or the Director of Aviation. SC-5.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. When requesting approval for the use of a crane or other hoisting device, the following information is required: 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. The top of the crane or other hoisting device shall be marked with a 3-foot by 3- foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of Aviation or the Engineer. 2700-95 SC 12 The Contractor shall notify the Engineer and Director of Aviation at least forty- eight (48) hours prior to actual erection of the crane or other hoisting device. SC-6 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S) The Contractor shall make his own provisions for plant site, storage and office areas. If the Contractor desires to utilize an on -airport location, arrangements must be made with the Director of Aviation. The following specific requirements apply to on -airport plant site, storage and office r— areas. 1. The Contractor will be held completely responsible for any damage or deterioration in �• areas allowed for Contractor's use. The Contractor will also be responsible for a, maintenance of areas and dust control for the duration of the project. �,. 2. Direct negotiation may be conducted with the Director of Aviation for any areas desired. Areas used by the Contractor may be subject to rental rates and fees as identified by the Director of Aviation. 3. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but not limited to (1) regrading disturbed areas; (2) complete removal of debris or any other material brought onto the site by the Contractor; (3) complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged during the period the Contractor and his forces occupy the area. All restoration shall be to the satisfaction of the Director of Aviation. 4. Prior to moving into an unpaved area, the Contractor shall remove and stockpile a minimum of 6-inches of existing topsoil. After completion of the project and after ` clearing the site of materials, equipment and debris, the Contractor shall replace, spread and grade the salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished in accordance with applicable technical specifications of these documents including but not limited to Items P-152, P-401, T- 901 and T-905. 6. No direct payment will be made to the Contractor for restoring plant site, storage or office areas. SC-7 PROTECTION OF PROPERTY The Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. The Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. 2700-95 7 SC - 13 The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with FAA Facilities at Lubbock International Airport. Certain runway and taxiway lights and signs and electrical cables are not scheduled to be removed or abandoned under this contract. The Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways and taxiways which will be open for night operations. SC-8 ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SC-9 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. The Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. Whenever necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors which may have been made in laying out the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due the Contractor, at the discretion of the Engineer. SC-10 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own 2700-95 SC - 14 r arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. SC-11 MATERIAL TESTS d Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or r. mix design. The City will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor. Hot Mix Aggregate -Tests required, prior to use, for approval of source. �.. Asphalt -Certifications on asphalt material used. Hot Mix -Hot mix design for all material proposed, as required in the specifications. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. *, All materials proposed to be used may be tested at any time during their preparation and use. ? If, after trial, it is found that sources of supply which have been approved do not furnish a product t of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. SC-12 BARRICADES, SIGNS, AND HAZARD MARKINGS The Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of the work and the safety of the public for both land and air traffic. Before closing existing apron, runways or taxiways, warning signs for air traffic shall be placed at such locations and shall be visible day and night. A runway closed because of construction or other activities or hazards shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to the Contractor shall be under escort, as specified in Paragraph SC-5, AIRPORT OPERATIONS SECURITY. Taxiways closed to traffic shall be protected by effective barricades. Spacing of barricades shall be as directed by the Engineer. Barricades for aprons closed to traffic shall consist of heavy duty barricades constructed of railroad ties. Each tie shall have reflective striping and a flashing light on each end. Barricades shall be spaced with no more than 3' clearance between the ends. 2700-95 SC - 15 Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, apron, taxiways and roadways. Obstructions shall be illuminated at night. The proper illumination of obstructions is critical to the safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to automatically tam on the lights at night and turn them off at daytime. The Tights shall be checked daily by the Contractor to assure