Loading...
HomeMy WebLinkAboutResolution - 5689 - Contract - Duinick Brothers Inc - Reconstruct Runway, LIA - 10_23_1997RESOLUTION NO.5689 Item #20 October 23, 1997 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, attached herewith, by and between the City of Lubbock and Duininck Brothers, Inc., of Grapevine, Texas, to install and furnish all materials and services as bid to reconstruct runway at Lubbock International Airport, and any associated documents, which Contract 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 23rd day of October , 1997. No . -i • ,1/L •' ATTEST: Kayt Darnell, City Secretary APPROVED AS TO CONTENT: qo�q Victor Kilman, Purchasing Manager APPROVED AS TO FORM: n6nald G. Vandiver, First City Attorney da/ccdoalduinimivea September 29, 1997 r SEP 3 01997 << s , stE.. G.� F F INVITATION TO BID #97190 FOR RECONSTRUCT RUNWAY 17R-35L KEEL AT LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS Sealed bids for furnishing all labor, materials, and equipment and performing all work for the above items will be received by the City of Lubbock in the office of Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401 until 2:00 P.M. local time, Thursday, August 28, 1997 then publicly opened and read aloud. The successful bidder must comply with provisions set out in this contract including Equal Employment Opportunity, and Department of Labor Requirements. a. For All Contracts: 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. The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirement are contained in the Specifications. All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract 12.0 percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed rto have been met. Individuals who are rebuttably presumed to be l socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans and Asian - Indian Americans. The apparent successful bidder will be required I to submit information concerning the DBE's that will participate in I this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it i F f will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. b. For Contracts Over $10,000. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. 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 required by the bid or proposal form. 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 amount of the subcontract exceeds $10,000. Samples of the Certification and Notice to Subcontractors appear in the Specifications. 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. C. Contracts In Excess Of $50,000. For 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. d. Notices For $1 Million Contracts. t' preaward Equal Opportunity Compliance Reviews. Where the bid of the apparent low responsible bidder is in the amount of $1 million or more, the 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 t bidder and his subcontractors are able to comply with the provisions t of the equal opportunity clause. Compliance Reports. 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 F. 7 ii F F (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. Plans, Specifications, and other Contract Documents are open to the public at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401 and the Director of Aviation, Lubbock International Airport. Copies may be secured from Delta Airport Consultants, Inc., 9101 Southern Pine Boulevard, Suite 140, Charlotte, North Carolina, 28273(Phone:704-521-9101;Fax: 704-521-9109). A written request should be submitted, accompanied by a check for $50.00 to cover the cost of postage and handling. NO REFUNDS WILL BE GRANTED. Bids must be accompanied by a certified check or a bid bond in the amount of not less than 5 percent of the. total amount bid. A Contract Performance Bond and a Contract Payment Bond each equal to 100 percent of the Contract Price will be required for the successful Contractor. Said bonds should be issued by a company carrying a current Best Rating of B or puperior. No bid may be withdrawn for a period of ninety (90) calendar days after the date of receiving bids. Pre -Bid meeting has been scheduled for 2:00 P.M., Thursday, August 14,1997 in the Conference Room, Second Floor, Lubbock International 'Airport, Lubbock, Texas. The successful bidder shall commence work with adequate force and equipment on a date to be specified in a written order of the Owner and shall complete work within the time prescribed in the contract documents. Proposals shall be placed in a sealed envelope addressed to Victor Kilman, Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401 and labeled in lower left-hand corner: Reconstruct Runway 17R-35L Keel ITB # 97190 The City of Lubbock, reserves the right to reject any or all bids, to waive informalities, and to re -advertise. Victor Kilman Purchasing Manager iii F I� 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 Reconstruct Runway 17R-35L Keel. 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 construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 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. The contract documents, may be examined without charge as noted in the Notice to Bidders. No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: Kenneth W. Moody, P.E. Delta Airport Consultants, Inca 9101 Southern Pine Blvd., Suite 140 Charlotte, North Carolina 28273 FAX: (704)521-9109 The construction covered by the contract documents shall be ITB-1 Ry 7. 8. GENERAL INSTRUCTIONS TO BIDDERS fully completed within the time specifed on the plans 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, in accordance with phasing required by the contract document. A detailed "Critical Path Method" (CPM) progress schedule will be required from the successful bidder. W i K " All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 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. The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently 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 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. All equipment and materials incorporated in the project and ITB-2 r GENERAL INSTRUCTIONS TO BIDDERS 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). The contractor will be furnished two sets 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. Addtional copiers of the plans and specifications may be purchased from the Engineer for the cost of printing and shipping. 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 intended 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. F ITB-3 7 GENERAL INSTRUCTIONS TO BIDDERS 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. 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. 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 and expense. The Contractor's responsibility 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. ITB-4 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 full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases 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. f Explosive materials shall not be stored or kept at the construction site by the Contractor. 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 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. 16. 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. 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 ITB-5 GENERAL INSTRUCTIONS TO BIDDERS of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. 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 coverage's shall be submitted prior to contract execution. The insurance certificates furnished shall name the City and Engineer as an additional insured. A Worker's Compensation Coverage statement from the Contractor to the effect that no work on this particular project shall be subcontracted will be accepted as an alternative. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor 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. 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 ITB-6 than once each week. 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. Bids submitted containin k changes in the stated bid in the cost of materials, project will be rejected being considered. g any conditions which provide for price due to increases or decreases labor or other items required for the and returned to the bidder without The bidder shall submit the original and two (2) copies of his (^ bid on the forms furnished 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 ADDENDUM NO. ONE (1) ITB - 7 AUGUST 22, 1997 22. GENERAL INSTRUCTIONS TO BIDDERS 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 sealed envelope, addressed as specified in the Invitation to Bid, and endorsed on the outside of the envelope in the following manner: (a) Bidders name (b) Bid for Reconstruct Runway 17R-35L Keel (c) ITB #97190 Bid submittals 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. Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Inviation to Bid. (b) General Instructions to Bidders. (c) Bid. (d) General Provisions. (e) Contract Forms. (f) Special Provisions. (g) Specifications. (i) All other documents made available to bidder for his inspection in accordance with the Invitation to Bidders. If Plans and Specifications are too bulky or cumbersome to be hysically bound, they are to be considered incorporated by reference into the aforementioned contract documents. The bidder may be required before the .award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give ITB-8 t GENERAL INSTRUCTIONS TO BIDDERS a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The. City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the C` evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to F complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. ITB-9 I I CONTRACT SPECIFICATIONS FOR RECONSTRUCT RUNWAY 17R-35L REEL AT LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS AIP PROJECT NO. 3-48-0138-19-97 DELTA PROJECT NO. TX 97053 TABLE OF CONTENTS Invitation to Bid I thru iii Prebid Meeting iv General Instructions to Bidders ITB-1 thru ITB-9 SECTION PAGE NUMBERS PART I - GENERAL PROVISIONS • 10 Definition of Terms 10-1 thru 10-7 20 Proposal Requirements & Conditions 20-1 thru 20-5 30 Award and Execution of Contract 30-1 thru 30-12 40 Scope of Work 40-1 thru 40-5 50 Control of Work 50-1 thru 50-7 60 Control of Materials 60-1 thru 60-6 70 Legal Relations and Responsibility 70-1 thru 70-10 To Public 80 Prosecution and Progress 80-1 thru 80-9 90 Measurement and Payment 90-1 thru 90-9 100 Contractor Quality Control Program 100-1 thru 100-9 110 Method of Estimating Percentage of 110-1 thru 110-7 Material Within Specification Limits (PWL) 120 Mandatory Contract Provisions 120-1 thru 120-25 130 Airport Safety Requirements 130-1 thru 130-19 During Construction CONTRACT FORMS Bid --- Attached P-1 thru P-43 Bid Bond --- Attached BB-1 thru BB-2 Contract C-1 thru C-2 ' r r r ITEM Performance Bond Labor and Material Payment Bond Warranty of Construction Lien and Claims Release SPECIAL PROVISIONS SP Special Provisions PART II - EARTHWORK PAGE NUMBERS PB-1 thru. PB-2 LMPB-1 thru LMPB-6 WC-1 LCR-1 SP-1 thru SP-7 P-100 Mobilization P-100-1 thru P-100-2 P-101 Field Office P-101-1 thru P-101-3 P-140 Pavement Removal P-140-1 thru P-140-2 P-152 Excavation and Embankment P-152-1 thru P-152-13 P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P-156-1 thru P-156-6 P-160 Pavement Surface Milling P-160-1 thru P-160-2 PART III - FLEXIBLE BASE COURSE P-209 Crushed Aggregate Base Course P-209-1 thru P-209-7 P-210 Caliche Base Course P-210-1 thru p-210-6 PART IV - FLEXIBLE SURFACE COURSES P-405 Ground Stabilization Fabric P-405-1 thru P-405-2 PART V - RIGID PAVEMENT P-501 Portland Cement Concrete Pavement P-501-1 thru P-501-38 PART VI - MISCELLANEOUS M-103 Runway and Taxiway Markers M-103-1 M-104 Traffic Drums M-104-1 M-107 Aviation Barricades M-107-1 P-605 Joint Sealing Filler P-605-1 thru P-605-4 P-606 Adhesive Compounds, Two -Component P-606-1 thru P-606-5 for Sealing Wire and Lights in Pavement r 6 F FM ITEM PAGE NUMBERS P-619 Paint Removal P-619-1 thru P-619-2 P-620 Runway and Taxiway Painting P-620-1 thru P-620-5 P-700 Grooving P-700-1 thru P-700-2 PART VII - FENCING F-162 Chain -Link Fences F-162 thru F-162-5 PART VIII - TURFING T-901 Seeding T-901-1 thru T-901-7 T-908 Mulching T-908-1 thru T-908-3 PART IX - AIRPORT LIGHTING L-108 Installation of Underground L-108-1 thru L-108-11 Cable for Airports L-110 Installation of Airport L-110-1 thru L-110-7 Underground Electrical Duct L-125 Installation of Airport Lighting L-125-1 thru L-125-4 Systems PART X ROADWAY R-340 Hot Mix Asphaltic R-340-1 Thru R-340-2 Concrete Pavement APPENDIX "A"' Geotechnical Report APPENDIX "B" Stormwater Pollution Prevention Plan for Construction Activities APPENDIX "C" Questions and Answers f PART I - GENERAL PROVISIONS F 4 SECTION 10 - DEFINITION OF TERMS DIVISION I GENERAL PROVISIONS 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 meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-04 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-05 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. •10-06 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of r 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. r 10-07 AIRPORT. Airport means an area of land or water which is IL used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10-08 ASTM. The American Society for Testing and Materials. 10-09 AWARD. The acceptance, by the owner, of the successful bidders proposal. C10-1 7/92 r SECTION 10 DEFINITION OF TERMS 10-10 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-11 BUILDING AREA. An area on the airport to be 'used, 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. 10-12 CALENDAR DAY. Every day shown on the calendar. 10-13 CHANGE ORDER. A written order to the Contractor MMM 10-14 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. 10-15 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. .10-16 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. 10-17 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. 10-18 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-19 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. 10-2 7/92 4 SECTION 10 - DEFINITION OF TERMS 10-20 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. 10-21 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 r necessary to complete the work within the intended scope of the contract as previously modified. 10-22 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized r- representative. 10-24 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. 10-25 FINAL ACCEPTANCE. The work has been totally completed in the opinion of the Owner in accordance with the Contract Documents based on a final inspection by the Owner, Engineer, and Contractor. _- ��AA eat r10-3 7/92 r SECTION 10 - DEFINITION OF TERMS 10-28 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 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 section, specification item, or cited standard that may be pertinent to such specific reference. 10-29 LABORATORY. The official testing -laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-30 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. 10-31 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. 10-32 MATERIALS. Any substance specified for use in the construction of the contract work. 10-4 7/92 ' SECTION 10 - DEFINITION OF TERMS 10-34 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. .,, 10-35 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. t 10-36 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-37 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. 10-38 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. ' 10-39 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. 10-40 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-41 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. ` 10-42 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee his/her proposal is that the bidder will enter into accepted by the Owner. a contract if 10-43 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. F r10-5 7/92 I rd SECTION 10 - DEFINITION OF TERMS 10-45 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. 10-46 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; 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. 10-48 SUBGRADE. The soil which forms the pavement foundation. 10-50 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. 10-51 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: .(1) work that would increase 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 10-6 7/92 SECTION 10 - DEFINITION OF TERMS (2) work that is not within the scope of the originally awarded contract. 10-52 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-53 TAXIWAY. For the purpose of this document, the term 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 aircraft parking areas. 10-54 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by E the contract, plans, and specifications. 10-55 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. 10-56 TEXAS DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS, AND BRIDGES END OF SECTION 10 7 10-7 7/92 F SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). s 0 0.4 i 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 l specified, shall consist of statements covering the bidder's past t 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, r•- 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 rsubmitting such financial statements or reports, the bidder shall t 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 r Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current t "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"', e r 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 20-1 7/92 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 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 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. d. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An _ estimate of quantities of work to be and materials to be furnished under these specifications a we�v It is the result of careful calculations and is believed to 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 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 20-2 7/92 F F F SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 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 by bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the 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 give the 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. 20-08 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. 20-3 7/92 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 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. If the 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. 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 MMMIM, certified check, or other negotiable instrument in the amount I El 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, 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. 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 before the - time specified for opening all bids. 20-4 7/92 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS ( 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 after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be r 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 to be in "default" for any reason specified in the -subsection titled ISSUANCE OF PROPOSAL �. FORMS of this section. END OF SECTION 20 F20-5 7/92 ' r F SECTION 30 - AWARD AND EXECUTION OF CONTRACT 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 f 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 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. rAll 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 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. F Award of the contract at the A NM I shall be made by the Owner to the lowest, 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. 30-1 7/94 7 l SECTION 30 - AWARD AND EXECUTION OF CONTRACT 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 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 contract bond 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 be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be as 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 30-2 7/94 SECTION 30 - AWARD AND EXECUTION OF CONTRACT 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. 30-08 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. 30-3 7/94 M-K 0 paq 0- 1 SECTION 30 AWARD AND EXECUTION OF CONTRACT pim: f". Few fillm"s, - I RAWAMP-4 M 9-2�04�. 30-4 19 m SECTION 30 - AWARD AND EXECUTION OF CONTRACT 30-5 7/94 OA SECTION 30 - AWARD AND EXECUTION OF CONTRACT 30-6 } SECTION 30 - AWARD AND EXECUTION OF CONTRACT FM w 30-7 7/94 SECTION 30 - AWARD AND EXECUTION OF CONTRACT "`iiyy.r�}}y?£i� ''��• `'�i 's'i4�iiR �� 5.i�'.*r � � S • � 4 R 4ei IM 7/94 ky, f SECTION 30 AWARD AND EXECUTION OF CONTRACT M FN� 4 IZ�t 47L. L VM dil 7 4t -ft 1 ®R mm 30-9 7/94 HE 30-10 7/94 - r 111 SECTION 30 - AWARD AND EXECUTION OF CONTRACT -�,� ' O' S.r,✓� �� Y�rtG3wieflt� #T::OaKJV F M 91 M ~ Y . L� M 7 f F 30-11 i t 7/94 Fr i + .. } +��J �"�T��=�1 #�I'uj++i�#��". -7 +*��' 1�'+*♦ �'-� sib • *4' '�`; +ILA+� *'• ' .�wLr:,'*''�4r#y� t`_y:.' '=T -f+� ., .i k1d�� � i :'7! �:Y_ ��#i�=� :t: tiY; _ +-' '�fr,�'J!�r!;#+���#'1 �I� • .�+a �; �. _.}�' 'i a� 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. 1111 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. 40-1 7/92 r SECTION 40 - SCOPE OF WORK 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. 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. 40-2 7/92 { i SECTION 40 - SCOPE OF WORK 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; r" 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. 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 connections necessary 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. e The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the r` 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. 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 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. 40-3 7/92 r SECTION 40 - SCOPE OF WORK 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. 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 his/her option either: a. Use such material in 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 such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. 11 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. 40-4 7/92 s� r s r r SECTION 40 - SCOPE OF WORK 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. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall 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 WaftwtAif`#i END OF SECTION 40 40-5 7/92 r SECTION 50 - 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 r" the finished product are not in reasonably close conformity with t 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 xat the expense of the Contractor in accordance with the p0w 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 r construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and 50-1 7/92 SECTION 50 - CONTROL OF WORK 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 "reasonably 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 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. 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. 50-2 7/92 i 50-05 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 protect shall cooperate with each othero tent eeNt •:�.ck�a::kw�v�:.:�;:.a;.�r::?�s:�a�;�:a:�x:<z::•Maut:::*saca:�s�r::>�:::�a�s•:4:s::>:ss::�:�:::^:��;r�:a*:�::�wti:�►�::.::orssfs:�a�>:a:��<:s:::��u�.. zs��:::::> • •.•.:,:.:...: <• :..ry:.b . :.:: h :,>:.,:::: :.,: :.. •..•f:'+.