that batteries or power cells are in working order. In addition. the lights shall be checked by the Contractor at night on a daily basis. Any lights found to be out of order, flashing weakly or in otherwise less than acce.t ble operating condition shall be immediately replaced or repaired. The Engineer may suspend work on the project if the Contractor's warning lights are not maintained in an acceptable manner. A n nty-five_dollar ($25.00) charge will be assessed the Contractor for each light, per day, found to be inoperative by Owner's personnel or representatives. SC-13 PREVENTION OF AIR AND WATER POLLUTION The Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. The Contractor shall comply with directives given by the Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control". Item P-156, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included as Section 11 of the technical specifications for this project. SC-14 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SC-15 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular 150/5370-2C, "Operational Safety on Airports During Construction," included in the Appendix of these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from the Engineer and Director of Aviation. 2700-95 SC - 16 1 x, r The Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt and other debris in areas where hauling is permitted on or across any active apron, runway or !•' taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, i gravel, dirt or other debris shall be removed immediately by the Contractor. SC-16 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the I Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, r.. will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SC-17 INSURANCE ,,. The Contractor shall not begin work under this contract until he has obtained .all insurance as required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. The Contractor shall obtain a separate Owners protective or Contingent Public Liability Insurance Policy naming the City of Lubbock and the Engineer as the insured and the amount of the policy shall be as follows: One Million Dollars ($1,000,000) for injuries, including accidental death, to one or more persons and subject to the above limit for each person; a total limit of One Million Dollars ($1,000,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident; a limit of not less than One Million Dollars ($1,000,000) for all damages arising out of injury to or destruction or property in any one accident, and subject to that limit per accident; a total (or aggregate) limit of Two Million Dollars ($2,000,000) for all damages arising out of injury to or destruction of property during the policy period. A copy of this policy shall be delivered to the Owner and to the Engineer. The cost of this separate policy shall be included in the Proposal under the appropriate item. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. 2700-95 SC - 17 r SC-18 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or which are not to be used in the new construction shall be removed as directed by the Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of the Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All materials and debris specified to be disposed of by the Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by the Contractor. SC-19 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Engineer and authorized by him in writing. SC-20 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. SC-21 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by the Contractor and the keeping of costs by 2700-95 SC - 18 the Engineer shall not in any be construed to prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the !� Engineer, who will present it to the Owner for consideration. SC-22 FEDERAL PARTICIPATION The attention of the Contractor is invited to the fact that pursuant to the provisions of the Act of Congress known as the Airport Improvement Program of 1982, the United States Government may pay a portion of the cost of these improvements. The above Act of Congress provides that the construction work and labor in each state shall be done in accordance with the laws of that state subject to the inspection and approval of the FAA and in accordance with the rules and regulations made pursuant to said Act. The construction work, therefore, will be subject to such inspection by the Administrator of the Federal Aviation Administration or his agents as may be deemed necessary to meet with the above requirements when Federal funds are used, but such inspection will in no sense make the Federal Government a party to this contract and will in no way interfere with the rights of either party to the contract. SC-23 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Ovmer, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, 'including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Owner, Engineer, the Owner's officers, agents and employees, whether such negligent act was the sole proximate cause of the injury or damage or a proximate cause jointly and concurrently with the Contractor or the Contractor's employees, agents or subcontractors negligence, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Ovnier, Engineer or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the 2700-95 SC - 19 r Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SC-24 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in the opinion of the Engineer, apron, runway or taxiway is in an acceptable condition, it may be opened to traffic upon the written order of the Engineer. The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion and acceptance of the work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of the Contractor, shall be performed by and at the expense of the Contractor. SC-25 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. SC-26 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. SC-27 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage bf their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. See Paragraph SC-3 for additional requirements concerning separate contracts. SC-28 SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer 2700-95 SC 20 shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such r" other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such *' drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop �- drawings or schedules. SC-29 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, Amarillo and El Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SC-30 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. r.. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the Engineer for approval. SC-31 ENGINEER'S FIELD OFFICE The Contractor shall furnish an office at the site of the work for use by the Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until the project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall be screened and a screen door provided in addition to the regular door. It is contemplated that the building will be constructed of the same kind of material as that used by the Contractor for his office and job buildings. It shall be an independent unit, detached from any office, storage or warehouse building occupied by the Contractor, and shall be at a minimum clear distance of 50 feet from any such building. The building shall be for the sole use of the Engineer and the resident force. Should the building be destroyed or damaged in any manner, except through causes due to negligence of the occupying engineering force, the Contractor shall immediately restore it to its original state. Upon the completion of the project the building will become the property of the Contractor and shall be removed from the project site. 2700-95 SC - 21 The building shall not be less than 150 square feet in floor area and shall have not less than two (2) glass windows and one (1) door. A table not less than 3' wide and 6' long, a desk and two chairs, and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. The Contractor shall provide a suitable heater fired by either natural or LP gas. The Contractor shall also provide a suitable refrigerated air cooler. All fuel and electrical power for the building shall be provided by the Contractor. The Contractor shall have a private line telephone installed in the Engineer's field office for exclusive use of the Owner and Engineer. The Engineer will be responsible for subsequent monthly use charges. SC-31 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. The Contractor, Owner, Engineer and all Subcontractors active on the site shall be represented. The Contractor shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. 2700-95 SC - 22 No Text P� U.S. DEPARTMENT OF TRANSPORTATION ' I FEDERALLAiAVIAATwON DFtMIN1� ATION 9r 5200. 5A t. Fort Worth, Texas f` c, Airport Safety During FAA -Funded Airport Construction and FAA r SUBJ: Facilities Maintenance 1. JB This Order establishes airport safety standards for FAA -funded omistiuction and FAA facilities maintera m- 2. D-15 IBMON. This Order is distributed to the Section level in the Airports and Airway Facilities Divisions, to the Branch level in the Flight Standards, Air Traffic, and Civil Aviation Security Divisions, to all • Southwest Region field offices and facilities, and to F & E Field �- Installation,/Construction Representatives. ; 3. cANCEISATTON. Order SW 5200.5, Safety Requirements on Airports Daring Agency Funded Construction Activity, dated 11/21/75, is cancelled. 4. -F)aTAI+L M0K OF CHANG' This order revises and updates criteria to be used during construction and raintenance on airports, consistent with current Advisory Circulars and agency safety regulations. a. Airport Elevation - the highest point on the landing surface of an airport. b. Certificated Airport - an airport which, by laa, is safety regulated by 9E the FAA under Fart 139 of the Federal Aviation Regulations, and which operates under specific safety requirements which apply to r,ainten3nce and construction activities on the airport. Certificated airports are listed in Appendix 2. c. Displaced Threshold - a rumay landing threshold which is located at a point other than at the beginning of the full-strength pavement. A teaporary displacement may be used to give landing aircraft adequate clearance over construction equipment or other objects in the approach area of a runway or adjacent to a runway. T d. Obstacle Free Zone (OFZ) - a design standard involving imaginary surfaces in the vicinity of a runway. They are the Runway OFZ, inner - transitional surface OFZ, and Inner Approach OFZ. Distribution: — — — % — % inivatea By: A—FOF—O (maxi mun) ; A—FAF-10 ASW--650 6/6/69 SW 5200.SA c. if the clearances and re frictions described in this order c nnot be maintained while constn=tion or mainntena m is under -ay, action will be taken as appropriate to: . (1) close runways, taxiways, or