• .:•.::: t•:::: :; :.:::•sa•:..•••.%i}:: -::: s:•: r,.:.:. �::<.::<::............:....i:..::. .....:.....:..:.....#.o:..:,:...:.;<>srt:'•:>::2a::.�.:•:,�..:::c•::•::;•::•;: 'Sr.'v'•:.I xa::..w;;,W1:G•:A�..to5:uiriic::.;;:+s::.w;;:rw ti�:'t�:sv:'r;:a;::o::i:!is3::.ot;•:::?t•�•:;:x:::S:Y::;c�:x::.•:.•.:::,:Rb•�,r;::.:fo:.�;:�S:;i:%.::�.>:::<:: Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall 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 r 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 furnish the Contractor with horizontal and vertical control only in .the form of bench marks, and the Contractor must furnish all additional stakes for the layout and construction of the work. •: 'A.:i ' . '.4S: P+Y.• ' : iW:? '•W: •• ni+Mq: i':: '• +:M.:.:-0tiG: ^:O •+T"• '^.:: ::•f.4i'. iYiiiri A'•>vT: C^:;:iti: v'r -:i^i �':::ti.:t•:•J: i?::tiv0'^:'?i+iiiiYni'• is v - .: •:... ��. �. S � t�:s� :. �sO:• .<;:� "'s�: �.� t as �� � e �'�.�t�G�#0:. � :of ::=�a�:t � �' ..,...z;.c ?.�i9fc:•. h%�:.::{:.: /,T.x. •%r ...,::^•.t:tiv:••J.•:>:ti'::::•:::::.::,..........r.....r;•••.`.;"Sr:::?r.:•':#::i:'+.f:.........................:. .:........:.::-::t•:•'.•:.•::•::•...;:•:.::::x.•::::: •...:..::::::.;•:. such stakes anct markings as the Engineer may set 'Or eztNer" er 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/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost E of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. F F F F 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 product results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed 50-3 7/92 SECTION 50 - CONTROL OF WORK 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. Inspectors employed by the Owner are authorized to notify the 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 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, 50-4 7/92 t r SECTION 50 - CONTROL OF WORK 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 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. r 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials 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 of equipment 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. 50-5 7/92 SECTION 50 CONTROL OF WORK 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and 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. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the 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 7 a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make f inal 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 ttw shall notify the Contractor in writing of final acceptance as o"tie date 50-6 7/92 SECTION 50, CONTROL OF WORK 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 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 additional compensation before he begins the work on which he bases r- the claim. If such notification is not given or the Engineer is r 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 10 calendar days, submit his/her written claim to the Engineer who will present r► 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 l Contractor's right to dispute final payment based on differences in l measurements or computations. END OF SECTION• 50 C 7 50-7 7/92 i I 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 C 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. F 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 r- produce such specified and listed equipment. 60-02 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 r' 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. Samples will be taken by a C qualified representative of the Owner. All materials being used are subject to inspection, test, or rejection at any time prior to d or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-1 8/96 roll SECTION 60 - CONTROL OF MATERIALS 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or 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 basis of certificates 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 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. 60-2 8/96 s SECTION 60 — CONTROL OF MATERIALS Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has 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. 60-05 ENGINEER'S 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. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to rassure the preservation of --their quality and fitness for the work. i 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 r" 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 C 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 Contractor shall furnish the Engineer a copy of the property owner's permission. 60-3 8/96 r SECTION 60 - CONTROL OF MATERIALS 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 be returned to the site of the work until such time as the Engineer has approved its use 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 such 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. 60-4 8/96 SECTION 60 - CONTROL OF MATERIALS . cte trii to 'Ya?v 11 -also autentt. to Via L`n7tr.4r .. dr �►� �: pproY4t with. su . prcaptness as to c&ust rue d0ay 1n ` vrk4 all Amlilta resgstr d VY tho cov.tr6cl ice'.-ug-otbta. All esa,plea vill hayia on chats:@# 1 ar &"*vp4n&04 by a 61,4i # W VrItten # io-wt ion t t o tror has 44tiat iod the c nt r ctov a r+e tpo i LA tilt Los radar 'Cho n'traCrt tints Frith rVErPOCL to thV r*vlaV Of tht u italon ark cUall i IdontifLo cloarly sae tO ter~iat, r'isr prtis:rtate;cl: as cato at► :+�aa for r ic�xit�tnd. toff - -aion of tam aW drauing or sar is tf�s' Cont'r6ctor 'al1 dottrtIrwd and vgtititd all gvant1UGLo pociti" r[orva c4 criteria, ir►atalletton wra_q 1.r zeta,' w%4triol*. cat.4ioq nu*Apers -try! similar 04ta vitA raa�t theroto J rtvivwd or 000rdinattd 04 aNap draVinq Or 9,&Vp1t > 1t ' 0tx 6r ;..* Pig. �ravIr *avirl c4WIoa a: vlth tt:o r ira ,ts of t v r and Contr l L 4 JY.Ik 1F ii' t l f 60-5 8/96 SECTION 60 - CONTROL OF MATERIALS END OF SECTION 60 8/96 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-01. LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner -affect those engaged or employed on the work, or which in any way affect the conduct 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 TAKES. The Contractor shall procure all permits and licenses, pay all charges, fees, 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, C' 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. 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. 70-1 7/92 SECTION 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC FACILITIES AND UTILITIES FACILITY PERSON TO CONTACT OR UTILITY (NAME AND TITLE) TELEPHONE - Airways Facility Sector Wendell Day 806-766-6401 National Weather Services Andy Anderson 806-745-4926 FAA Control Tower Alberto Ferran 806-766-6503 Airport Facilities Quentin Thomas 806-767-2036 Deputy Director of Aviation Lubbock Power and Light 806-767-2509 Southwestern Bell 800-464-7928 ENERGAS- 806-798-4400 Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain 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 in this subsection. 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. 70-05 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 States 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. 70-2 7/92 F a 7 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 which 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 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 70 -3 7/92 i SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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. n 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- 2C, "Operational Safety on Airports During Construction". 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. 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, 70-4 7/92 { h SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC fi 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 any time due to defective work or materials, and said responsibility will not be released until the project shall have 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 injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 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 r.., 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 through use of 70-5 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 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 in arranging his/her work to permit such beneficial occupancy by the Owner. On .. . . Upon completion of any portion of the work to satisfy the phasing shown on the plans, such portion may be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, if such work is to be used. 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 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 70-6 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage 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 CONTRACTOR'S 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 I Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by -any of the above causes before final acceptance and shall bear the expense thereof. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take 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. e 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled a 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 r'. government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or 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. 70-7 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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. In4 �v, 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 damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, 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 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 herein above provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be 70-8 7/92 k SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 j� 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 I monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible 1. for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. r i 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 and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop 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 70-9 7/92 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 to prevent 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 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. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is 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. END OF SECTION 70 70-10 7/92 SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 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 #yt 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 NOTICE 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 thein the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least r8 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 proc,�ress schedule for the •tx;}h 9fh {• tm n}r tta••:}• •.,. o. :»cr,>:c•}:,y, yt••.: y: :::to-,'•.tmrt•.}}aort. Engineer's approval %+ The 7 PP :.a'-ab,�'ca hs:. •••:t•;•t^cK •�/,•}.c r.:}:Lx.:•.'.•rw:w.aG;:•:t+::�Ax.•}}k•£hr: ••S}}:tr: rs:••F .u:ta}}::::. J:••:•..;•}y .•::t Contractor's progress scheau'le, w�ien approved"�y fie engineer, may Abe 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 #r 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.- 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and 80-1 SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 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 operations within an AIR OPERATIONS AREA of the airport, the work sh-all 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 operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: 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 work and in the operation of the equipment required to perform the work satisfactorily. 80-2 r i SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such 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 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 by the Engineer. 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 determines that the 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. 7 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such 80-3 SECTION 80 — PROSECUTION AND PROGRESS Rev. 7/96 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 carry out 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 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 OF 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: a. 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 80-4 r SECTION 60 — PROSECUTION AND PROGRESS Rev. 7/96 days, if any, that have been included in approved CHANGE ORDERS or 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 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 proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (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 f ile a written protest setting forth his/her objections to the Engineer's 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 80-5 SECTION 80 — PROSECUTION AND PROGRESS Rev. 7/96 proportion as the extended contract total amount of the actually completed quantities bears to"the extended contract total amount of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work br 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 non -work days. {:,r.iMET ME r A SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 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 contract time that has been covered by the change order or supplemental agreement. Charges against the contract time will cease as of the date rcrrnrrxr.•.sswrma•m::•±n�••nv::rx.::vn:....__ _ _+en.v..e»-ki•..}}};}i}:ti\•}}S:iv}}}}:i}::-}:C::J:titiS•:h \J:i 'T .%•}1 } },yviY}ii: is}:: a. 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 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 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 80-7 SECTION 80 — PROSECUTION AND PROGRESS Rev. 7/96 date to which the time for completion may have been extended, will in no way operate as a waiver 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 time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or as Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or 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 f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. 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 f violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any 80-8 Rev. 7/96 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 FOR 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 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 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 i obligation for and concerning any just claim arising out of the work performed. .. END OF SECTION 80 80-9 1 SECTION 90 - MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. 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 r made for individual fixtures (or leave -outs) having an area of 9 l 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. E { 41In 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. R" 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 designated 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 f being paid for by weight shall be weighed empty daily at such times as -the Engineer directs, and each truck shall bear a plainly r legible identification mark. 90-1 7/92 SECTION 90 - MEASUREMENT AND PAYMENT 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. 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 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. 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 not incorporated in the work. 46 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. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within 90-2 7/92 SECTION 90 - MEASUREMENT AND PAYMENT the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in r.. 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. r-" 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 shall have the scales checked under the observation of the inspector before 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 (23 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 weighing -accuracy test will be reduced C: by the percentage of error in excess of one-half of 1 percent. F In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall 90-3 7/92 SECTION 90 - MEASUREMENT AND PAYMENT be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. 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 quantities for a 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 on the plans 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 Contractor 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. 90-4 7/92 r SECTION 90 - MEASUREMENT AND PAYMENT 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 Owner. ` 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 additional costs 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 and 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 90-5 7/92 P SECTION 90 - MEASUREMENT AND PAYMENT 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. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a 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 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. r90-06 PARTIAL PAYMENTS. Partial payments will 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 hundred dollars. le yes sp 2' L _ -� ..�' • �;, Y • '•�_ L..._ }'- ._ 1.. it i7 r _ +F�' *ai ryw.'�• Ors � � � 4WW'+.�' � - 90-6 7/92 SECTION 90 - MEASUREMENT AND PAYMENT 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, 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. 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 HAND. 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. 90-7 7/92 ' r SECTION 90 MEASUREMENT AND PAYMENT 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 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. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the Owner accept (in lieu of the 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. 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 aretainage that would otherwise be withheld from partial payment. C. The Contractor shall enter into an escrow agreement satisfactory to the Owner. 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 subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare 90-8 7/92 I r SECTION 90 - MEASUREMENT AND PAYMENT the final estimate of the items of work actually 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 r" resolve all disputes (if any) in the measurement and computation of t t 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 i FOR ADJUSTMENT AND DISPUTES of Section 50. 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 C 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. r 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 MW 7/92 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 manufactured 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 Contractor shall assume full responsibility for accomplishing the stated purpose. 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. - b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements 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 ,The 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 subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans 100-1 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 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 surveillance 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 document which shall be reviewed by the Engineer prior to the start of any production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least seven M calendar days before the Preconstruction conference. 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 he/she 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 implemented 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 construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required 100-2 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 requirements 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 experience 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 ears of airport paving ' () g g Y rP P g i•• 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 Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering 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. 100-3 r SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 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 specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The 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. 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 II or 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 Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. . Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor 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. coordinating 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 100-4 sequence 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 a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 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. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; 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 Contractor 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: t a. During plant operation for material production, quality ,. control test results and periodic inspections shall be utilized to t. ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning 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 Program 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 100-5 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 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 Contractor 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 construction 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 accordance 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. 100-08 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 100-6 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. r■ Specific Contractor quality contract shall include, but following records: F F control records required for the are not necessarily limited to, the a. Daily Inspection Reports. Each 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 performed 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; (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 defects 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 Administrator. 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 (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; 100-7 item number and description; SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM (7) Causes for rejection; (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 Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate 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 quality 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 surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper 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. 