aprons, (2) relocate or displace runway tiuesholds ter:porarily, (3) perform work at night or during periods of miniitral aircraft activity, (4) close affected areas to certain types of aircraft, (5) restrict aircraft use by weight, wingspan, approach speed, or other characteristic, (6) shut dmn or restrict use of navigational or approach aids. d. FAA w-mloyees uto are responsible for construction or maintenance activities on airports shall coordinate project safety and security requirements and irPacts with the airport sponsor as soon as the impacts have been identified but before commitments are made with contractors or others to perform work on an airport. coordination will vary from formal predesign conferences to informal contacts with the airport manager or responsible sponsor official before starting work. 7. SAFE7 Y . Potentially hazardous conditions which ray occur during airport construction and maintenance include the folla.wg: a. Excavations, trendies, and stockpiled material on or near rurr..ays, taxiways and aprons- b. Donstsvction equipment on aircraft operating areas or in runway approaches or departure areas. c. Inadequate construction area marking or lighting. d. Lack of control over vehicle access to aircraft operating areas, unauthorized entry of personnel, vehicles, or animals. e. Inadequate vehicle marking or lighting. f . Deficient marking and lighting of taTorary r mway thresholds. g. Failure to issue, update, or cancel Notices to Ainen conob irg airport or runway closures or other construction -related airport conditions. Par 6 r---11 - l �- 616189 _ SR 5200.5A a (2) The dimensions of an Obstacle Free Zone are as folla,.s: (keyed to Figure 1). (a) Runway Obstacle Free Zone (See A in Figure 1) extends 200 feet beyond each end of the runway and has the following width for: Runways serving mall aiitzaft: precision instrument nuiway - 300 feet r• Other runways - 250 feet. 2, Runways serving large aircraft: rw The greater of 400 feet, or ISO feet plus the wingspan of the most demanding airplane, plus 20 feet per 1000 feet of airport elevation. [Note: The runway OFZ width for all transport runways on certificated r. airports in the Southwest Region (Appendix 2)is 400 feet.] i (b) Inner -Approach Obstacle Free Zone (See! B in Figure 1) The Inner -Approach OFZ applies only to runways ends with an approach lighting system. r- 2 Beginning 200 feet frtxn the runway threshold and ending 200 feet beyond the last light unit in an approach lighting systen, width sane as the Runway OF`Z, slope 50:1, beginning at runway end elevation. (c) Inner -Transitional Surface Obstacle Free Zone (See C in Figure 1) . I The Inner -Transitional Surface OFZ applies only to precision instnnent runways. 7 2 Slope 3 :1 perpendicular to the zu way centerline and It extending laterally fray the edges of the runway OFZ and approach oFZ to a height of 150 feet above airport elevation. r r Par 8 Page 5 6/6/89 SW 5200.5A b. Approach Clearance Over Equipment and Material. (1) Construction activity in a runway amroach may result in a n&:�d to displace the landing threshold tenporarily. If an object penetrates a surface shown in Fig. 2, displace the threshold to a point where the surface is not penetrated. (2) Objects which do not penetrate these surfaces still nay be ct:structions to air navigation and/or aey affect strrclard instr=ent approach procedures. Coordinate these with the Airspace and Procedures Branch, ASS-531.', and the Flight Procedures Branch, A5W-220, as necessary. 20 Runway ,% t F.quipnent End 1 ' A77 Rurr�aay B C D i 20:1 Threshold Location Surface Dimensions Small Aircraft Large Aircraft A 0 200 B 250 400 C 700 1000 D 2250 1500 Fig. 2 Runway Thhreshold Lccaticn D� *" R 7 E 6/6/89 FW 5200.5A c. F3=.My and Taxiway Safety Arens. (1) F=;w*ay safety area - construction or maintenance activity is prohibited in runway safety areas while the full length of the =Tway is open. Norr l FM maintenance of visual, approach, and navigational aids is permissible within safety areas provided vehicles, material, and excava��ions do not penetrate a runway OFZ and requizenents of paragraph 7b for approach clearance over vehicles, equiment and material are met. (2) Rvrr.,rav safety area diremions are shown in Fig. 4. EXisting safety areas at a particular airport may be larger or smaller than the standard dimension listed. if =%st:ucticn or maintenance activity must take place r- within the specified safety area, it is also acceptable to restrict the runnay use to a smaller size of aircraft and use a narrvwer and/or shorter safety area dimension for the duration of the activity. a b F=.;ay c Safety Area MNWAY DESIGN MEGORY SAF'M AREA DnM4SIONS (Ft.) a or b (1) c (2) 1. Utility AC 150/5300-4 a. Visual or Nonprecision Design Group I 30 120 200 Design Group II 40 150 300 b. Precision Instrument Design Group I 110 300 600 Design Grog II 100 300 600 Design Grove III 100 300 600 2. Trw-isport AC 150/5300-12 500 (3) 1000 (1) Use dimension a or b, whichever results in the greater distance fran the runway centerline. (2) Use dimension c or the existing safety area length, whichaver is less, but no less than 200 feet. (3) Some certificated airports have or permit use of 400-foot wide runway safety areas during construction and mainterawm. Coordinate proposals with the Airports Safety Section, ASW-651. i Fig. 4 Rzrday Safety Areas C Far 8 -�-- 6/6/69 d. Marking and Lighting SW 5200.5A (1) Tw.=ra=v disolaced runway threshold: (a) Mark with yellow arrvws and a white threshold s=ipe as shown in A.C. 150/5340-1, or (b) Use alternate marking whichis: I Clearly visible to the pilot, Not misleading, confusing, or deceptive, .2 secured in place to prevent movement, A Made of material which will minimize damage to aircraft which came in contact with the marking. (2) Tymnozary relocated runc►mv threshold (partial closure of a runway) : (a) Mark with yellow chevrons as shown in A.C. 150/5340-1, or use alternate marking as described in par. lb above. (b) Run•.ray distance regaining signs may need to be covered or removed during the closure. (3) Tezorary rurrwav thresholds must be lighted if all or part of a runway is to be open at night during construction or maintenance. The airport operator may already have tw* orazy threshold lighting available, but this should be determined in advance. (a) Use light lens colors and spacing in A.C. 150/5340-24, Runway and Taxiway Edge Lighting System. (b) Disable edge lights and threshold lights on closed parts of runways. On some lighting systems, it may be necessary to cover a light rather than removing the lanp or fixture. (c) Disable visual glide slope indicators (VASI, PAPI, PIASI, etc.), REIL, and approach lights which would otherwise give misleading indications to pilots as to the threshold location. Installation of tegmrary visual aids may be necessary to provide adequate guidance for pilots on approach to the affected runway. These may be funded or provided by the FAA or the sponsor. Par 8 Page 11 6/6/89 SW 520O.5A (2) Notams on shutdown or irrernilarr coeration of FAA -caned facilities shall be issued and cancelled only by FAA employees. Notams on airport conditions shall be issued and cancelled only by the airport sponsor. Any person having reason to believe that a Notam is missing, in=:plete, or inaccurate shall notify the responsible person. g. Vehicle Identification. FAA employees who operate vehicles on an airport shall comply with the airport owner's rules for vehicle marking, lighting, and operations, unless FAA requirements are more stringent. vehicles operated by FAA employees on active runways, taxiways, or safety areas shall be marked with orange and white flags or flashing yellow beacors during daylight hags, and with flashing yellow beacros at night. Contractors and suppliers shall be informed of the applicable requirements of the airport sponsor by the FAA or airport sponsor employee responsible for the work. r h. Controlling Access To Air=ft Operational Arens (1) Vehicle and pedestrian access routes for airport construction and maintenance shall be controlled as necessary to prevent inadvertent or unauthorized entry of persons, vehicles, and animals. The amount of construction traffic or local security/safety rules may require use of personnel to control access through gates or fencing, or a" s aircraft ,. movement areas. Radio ccrmunicatiom nay be required between the personnel and a Control Tower if equipment and personnel must enter or cross an active Aircraft Movement Area. (2) Vehicle mrking areas for FAA and contractor erployees shall be designated in advance to mininize vehicle traffic in aircraft movement areas while still providing reasonable employee access to the job site. r 9. STANDARD SAFETY SP=FIC.ATIONS. General safety provisions which apply during contract work on airports are contained in the following do=-,ents: a. Facilities and Equipment (F & E) Program projects - Additional General Provisions, FAA F-1, Clause No. 75, "Special Precautions for Work at Operating Airports." b. Airport ngmwement Program (Alp) projects - Advisory circular 150/5370-10, "Standards for Specifying Cmztnacticn of Airports, to General Provisions 40-05, Maintenance of Traffic; 70-08, Barricades, Warning Signs, and Hazard Marking; 80-04, Limitation of Operations. r I Par 8 M 6/6/89 SW 5200.5A Appendix 1 1. General Safety Requirements_: During performance of this contract, the airport runways, taxiways, and ai.raraft parking aprflns shall remain in use by aircraft to the maxim=, extent possible. Aisczaft use of area near the contractor's work will be controlled to minimize to the . contractor's operation. The contractor shall not allow his/her employees, subcontractors, sys�pliers, or any person over whom he/she has control to ante: or remain in any part of the airport which would be hazardous to persons or to aircraft operations. Mwanever aircraft operations require, the (contracting Officer, Engineer, etc.) may order the contractor to suspend operations, move plant, personnel, equipment, and materials to a safe location and stand by until aircraft use is corpleted. 2. Obstacle Free Zone (OFZ): Construction activity within an Obstacle Free Zone -will require closing part or all of the affected runway. See Figure 1. 3. Approach Clearance to Runomays: F=T4ay landing thresholds shall be located to provide an unobstructed approach surface with an approach ratio over equipment and raterial as sham on Figure 2. 