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. WI8II: 0 r i 4 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 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 sufficient notice. b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program 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. END OF SECTION 100 K1111 , F SECTION 110 - METHOD OF ESTIMATING PERCENTAGE OF P" MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 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 analyzed 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 (Sn) 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 follows: 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: Where: X = (xi + x2 + x3 + . . . xn) / n X = Average of all sublot values within a lot xl, x2 = Individual sublot values n = Number of sublots e. Find the standard deviation Sn by use of the following formula: Sn = [ (d12 + d22 + d32 + . dn2 ) / n-1 ] 1/2 Where: 110-1 r SECTION 110 - METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) Sn = 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 = (xl - X), d2 = (xn - X) do = (xn - X) n = number of sublots f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula: QL _ (X - L) / Sn Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column 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 U), compute the Quality Indexes QL and by use of the following .formulas: QL= (X -L) / Snand Qu= (U -X) / Sn 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 Q 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 110-2 I SECTION 110 - METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 1. Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: -Test Example Project 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 = (xl + x2 + x3 + . xn) n X = (96.60 + 97.55 + 99.30 + 98.35) 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = (((96.60 - 97.95)1 + (97.55 - 97.95)2 + (99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2 Sn = ((1.82 + 0.16 + 1.82 + 0.16) / 3]1/2 Sn = 1.15 PM 4. Calculate the Lower Quality Index QL for the lot. (L--96.3) QL = (X -L) Sn QL = (97.95 96.30) / 1.15 QL = 1.4384 S. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 F 110-3 SECTION 110 - METHOD OF ESTIMATING PERCENTAGE.OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) - 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 lot. X= (x1+x+x3 n) / n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 X = 3.57 percent - 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57-3.25)2) / (4 - 1)]1/2 Sn = [(2.04 + 0.03 + 1.62 + 0.10 ) / 3]112 - Sn = 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 q = 1.40 and n = 4. PL = 97 -' 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu = (U - X) / Sn Qu = (5.00 - 3.57) / 1.12 QU = 1.2702 110-4 SECTION 110 - METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PAL) 7. Determine P by entering Table 1 with = = u � 1.27 and n 4. Pu = 93 S. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL = (97 + 93) - 100 = 90 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Positive Values of Q (QL and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 99 1.1541 1.4700 1.6714 1.8008 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 1.4897 1.5497 1.5871 1.6127 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 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 1.2290 1.2419 1.2492 1.2541 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 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 85 1.0448 1.0288 1.0800 1.0500 1.0817 1.0467 1.0808 1.0435 1.0800 1.0413 1.0794 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 i 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 110-5 SECTION 110 - METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 0.4139 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 0.1607 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 0.0281 0.0272 0.0267 0.0264 50 0.0 0.0 0.0 0.0 0.0 0.0 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Negative Values of Q (QL and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 49 -0.0363 -0.0300 48 -0.0725 -0.0600 47 -0.1087 -0.0900 46 -0.1447 -0.1200 45 -0.1806 -0.1500 44 -0.2164 -0.1800 43 -0.2519 -0.2100 42 -0.2872 -0.2400 41 -0.3222 -0.2700 40 -0.3568 -0.3000 39 -0.3911 -0.3300 38 -0.4251 -0.3600 37 -0.4586 -0.3900 36 -0.4916 -0.4200 35 -0.5242 -0.4500 34 -0.5563 -0.4800 33 -0.5878 -0.5100 32 -0.6187 -0.5400 31 -0.6490 -0.5700 30 -0.6787 -0.6000 29 -0.7077 -0.6300 28 -0.7360 -0.6600 -0.0281 -0.0272 -0.0562 -0.0544 -0.0843 -0.0817 -0.1125 -0.1090 -0.1408 -0.1363 -0.1688 -0.1636 -0.1971 -0.1911 -0.2254 -0.2186 -0.2537 -0.2461 -0.2822 -0.2738 -0.3107 -0.3016 -0.3392 -0.3295 -0.3679 -0.3575 -0.3967 -0.3856 -0.4255 -0.4139 -0.4545 -0.4424 -0.4836 -0.4710 -0.5129 -0.4999 -0.5423- -0.5290 -0.5719 -0.5583 -0.6016 -0.5878 -0.6316 -0.6176 110-6 -0.0267-0.0264 -0.0534-0.0528 -0.0802-0.0792 -0.1070-0.1057 -0.1338-0.1322 -0.1607-0.1592 -0.1877-0.1855 -0.2147-0.2122 -0.2418-0.2391 -0.2691-0.2660 -0.2964-0.2931 -0.3239-0.3203 -0.3515-0.3477 -0.3793-0.3753 -0.4073-0.4031 -0.4354-0.4310 -0.4638-0.4592 -0.4924-0.4877 0.5213-0.5164 -0.5504-0.5454 -0.5798-0.5747 -0.6095-0.6044 F 3 SECTION 110 - METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 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 -0.8478 -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 -1.2492 -1.2541 r [` 9 8 -1.1089 -1.1184 -1.2300 -1.2600 -1.2683 -1.3088 -1.2860 -1.3323 -1.2964 -1.3461 -1.3032 -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 -1.4887 -1.5181 -1.5381 4 -1.1456 -1.3800 -1.4897 -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 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 END OF SECTION 110 110-7 7 F 0 SECTION 120 - MANDATORY CONTRACT PROVISIONS (Federal Aviation Administration (FAA) Requirements) A-1 Airport and Airway Improvement Program Project. The work in this contract Is included in Airport Improvement Project No.__3-48-0138-19-97 which Is being undertaken and accomplished by -the City of Lubbock. Texas (Sponsor) 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.100-223) and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentsige 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 Assignment. 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. No convict labor may be employed under this contract. A4 Veterans Preference. 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 Contractor. Whether or not payments or advances to the City of Lubbock. Texas (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 pay 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, Texas (Sponsor) F(2192) 120-1 SECTION 120 - MANDATORY CONTRACT PROVISIONS 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. A-7 FAA inspection and review. 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. A-8 Subcontracts. The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A 1, A 3, A4, A-5, 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. A-9 Contract termination. 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 Inspection 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 520, Airport and Airway Improvement Act of 1982). 120-2 F r SECTION 120 - MANDATORY CONTRACT PROVISIONS FSECTION B DAVIS-BACON ACT REQUIREMENTS (29 CFR PART 5) B-1 RTinimum Wages. (a) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (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 Iess-than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are" considered wages paid to 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, finds, or -programs whichcover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and ( mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification maybe 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 (mcluding any additional classification and wage rates conformed under (B-1)(b) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work to a prominent and accessible place where it can easily be seen by the workers. (b) (1) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve �r• an additional classification and wage rate and fringe benefits therefore only when the following {t 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 (ii) The classification is utilized in the area by the construction Cindustry, and (uii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2192) r Y 120-3 SECTION 120 - MANDATORY CONTRACT PROVISIONS (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their rep entatives, and the contracting officer agree on the classification and wage rate (including Te 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 30-day period 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 fringe benefits w(iere 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 1215-0140). (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. (e) Whenever the minimum wage rate prescribed in the contract for a clams of laborers or mechanics includes a fringe benefit which Is not expressed as an hourly rate, the contractor shall either pay the benefit as Rated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fidefringe 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 Withholding. 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"aaxued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, 4-sines, 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 (2192) 120-4 SECTION 120 - MANDATORY CONTRACT PROVISIONS l 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 records. (a) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such, records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid ('including rates of contributions or costs anticipated E for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-13acon 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 under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the,apprentices and trainees, and the ratios { ; and wage rates prescribed in the applicable programs. (29 CFR 5.5(a)(3)(i) (Approved by the Office of Management and Budget under ONE Control Numbers 1215-0140 and 1215-0017). (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. 'Ile payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent 'of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C.20402. 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 1?,15-0149). (2192) (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: (i) 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; (n) That 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; (M) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of 120-5 SECTION 120 - MANDATORY CONTRACT PROVISIONS 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 Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph 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 fails 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 payment, advance, or guarantee of finds. 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 Apprentices and Trainees. (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 )n such an apprenticeship program, who Is not Individually registered in the program, but who has been wed 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 crab 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 vn the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which Its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the 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. (2192) 120-6 7 r f F r SECTION 120 - MANDATORY CONTRACT PROVISIONS (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 U.S. Department of Labor, Employment and Training Administration. The ratio of traiams 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 benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating In a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the - applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be In conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. B-5 Compliance With Copeland Act Requirements. . The contractor shall comply with the requirements of 29 CFR Part 3, which are Incorporated by reference in this contract. B-6 Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(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 tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. B-7 Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein Incorporated by reference in this contract. B-8 Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes -clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth In 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes 1 (2192) 120-7 SECTION 120 - MANDATORY CONTRACT PROVISIONS between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. B-9 Certification of Eligibility. (a) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's rwrn 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 S.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 S.12(a)(1). (c) The penalty for malting false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 8-10 Contract Termination: Debarment. A breach of the contract clauses in paragraph B-1 through B-9 of this section and paragraphs C-1 through C-S 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 S.12. (2192) 8 120-8 SECTION 120 - MANDATORY CONTRACT PROVISIONS CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (29 CFR PART S) C-1 Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, 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 receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Violation; Liability for Unpaid Wages; Liquidated Damages. 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. C4 Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs C-1 through C-4 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 C-4. C-5 Working Conditions. (2192) r 120-9 SECTION 120 - MANDATORY CONTRACT PROVISIONS 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) 120-10 F r SECTION 120 - MANDATORY CONTRACT PROVISIONS EQUAL EMPLOYMENT OPPORTUNITY (41 CFR PART 60-1.4(b)) During the performance of this contract, the contractor agrees as follows: D-1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will'take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, 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. D-4 The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. D-5 The contractor will furnish all information and reports required by Executive Order 11246 of r+ September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or [ pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders 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 in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (2192) 120-11 i SECTION 120 - MANDATORY CONTRACT PROVISIONS 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 11246 of September 24, 1965, so that such provisidns will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such 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) 120-12 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION E CLEAN AIR AND WATER POLLUTION 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 qualit standards; with all pollution control laws; and with such rules, regulations, and directives as may lawfully issued by a local, state, or federal agency having within its jurisdiction the protection of 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 Implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from r Department of Transportation, Distribution Unit, TAD-484.3, Washington, D.C. 20590. E E-2 Contractors and subcontractors agree: 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.1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.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; rC. 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. C (2192) r- 120-13 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION F STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 604.3) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. 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 604.5) in,a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area ('including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors 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 faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. (2192) 120-14 t . 1 ......---- ..._l SECTION 120 - MANDATORY CONTRACT PROVISIONS 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 cohered 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 established for the geographical area where the work is being performed. Goals are published pea-iodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. S. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under, these specifications, Executive Order 11246 or the regulations promulgated pursuant ,thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during 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 U.S. Department of Labor. 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 mmimumn results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other 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. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was .not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. F1, (1192) r' 120-15 SECTION 120 - MANDATORY CONTRACT PROVISIONS 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 obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in asdsting the contractor in meeting its EEO obligations; by including it in any policy mamial and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having aay 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. I. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of 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. (1192) 120-16 SECTION 120 - MANDATORY CONTRACT PROVISIONS 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. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. S. 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 access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 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 4 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 speck minority l� group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards, to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order.11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by SECTION 120 - MANDATORY CONTRACT PROVISIONS the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affwmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identificatiod 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). I (I192) 120-18 i SECTION 120 - MANDATORY CONTRACT PROVISIONS CONTRACTUAL REQUIREMENTS PURSUANT TO CIVIL RIGHTS ACT OF 1964, TITLE VI (49 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 nondiscrimination 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. Nondiscrimination. 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 program 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 under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, 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 shall permit access to Its books, # records, accounts, other sources of information, and its facilities as miy 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 required of a P" 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. C19 (� 120-19 (2192) SECTION 120 - MANDATORY CONTRACT PROVISIONS 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the 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, 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 United States to enter into, such litigation to protect the interests of the United States. 120-20 7 SECTION 120 - MANDATORY CONTRACT PROVISIONS TERMINATION OF CONTRACT (49 CFR PART 18) 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 failure 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. U the termination is due to failure to fuTH the contractor's obligations, the. Sponsor may takeover 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 bad 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. ` 7 (2192) N 120-21 SECTION 120 - MANDATORY CONTRACT PROVISIONS SECTION I BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) (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: 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 oT Com nents. This means the cost for production of the components, exclusive of final assembly labor costs. (2192) 120-22 SECTION 120 - MANDATORY,CONTRACT PROVISIONS r , DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (49 CFR PART 23) PART Policv. It is the policy of the Department of Transportation (DOI) 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 Feder -al funds under this agreement. Consequently, the DBE requireanents 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 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 offers further subcontracting opportunities. PART It is further understood and agreed: C^ (2192) C The award procedure for this solicitation will include the selection criteria of 49 CYR Part 23.45(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 12 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 vmrk to be performer) 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 said goals is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. 120-23 SECTION 120 - MANDATORY CONTRACT PROVISIONS Agreements 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 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) - 120-24 MANDATORY SECTION 120 - CONTRACT PROVISIONS SPECIAL INSTRUCTION TO BIDDERS REGARDING EF, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended) 1. 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. 2. The goals and timetables for minority and female participation, 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: Goals for minority Goals for female participation in participation in each trade each trade 6.9% 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. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. 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 i 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 contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, rshall 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. I 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for consh uction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone nub of the r 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. 4. r F(2192) As used in this notice and in the contract resulting from this solicitation, the "covered area" is Lubbock, Texas. 120-25 a GENERAL DECISION TX970028 TX28 Superseded General Decision No. TX960028 State: TEXAS Construction Type: HEAVY HIGHWAY County(ies): ECTOR POTTER TOM GREEN LUBBOCK RANDALL MIDLAND TAYLOR r r HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not E include building structures in rest area projects). f., Modification Number Publication Date 0 02/14/1997 0 02/ 14/ 1997 COUNTY(ies): ECTOR POTTER TOM GREEN LUBBOCK RANDALL MIDLAND TAYLOR F 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 8.148 ELECTRICIAN 10.000 FLAGGER 5.500 'FORM BUILDER -STRUCTURES 8.021 FORM SETTER - PAVING & CURB 8.300 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 8.187 BROOM OR SWEEPER OPERATOR 6.411 BULLDOZER 7.963 CONCRETE PAVING CURING MACHINE 9.100 CONCRETE PAVING FINISHING MACHINE 8.075 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 Fringes I Rates CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, 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 %2 C.Y. 7.669 HOIST - DOUBLE DRUM 8.100 MOTOR GRADER OPERATOR FINE GRADE 10.343 MOTOR GRADER 9.835 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 6.891 WELDER 11.827 Fringes Kesolutioa No. 71-:1 March 14, 1996 Item #19 rRESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by r- Resolution No. 2502 enacted January 8, 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction l Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem • g P g wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. r Passed by the City Council this 14th ATTEST: & it-, Lai av-vo Betty M. Amon, City Secretary APPROVED AS TO CONTENT: Mary AndrYws, Managing Director of Human Resources APPROVED AS TO FORM: a Wlard A sistant CityAttorne Y H W :da/ccdocs/pubworks. res February 14. 