4. B=-ray and Taxiwav Safety Areas: Construction activity within a runway safety area will require closing part or all of the affected runway. Construction activity within taxiway safety areas/obstacle free areas is permissible when .the taxiway is open to aircraft traffic if: a. Adequate wingtip/empennage clearance exists between the aircraft and equipment/material, b. Excavations, trenches, or other conditions are conspicuously narked and lighted. c. Notices to Airmen are in effect concerning the activity, usually 'Men and equipment adjacent to Taxiway .11 Safety area dimensions are shown on Figures 4 and 5. a. Temporary threshold marking is marking will be furnished by the b. Temporary threshold lighting is lighting will be furnished and maintained by the required . Threshold contractor required . Mumshold contractor Par 1 r 6/6/69' Sri 5200.5A Apperiix 2 Armndix 2 FAA - CER=CATED AIRPORTS IN SOCMrrt"EST REGION (As of June 1989) Fayetteville hake Abilene Municipal Fort Smith.Muni. Amarillo International Hot Springs Memorial Austin Robert Mueller Little Rock Adar.s Field Beaumont Jefferson Co. Texarkana Regional Bro6msville South Padre Is. College Station Easter»mood I = S Corpus Christi Intl. Dallas/Fort Worth Intl. Alexandria Esler Reg. Dallas Lave Baton Rouge Ryan E1 Paso International Lafayette Regional Fort Worth Meacham Lake Charles Regional Galveston Scholes Monroe Regional Harlingen Rio Grande Valley New Iberia Acadian Reg. Houston Ellington New Orleans International Houston Hobby New Orleans Lakefront Houston Intercontinental Shreveport Regional Laredo International Longview Gregg County 04 =CO Lubbock International McAllen Miller Intl. Alamogordo White Sans Reg. Midland International Albuquerque International Paris Coot Field Farmington Four Corners Reg. San Angelo Mathis Hobbs Lea County Hobbs San Antonio International Ias Cruces International Tile Draughon-miller Los Alamos Tyler Pounds Roswell Industrial Victoria RF-giaa-Aal Ruidoso Siena Blanca C� Waco Regional Lawton Metropolitan Oklahoma City Will Rogers Stillwater Muni. Tulsa International n �; Faye 1 6/6/89 Sirs 5200.5A Appendix 3 Figure 4 of this Order describes runway and taxiway safety area dime=ions as a function of airplane "design grog" fron, Advisory Cinulars 150/5300-4, L'til Airports, and 150/530D-12, Airport Design StardardS, Transport Airports. (Expected to be replaced by A.C. 150/5300-13, Airport Design, currently in draft.) These design grcgps are based an aircraft wingspan, with typical aircraft in each design grog shown below: Design wingspan Group I Up to but not including 49 ft. (15m) Piper Navajo, Cessna 421, Fairchild Metro, Beech King Air, Mitsubishi MU-2, Rockwell Sabre 75, Lear 35/36, Hawker Siddley HS-125. II 49 ft un to but not including 79 ft. (24m) Cessna 441, Llmhraer 120 Brasilia, Saab 340, Rockwell Sabre 65, Cessna Citation II/III, Beech 1900 Airliner, Gulfstream I/II/III/IV. III 79 ft = to but not including 118 ft. (36m) DeHavilland Dash 7, Boeing 737/727, DC-9 (all), M-80, Fairchild F-27, Bae-146, Convair 580. IV 118 ft tm to but not including 171 ft. (52m) Boeing 707, 757, 767, DC-8, Lockheed Lr1011, DC-10/MD-11. V 1171 ft ur to but not including 214 ft. (65m) Boeing 747 r• . -: Fm Q Advi sory r U.S =� Circular Federal Aviation Administration Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C DURING CONSTRUCTION Initiated bY: AAS-300 Change: 1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying With Part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations (FAR), and With the requirements of Federally -funded construction projects. Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the movement of aircraft. For noncertificated airports and airports with no grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. 2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With Emphasis on Safety During Construction, dated October 9, 1981, is canceled. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edi- tion, contains a price list and ordering instructions). b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions). A. BACKGROUND. Various AC's which detail all major elements of safe, efficient airport design and construction are available. However, opera- tional safety on airports may be degraded by construction hazards or margi- nal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem. NOTE: Airports which have received Federal assistance (grants, real or personal property) and air- ports certificated under FAR Part 139 have mandatory requirements related to this subject. 5/31/8L AC construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deac- tivating or abandoning of an entire airport. Formal notification is made by sub- mitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA - district office or FAA regional office. (See AC 70-2, Airspace Utilization Considerations in the Proposed Construction, Alteration, Activiation and Deactivation of Airports, current edition.) Also, any person proposing•any kind• cr- construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for _ this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport operational safety during construction. All parties involved, including the spon- sor's engineer and contractors, should integrate operational safety requirements - into their planning and work schedules as early as practical. Also, respon= sibilities should be clearly established for continuous monitoring and compliance with the requirements assigned and for vigilance to detect areas needing attention _ due to oversight or altered construction activity. When construction is being planned on FAR Part 139 certificated airports, the responsible airport safety (certification) inspector should be directly involved at all stages, from pre-• design through final inspection. c. Safety Considerations. The following is a partial list of safety con- siderations which experience