1996 rch ,1996. K Ia N :I w r wil City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 - Electrician -Helper 6.00 Equipment Operator -Heavy _ 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 ' Glazier 8.00 Insulator-Piping/Boiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder -Certified 10.00 _ :ii: Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 ` Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 EXH[BTT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHMTT D Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. 7 r REV 6/97 1. GENERAL SAFETY REQUIREMENTS During performance of this contract, the Airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the Contractor's work will be controlled to minimize disturbance to the Contractor's operation. The Contractor shall not allow employees, subcontractors, suppliers, or any other unauthorized person to enter or remain in any airport area which would be hazardous to persons or to aircraft operations. All work which is too close to an active runway, taxiway or apron to be performed under operational conditions shall be performed when the runway, taxiway or apron is not in use. Such work shall not be accomplished without prior permission from the Engineer. Construction and Facilities Maintenance Contractors shall: a. be aware of the following types of safety problems and/or hazards which shall not be allowed on this project unless approved, in writing or via NOTAM, by the Owner or the Owner's designated representative: (1) Trenches, holes, or excavations on or adjacent to any open runway or in safety areas. (2) Unmarked/unlighted holes or excavation in any apron, open taxiway, open taxilane, or related safety area. (3) Mounds or piles of earth, construction materials, temporary structures, or other objects in vicinity of any open runway, taxiway, taxilane, or in a related safety, approach, or departure area. (4) Pavement drop-offs or pavement -turf lips (either permanent or temporary) which could cause, if crossed at normal operating speeds, damage to aircraft that normally use the airport. (The normal maximum is 1 inch 130-1 f REV 6/97 for runways and 3 inches for edges between old and new surfaces at runway edges and ends.) (5) Vehicles or equipment (whether operating or idle) on any open runway, taxiway, taxilane, or in any related safety, approach, or departure area. (6) Vehicles, equipment, excavations, stockpiles, or other materials which could degrade or otherwise interfere with electronic signals from radios or electronic navigational aids. (7) Unmarked utility, NAVAID, weather service, runway lighting, or other power or signal cables that, could be damaged during construction. (6) Objects (whether marked or flagged or not) or activities anywhere on or in the vicinity of the airport which could be distracting, confusing, or alarming to pilots during aircraft operations. (9) Unflagged/unlighted low visibility items (such as tall cranes, drills, and the like) anywhere in the vicinity of active runways, or in any approach or departure area. (10) Misleading or malfunctioning obstruction lights. (11) Unlighted/unmarked obstructions in the approach to any open runway. (12) Inadequate approach/departure surfaces (needed to assure adequate landing/takeoff clearance over obstructions or work or storage areas). (13) Inadequate, confusing, or misleading (to user pilots) marking/lighting of runways, taxiways, taxilanes (including displaced or relocated thresholds). 130-2 t R PE ,21: , LTG REV 6/97 (14) Water, snow, dirt, debris, or other transient accumulation which temporarily obscures pavement marking, pavement edges, or derogates visibility of runway/taxiway marking or lighting, or of construction and maintenance areas. (15) Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of airport operations area. (16) Trash or other materials with foreign object damage (FOD) potential, whether on runways, taxiways, or aprons, or in related safety areas. (17) Inadequate fencing or other marking to separate construction or maintenance areas from open aircraft operating areas. (18) Failure to control vehicle, human, and large animal access to, and nonessential nonaeronautical activities in, open aircraft operating areas. (19) Failure to maintain radio communication between construction/maintenance vehicles and air traffic control tower or other on - field communications facility, e.g., FAA Flight Service Station (FSS) or unicom radio. (20) Construction activities or materials which could hamper crash -fire -rescue (CFR) vehicle access from CFR stations to all parts of the runway/taxiway system, to runway approach and departure areas, and to aircraft parking locations. (21) Bird attractants such as edibles (food scraps, etc.) or other miscellaneous garbage, other trash, grass/crop seeding, or ponded water on airport. C(22) Failure to issue, update, or cancel NOTAMs concerning airport or runway closures or 130-3 REV 6/97 other construction -related airport conditions. (23) Lack of radio communications with construction vehicles in aircraft operating areas. (24) Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport _ roadways. b. conduct activities so as not to violate any safety standards herein; C. inspect all construction and storage areas as often as necessary to be aware of conditions, and d. promptly take all steps needed to prevent/remedy any unsafe or potentially unsafe conditions/activities discovered. Before actual commencement of construction activity, Contractor shall, through airport management, give notice using the Notice to Airmen (NOTAM system) of proposed time and date of commencement of construction in such areas. Upon completion of work and return of all such areas to standard conditions, Contractor shall, through airport management, issue notice (using the NOTAM system) of completion of construction. 2. TRENCHES, EXCAVATIONS AND STOCKPILED MATERIAL a. Trenches and Excavations. Open trenches or excavations are not permitted within an operational safety area except as noted below. Coverings for open trenches or excavations shall be of sufficient strength to support the weight of the heaviest aircraft operating on the runway or taxiway. Open trenches and excavations at the construction site shall be prominently marked as shown on the plans and lighted with yellow light units during - hours of restricted visibility or darkness. (1) Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of 130-4 r F REV 6/97 an active runway, provided they are adequately signed, lighted and marked. See "Construction in Proximity to Runways". (2) Taxiways and Aprons. Excavations and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is adequately signed, marked and lighted. See "Construction in Proximity to Taxiways/Taxilanes". b. Construction Materials Stockpiling. Stockpiling of construction materials and equipment storage is not permitted within operating runway or taxiway safety areas. Stockpiled materials and equipment should be prominently marked with red flags and lighted during hours of restricted visibility or darkness. Stockpiled material should not be stored near aircraft turning areas or operational movement areas, aprons, or excavations and trenches. Stockpiled material should not be stored near NAVAID's, visual or approach aids, nor should they obstruct the ATCT's line of sight to the runway or taxiway under air traffic control. The airport operator should ensure that stockpiled construction materials and equipment do not cause degraded or hazardous conditions to airport operational safety. This includes determining and verifying that equipment and materials are stored or parked at an approved location, that they are properly stowed to prevent foreign object debris (FOD), attraction by wildlife, or obstruction of air operations either by their proximity to NAVAID's or to airport movement areas. 3. CONSTRUCTION IN PROXIMITY TO RUNWAYS a. Runway Object Free Zone Objects, vehicles, stockpiled material, and construction activity are not permitted in the obstacle free zone of an active runway. The Runway Obstacle Free Zone (OFZ) is a volume of airspace extending from the runway surface up to 150 feet above the runway. The OFZ extends 200 feet beyond each end of the runway and has the widths and side slopes depicted in figures 1 through 4. 130-5 r t. REV 6/97 Runways Serving: Visibility Minimums lower than 3/4 mile Other Runwa Small Aircraft 300 feet 250 feet Large Aircraft 400 feet 2QQ ft Off Rwy C?FZ - Width Plan View End 1%w Figure 1 OFZ - V.sual Runways and Runways with visibTty minimums not tower than 3/4 mile 130-6 C3R pE • fi �FE N A+ OP.,, 1 REV 6/97 gg� i r Inner TranOonai OFZ Plan View Inner-Transitionai OFZ Rwy OFZ a a ErsC View Figure 2 OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 mile r r r f r r r 130-7 REV 6/97 Inner -Transitional O FZ ��nner-Transitional OR Rm OFZ OFZ 60 n i Plan View End View Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 314 mile The Inner -Approach OFZ, shown in Figure -4, applies only to runways with approach lighting systems. It begins 200 feet from the runway threshold and ends 200 feet beyond the last light unit in an approach lighting system, and has a 50:1 slope, beginning at runway end elevation. 130-8 0 E fe ,- � - o , o • u• o ��: � �° e � . •oast e c ,j s e i� a � ►t - o � se���°asREV 6197 is Rwy OFZ Plan Yew Profile View IFigure 4. Inner -Approach OFZ - Runways with approach lighting systems P i r 130-9 REV 6/97 b. Approach Clearance Over Equipment and Material. (1) Construction activity in a runway approach may result in a need to displace the landing threshold temporarily. If an object penetrates a surface shown in Fig. 5, either the landing threshold must be displaced or the runway must be closed. See the construction plans for the requirements for this project. (2) Objects which do not penetrate these surfaces still may be obstructions to air navigation and/or may affect standard instrument approach procedures. Coordinate these with the Flight Procedures Office, and the Air Traffic System Management Branch as necessary. Endway I- Runwa M Obstacle Dimension Feet Small Aircraft Large Aircraft A 0 200 B 250 400 C 700 1000 D 2250 1500 E 2750 8500 Figure 5. 20:1 i it o holod Location Surface I F F u REV 6/97 C. Construction activity is prohibited in runway safety. FOR THIS PROJECT AT THE LUBBOCK INTERNATIONAL AIRPORT, the following distances from Runway centerline apply: Runway 17R-35L Runway 8-26 250 250 (2) Runway Ends. If the appropriate construction NOTAM has been issued, construction activity is permissible off the ends of the runway indicated below provided at least the indicated minimum safety area and indicated unobstructed approach slope are maintained. MINIMUM SAFETY MINIMUM RUNWAY END AREA BEHIND UNOBSTRUCTED NUMBER THRESHOLD APPROACH SLOPE 17R 800' 20:1 35L 800, 20:1 8 800, 20:1 4. CONSTRUCTION IN PROXIMITY TO TAXIWAYS/TAXILANES Construction activity is permissible in taxiway obstacle free areas and safety areas if the activity is hazard -marked and/or lighted in accordance with the plans, and NOTAM's are issued to that effect. Construction activities are limited to a distance of 25 feet plus one-half the wingspan of the largest aircraft from the centerline of an active taxiway or apron, except as provided below. If construction must occur in taxiway safety areas, special consideration shall be given to the height of barricades, flashers, and other warning devices to ensure that they clear aircraft wingtips, propellers, engines, etc. It is permissible to operate within the taxiway safety area if all personnel and equipment are mobile and move out of: the area for each passing aircraft. -The Contractor shall use flag persons as called for on the plans. Wing walkers work with airline cooperation. If the airlines don't cooperate, the airport operator must close pavement. Wing walkers must be airline employees. Use barricades resistant to jet blast and cover 130-11 4 54 .sp;' 6 Fa @.cQ< dl4�Id rD ®M-1 REV 6/97 signs as appropriate and/or as noted on the plans. If an appropriate construction NOTAM has been issued, construction activities are permitted up to the pavement edge of active taxiways, taxilanes and aprons, provided: (a) Adequate wingtip, propeller, or engine pod clearance exists at all points along the taxiway or taxilane. (b) Construction areas are adequately marked and lighted for visibility to user pilots. (c) If such clearance is not available, but aircraft can pass through with guidance, construction is still permissible up to pavement edges provided wing walkers are used to guide the aircraft through. Otherwise, the taxiway or taxilane shall be closed for construction. 5. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS AND RELOCATION Temporary threshold marking is required. Threshold marking shall be furnished and maintained by the Contractor. Marking shall be as shown on the plans. A NOTAM shall be issued describing the temporary threshold marking. Temporary PAPI for temporary threshold is required. Equipment shall be furnished by the Contractor and installed by the Contractor. A NOTAM shall be issued describing the temporary NAVAID. a. Marc. Temporary runway thresholds, whether displaced or relocated, shall be marked sufficiently to be clearly visible to pilots approaching to land. For standard colors and layout, see AC 150/5340-1, latest edition and the plans. b. LightinQ. A temporary runway threshold shall be lighted if the runway is lighted and if the threshold is the threshold required/intended for night landings or instrument meteorological conditions. Temporary threshold lighting requires: (1) Threshold and edge lighting with color and spacing standards in accordance with AC 150/5340- 24, Runway and Taxiway Edge Lighting Systems (battery powered lights which meet the criteria 130-12 F I fr l I F 7 r e °<. •�r C x` jaw _!' e [ ca as e; , z : e ce • s REV 6/97 of AC 150/5345-50, may be used if proper NOTAM issued); Portable lights are intended primarily for visual flight rule operations, but may, on individual approval from the Flight Standards Division of the FAA regional office be used for instrument flight rule operations. (2) Deenergizing (or, on displaced thresholds, modifying to standard) edge and threshold lights on part of runway at and behind threshold; (3) Deenergizing permanently installed approach lights and REILS and visual vertical guidance devices which would otherwise give misleading identifications to pilots as to threshold location; (4) installation and commissioning of temporary REILS or visual vertical guidance devices if required for threshold visibility/approach clearance; and (5) issuance of a descriptive NOTAM so pilots will know what to look for. Temporary threshold lights and related visual NAVAIDs shall be installed outboard of the edges of full-strength pavement, with bases at grade or as low as possible. When any portion of a base is above prevailing grade, properly compacted fill shall be placed around that base to minimize rate of gradient change so that aircraft can in an emergency cross -at normal landing or takeoff speeds without incurring significant damage. 6. CLOSED RUNWAY MARRING AND LIGHTING Closed runway marking is required. Closed runway marking shall be as shown on the plans. Closed runway marking shall conform to standards in AC 150/5340-1, latest issue. 130-13 REV 6/97 Approach and visual NAVAID lighting on a closed runway shall be turned off and kept off during closure. If the closed runway is the only lighted runway on the airport, the rotating beacon shall be turned off. Barricades, flagging and flashers are required. Hazard marking and lighting shall be as required as shown on the plans. 7. HAZARD MARKING When areas on airports are closed or present hazards due to construction activities they shall be marked in accordance with AC 150/5340-1 (latest edition) and barricades, flaglines, traffic cones, flashers, and/or signs shall be used as necessary and as called for on the plans: a. To define the limits of construction, b. To identify isolated hazards, such as open manholes, excavations, areas under repair, stockpiled material, waste areas, etc., C. To prevent aircraft from taxiing onto a closed runway for takeoff, and d. To identify FAA, airport, and National Weather Service facilities, cables, power lines, ILS critical and other sensitive areas to prevent damage, interference, and facility shutdown. Barricades shall be supplemented with flashing yellow lights for use during reduced visibility or night hours. The Contractor shall have designated Contractor personnel on call 24 hours a day for emergency maintenance of hazard marking. 8. CONSTRUCTION AREA MARRING AND LIGHTING The Contractor shall ensure that all construction areas are clearly and visibly separated from aircraft movement areas, that construction hazards are clearly identified, and that facilities, cables, and power lines have been marked for the protection of personnel operating in the construction area. 130-14 r REV 6/97 All barricades, temporary markers, flagline supports, and other objects placed/left in safety area of any open runway, taxiway, or taxilane shall be as shown on the plans and: a. -as low as feasible b. of low mass C. easily collapsible if impacted by an aircraft or component thereof d. weighted down or attached to surface to reduce �+ chance of movement by prop wash/jet blast/wing vortex or other wind currents, and r e. if affixed to the surface, frangible at ground level. 9. OTHER MARKING AND LIGHTING Objects (whether fixed or mobile) above runway elevation within the distances set out in Table 1 below or that penetrate the applicable runway approach surface described in FAR Part 77.25, Par. (d), may be hazardous to aircraft operations. Construction/maintenance-related objects such as stockpiled materials or equipment within these distances may need airspacing and shall be marked with orange and white flags or paint and, if nearest runway is used at night, be well illuminated and/or obstruction lighted. 130-15 a Y��,° ,� �✓�. Y" a g. , re i'-� ,�REV 6/97 TABLE 1 RUNWAY CATEGORY 1. Utility a. Visual Runway b. Nonprecision Instrument Runway 2. Larger Than Utility a. Visual Runway b. Nonprecision Instrument Runway with visibility minimums (for instrument landings) of over 3/4 mile C. Nonprecision Instrument Runway with visibility minimums (for instrument landings) of 3/4 mile or less 3. Precision Instrument DISTANCE FROM RUNWAY CENTERLINE 125 feet plus 7 times object height 250 feet plus 7 times object height 250 feet plus 7 times object -height 250 feet plus 7 times object height 500 feet plus 7 times object height 500 feet plus 7 times object height 10. CONSTRUCTION SITE ACCESS/HAUL ROADS/MOTORIZED VEHICLES a. When any vehicle other than those approved for use in the aircraft movement area and runway approach area is required to travel over any portion of that area, it shall be escorted by a vehicle properly identified to operate in the area and be provided with a flag on a staff attached to the vehicle. A flag or escort vehicle is not required for vehicles which have been 130-16 F REV 6/97 painted, marked and lighted for routine use on aircraft movement areas. Any vehicle operating on the movement area during the hours of darkness should be equipped with a flashing dome -type light, the color to be in accordance with local and/or state codes. b. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the control tower, by escort, flagman, signal light or the means appropriate for the particular airport. The clearance should be confirmed by the driver's personal observations that no aircraft is approaching his position. C. Contractor will be required to have yellow flashing beacons on all motorized pieces of equipment. All vehicles operating in the Air Operations Area (AOA) shall be clearly marked with Contractor's company name visible from 200 feet. d. Employee parking shall be as shown on the plans. e. Vehicular and Pedestrian Control. Vehicles operated in the air operations area of an airport shall comply • with the Airport Owner's rules and regulations for vehicle marking and operation. Vehicles operated on open runways or in their safety areas should be marked with orange and white checked flags or flashing yellow beacons during daylight hours. During hours of darkness or low visibility daylight hours, they shall be marked with at least flashing yellow beacons. See AC 150/5210-5, Painting, Marking and Lighting C Vehicles used on Airports. Vehicles on open runways or taxiways shall maintain radio contact (or be accompanied by a person in contact) with on -airport Air Traffic Control Tower, FAA Flight Service Station (FSS), or UNICOM, if any, as directed by airport management. Upon obtaining radio clearance to cross an active aircraft area, the l I vehicle driver shall visually confirm that no aircraft is approaching. Vehicles and pedestrian access routes used for airport construction and maintenance shall be controlled to prevent any unauthorized entry of persons or vehicles. 130-17 l REV 6/97 Vehicle parking areas for the Contractor's employees shall be designated in advance to minimize vehicle traffic in open aircraft movement areas. Contractor vehicles/equipment that is not in operation shall be placed in the areas designated on the plans. f. Construction Site Access and Haul Roads. Access to the job site shall be as shown on the plans. 11. NAVIGATIONAL AIDS The Contractor shall not conduct any construction activity within the navigational aids (i.e., ILS components, VOR, ASR, ATCT) restricted areas shown on the plans without prior approval from the local FAA Airway Facilities' Sector through the Engineer. Stockpiling of materials, materials/equipment storage, and vehicle/equipment parking is also prohibited within navigational aids restricted areas without prior approval from FAA Airway Facilities through the Engineer. 12. LIMITATION ON CONSTRUCTION a. Open -flame welding or torch -cutting operations shall be prohibited unless adequate fire and safety precautions are provided and have been approved by the Airport Owner (or Sponsor). All vehicles are to be parked and serviced behind the building restriction line and/or in an area *designated by the airport operator. b. Stockpiling of construction materials and equipment storage is not permitted within operating runway or taxiway safety areas or in active NAVAID restricted areas. Open trenches, excavations and stockpiled material at the construction site shall be prominently marked with red flags and lighted by light units (acceptable to the Airport Owner or operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are -flare pots to be used for airport lighting. C. Stockpiled material shall be constrained in a manner to prevent movement resulting from aircraft blast or 130-18 r 7 REV 6/97 wind conditions. Material should not be stored near aircraft turning areas. i d. Stockpiled materials and equipment shall not obstruct pilot vision of visual navigation aids or airport signage, nor shall it interfere with the Air Traffic r Control Tower's line of sight to controlled areas. 13. RADIO COMMUNICATIONS Radio communications are required between the Contractors representative and the Air Traffic Control Tower. The Contractor shall monitor the FAA Ground Control Frequency at all times. Aviation band radios shall be maintained in all work areas and at each crossing of an active taxiway or runway. 14. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT Waste and loose material capable of causing damage to aircraft landing gears, propellers or being ingested in jet engines, shall not be placed on active aircraft movement areas. Material tracked on these areas shall be removed continuously during the work project. Waste or loose materials that may attract wildlife shall also be minimized and removed on a continuous basis. 15. AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION The Owner and the Engineer shall be notified in writing at least seventy-two (72) hours in advance if any water line or fire hydrant will be out of service. Seventy-two (72) hour advance notification shall also be provided prior to performing any work that may close or affect an emergency rescue and fire fighting route. F p�p END OF SECTION 130 130-19 No Text BID ITB # 97190 +� DUININCK BROS, INC Name of Bidder For RECONSTRUCT RUNWAY 17R-35L KEEL t At t LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SUBMITTED TO THE CITY OF LUBBOCK, TEXAS AIP PROJECT NO. 3-48-0138-19-97 DELTA PROJECT NO. TX97053 In compliance with our Invitation for Bids, the undersigned hereby propose to furnish the materials and labor and to perform the work for the completion of items listed in the Schedule below in strict accordance with the Invitation for Bids, Plans, General and Special Provisions, Construction Details, Specifications and all other contract documents for the consideration of the prices quoted in the following schedule of bid items, and agrees, upon receipt of written notice of award, that it will execute a contract in accordance with the bid as accepted and give the required contract bonds with good and sufficient surety, within fifteen (15) calendar days after �- receipt of notice of formal award of contract and presentation of the prescribed forms. It is agreed that the undersigned has informed itself fully in regard to all conditions pertaining to the place where the work is to be done; that it has examined the plans and specifications for the work and contractual documents thereto, and has read all t the special provisions furnished prior to the opening of bids, t and that it has satisfied itself relative to the work to be performed. P-1 rAddendum No. One (1) August 22, 1997 1. . 1 k eR OS' A HID MC t. It is agreed that the description under each item, being stated, implies although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials, and incidentals as constitute bidders obligations as described in the specifications, and any details not specifically mentioned, but evidently included in the contract shall be compensated for in the item which most logically includes it. It is understood that this bid is submitted for the purpose of obtaining the work included in subject project at the Lubbock International Airport. Said work includes the following general items: Reconstruct Runway 17R-35L Keel Said work is described in the project contract documents which also include the place, date, and time of opening bids. It is understood that separate contracts on individual_ schedules of work may be awarded, when included in the bid documents. It is understood that wages not less than the minimum rates or �r^ wages, as predetermined for this project by the Secretary of Labor, were used in the preparation of this bid. It is understood that all workmanship and materials under all items of work are guaranteed for one year from the date of final acceptance. It is understood that the Owner reserves the right to accept or reject any or all bids and waive informalities. It is understood that the quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluation of bids, with the right reserved by the Owner to delete minor bid items. The undersigned agrees, that if awarded the contract, it will commence the work not later than ten (10) days from receipt of the Notice to Proceed and that it will complete the work within the time stipulated in this bid. It is understood that for remains incomplete after each calendar day the contract time that any (including work all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME) the sum of one- P-2 r l .: Addendum No. One (1) August 22, 1997 eRas l; /NC BID thousand dollars ($1,000.00) as liquidated damages will be deducted from any money due or to become due to the Contractor C or its Surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable rContractor portion of damages that will be incurred by the Owner should the fail to complete the work in the time provided in its contract. is l Enclosed security as re onsisting of (cash, certified check, or bid bond)'---� M payab e t the City of Lubbock, Texas, in the amount of i ol, This amount equals 5 percent of t e total amount bid submitted �., by the Contractor. It is understood that this project is funded by federal, state, and local monies and the Contractor shall be subject to all laws r" and regulations applicable to recipients of such funds. 7 P-3 r Addendum No. One (1) August 22, 1997 RECONSTRUCT RUNWAY 17R35L KEEL LUBBOCK INTERNATIONAL AIRPORT A1P PROJECT NO. 3-48-0138-19-97 ITB # 97190 ITEM FAA SPEC QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED TOTAL ALTERNATE 1- (ALL AREAS) RECONSTRUCT RUNWAY 17R-35L KEEL 1 P-100 1.0 LS MOBILIZATION $300,000.00 $300,000.00 2 P-140 7,000.0 SY BITUMINOUS PAVEMENT REMOVAL $6.00 $42.000.00 3 P-140 71, 000.0 SY CONCRETE PAVEMENT REMOVAL $13.00 $923, 000.00 4 P-152 1.0 LS UNCLASSIFIED EXCAVATION $15.000.00 $16.000.00 5 P-152 1,000.0 CY UNSUMABLE EXCAVATION $6.00 $6.000.00 6 P-156 2,700.0 LF SILTFENCE $2.50 $6,760.00 7 P-160 71,000.0 SY PAVEMENT MUM SURFACE $0.90 $63,900.00 8 P-209 2,500.0 TN CRUSHEDAGGREGATEWECOURSE $21.00 $52,500.00 9 P-210 500.0 TN CALICHE BASE $17.00 $8,500.00 10 P-405 1,000.0 SY GROUND STABILIZATION FABRIC $3.00 $3,000.00 11 P-501 7,000.0 SY 8" PORTLAND CEMENT CONCRETE $26.70 $186.900.00 12 P-501 68,000.0 SY 14"PORTLANDCEMENT CONCRETE $36.30 $2,468,400.00 13 P-501 3,000.0 SY 14"QUICK SET CONCRETE $45.90 $137,700.00 14 M-103 2.0 EA CLOSED RUNWAY MARKER $1.500.00 $3,000.00 15 M-103 7.0 EA CLOSED TAXIWAY MARKER $750.00 $5,250.00 16 M-104 70.0 EA TRAFFIC DRUMS $76.00 $5,250.00 17 M-107 1,000.0 LF AVIATION BARRICADES $10.00 $10, 000.00 18 P-605 76,000.0 LF PREF-ORMEDJOINTSEALER $1.65 $126,400.00 �.. 19 P-619 141.000.0 SF PAINT REMOVAL $0.30 $42,300.00 20 P-620 174,500.0 SF TEMPORARY AIRFIELD MARKING $0.11 $19,195.00 C 21 P-620 120,000.0 SF PERMANENT AIRFIELDMARIWIG $0.22 $26,400.00 22 P-700 71.000.0 SY PAVEMENITGROOVING $1.28 $90,880.00 23 F-162 1.800.0 LF TEMPORARY 8' CHAIN LINK FENCE $5.00 $9,000.00 24 F-162 1.0 EA TEMPORARY 24' X 8' DOUBLE SWING GATE $1,000.00 $1,000.00 25 T-901 5.0 AC SEEDING $3,500.00 $17,500.00 26 T-908 5.0 AC MtA-CH6VG $840.00 $4,200.00 27 L-108 1.000.0 LF CABLETRENCH $3.20 $3.200.00 C 28 L-108 15,600.0 LF SAW KERF $3.70 $57.360.00 29 L-108 1,300.0 LF #8, SKV, TYPE "C" CABLE $0.64 $832.00 30 L-108 18.000.0 LF #6 BARE COUNTERPOISE $0.43 $7.740.00 31 L-1 10 16, 500.0 LF 2- PVC CONDUIT $1.10 $18,150.00 !� 32 L-110 400.0 LF DIRECTIONAL DRILL 2"RIGID CONDUIT $23.50 $9,400.00 33 L-125 4.0 EA L-850CIN-PAVEMENT HIRL $1,700.00 $6,800.00 34 35 L-125 L-125 24,6 3.0 EA EA TEMPORARY THRESHOLD LIGHTS TEMPORARY PAR $300.00 $16,100.00 $7,200.00 $48.300.00 36 L-125 18.0 EA L-848 MALSR THRESHOLD LIGHT BASE $600.00 $10.800.00 37 L-125 6.0 EA L-867 PULL CAN, 16" DIA $470.00 $2.820.00 38 L-125 14.0 EA L-867LIGHT BASE W/RELOCATEDFIXTURE $550.00 $7,700.00 39 L-125 408.0 EA L-868 LIGHT BASE, 12" DIA $840.00 $342,720.00 f 40 R-340 6.600.0 TN TYPE'Dr ASPHALTIC CONCRETE $39.80 $262.680.00 41 SP-22 45.0 EA RELOCATE HIRL LENS $80.00 $3.600.00 E TOTAL AMOUNT ALTERNATE i $5,362,317.00 ALTERNATE 1- DEDUCT TOUCHDOWN ZONE LIGHTING 3 P-140 4.200.0 SY CONCRETE PAVEMENT REMOVAL $13.00 $ 54,600.00 I 12 P-501 4,200.0 SY 14'PORTLANDCEMENT CONCRETE $34.30 $144.060.00 18 P-605 4,600.0 LF PREFORMEDJOINTSEALFR $1.65 $7.590.00 22 P-700 4,200.0 SY PAVEMENTGROOVING $1.28 $5.376.00 28 L-108 3.000.0 LF SAW KERF $3.70 $1 1,100.00 30 L-108 3,600.0 LF #6 BARE COUNTERPOISE $0.43 $1, 548.00 31 L-1 10 3,000.0 LF 2' PVC CONDUIT $1,10 $3.300.00 39 L-125 180.0 EA L-8611 LIGHT BASE, 12" DIA $700.00 $126.000.00 r w RECONSTRUCT RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT AIP PROJECT NO. 3-48-0138-19-97 ITB A 97190 ITEM FAA SPEC QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED TOTAL - 40 R-340 400.0 TN TYPE "D" ASPHALTIC CONCRETE $39.80 $15.920.00 ALTERNATE I - DEDUCT TOUCHDOWN ZONE LIGHTING $369.494.00 ALTERNATE I - DEDUCT RUNWAY CENTERLINE LIGHTING 28 L-108 12,500.0 LF SAWKERF $3.70 $46,250.00 30 L-108 13,300.0 LF #6 BARE COUNTERPOISE $0.43 $5,719.00 31 L-1 10 12, 500.0 LF 2' PVC CONDUIT $1.10 $13 , 750.00 32 L-110 140.0 LF DIRECTIONAL DRILL 2' RIGID CONDUIT $23.50 $3,290.00 37 L-125 1.0 EA L-667 PULL CAN, 16" DIA $470.00 $470.00 39 L-125 228.0 EA L-868 LIGHT BASE, 12" DIA $700.00 $159,600.00 ALTERNATE I - DEDUCT RUNWAY CENTERLINE LIGHTING $229,079.00 ALTERNATE it - (AREAS 1 & 4) RECONSTRUCT RUNWAY 17R-35L KEEL 1 P-100 1.0 LS MOBILIZATION $226,000.00 $226,000.00 2 P-140 7,000.0 SY BITUMINOUS PAVEMENT REMOVAL $6.00 $42,000.00 3 P-140 43,000.0 SY CONCRETE PAVEMENT REMOVAL $14.00 $602,000.00 4 P-152 1.0 LS UNCLASSIFIED EXCAVATION $ 15,000.00 $15,000.00 5 P-152 1,000.0 Cf UNSUITABLE EXCAVATION $ 6.00 $6, 000.00 6 P-156 2,700.0 IF SILT FENCE $2.50 $6,750.00 7 P-160 43,000.0 S( PAVEMENT MILLING SURFACE $1.00 -$43,000.00 .. 8 P-209 2,500.0 TN CRISHEDAGGREGATEBASE000RSE $21.00 $62,500.00 9 P-210 500.0 TN GAUCHE BASE $17.00 $8.500.00 10 P-405 1,000.0 SY GROUND STABUZATIONFABRIC $3.00 $3,000.00 11 P-601 7.000.0 S1( 8'PORTLANDCEMlEMCONCRETE $32.00 $224,000.00 •• 12 P-601 43,000.0 SY 1,V PORTLAND CEMENT CONCRETE $41.40 $1,780,200.00 13 M-103 2.0 EA CLOSED RUNWAY MARKER $1, 600.00 $ 3,000.00 14 M-103 5.0 EA CLOSED TAXIWAY MARKER $750.00 $3,750.00 15 M-104 30.0 EA TRAFFIC DRI.IMS $75.00 $2.250.00 16 M-107 1.000.0 LF AVIATION BARRICADES $10.00 $10,000.00 17 P-605 49,000.0 LF PREF•ORIAEDJOWTSEALER $1.80 $88,200.00 18 P-619 141,000.0 g PAINT REMOVAL $0.40 $56,400.00 19 P-620 154,500.0 SF TEMPORARY AIRFIELD MAR1 NG $0.13 $20,085.00 20'- P-620 99,600.0 SF PERMANENTAIRRELD MARKING $0.26 $25,896,00 21 P-700 43,000.0 SY PAVEMENTGROOVING $1.40 $60,200.00 22 F-162 1,800.0 LF TEMPORARY 6 CHAIN LINK FENCE $5.00 $9,000.00 23 F-162 1.0 EA TEMPORARY 24' X V DOUBLE SWING GATE $1, 000.00 $1,000.00 24 T-901 5.0 AC SEEDING $3,700.00 $18,500.00 25 T-908 5.0 AC MULCHING $900.00 $4,500.00 26 L-108 1.000.0 LF CABLETRENCH $3.60 $3,500.00 27 L-108 9,800.0 LF SAW KERF $4.00 $39.200.00 28 L-108 1,300.0 LF N8, SKV, TYPE "C" CABLE $0.69 $897.00 29 L-108 12.000.0 LF A613ARE0OUNTERPOISE $0.46 $5,520.00 30 L-1 10 10.800.0 LF 2" PVC CONDUIT $1.20 $12,960.00 r" 31 L-110 250.0 LF DIRECTIONAL DRILL 2' RIGID CONDUIT $25.30 $6,326.00 j 32 L-125 4.0 EA L-850C IN -PAVEMENT HIRL $1,900.00 $7.600.00 33 L-125 16.0 EA TEMPORARY THRESHOLD LIGHTS $300.00 $4,800.00 34 L-125 2.0 EA TEWFORARY PAR $23,000.00 $46,000.00 35 L-12 5 18.0 EA L-848 MALSR THRESHOLD LIGHT BASE $ 650.00 $11, 700.00 36 L-125 5.0 EA L-867 PULL CAN. 16' DIA $500.00 $2,500.00 37 L-125 14.0 EA L-867 LIGHT BASE W/RELOCATED FIXTURE $590.00 $8,260.00 38 L-125 300.0 EA L-868 LIGHT BASE, 12- DIA $950.00 $285.000.00 r39 R-340 4,000.0 TN TYPE "D" ASPHALTIC CONCRETE $44.40 $177,600.00 I r 7 F RECONSTRUCT RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONALAIRPORT AIP PROJECT NO. 3-48-0138.19-97 ITS 4 97190 ITEM FAA SPEC QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED TOTAL 40 S P-22 45.0 EA RELOCATE HIRL LENS TOTAL AMOUNT ALTERNATE II ALTERNATE 11- DEDUCT TOUCHDOWN ZONE LIGHTING $86.00 $3,870.00 $3,927,463.00 3 P-140 4,100.0 SY CONCRETE PAVEMENT REMOVAL $14.00 $57.400.00 12 P-501 4.100.0 SY 14' PORTLAND CEMENTCCNCRETE $35.40 $145,140.00 17 P-605 4,500.0 LF PREFORMED JOINT SEALER $1.80 $8,100.00 21 P-700 4,100.0 SY PAVEMENT GROOVING $1.40 $5,740.00 27 L-108 2,900.0 LF SAW KERF $4.00 $11.600.00 29 L-108 3,500.0 LF #6 BARE COUNTERPOISE $0.46 $1,610.00 30 L-110 2,900.0 LF 2- PVC CONDUIT $1.20 $3,480.00 38 L-125 174.0 EA L-868 UGHT BASE, 12' DIA $750.00 $130.500.00 39 R-340 380.0 TN TYPE'D'ASPHALTICCONCRETE $44.40 $16,872.00 ALTERNATE If - DEDUCT TOUCHDOWN ZONE UGHTING $380,442.00 ALTERNATE U - DEDUCT RUNWAY CENTERLINE LIGHTING 27 L-108 7,000.0 LF SAWKERF $4.00 $28,000.00 29 L-108 7,300.0 LF 46BARE COUNTERPOISE $0.46 $3,358.00 30 L-110 7,000.0 IF 2- PVC CONDUIT $1.20 $8,400.00 38 L-125 126.0 EA L-868 LIGHT BASE, 12' DIA - $760.00 $94,500.00 ALTERNATE II - DEDUCT RUNWAY CENTERLINE LIGHTING $134,258.00 ALTERNATE III - (AREA 1 & PARTIAL 4) RECONSTRUCT RUNWAY 17R-M KEEL 1 P-100 1.0 LS MOBILIZATION $200,000.00 $200,000.00 2 P-140 7,000.0 SY Elr=WOUSPAVEMENT REMOVAL $6.00 $42,000.00 3 P-140 34,000.0 SY OONCREIEPAVEMENTREMOVAL $14.00 $476,000.00 4 P-152 1.0 IS UNCLASSIFIED EXCAVATION $15.000.00 $16,000.00 5 P-152 1.000.0 CY UNSUITABLE EXCAVATION $6.00 $6,000.00 6 P-156 2,700.0 LF SILT FENCE $2.50 $6,750.00 7 P-160 34,000.0 SY PAVEMENT MILLING SURFACE $1.20 $40,800.00 8 P-209 2.500.0 TN CRUSHEDAGGREGATEBASE000RSE $21.00 $52.500.00 9 P-210 500.0 TN CAUCHE BASE $17.00 $8, 500.00 10 P-405 1,000.0 SY GROUND STABILIZATION FABRIC $3.00 $3,000.00 11 P-501 7.000.0 SY 8' PORTLAND CEMENT CONCRETE $33.60 $235,200.00 12 P-501 34,000.0 SY 14'PORTUWDCEMENTCONCRETE $43.20 $1,468,800.00 13 M-103 2.0 EA CLOSED RUNWAY MARKER $1, 500.00 $3,000.00 14 M-103 5.0 EA CLOSED TAXIWAY MARKER $750.00 $3,750.00 15 M-104 30.0 EA TRAFFIC DRUMS $75.00 $2,250.00 16 M-107 1,000.0 LF AVIATION BARRICADES $10.00 $10.000.00 17 P-605 42.000.0 LF PREFORNIED JOINT SEALER $1.90 $79,800.00 18 P-619 141.000.0 SF PAINT REMOVAL $0.40 $56,400.00 19 P-620 144.000.0 SF TEMPORARY AIRFIELD MARIQNG $0.13 $18,720.00 20 P-620 89,500.0 SF PERMIWENTAIRRELDMAPXNG $0.26 $23.270.00 21 P-700 34.000.0 S' PAVE MENTGROOVING $1.40 $47,600.00 22 F-162 1.800.0 LF TEMPORARY 9 CHAIN LINK FENCE $ 5.00 $9 , 000.00 23 F-162 1.0 EA TEMPORARY 24' X & DOUBLE SWING GATE $1,000.00 $1.000.00 24 T-901 5.0 AC SEEDM $3,700.00 $18.600.00 25 T-908 5.0 AC MULCT NG $900.00 $4,500.00 26 L-108 1,000.0 LF CABLETRENCH $3.50 $3,500.00 27 L-108 8,200.0 LF SAW KERF $4.00 $32,800.00 28 L-108 1,300.0 LF N8, 5KV, TYPE 'C' CABLE $0.69 $897.00 RECONSTRUCT RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT AIP PROJECT NO. 3-48-0138-19-97 r ITB N 97190 MR MR FAA SPEC QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED TOTAL 29 L-108 10,100.0 LF 46 BARE COUNTERPOISE $0.46 $4,646.00 30 L-1 10 9,100.0 LF 2' PVC CONDUIT $1.20 $10,020.00 31 L-110 250.0 LF DIRECTIONAL DRILL2" RIGID CONDUIT $25.30 $6,325.00 32 L-125 4.0 EA L-8SOC IN -PAVEMENT HIRL $1,900.00 $7.600.00 33 L-125 16.0 EA TEMPORARY THRESHOLD LIGHTS $300.00 $4,800.00 34 L-125 2.0 EA TEMI`ORARYPAPI $23,000.00 $46.000.00 35 L-125 18.0 EA L-848 MALSR THRESHOLD UGHT BASE $650.00 $11,700.00 36 L-125 5.0 EA L-867 PULL CAN, 16- DIA $500.00 $2,500.00 37 L-125 14.0 EA L-867 LIGHT BASE WIRELOCAT D FIXTURE $590.00 $8,260.00 38 L-125 271.0 EA L-868 LIGHT BASE, 12" DIA $940.00 $254,740.00 39 R-340 3,000.0 TN TYPE "D' ASPHALTIC CONCRETE $46.30 $138,900.00 40 SP-22 45.0 EA RELOCATE HIRL LENS $86.00 $3.870.00 ALTERNATE III - (AREA 1 & PARTIAL 4) $3,369,798.00 ALTERNATE III - DEDUCT TOUCHDOWN ZONE LIGHTING 3 P-140 4,100.0 SY CONCRETE PAVEMENT REMOVAL $14.00 $ 57, 400.00 12 P-501 4,100.0 SY 14' PORTLAND CEMENT CONCRETE $36.20 $148,420.00 17 P-605 4,500.0 LF PREFORMED JOINTSEALE R $1.90 $8,560.00 21 P-700 4,100.0 SY PAVEME NTGROOVNG $1.40 $5.740,00 27 L-108 2,900.0 IF SAW KERF $4.00 $11.600.00 29 L-108 3,500.0 LF #6 BARE COUNTERPOISE- $0.46 $1,610.00 30 L-1 10 2,900.0 IF 2- PVC CONDUIT $1.20 $3,480.00 38 L-125 174,0 EA L-868 UGHT BASE, 12" DIA $750.00 $130,500.00 39 R-340 380.0 TN TYPE'D'ASPHALTIC CONCRETE $46.30 $17,594.00 ALTERNATE III - DEDUCT TOUCHDOWN ZONE LIGHTING $384,894.00 • ALTERNATE III - DEDUCT RUNWAY CENTERLINE LIGHTING 27 L-108 5,200.0 LF SAWKEAF $4.00 $20,800.00 29 L-108 5,600.0 LF #6BARE COUNTERPOISE $0.46 $2,576.00 i 30 L-110 5,200.0 LF 2'PVC CONDUIT $1.20 $6.240.00 38 L-125 97.0 EA L-868 LIGHT BASE. 12' DIA $750.00 $72,750.00 ALTERNATE III - DEDUCT RUNWAY CENTERLINE LIGHTING $102,366.00 ALTERNATE IV - (AREAS Z & 3) RECONSTRUCT RUNWAY 17R-35L KEEL 1 2 P-100 P-140 1.0 500.0 IS SY MOBILIZATION BITUMINOUS PAVEMENT REMOVAL $159.000.00 $6.00 $159,000.00 $3,000.00 3 P-140 31,000.0 SY CONCRETE PAVEMENT REMOVAL $14.00 $434,000.00 4 P-152 1.0 LS UNCLASSIFIED EXCAVATION $10,000.00 $10.000.00 r. 5 P-152 1,000.0 CY UNSUITABLE EXCAVATION $6.00 $6.000.00 6 P-156 1,300.0 LF SILT FENCE $2.50 $3,250.00 7 P-160 31,000.0 SY PAVEMENT MILLING SURFACE $1.20 $37,200.00 8 P-210 500.0 TN CALICHE BASE $17.00 $ 8, 500.00 9 P-405 1,000.0 SY GROUND STABILIZATION FABRIC $3.00 $3.000.00 10 P-501 28,000.0 SY 14'PORTLANDCEMENT CONCRETE $44.40 $1,243,200.00 11 P-501 3,000.0 SY 14'QUICKSITCONCRETE $54.60 $163.800.00 12 M-103 2.0 EA CLOSED RUNWAY MARKER $1.500.00 $3.000.00 13 M-103 7.0 EA CLOSED TAXIWAY MARKER $750.00 $5,250.00 14 M-104 70.0 EA TRAFRC DRUMS $75.00 $5,250.00 IS M-107 1,000.0 LF AVIATION BARRICADES $10.00 $10,000.00 16 P-605 28.000.0 LF PREFORMED JOINT SEALER $2.00 $56,000.00 f 17 P-620 20,000.0 SF TEMPORARY AIRFIELD MARKING $0.40 $8.000.00 a 7 -.1 (01 RECONSTRUCT RUNWAY 17R35L KEEL LUBBOCK INTERNATIONAL AIRPORT AIP PROJECT NO, 3-48-0138-19-97 �•+ ITB Y 97190 ITEM FAA SPEC ouANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED TOTAL 18 P-620 20,000.0 SF PERMANENTAIRRELDMARKWG $0.69 $13,800.00 19 P-700 31,000.0 SY PAVEMENT GROOVING $1.40 $43,400.00 20 F-162 1,800.0 LF TEMPORARY 8' CHAIN LINK FENCE $5.00 $9, 000.00 r.. 21 F-162 1.0 EA TEMPORARY 24' X 8' DOUBLE SWING GATE $1,000.00 $1.000.00 22 T-901 6.0 AC SEEDING $3,700.00 $18,500.00 23 T-908 6.0 AC LiliC NG $900.00 $4,500.00 24 L-108 200.0 LF CABLETRENCH $3.50 $700.00 25 L-108 5,700.0 LF SAW KERF $4.00 $22,800.00 26 L-108 1,000.0 LF f8, 5KV, TYPE -C- CABLE $0.69 $690.00 27 L-108 6,300.0 LF #6 BARE COUNTERPOISE $0.46 $2,898.00 28 L-1 10 6,000.0 LF 2- PVC CONDUIT $1.20 $7.200.00 r 29 L-110 400.0 LF DIRECTIONAL DRILL 2' RIGID CONDUIT $25.30 $10,120.00 j1 30 L-125 4.0 EA L-850C IN -PAVEMENT HIRL $1,900.00 $7.600.00 31 L-125 8.0 EA TEMPORARYTHRESHOLD LIGHTS $300.00 $2,400.00 32 L-125 1.0 EA TEMPORARY PAR $34,500.00 $34,500.00 ~ 33 L-125 5.0 EA L-867 PULL CAN, 16- DIA $500.00 $2.500.00 34 L-125 108.0 EA L-868 LIGHT BASE, 12- DIA $1,230.00 $132,840.00 35 R-340 2,800.0 TN TYPED' ASPHALTIC CONCRETE $43.60 $122,080.00 ALTERNATE IV - (AREAS 2 & 3) $2,594,978.00 l- ALTERNATE IV - DEDUCT TOUCHDOWN ZONE LIGHTING 3 P-140 140.0 SY CONCRETE PAVEMENT REMOVAL $14.00 $1,960.00 10 P-501 140.0 SY W PORTLAND CEMENT CONCRETE $37.40 $5,236.00 16 P-605 150.0 LF PREPORMEDJOINTSEALER $2.00 $300.00 20 P-700 140.0 SY PAVEMENT GROOVING $1.40 $196.00 25 L-108 100.0 LF SAW KERF $4.00 $400.00 27 L-108 120.0 LF #6 BARE COUNTERPOISE $0.46 $55.20 ' 28 L-110 100.0 LF 2'PVC CONDUIT $1.20 $120.00 34 L-125 6.0 EA L-868 LIGHT BASE, 12' DIA $750.00 $4,500.00 35 R-340 15.0 TN TYPE -D' ASPHALTIC CONCRETE $43.60 $654.00 ALTERNATE N - DEDUCT TOUCHDOWN ZONE LIGHTING $13.421.20 ALTERNATE IV - DEDUCT RUNWAY CENTERLINE LIGHTING 25 L-108 5,600.0 LF SAW KERF $4.00 $22,400.00 27 L-108 5.900.0 LF #6 BARE COUNTERPOISE $0.46 $2,714.00 28 L-1 10 5.600.0 LF 2' PVC CONDUIT $1.20 $6, 720.00 29 L-1 10 140.0 LF DIRECTIONAL DRILL 2' RIGID CONDUIT $25.30 $3, 542.00 33 L-125 1.0 EA L-867 PULL CAN, 16' DIA $500.00 $500.00 34 L-125 102.0 EA L-868 LIGHT BASE, 12- DIA $750.00 $76,500.00 r.. i 4 ALTERNATE N - DEDUCT RUNWAY CENTERLINE LIGHTING $112, 376.00 ALTERNATE V - (AREA 1) RECONSTRUCT RUNWAY 17R3SL KEEL 1 P-100 1.0 IS MOBILPJLTION $155.000.00 $155,000.00 2 P-140 3,500.0 SY BITUMINOUS PAVEMENT REMOVAL $6.00 $21,000.00 3 P-140 23,000.0 SY CONCRETE PAVEMENT REMOVAL $13.00 $299,000.00 4 P-152 1.0 LS UNCLASSIFIED EXCAVATION $15,000.00 $15,000.00 5 P-152 500.0 CY UNSUITABLE EXCAVATION $6.00 $3,000.00 6 P-156 2,000.0 LF SILT FENCE $2.50 $5,000.00 7 P-160 23,000.0 SY PAVEMENT MILUNG SURFACE $1.40 $32,200.00 8 P-209 1,200.0 TN CRUSHED AGGREGATE RISE COURSE $21.00 $25,200.00 9 P-210 500.0 TN CAUC HE BASE $17.00 $8, 500.00 7 .-I r r RECONSTRUCT RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT AIP PROJECT NO. 3-48-0138-19-97 ITB if 97190 ITEM FAA SPEC QUANTITY UNIT DESCRIPTION UMT PRICE EXTENDED TOTAL 10 P-405 1,000.0 SY GROUND STABILIZATION FABRIC $3.00 $3,000.00 1 1 P-501 3,500.0 SY 8- PORTLAND CEMENT CONCRETE $ 36.10 $126, 350.00 12 P-501 23,000.0 SY 14" PORTUWD CEMENT CONCRETE $47.90 $1,101,700.00 13 M-103 2.0 EA CLOSED RUNWAY MARKER $1, 500.00 $ 3, 000.00 14 M-103 5.0 EA CLOSED TAXIWAY MARKER $750.00 $3,750.00 15 M-104 30.0 EA TRAFFICDRUMS $75.00 $2,250.00 16 M-107 1,000.0 LF AVIATION BARRICADES $10.00 $10, 000.00 17 P-605 27,000.0 LF PREFORMEDJOINTSEALI R $2.00 $54,000.00 18 P-619 70,500.0 SF PAINT REMOVAL $0.50 $35,250.00 19 P-620 76,000.0 SF TEMPORARY AIRRELDMARKLNG $0.17 $12.920.00 20 P-620 48,500.0 SF PERMANENTAIRFIELDMART9NG $0.48 $23,280.00 21 P-700 23,000.0 SY PAVEMENT GROOVING $1.50 $34,500.00 22 F-162 1,800.0 IF TEMPORARY Li CHAIN LINK FENCE $ 5.00 $9,000.00 23 F-162 1.0 EA TEMPORARY ZV X 8' DOUBLE SWING GATE $1,000.00 $1,000.00 24 T-901 5.0 AC SEEDING $3,700.00 $18.500.00 25 T-908 5.0 AC MULCHING $900.00 $4,500.00 26 L-108 800.0 IF CABLETRENCH $3.50 $2,800.00 27 L-108 6,100.0 IF SAW KERF $4.00 $24,400.00 28 L-108 1,100.0 IF !8,SKV,TYPE -C-CABLE $0.69 $759.00 29 L-108 7,700.0 IF #6 BARE COUNTERPOISE $0.46 $3,542.00 30 L-110 6,900.0 LF rPVC CONDUIT $1.20 $8,280.00 31 _ L-110 250.0 LF DIRECTIONAL DRILL 2' RIGID CONDUIT $25.30 $6,325.00 32 L-125 4.0 EA L-850C IN -PAVEMENT HIRL $1,900.00 $7,600.00 33 L-125 8.0 EA TEMPORARYTHRESHOLDUGHTS $300.00 $2,400.00 34 L-125 1.0 EA TEMPORARY PAPI $34,500.00 $34,500.00 35 L-125 18.0 EA L-848 MALSR THRESHOLD LIGHT BASE $650.00 $11.700.00 36 L-125 5.0 EA L-867 PULL CAN, 16- DIA $500.00 $2,500.00 37 L-125 8.0 FA L-867LIGHT BASE WIRELOCATEDFIXTURE $590.00 $4,720.00 38 L-125 232.0 EA L-868 LIGHT BASE, 12- DIA $980.00 $227,360.00 39 R-340 2,000.0 TN TYPED" ASPHALTIC CONCRETE $44.40 $88,800.00 40 SP-22- 28.0 EA RELOCATE HIRLLENS $86.00 $2,408.00 ALTERNATE V - (AREA 1) $2.434,994.00 ALTERNATE V - DEDUCT TOUCHDOWN ZONE UGHTTNG 3 P-140 4,100.0 SY CONCRETE PAVEMENT REMOVAL $13.00 $53,300.00 12 P-501 4,100.0 SY 14" PORTLAND CEMENT CONCRETE $39.90 $163,590.00 17 P-605 4,500.0 LF PREFORMEDJOINTSEALER $2.00 $9,000.00 21 P-700 4,100.0 S( PAVEMENTGROOVWG $1.50 $6.150.00 27 L-108 2.900.0 LF SAW KERF $4.00 $11, 600.00 29 L-108 3,500.0 LF Y613ARECOUNTERPOISE $0.46 $1,610.00 30 L-110 2,900.0 IF rPVC CONDUIT $1.20 $3,480.00 38 L-125 174.0 EA L-868 LIGHT BASE, 12" DIA $750.00 $130,500.00 39 R-340 380.0 TN TYPE'D^ASPHALTIC CONCRETE $44.40 $16,872.00 ALTERNATE V - DEDUCT TOUCHDOWN ZONE LIGHTING $396,102.00 ALTERNATE V - DEDUCT RUNWAY CENTERLINE LIGHTING 27 L-108 3,200.0 LF SAW KERF $4.00 $12,800.00 29 L-108 3.300.0 LF #6 WE COUNTERPOISE $0.46 $1.518.00 30 L-110 3,200.0 LF rPVC CONDUIT $1.20 $3,840.00 38 L-125 58.0 EA L-868 LIGHT BASE, 12' DIA $750.00 $43,500.00 ALTERNATE V - DEDUCT RUNWAY CENTERLINE LIGHTING $61, 658.00 RECONSTRUCT RUNWAY 17R35L KEEL LUBBOCK INTERNATIONAL AIRPORT AIP PROJECT NO. 3-48-0138-19-97 ITS # 97190 l fT W FAA SPEC OUANTITY UNIT DESCRIPTION IJW PRICE EXTENDED TOTAL Duininck Bros., Inc. certifies that the unit prices shown on this complete computer print-out for all of the bid items and alternates contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. Duininck Bros., Inc. acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the offical total bid amount will be determined by multiplying the unit bid prices shown in this print-out by the respective estimated quantities shown in the proposal and then totaling all of the extended amounts. Signed: e . Date: ' Z O ^ 1 7 l' RECONSTRUCT RUNWAY 17R-35L KEEL f LUBBOCK INTERNATIONAL AIRPORT I AIP PROJECT NO. 3-48-0138-19-97 ITB # 97190 NAME & ADDDRESS OF SUBCONTRACTOR 1. FLOYD TRUCKING, INC. P. O. BOX 50 BROWNFIELD, TEXAS 79316 806-745-2729 2. ROBERSON SAND & GRAVEL, INC. 1307 N. ASH LUBBOCK, TEXAS 79403 806-763-7522 3. AZTECA ENTERPRISES, INC. 2818 RUDER STREET DALLAS, TEXAS 75212 214-263-1840 4. ' ZEBRA CONSTRUCTION P. O. BOX 16466 LUBBOCK, TEXAS 79490 806-798-0543 f, 5. WALKER CONSTRUCTION !