indicates will need attention during airport construction. (1) Minimum disruption of standard operating procedures for aeronautical activity. (2) Clear routes from firefighting and rescue stations to active airport operations areas and safety areas.. (3) Chain of notification and authority to change safety -oriented aspects of the construction plan. r (4) Initiation, currency, and cancellation of Notice to Airmen (NOTAM's). (5) Suspension or restriction of aircraft activity on airport operations areas. , (6) Threshold displacement and appropriate temporary lighting and marking,— (7) Installation and maintenance of temporary lighting and marking for Closed or diverted aircraft routes on airport operations areas. (8) Revised vehicular control procedures or additional equipment and manpower. (9) Harking/lighting of construction equipment. ... 5/31/84 (32) Smoke, steam, and vapor controls. (33) Notify crash/fire/rescue personnel when working on water lines. (34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction areas. d. Guidelines for Proximity of Construction Activity to Airport Operations Areas. The guidelines contained in appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in loca- tions which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A represen- tative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in safety areas. . e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relatively low visibility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other debris on or near air- port operations areas. i. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. J. Open trenches along side pavement. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. " . 1. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. t, 5/31/8'� d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce- dures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the ATC tower chief. At nontawer air- ports, two-way radio control between contractor vehicles and fixed -base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systemati training of vehicle operators is necessary to achieve safety. Special con- sideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. C. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced plans to change their operations.. e. FAA Airports engineers and certification inspectors should participate in the prede31gn and preconstruction conferences if the project involves a complex safety plan. Also, they should participate in construction inspections and in the inspection of the finished work to determine that there are no safety violations to FAR Part 139. LEONARD E. MUD Director, Office of Airport Standards ON 15 r J. •_ i n _•.. �131184 „` � -` AppenciN 1 APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 approach surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be'permitted within 200 feet of the runway centerline on a case -by -case basis with approval of the air-' port operator, the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity set -back lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAM's are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below a{y part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case -by -case basis. t 4. EXCAVATION AND TRENCHES. a. Runways: Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, lighted and marked. In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a case -by -case basis, i.e., cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is ade- quately signed, lighted and marked. 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding four sectioas. 6. MAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted to the appropriate Airports district office for review prior to the placement of construction equipment on airports. The guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination with the appropriate Airports district, field, or regional office. In addition, airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires prior notice to construct, realign, alter, or activate any runway/landing area or associated taxiway for any project which is non -Federally funded. 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity in the vicinity of navigational aids requires special consideration. The effect of the activity and its permissible distance and direction from the aid must be eval- uated in each instance. A coordinated evaluation by the airport operator and the 5/31/8+ Appendix 1 material such as fabric or plywood), and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard sneets of 4-by-8-foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d.. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended posi- tion and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate adequately the hazardous area. e. Notices to Airmen (NOTAM's). The airport operator should provide infor- mation on closed or hazardous conditons to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lization may have the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked With 3-foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100-foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as excep- tionally wide runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. 11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILS), and markings. The extent of the marking and lighting should be directly related to the duration of the displacement as well as the type and level of aircraft activity.