` P. O. BOX 981 MORIARTY, NEW MEXICO 87035 505-832-4577 1 r DBE WORK TO BE DOLLAR PERFORMED AMOUNT YES AGGREGATE AND $18 0, 000.00 ASPHALT HAUL YES DEMO HAUL $175, 000.00 YES REINFORCING $225,000.00 YES CONCRETE BREAKING $30,000.00 the state of Texas ,*ecretttrg of Mute CERTIFICATE OF AUTHORITY OF OUININCK BROS• INC. CHARTER NUMBER 069053 THE UNOERSIGNED9 AS SECRETARY OF STATE OF THE STATE OF TEXAS9 HEREBY CERTIFIES THAT AN APPLICATION FOR CERTIFICATE OF AUTHORITY FOR THE ABOVE CORPORATIONS DULY SIGNED AND VERIFIED HAS BEEN RECEIVED IN THIS OFFICE AND IS FOUND TO CONFORM TO LAN. ACCORDINGLY THE UNOERSIGNED9 AS SUCH SECRETARY OF STATES AND BY VIRTUE OF THE AUTHORITY VESTED IN THE SECRETARY BY LAW• HEREBY ISSUES THIS CERTIFICATE OF AUTHORITY TO TRANSACT BUSINESS IN THIS STATE FROM AND AFTER THIS DATE1 FOR THOSE PURPOSES SET FORTH IN THE APPLICATIONS UNDER THE NAME OF DUININCK BROS, INC. AND ATTACHES HERETO A COPY OF THE APPLICATION FOR SUCH CERTIFICATE. DATED APR, 239 1986 w'•• — Secretary of State r A r F Af Texas Department of Transportation DEWITT C. GREER STATE HIGHWAY BLDG. • 125 E. 11 TH STREET • AUSTIN, TEXAS 78701-2483 • (512) 463-8585 March 25, 1997 § #�Wf APR T. Nelson 2 1997 512 416 - 2540 By Duininck Bros, Inc. P.O. Box 1119 Grapevine, Texas 76099 Gentlemen: Your financial resources as of December 31. 1996, are satisfactory and qualify you to bid on Texas Department of Transportation construction work up to and including December 31. 1297-. You will be permitted to have under contract with this Department not more than $348.300.000.00 worth of all classes of construction work. RS/jjb Sincerely, ?CpK—William T. Nelson, Jr. Director of Programs II I An Equal Opportunity Employer I e�CS x CONTRACTOR'S CERTIFICATION OF DBE PARTICIPATION The bidder shall make good faith efforts as defined in Appendix g � PP r "A" of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract portions of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically rr disadvantaged include women, Blacks, Hispanics, Native Americans, I Asian -Pacific Americans, and Asian -Indian Americans. If the bidder fails to achieve the contract goal stated herein, it will be required to provide with this bid, documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. r By signing this bid, the Bidder proposes to subcontract work on this Project as follows: r Check i Name & Address Work to be Dollar of Subcontractor_ DBE Performed Amount • See A ffa�C�ecl 2. i 3. 4. V 1 7 P-35 Addendum No. One (1) August 22, 1997 5. i 6. 7. ° 8. r' ✓ Check here if a continuation of this list of subcontractors has been attached to this Bid. Qualifications and requirements for DBE certification are described in Section 120 of the GENERAL PROVISIONS. Copies of DBE, certificates shall -be submitted with this Bid. A substitution of Subcontractors may be permitted only upon written' request and approval by the Owner. I a% j� This f irm assures that it will utilize not less than of Disadvantage Business Enterprise Firms. If less than the goal in Section 120 of the GENERAL PROVISIONS, good faith efforts have been attached to this Bid. 1 CERTIFICATION OF BIDDER for the above: DUININCK BROS, INC. 7 JAMES E. MELHORN BIDDERS NAME r", Name and Title (Type or Print) 1 SIGNATURE c�t� L • , r DATE P-36 t Addendum No. One (1) VICE-PRESIDENT August 22, 1997 NC � ke RCS �-- 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 1 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 Fla President's Committee on Equal Employment Opportunity all reports due under the applicable riling requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925,11114. or 11246 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 FAA or the Director, OFCCP. Bid or Propasal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid or proposal form a statement substantially -as follows: The bidder (proposer) shall cco plete the following statement by checking the appropriate space. The bidder (proposer) has Y_ as not _ participated in a previous contract subject to the equal 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. If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall $ submit a compliance report on Standard Form 100, "Employee Information Report EEO -I" prior to the award of contract. r I 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 1800 G Street Washington, DC 20506 P-37 Addendum No. One (1) August 22, 1997 r _ VS Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - ,� (49 CFR 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 the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. Certification Regarding Foreign Trade Restrictions (49 CFR PART 30) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: ra. 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 use on the project that is produced in a foreign country on said list. 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 subcontracts. The contractor may rely upon the certification of a prospective 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. This certification is a material representation of fact upon which reliance was placed when making the 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. P-38 r Addendum No. One (1) August 22, 1997 114111V eR�s I/VC 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 information of a contractor is not required to exceed that which is normally possessed by a prudent person in 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. Buy American Certification (Aviation Safety and Capacity Expansion Act of 1990) By submitting a bid/proposal under this solicitation, except for those items listed. 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 defined 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, l materials, and supplies excepted from this provision. t PRODUCT COUNTRY OF ORIGIN �► P-39 Addendum No. One (1) August 22, 1997 r BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) k BR D S ��C (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel 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. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 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. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors materialmen, and suppliers in the performance of this contract, except those (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced In the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public Interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. 0 Addendum No. One (1) P-40 August 22, 1997 t a 1 t F GENERAL BIDDER'S NAME DUiNiNCK BROS, INC. _ ADDRESS P.O. BOX 1119 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO.. &-Zff- NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (41 CFR 60-1.8) (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving federally assisted construction contract 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 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 S10,000 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 S10,000 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.. �"' Addendum No. One (1) P-41 August 22, 1997 r- P Iwo I{ 4 CERTIFICATION OF NONSEGREGATED FACILITIES �yr/41NV . Ck eR0S The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he 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 are 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 waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, 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 exceeding $10,000 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. .TAMES E. MELHORN VICE-PRESIDENT Name and Title of Signer (Please Type) Signature Date All 4' 774 7 NOTE: The penalty for making false statements in offers is prescribed In 18 U.S.C. 1001. 14,10. �.. Addendum No. One (1) P-42 August 22, 1997 The undersigned hereby acknowledges the receipt of the following r., f Addenda to the Contract Documents. Addendum No. One Issued o� (DATE) Addendum No. Two Issued 2S r9 9 (DATE) �-► Addendum No. Three Issued (DATE) Addendum No. Four Issued (DATE) Addendum No. Five Issued (DATE) DUININCK BROS, INC. Name of Bidder �gnature JAMES E. MELHORN VICE-PRESIDENT Name & Title of Signing Official { Business Address: DUININCK BRCS. INO P.O. BOX m9 GRAPEVINE, TEXAS 76051 C l Telephone: r **END OF BID** k Addendum No. One (1) P-43 August 22, 1997 /~ Rev. 7/89 HID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE DUFNINCK BROS, INC. as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of C as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock, Texas as Obligee, hereinafter called the Obligee, in the sum of Yerae.4/- 0 �V em4Asf TG/a/ yiroanf 49icL Dollars for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, t our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for the Reconstruct Runway 17R-35L Keel project at Lubbock International Airport, Lubbock, Texas. -` NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the -failure of the principal to enter such Contract and give such bond or bonds, if the principal shall pay to the Obligee the difference not to exceed the penalty hereof between t� BB-1 1t Rev. 7/89 BID BOND the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. �S,`.� GK B, Signed and sealed this �� � day of J 19�. L..�L T DUININCK BROS. (Principal) JAMES E. FLA64 ) VICE-PRESIDENT (Witness) IWL1Z,r2 f1!.tt/��2� (Witness) N•aiionaI Fire Tns�irance Company c` Ti a: (�$yrety) (Seal) (Title) f BB-2 d i National. Fire Insurance Col -"•zany of Hartford w1VA For All the Commitments You Make OfficelChtcago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Presents, That the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a corporation duly organized and existing under the laws of the State of Connecticut, and having its general administrative office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint She I i a Wh i to - I nd i v i dua I I y of Dallas, Texas r its true and lawful Attomey-in-Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature_ In Unlimited Amounts - and to bind the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD thereby as fully and to the same extent as If such instruments were signed by the duly authorized officers of NATIONAL FIRE INSURANCE COMPANY OF HARTFORD and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. RESOLVED: That the Chairman of the Board of Directors, the President or any Executive Senior or Group Vice President of the Corpora- tion may, from time to time, appoint, by written certificates, Attomeys-In-Fact to act In behalfl of the Corporation in the execution of policies l of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth In their respective certificates of authority, shall Have full power to bind the Corporation by their signature and execution of any such Instru- ment and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey-in-Fact. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,1993, and the signature of a Secretary or an Assistant -Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation. In Witness Whereof, the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD has caused these presents to be signed by Its Group Vice President and its corporate seat to be hereto affixed this 24th day of , 19 PA . NATIONAL FIRE IN URA .OMP Y OF HARTFORD M.C. Xo me Group Vice President. State of Illinois, County of Cook, ss: On this 24th day of June ,19-24-, before me personally came M.C. Vonnahme, to me known, who, being by me duty swom, did depose and say. that he resides in the Village of Downers Grove, State of Illinois; that he is a Group Vice President of the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, the corporation described in and which executed the above Instrument; that he knows the seat of said Corporation; that the seal affixed to the said Instrument is such corporate seal; that it was so affixed pursuant to authority, given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. e My Comm i ss i on 1xpires "Octo1ed 1'9, 1 CERTIFICATE 1, John M. Littler, Assistant Secretary of the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD do hereby certify that the Power r,. of Attorney herein above set forth is still in force, and further certify that the Resolutions of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof 1 have hereunto subscribed by name and affixed the sea] of the said Company this - day of . 19 nt� � John M. LIT56 Assistant Secretary. i STATE OF TEXAS COUNTY OF LUBBOCK CONTRACT PO, THIS CONTRACT, made and entered into this 23rd day of October. 1997 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Dulninck Brothers of the City of Grapevine , County of Tarrant and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and Contracts 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 agrees with OWNER to commence and complete the construction of certain improvements described as follows: ' BID 097190 - RECONSTRUCT RUNWAY 17R - 35L KEEL - $5,362.317.00 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 Condition of the Contract. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given 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 P with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make !I payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this Contract in Lubbock, Lubbock County, Texas In the year and day first above written. A TO CONTENT: l CONTRACTOR: Ow is Representative--� DUININCK BROS, INC. QUININCK BROTHERS APPROVED AS O FORM: ' B ity Attorney GK BRA JAMES E. MELHORN PRINTED NAME: pJ O&POR4TF 2n TITLE: VICE-PRESIDENT ATTEST: SEAL COMPLETE ADDRESS: Corporate Secretary Duininck Brothers PO Box 1119 Grapevine, Texas 76099 1� n CONTRACT 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: 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. Com vents. 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. (2192) C - 2 t; PERFORMANCE BOND rSTATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100.000) KPOW ALL MEN BY THESE PRESENTSNationalhatDFul ire In aranCe hereinafter called they Principal(s), as Principal(s), a of Hartford (hereinafter called the Surety(s), as Sy ety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Cr-lgee), in the amount of Five Million, H c sari; Three Hundred Seventeen Dollars and pi, 100 ($5,362,317) lawful money of the United 5> r ment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severalty, firmly by these pFa�ents. !J- V H REAS, the Principal has entered into a certain written contract with the Obligee, dated then day of r , 19t1, to reconstruct the Runway 17R-35L Keel (11,500' x 50') at Lubbock International Ai Tort in accordance with Ptans and Specifications prepared by Delta Airport Consultants, Inc., 9101 Southern Pine Blvd, S-.e 140, Charlotte, North Carolina 28273. orr" said principal under the law is required before commencing the work provided for in said contract to execute a bond in tip 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 .form the work M accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. 7 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said a *ale to the same extent as if it were copied at length herein. IN WIT SS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this �'� d of es-- , ,Z. ( 'ational Fire Insurance Comm DUININCK BROS INC. ,Sure e€ �arti<ord ' tY Principal B v -jerl� (Title)' 'ifQ''V1-eq - I r 4 BOND CHECK BEST RATING LICENS D IN TEXAS DATES BY r PB-1 Title) CE-PRESIDENT By: (Title) By: (Title) r PERFORMANCE BOND The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby designates Ilornrd Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom se! ice of process may be had in matters arising out of such suretyship. I r- r Arroved as to Form 1. City of Lubbock CityWttomey INaonal Fire Insurance Compaq► of Hartford .= Surety •B • F,ite: ff signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing tii... this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attomey for our files. - r r k PB-2 �ational Fire Insurance Company f Hartford rCNA or All the Commitments You Make Office/Chicago, Illinois 7 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT g Know All Men by these Presents, That the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a corporation duly organized and axisting under the laws of the State of Connecticut, and having its general administrative office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint She I i a Wh i te, I nd i v i dua i I y 1 of Dallas, Texas true and lawful Attorney -in -Fact with full power and authority hereby conferred to sign, seal and execute In its behalf bonds, undertakings t id other obligatory instruments of similar nature In Unlimited Amounts ._ `d to bind the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD thereby as fully and to the same extent as If such instruments were signed by the duly authorized officers of NATIONAL FIRE INSURANCE COMPANY OF HARTFORD and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. ii This Power of Attorney Is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, .93 by the Board of Directors of the Company. RESOLVED: That the Chairman of the Board of Directors, the President or any Executive Senior or Group Vice President of the Corpora- Aon may, from time to time, appoint, by written certificates, Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies I insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attomey-in-Fact, subject to the limitations set forth IL their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such Instru- ment and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey-in-Fact. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors I. February 17,1893, and the signature of a Secretary or an Assistant -Secretary and the seal of the Corporation may be affixed by facsimile any certificate of any such power, and any power or certificate bearing such facsimile signatures and seat shall be valid and binding the Corporation. Any such power so executed and sealed and certified by certificate so executed and seated, shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation. •" In Witness Whereof, the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD has caused these presents to be signed by its Group :e President and its corporate seal to be hereto affixed this 94th day of ,19Sa NATIONAL FIRE IN URA OMP Y OF HARTFORD o me Group Vice resident. �We of Illinois, County of Cook, ss: On this 24th day of June ,19 94_, before me personally came M.C. Vonnahme, to me known, who, being by me duly sworn did depose and say. that he resides in the Village of Downers Grove State of Illinois; that he is a Group Vice President of the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, the corporation describes I f 1nd which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such d porate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name t...jreto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. r" a .ILI Oe � airs* ►usuc m cO" n a C. Dempsey My Commission Expires Octo CERTIFICATE I, ohn M. Littler, Assistant Secretary of the NATIONAL FiRE INSU of Attomey herein above set forth is still in force, and further certify t of Attorney arQ still in force. In to timony whereof I have hereunto 7 �'Sr day of �n17d WSW PM 6-23142•C 4 Moir RANCE COMPANY OF HARTFORD do hereby certify that the Power hat the Resolutions of the Board o� Directors, set forth in said Power subscribed by name and affixed the seal of the said Company this John M. LRtWr / Assistant Secretary. iNV NO G•56624•C r POO f LABOR AND MATERIAL PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Duininck Brothers, Inc. (hereinafter called the Principal(s), as Principal(s), and Ngtlenal Fire USttMC@ IMMO q of Hartford (hereinafter called the Surety(s), as Suretytree are held anal,Uat City of Lubbock (hereinafter called ¢ the Obligee), in the amount of Five Million,r 3°� ousand, Three Hundred Seventeen and 00/100 Dollars ($5,362,317) 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. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _may of ! 0 19_qL, to reconstruct the Runway 17R-35L Keel (11,500' x 50') at Lubbock International Air ! port In accordance with plans and specifications prepared by Delta Airport consultants, Inc., 9101 Southern Pine Blvd., Suite 140 Charlotte, North Carolina 28273. 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 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 Section 2253.021(a) of the Texas Government Code, 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. r It1 WITNESS H REOF, the said Principal (s) and Surety (s) have signed and sealed this Instrument this day of 1997. National Fire Insurance Company 7 of Hartford DUININCK BROS, INC. 6 Su �, P ' cipal (Title) V E-PRESIDENT Y� (Title) *By: (Title) BOND CHECK r- BEST RATING LICENS D IN TEMS DATE BY .r.r- r i r LABOR AND MATERIAL PAYMENT BOND The undersigned surety company represents that it is duly qualified to do business to Texas. and hereby designates Howard Cowan an agent resident to Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. r, National Fire •Insurance ComPa" of Hartford Surety r r Approved as to form: k City�ttb By: City tomey • Note: ff signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that 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. LMPB-2 F4ational Fire Insurance Company if Hartford HA or All the Commitments You Make Office/Chicago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Presents, That the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a corporation duly organized and existing under the laws of the State of Connecticut, and having Its general administrative office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Shelia White, I nd i v i dua I l y f of Dallas, Texas itrue and lawful Attomey-in-Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings d other obligatory instruments of similar nature_ In Unlimited Amounts Ud to bind the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NATIONAL FIRE INSURANCE COMPANY OF HARTFORD and all the acts of said Attorney, rsuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, F..193 by the Board of Directors of the Company. RESOLVED: That the Chairman of the Board of Directors, the President or any Executive Senior or Group Vice President of the Co ora- n may, from time to time, appoint, by written certificates, Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth their respective certificates of authority, shall Have full power to bind the Corporation by their signature and execution of any such Instru- ment and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President the Board of Directors may at any time revoke all power and authority previously given to any Attorney -in -Fact. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seat of tse Corporation maYp be affixed by facsimile on any power of attorney gpranted pursuant to the Resolution adopted by tfiis Board of Directors February 17,1993, and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation maybe affixed by facsimile y any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation. 7In Witness Whereof, the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD has caused these presents to be signed by its Group cePresident and its corporate seal to be hereto affixed this 24th day of l� , 193Q.__• NATIONAL FIRE IN URAN OMP Y OF HARTFORD 1A r VnATd!rhMa._- ,mum ico Praq1r1aWT r,4te of Illinois, County of Cook, as: 4 On this 24th day of came M.C. Vonnahme, to me known, who, b Slate of Illinois; that he is a Group Vice Presic Fand which executed the above Instrument; rporate seal; that It was so affixed pursuar nereto pursuant to like authority, and ackn+ C, r P4 l June ,1924_, before me personalty e duly swom did depose and say*. that he resides In the Village of Downers Grove NATIONAL ARE INSURANCE COMPANY OF HARTFORD the corporation described lows the seal of said Corporation; that the seal affixed to the said Instrument is such irity given by the Board of Directors of said corporation and that he signed his name same to be the act and deed of said corporation. 6 ' e,� ►ueuc m CERTIFICATE P, John M. Littler, Assistant Secretary of the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD do hereby certify that the Power of Attorney herein above set forth Is still in force, and further certify that the Resolutions of the Board o Directors, set forth in said Power Qf-,Attomey aT still in force. I tes 'moray whereof I have hereunto subscril�,ed by name and affixed the seal of the said Company this J 1 9 3 day of eh e-- .19 John M. L r Assistant Secretary. 6-23142•C INV NO G•56624-C r k l .er ifiente of Insurance ISSUE DATE: OCTOBER 14, 1997 NAME AND ADDRESS OF AGENCY COMPANIES AFFORDING COVERAGES COMPANY A American Contractors Ins. Co. RRG RTEX Insurance Agency, Inc. D000096A 2222 Merit Drive, Suite 1660 allas, TX 75251-0000 �!972)-702-9004 COMPANY BAmerican Risk Fundino Ins. Co. 1AME AND ADDRESS OF INSURED COMPANY C National Union Fire Ins Co of PA COMPANY LETm D Marine Office of America Corp. �UININCK BROTHERS, INC. g :30 D West Northwest Highway COMPANY E ,rapevine, TX 76051-0000 ATTN: Ron Kuiken COMPANY LETTER F COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'O POLICY PERIOD TYPE OF INSURANCE POLICY NUMBER(EFFECT) PIRM LIMITS thousands A GENERAL LIABILITY GENERAL AGGREGATE S 2,000 PRODUCTS - COMP/OP AGO S 1,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADEnXX OCCUR CL 00 2 45 0 97 06/01/97 06/01/98 EACH OCCURRENCE $ 1,000 PERSONAL & ADV INJURY $ 1,000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Anyone fire) S 50 X PER PROJECT AGGREGATE MED F M (Any oneperson) S 5 A AUTOMOBILE LIABILITY X ANY AUTO CL 00 2 45 0 97 06/01/97 06/01/98 COMBINED SINGLE LIMIT $ 1,000 BODILY INJURY X ALL OWNED AUTOS SCHEDULED AUTOS(Per erson S BODILY INJURY X HIRED AUTOS X NON -OWNED AUTOS(Per accident S PROPERTY DAMAGE $ I C EXCESS LIABILITY BE 932 31 55 06/01/97 06/01/98 EACH OCCURRENCE s 11 000 AGGREGATE S 11,000 X UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND (Statutory) EMPLOYERS' LIABILITY EL E CH ACCIDENT $ 1,000 B WCD 0 48 97 06/01/97 06/01/98 EL DISEASE - POLICY LIMIT S 1,000 B WCR 0 51 97 06/01/97 06/01/98 EL DISEASE - EA EMPLOYEE $ 1 000 D OTHER: Contractors Equipment IM 949937 06/01/97 06/01/98 Per Policy Schedule )ES CRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS LUBBOCK INTERNATIONAL AIRPORT RECONSTRUCT RUNWAY 17R-35L KEEL, AIP PROJECT 190. 3-48-0138-19-97 "ADDITIONAL INSURED" AND "WAIVER OF i SUBROGATION" STATUS AFFORDED PER CONTRACT. �ERTIFICATE HOLDER CANCELLATION CITY OFLUBBOCK OFFICE OFF PURCHASING T% P.O. BOX X 79457 LUBBOCK, Shoutd any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to mail such notice shall impose no oblig tion or Liability of any kind upon the company, i agents or repres tatives. 0 I F F F CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. FAgent (Signature) FName of Agent/Broker: F Address of Agent/Broker: City/State/Zip: FAgentBroker Telephone Number: ( Date: CONTRACTOR'S NAME: Agent (Print) 7 (Print or Type ) CONTRACTOR'S ADDRESS: NOTE TO AGENT/BROKER If this time requirement Is not met, the City has the right to reject this bld/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)767-2165. FBID #97190 Fr r C CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) 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; F (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; (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; l (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; t (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (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 r sample notice, without any additional words or changes: F F F F F 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. This 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 provide coverage" and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) 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; (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 (ten)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 (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. F 7 RECONSTRUCT RUNWAY 17R-35L REEL AT LUBBOCK INTERNATIONAL AIRPORT. LUBBOCK, TEXAS AIP PROJECT NO. 3-48-0138-19-97 (Contractor, Address) hereby guarantees that all labor and material furnished and work performed under the above Contract are in accordance with the contract drawings and specifications and authorized alterations and additions thereto, and that all of the work under the Contract is free from faulty materials and improper workmanship, and guaranteed against injury from proper and usual wear, and agreeing (and we do hereby so agree) that should any defect develop during the contract 'guarantee period, as hereinafter defined, due to improper materials, workmanship or arrangement, we will, upon written notice, replace or re -execute such defective work, together with any other work affected in making good such defects, at the convenience of, and without expense to the Owner for a period of one year from final acceptance. Contractor Subscribed and sworn before me in the State (or Commonwealth) of , this day of , 19 Notary Public r pP WC-1 . F RECONSTRUCT RUNWAY 17R-35L REEL pm. LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS AIP PROJECT NO. 3-48-0138-19-97 (Contractor, Address) hereby certifies that the work for the above project has been completed in accordance with the Contract Documents, and that all previous progress payments received from the Owner on account of work performed under the Contract referred to has been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with the work covered by prior requisitions for payment under said Contract and that all materials and equipment covered by the final requisition for payment are free •and clear of all liens, claims, security interests and encumbrances. All persons, firms and partnerships who have furnished labor and/or material to date on said project have been paid. Contractor Subscribed and sworn before me in the State (or Commonwealth) of , this day of , 19 Notary Public My Commission expires I LCR-1 0 No Text r 7 S j SP-1 INSURANCE Revised 5/29/97 The Contractor shall specify the Owner and the Engineer as named additional insured in all insurance required under the provisions of Section 30-09 "Insurance". SP-2 CONFLICT WITH OTHER CONTROLS In the event of conflict between these requirements and pollution control laws, rules, or regulations or other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The CONTRACTOR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. SP-3 PAVEMENT LOADING The existing airport pavements are designed for aircraft on single and dual. gear configurations. The CONTRACTOR shall preserve and/or protect existing and new pavements from damage due to construction operations. Existing pavements which are damaged shall be replaced or repaved at the CONTRACTOR'S expense. The CONTRACTOR shall take immediate action to alleviate the problem. SP-4 COMMUNICATIONS The CONTRACTOR shall keep the resident project representative apprised of his/her scheduled construction activities in order to allow proper notification of the airport management and airport operators. As a minimum, weekly meetings to discuss construction progress and location should be anticipated. All movement within active aircraft operational areas shall be coordinated by two-way radio contract with the Air Traffic Control Tower (121.9 MHZ) . The Contractor shall have an adequate number of radios on the jobsite at all times work is in progress. The Contractor shall provide a minimum of two (2) two-way radios, one (1) for the contractor's superintendent and one (1) for each crew. SP-5 AIRCRAFT OPERATIONS It is the intent of the OWNER to minimize interference with aircraft operations. The CONTRACTOR shall coordinate his/her activities while working near the aircraft operational area, so as to create minimal interference with aircraft operations. SP-1 Before starting his/her operations at any location on the airport, the CONTRACTOR shall assure proper safety precautions and separations in accordance with the Plans and Section 130 of the General Provisions and referenced FAA Advisory Circular. SP-6 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS The following statements concerning FAA cables and FAA NAVAID equipment shall apply to this project. (a) The local FAA Airway Facilities Sector Field Office (AFSFO) personnel, will, upon notification, mark all FAA cables in the vicinity of construction once, prior to the start of work. The CONTRACTOR shall be responsible for any damage to cables within three feet of the marked cable route. Should he/she damage any cables he/she shall immediately take all steps necessary for the repair of the cable. If the repair necessitates any work on the part of the local FAA personnel, the CONTRACTOR will be billed for all costs incurred. (b) The CONTRACTOR shall minimize, as much as possible, locations where haul routes will cross earth buried FAA cable. At such crossing points, the cable must be protected with steel boiler -plate or a similar structural device. (c) At times when either threshold is displaced or equipment is operating in an ILS clear zone, that respective ILS must be taken off the air. Also, when equipment is operating between a localizer antenna and its associated landing threshold, that localizer must be taken off the air. The work must be closely coordinated with the local AFSFO to eliminate unnecessary shutdowns. SP-7 RECORD DRAWINGS The CONTRACTOR shall maintain during the work and shall provide the ENGINEER with one set of marked prints showing any modifications between the original plans and final "as - constructed" conditions. The CONTRACTOR shall provide the marked set of drawings to the ENGINEER at the final inspection. SP-8 FINAL INSPECTIONS The Engineer will attend a final inspection and if necessary, one follow-up final inspection of the completed work and the completed punch list items, respectively. These inspections will be scheduled when the Contractor indicates that the work is complete SP-2 and ready for final inspection or that the punch list is totally complete and the final inspection can be made. If the Engineer is required to conduct more than two (2) final inspections outlined above, the charges for the Engineer's services associated with such additional inspections shall be deducted by the Owner from the Contractor's final payment for the project. SP-9 EXISTING AIRFIELD LIGHT FIXTURES The Contractor shall protect existing lighting fixtures from damage during construction by his operations. An inventory of existing fixtures shall be taken before construction begins and the Contractor shall be responsible for the cost of replacement of any fixtures damaged by his operations. SP-10 PROJECT SCHEDULE The Contractor shall bring to the Preconstruction Conference to be scheduled prior to construction a detailed progress plan for the project. The plan shall be developed in a "Critical Path Method" (CPM) format to include production rates per work period and time for mobilization and demobilization each day. Once the Contractor's plan is approved, any deviations must also receive the Engineer's approval. The Contractor shall review the project schedule with the Engineer and/or Resident Project Representative prior to submittal of the monthly Contractor Pay Request. Any update deemed necessary by the Engineer or the Contractor shall be incorporated and the revised schedule submitted with the pay request. The Pay Request will not be processed unless an accurate up-to-date schedule is on file with the Engineer. SP-11 CONTRACT TIME EXTENSIONS The Contractor shall be responsible for providing justification and documentation for proposed time extensions. The Contractor shall submit the justification and documentation along with a copy of the original and updated project schedules to the Engineer for review. SP-12 CONSTRUCTION FLAGS The Contractor shall furnish aircraft warning flags, in aeronautical areas, colored orange and white, three feet (31) by three feet (31) in a checkerboard pattern for equipment and flagmen use. Flags on equipment shall be mounted on a staff not less than eight feet (81) in length. Each truck or other piece ADDENDUM NO. ONE (1) SP-3 AUGUST 22, 1997 7 attached to it, in a vertical and clearly visible position. Yellow flashing dome type lights may be used on vehicles in lieu of flags. SP-13 ALTERNATES The alternates developed under this project have been designed for budget flexibility. The bid proposal quantities for each alternate are independent, ie, only one alternate will be awarded if the Owner elects to make an award. The Owner reserves the right to award the alternate which is in the best interest of the Owner. SP-14 EMPLOYMENT HISTORY The CONTRACTOR shall provide background information concerning the ten (10) year employment history on all its employees or _ affiliated personnel who will be involved with work inside the security fence. Based upon background information on an employee, the OWNER reserves the right to restrict the access of — an employee of the CONTRACTOR from working inside the security fence for reasons of airport security. Identification badges will be required for all personnel entering the aircraft operational areas (AOA) and can be obtained from the Airport Management. A nominal fee may be charged to cover the cost of the materials for these identification badges. SP-15 UTILITY CONFLICTS The Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, the Contractor shall reroute electrical conduits, ducts, water pressure lines and/or force mains around gravity lines which will take precedence over pressure lines for maintaining vertical alignment as shown on plans. Conflicts between pressure lines shall be resolved as ordered by the Engineer. No additional payment will be made for rerouting utilities due to conflicts. The Contractor shall be responsible for repair to utilities in service which are damaged by the Contractors men and equipment. SP-16 TESTING GENERAL The Contractor shall inform the Engineer when work in progress or an area will be subject to or has been prepared for testing. A testing laboratory shall be used on the project for quality acceptance testing and will be under the direction of the Engineer. Timely communication between the Contractor and the SP-4 l Engineer will be required to schedule needed testing. The testing laboratory shall not be used by the Contractor for quality control purposes and failing tests will result in the Contractor being charged for the owner's cost of all retests. This amount shall be deducted from the contractor's periodic requests for payment. The Contractor is required to provide the quality control testing in accordance with specification Section 100. SP-17 MATERIALS TESTING The Contractor shall provide actual test results and/or certifications for all materials incorporated into the work to assure his/her compliance with the contract specifications. Current ASTM, AASHTO, and/or federal specifications on the date of advertisement for bids shall be used. The latest edition of other referenced specifications, handbooks or documents shall be used. Prior to installing, placing, or incorporating any materials into the work, the Contractor shall provide six (6) copies of the materials tests and/or certifications required by the specifications to the Engineer. The Testing/Certification submittals required by the specifications shall be provided by the Contractor to the Engineer at the Contractor's expense. The required submittals shall be all tests and certifications required by the specifications. SP-18 DUST CONTROL The Contractor is advised that aircraft maintenance operations are conducted adjacent to the project. Special attention to dust control will be required during the course of the project. The use of water shall be anticipated. The Engineer reserves the right to halt work or hauling in non -conforming areas, if corrective actions are not promptly taken by the Contractor to control dust. SP-19 TEMPORARY PAPI The Contractor shall be required to provide, maintain, and relocate a temporary Precision Approach Path Indicator (PAPI) system in accordance with the project plans and specifications. The Phasing Layout and Temporary PAPI Details provide guidance on the requirements and placement of the temporary PAPI. Upon completion of the project, the PAPI unit shall remain the property of the Contractor. Payment for this item shall be made at the contract per each price for "Item L-125, L-881 Style 8 PAPI". The -price shall be full compensation for performing all work and providing all SP-5 D�XA$RON,41&$Spe1 >ahr 'PR�QV�I�SION materials necessary. The turnkey installation of a PAPI at separate locations on Runway 17R-35L and Runway 8-26. Removal of the system including concrete slabs shall be considered incidental to the contract unit price of the PAPI. SP-20 STORMWATER POLLUTION PREVENTION PLAN Appendix "B" of the Specifications includes a draft copy of the Stormwater Pollution Prevention Plan (SWPPP). The Contractor shall be responsible for developing and executing a SWPPP. A copy of the SWPPP shall be submitted to the Engineer for approval and one (1) copy of the approved and executed plan shall be kept on -site at all times. The cost of completing the SWPPP and implementing its practices shall be considered incidental to the cost of the project. SP-21 OWNER CONSTRUCTION TESTING PROGRAM The City of Lubbock is required by the FAA to develop and implement a Construction Management Program to monitor the Contractor's compliance with the quality control provisions of the contract documents. A copy of the Owner's program will be made available to the successful bidder for the Contractor's information only. SP-22 RUNWAY HIRL LENS RELOCATION The Contractor shall relocated the existing amber/clear runway lens as described on the plans and ordered by the Engineer prior to reopening Runway 17R-35L following installation of the temporary threshold lights. Temporary relocation of the amber/clear lens and subsequent return of the lens to their original location shall be paid for at the contract unit price per each item SP-22 Lens Relocation. The cost for this item shall include all work and materials necessary for the completion of the relocation and return of the fixtures to their original location. No separate measurement will be made for the cost of replacing fixtures and lens damaged during the relation of the lens. SP-23 PROTECTION AGAINST ACCIDENTS TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Worker's Compensation Insurance with an insurance company licensed to transact business in the state of Texas, which shall comply with the Worker's Compensation laws of the state of Texas. The Contractor shall at all times exercise reasonable SP-6 F r precaution for the safety of employees and 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, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agents or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discrimination 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 its duty and shall not be constructed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. END OF SPECIAL PROVISIONS SP-7 94 a 0 m H 1 H H H a ...y.v:iiif•:ii:.ii::::ii:•ik,ii:Ciiriiiii•:Cri:C::Y:•i:.:v'i.•ii�:.::+..i:::: i:.ivi:4:.:v.::Y:: }:{• DESCRIPTION 100-1.1 This work shall consist of the performance of construction preparatory operations, including the movement of personnel and equipment to the project site, payment of performance and payment bond and other insurance premiums and for the establishment of the Contractor's offices, buildings, and other facilities necessary to begin work on a substantial. phase of the contract. METHOD OF MEASUREMENT 100-2.1 Payment for mobilization will be made on a lump sum basis wherein no measurement will be made. BASIS OF PAYMENT 100-3.1 This item will be paid for at the contract lump sum price, which price shall be full compensation for performing the work specified and the furnishing of all materials, labor, tools, equipment and incidentals necessary to mobilize and subsequently demobilize the construction preparatory operations. C Payment for this item will be made in two or more installments. The first payment of 50 percent of the lump sum price., will be made on the first estimate following partial mobilization and the initiation of construction work. The second installment will be made on the next estimate following the completion of substantial mobilization including the erection of all contractor's offices and buildings. The completion of the erection of materials processing l plants, if any, will not be required as a condition to the release ` of the final payment. In the event the original contract lump sum bid price exceeds the limit stated hereinafter, the excess will be included on the semi- final estimate. ` Total Original Contract Maximum Lump Sum Bid Amount, Including Allowed for Mobilization {� Mobilization I To and More Than Including $ 0 $ 200,000 10 percent of total contract amount $ 200,000 $ 1,-000,000 $20,000 plus 7.5% (total contract $1,000,000 $ More $80,000 plus minus $200,000) 5% (contract minus $1,000,000) P-100-1 f XT :ii.}:i?iL•}}r.: r. 4:N•}}};Crr::iiLti•:v x.v......:.... r,•..:,.v.... n. n x....v r.... n.v:.v.v...w No additional payment will be made for demobilization and remobilization due to shutdowns, suspensions of the work or for other mobilization activities. Payment will be made under: Item P-100-3.1 Mobilization -- per lump sum END OF ITEM P-100 P-100-2 0 S DESCRIPTION ., 101-1.1 This work shall consist of furnishing, erecting, equipping and maintaining a field office for the exclusive use of the Engineer and Inspector at a location on the project as ordered by the Engineer; said field office and equipment are to remain the property of the Contractor. This office shall be separated from any buildings or trailers used by the Contractor. The office shall be erected by the Contractor when work first commences on the project, shall be available throughout the duration of the work on the project, and shall be removed upon completion of the project. ` CONSTRUCTION METHODS 101-2.1 The office shall be weatherproof construction, tightly floored and roofed, constructed with an air space above the ceiling for ventilation and shall be supported above the ground. The width of the office shall not be less than 8 feet and the floor -to -ceiling height shall not be less than 7 feet 6 inches, unless a trailer is provided in which event the width shall not be less than 7 feet 6 inches and the floor -to -ceiling height shall not be less than 6 feet 6 inches. The inside walls and ceiling shall be constructed of plywood, masonite, gypsum board or other suitable materials. Walls and ceiling shall be insulated. The office shall contain at least three (3) windows, each having an area of not less than 540 square inches, and all of which shall be capable of being easily opened and secured from the inside only. Further, the office shall contain at least one (1) door, having dimensions of not less than 30 inches in width and 78 inches in height. Window screens shall be provided. The door(s) shall be equipped with lock(s) and at least two (2) keys shall be furnished the Engineer or Inspector. Steps shall conform to the State Building Code and shall be maintained free of obstructions to provide safe passage. The office shall have satisfactory lighting, water, heating equipment, exhaust fan, air -conditioner and electrical outlets connected to an operational power source. At least one of the light fixtures shall be a fluorescent light situated over the plan and drawing table. Fuel for the heating equipment and electrical current shall be furnished by the Contractor. The Contractor shall also furnish and maintain one chemical type and one 2% gallon pressurized water fire extinguisher of standard commercial quality. r A suitable indoor or outdoor toilet, conforming to the requirements of the State and Local Boards of Health, or of other bodies or courts having jurisdiction in the area, shall be provided. The Contractor shall maintain the toilet facility in a clean and sanitary condition. As a minimum, weekly service and cleaning of the toilet and trailer shall be provided. When separate facilities for men and women are not available, a sign with the wording, "Rest Room" (letter heights of 1-inch minimum) shall be placed over the doorway and an adequate positive locking system shall be provided on the inside of the doorway to insure privacy. The Contractor shall provide a chilled drinking water dispenser and water supply in the field office. Bottled water is satisfactory. The field office shall have a minimum of 200 square feet and shall be equipped with the following: U-2 it 1 Desk (60" x 34" minimum) 1 Plan and Drawing Table (30" x 96" minimum) -- 1 Metal [4-Drawer] File Cabinet (15" Drawer Width) 1 2-Drawer Fire Protection File, Underwriters Laboratory Class "C" or "D" Label 4 Chairs • 1 Waste Basket 1 Pencil Sharpener 1 Fax Machine (Plain Paper Type) 1 Telephone (Speaker Type) 1 Copy Machine with automatic feeder The Contractor shall install telephone service in the field office. Installation and local service fees for the telephone will be paid by the Contractor. Long distance calls shall not be billed to the field office telephone by any party. METHOD OF MEASUREMENT 101-3.1 This item shall be incidental to the project and there will be no separate measurement for this item. P-101-2 BASIS OF PAYMENT 101-4.1 This item shall be incidental to the project and no separate payment will be made for this item. END OF ITEM P-101 P-101-3 r "'E-'0'PA"i�EMEREMOYA a 3d DESCRIPTION 140-1.1 This item shall consist of pavement removal as shown on the plans and as described in these specifications. The removal shall include existing bituminous pavement surface and existing base course(s) removal, and existing concrete and existing subbase course removal, if required by the plans, all to be wasted off k airport property. CONSTRUCTION METHODS 140-2.1 GENERAL. The plans describe the areas of pavement removal. Existing sections of pavement shall be removed to facilitate the new construction. The removal shall be accomplished with equipment which will not damage adjacent pavements to remain. The edges of adjacent pavements shall be saw cut and maintained to provide a vertical interface between the existing and new pavement. The Contractor shall use care in the removal process to i preclude damage to the vertical face. The Contractor shall protect i the subbase to remain from damage during the removal process. 140-2.2 BITUMINOUS PAVEMENT REMOVAL. The bituminous surface shall be scarified and sufficiently broken up to allow the material to be picked up and hauled off airport property by the Contractor. In areas where the new pavement adjoins existing bituminous pavement, a vertical face shall be sawed for removal. 140-2.3 STONE BASE REMOVAL. The stone base shall be removed with equipment which will not damage pavement to remain. Stone shall be disposed of off airport property by the Contractor. 140-2.4 CONCRETE PAVEMENT REMOVAL. Concrete panels shall be sufficiently broken up to allow the concrete to be picked up and hauled off airport property by the Contractor. All joints adjacent to slabs to remain shall be double sawed for the full depth of the slab ( saw cut at joint and six ( 6 ) inches from joint) prior to beginning removal. Additional sawing of the slabs may be required to successfully remove the concrete without damaging slabs to remain. Slabs to remain that are damaged shall be removed and replaced at no additional cost to the Owner. If ordered by the Engineer, existing edges of concrete pavement slabs shall be sawed to provide a smooth vertical face for the junction between existing and new pavements. The sawing shall be accomplished for the full depth. The Contractor shall utilize means to assure proper alignment for the saw cut. ADDENDUM NO. ONE (1) P -14 0 -1 AUGUST 22, 1997 t METHOD OF MEASUREMENT 140-3.1 The quantity of existing pavement removal, as shown by the plans or as ordered by the Engineer shall be the number of square yards removed as measured in the field. Separate measurements shall not be made for varying depths of bituminous surface and/or stone, concrete and/or subbase, and/or soil to attain the depths shown on the plans. Bituminous pavement removal shall be measured separately from concrete pavement removal. BASIS OF PAYMENT 140-4.1 Payment shall be made at the contract unit price per square yard for pavement removal. This price shall include the total section as shown or specified on the plans including portland concrete or bituminous concrete, base, and subbase, whose thickness may vary. 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-140-4.1 Bituminous Pavement Removal -- per square yard Item P-140-4.1 Concrete Pavement Removal -- per square yard None END OF ITEM P-140 P-140-2 None F F r 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, apron's, and intermediate as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical section shown on the plans "4 S 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. 'excavation Unclassified Excavat Unclassified b. Rock Excavation. Rock excavation @I ,:gip" -,e II shall include all solid rock in ledges, in bedded deposits, in unstratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting 0. All boulders containing a volume of more than M cubic yard (0.4 cubic meter) will be classified as "rock excavation". .9-M-WI-PAR-471 152-1.3 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 approved by the P-152-1 f ITEM P-152 EXCAVATION AND EMBANKMENT Engineer as suitable to support vegetation, may be used on the embankment slor)e. ORMIRM REM 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 excavate 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 similar 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 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. P-152-2 7 r L. F ITEM P-152 EXCAVATION AND EMBANKMENT 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor, and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated 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 indicated, 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 4 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 subgrade. 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 Efi _ M. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for runway safety areas, P-152-3 ITEM P-152 EXCAVATION AND EMBANKMENT 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, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed 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 . 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 embankment. 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 1 be accomplished by ll the Contractor Vd. 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 excavated 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 twelve (12) inches and to a density of not less than 98 percent of the maximum density as determined by ASTM D- u u h"re 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. P-152-4 ITEM P-152 EXCAVATION AND EMBANKMENT 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 r` 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 approved permits reviewed by the Engineer. Any approval given, however, will not relieve the Contractor of his/her responsibility in blasting operations. F r C 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 approval. 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 approval of the Engineer. x=' The Contractor shall keep a record of each blast fired --its date, time and location; the amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identified by instrument number and location. These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. P-152-5 r E s w ITEM P-152 EXCAVATION AND EMBANKMENT 152-2.3 BORROW EXCAVATION. Borrow area 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 Contractors responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least IM, 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. WIT 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 designed or as shown on the plans. The work "shall be performed in the proper sequence with the other construction. 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 JZ, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared fib. ' surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm). n11 P-152-6 F ITEM P-152 EXCAVATION AND EMBANKMENT s area shall then be compacted as indica paragraph 2.6. Where embankments are to be placed on natural slopes steeper than a to 1, horizontal benches shall be constructed as shown on the plans ffft"RUPd ... `= .Y ejo U( 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 EMBAN MENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for 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 because 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 plus)' one (1)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 permit 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 embankment P-152-7 ITEM P-152 EXCAVATION AND EMBANKMENT materials for testing, both before and after placement and - compaction, will be taken for each 1,000 cubic yards. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, 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, IM as determined by ASTM D-698. Under all areas to be paved, the embankments shall be compacted to a depth of M7, and to a density of not less than 98 percent of the maximum density as determined by ASTM D-6`9. 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, cemented gravel, .clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement 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 dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in 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 embankment areas, except at places and in the manner designated by the Engineer. P-152-8 r ITEM P-152 EXCAVATION AND EMBANKMENT 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 constructed 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 onerations for construction of embankments ill be incl ,fie z t forxcacr.. ,r, yr o't'ret . - -- s_ ; 4 P FMML-� Xj YY • 7-, 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the full width shall be r conditioned by removing any soft or other unstable material which i will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable A select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines' and grades shown on the plans. W0MW ' 3,F-R' Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over P-152-9 I ITEM P-152 EXCAVATION AND EMBANKMENT the finished subgrade 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 part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of here of worm Involy . lb p4yw az will be suds s directIv for h6uling as aw sort of the w ck. 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 parallel and at right angles to the centerline, it shall not show any deviation in excess of H-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 deviation 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 deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. IM j§ = shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905 a "' 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. jZ,, If, in the judgment of the Engineer, 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. P-152-10 ~tA.k.v I .! ka~ Ilk Tad- :�=,* �iLw t i a+n2W r I., T." FJ4 1 :t qp Tf fl T. A A I1hAbWW4. - V. IRA" 090, pe -MO ~to". OPM Va. �Pb**Waftm t 0,M)MOV k,iw"j OV Mairr Milo aw-k .1" ham TuT r WWII 4k& -44r WWAi & V Now --Ni4h 'NOW11 0*1 . lwhb% 164*fa !t I-MDWW CP7� 'Ppwllmpvww Jima 1: 0 ew law "*i* A I y ITEM P-152 EXCAVATION AND EMBANKMENT METHOD OF MEASUREMENT 4A �-4 P AI`A 1 +,.'a : c lac upe q �t c' * A ; -, • � . A F 152-3.2 For payment specified by the cubic yard (cubic meter), measurement for all unsuitable excavation 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 cross sections subject to verification by the Engineer. BASIS OF PAYMENT 152-4.1 For unclassified excavation payment shall be made at the contract lump sum price. This price shall be full compensation for furnishing all materials, labor, equipment,_ tools, and incidentals necessary to complete the item. P-152-12 ITEM P-152 EXCAVATION AND EMBANKMENT Payment will be made under: Item P-152-4.1 Unclassified Excavation -A Item P-152-4.2 --per cubic yard (cubic meter) TESTING REQUIREMENTS ASTM D 698 Tests for Moisture -Density Relations of Soils and Soil -Aggregate 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 -Aggregate 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. END OF ITEM P-152 P-152-13 0 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 sediment r., through the use of berms, dikes, dams, sediment basins, fiber mats, �4 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 inside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 TEMPORARY SEEDING. Temporary seeding plant material selection shall be in accordance with Items 164.4 and 164.5 of the Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets, and Bridges, 1993. 156-2.2 MULCHES. Mulch material for temporary seeding, if required shall conform to Item 164.2 of the Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets, and Bridges, 1993. 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. 1, 156-2.4 OTHER. All other materials shall meet commercial grade standards. F P-156-1 F 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. 156-3.2 AIR QUALITY. The Contractor shall be responsible for obtaining all necessary burning and air quality permits. a. The Contractor shall minimize all burning on the project. b. No tires, oils, asphalt, paint, or coated metals are permitted in combustible waste piles. C. Burning will not be permitted within 1,000 feet of a residential or built-up area nor within 100 feet of any standing timber or flammable growth. d. Burning shall not be permitted unless the prevailing wind is away from a nearby town or built-up areas. e. Burning shall not be permitted during a local air inversion or other climatic condition as would result in a pall of smoke over a nearby town or built-up area. f. Burning shall not be permitted when the danger of brush or forest fires is made known by state, local, or federal officials. g. The size and number of fires shall be restricted to avoid the danger of brush or forest fires. Burning shall be done under the surveillance of a watchman, who shall have adequate fire -fighting equipment and tools readily available. h. The Contractor shall adhere to accepted techniques for control of dust and other air pollutants. 156-3.3 EROSION AND SEDIMENT CONTROL. The erosion and sediment control measures shown on the plans are considered minimal steps and additional erosion and sediment control measures may be required, depending upon the final construction phasing proposal by the Contractor. P-156-2 IALI . P h .. . o r �� -c- c dr � -� ►�.�e cad}s a 156-3.4 STABILIZATION OF DENUDED AREAS AND SOIL STOCKPILES. a. Permanent or temporary soil stabilization must be applied to denuded areas within 14 days after final grade is reached on any portion of the site. Soil stabilization refers to measures which protect soil from the erosive forces of raindrop impact and flowing water. Applicable practices include vegetative establishment, mulching, and the early application of gravel base on areas to be paved. Soil stabilization measures should be selected to be appropriate for the time of year, site condition and estimated duration of use. b. Soil stockpiles must be stabilized or protected with sediment trapping measures to prevent soil loss. 156-3.5 ESTABLISHMENT OF PERMANENT VEGETATION. A permanent vegetative cover shall be established on denuded areas not otherwise permanently stabilized. Permanent vegetation shall not be considered established until a ground cover is achieved which, in the opinion of the Engineer, is mature enough to control soil erosion satisfactorily and to survive severe weather conditions. 156-3.6 PROTECTION OF ADJACENT PROPERTIES. Properties adjacent Ito the site of a land disturbance shall be protected from sediment deposition. This may be accomplished preserving a well -vegetated buffer strip around the lower perimeter of a land disturbance, by installing perimeter controls such as sediment barriers, filters or dikes, or sediment basins, or by a combination of such measures. Vegetated buffer strips may be used alone only where runoff in sheet flow is expected. Buffer strips should be at least 20 feet in width. If at any time it is found that a vegetated buffer strip alone is ineffective in stopping sediment movement onto adjacent property, additional perimeter controls must be provided. 156-3.7 TIMING AND STABILIZATION OF SEDIMENT TRAPPING MEASURES. Sediment basins and traps, perimeter dikes, sediment barriers and other measures intended to trap sediment on -site must be constructed as a first step in grading and be made functional before upslope land disturbance takes placed. Earthen structures such as dams, dikes, and diversions must be seeded and mulched within 15 days of installation. P-156-3 7, 156-3.8 SEDIMENT BASINS. Storm water runoff from drainage areas with five (5) acres or greater of disturbed area must pass through a SEDIMENT BASIN or other suitable sediment trapping facility with equivalent or greater storage capacity. The Plan Approving Authority may require sediment basins or traps for smaller disturbed areas where deemed necessary. The sediment basin requirement may also be waived, by variance, if the Plan Approving Authority agrees that site conditions do not warrant its construction. 156-3.9 CUT AND FILL SLOPES. Cut and filled slopes must be designed and constructed in a manner which will minimize erosion. Consideration must be given to the length and steepness of the slope, the soil type, upslope drainage area, groundwater conditions and other applicable factors. Slopes which are found to be eroding excessively within one (1) year of construction must be provided with additional slope stabilizing measures until the problem is corrected. The following guidelines are provided to aid the Contractor in implementing the erosion and control plan. a. Roughened soil surfaces are generally preferred to smooth surfaces on slopes. b. DIVERSIONS should be constructed at the top of long steep slopes which have significant drainage areas above the slope. Diversions or terraces may also be used to reduce slope length. C. Concentrated storm water should not be allowed to flow down cut or fill slopes unless contained within an adequate temporary or permanent channel, flume or slope drain structure. d. Wherever a slope face crosses a water seepage plane which endangers the stability of the slope, adequate drainage or other protection should be provided. 156-3.10 STORM DRAIN OUTLET PROTECTION. All storm drain outlets which are made operable during construction shall be protected in order to convey the flow of water to a stable existing downstream channel without causing erosion. 156-3.11 WORKING IN OR CROSSING WATERCOURSES. a. Construction vehicles should be kept out of watercourses to the extent possible. Where in -channel work is P-156-4 r necessary, precautions must be taken to stabilize the work area during construction to minimize erosion. The channel (including bed and banks) must always be re - stabilized immediately after in -channel work is completed. b. Where a live (wet) watercourse must be crossed by P„ construction vehicles regularly during construction, a temporary stream crossing must be provided. 156-3.12 CONSTRUCTION ACCESS ROUTES. Wherever construction vehicle access routes intersect paved public roads, provisions must be made to minimize the transport of sediment (mud) by runoff or vehicle tracking onto the paved surface. Where sediment is transported onto a public road surface, the roads shall be cleaned thoroughly at the end of each day. Sediment shall be removed from roads by shoveling or sweeping and be transported to a sediment controlled disposal area. Street washing shall be allowed only after sediment is removed in this manner. 156-3.13 DISPOSITION OF TEMPORARY MEASURES. All temporary erosion and sediment control measures shall be disposed of within 30 days after final site stabilization is achieved or after the temporary measures are no longer needed, unless otherwise authorized by the (" local program administrator. Trapped sediment and other disturbed l soil areas resulting from the disposition of temporary measures ,,shall be permanently stabilized to prevent further erosion and r-• sedimentation. 156-3.14 MAINTENANCE. All temporary and permanent erosion and sediment control practices must be maintained and repaired as needed to assure continued performance of their intended function. 156-3.15 AUTHORITY OF ENGINEER. The Engineer has the authority to C limit the surface area of erodible 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 order the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of r... water impoundment. 156. - 3.16 POLLUTANTS. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into our near rivers, streams, and impoundments or into natural or manmade channels leading thereto. r P-156-5 7 M C�•c c ar c �. Alml MIN c c e METHOD OF MEASUREMENT 156-4.1 Measurement for temporary air and water pollution, soil erosion and sediment control shall not be made. -' 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 contractor prices bid for the item to which they apply. The erosion and sediment control measures shown on the plans are considered minimal steps and additional erosion and sediment control measures may be required, due to the Contractor's sequence of work, method of construction, negligence, carelessness, or failure to install and properly maintain controls devices. No measurement for payment will be made for this additional work. Separate measurement for payment will be made for regular seeding and regular mulching under their respective bid item. No measurement for payment will be made for temporary seeding or for mulching of temporary seeding, or other mulching for erosion control purposes. 156 - 4.2 Silt fence shall be measured by the linear foot. BASIS OF PAYMENT 156-5.1 Payment will not be made for erosion and sediment control. All erosion and sediment control required for the project shall be considered incidental to the project. 156-5.2 Payment for silt fence will be made at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-156-5.2 Silt Fence -- per linear foot END OF ITEM P-156 P-156-6 t DESCRIPTION 160-1.1 This work shall consist of milling asphaltic concrete pavement to provide for placement of sufficient thickness of asphaltic concrete overlay. If required by the Engineer, milling may also be required to remove contaminated asphalt or concrete surfaces or to remove unforeseen detrimental surface irregularities. The work shall be accomplished in accordance with these specifications and in close conformity to the details on the plans. The thickness of material to be removed varies from A inch to 2M inches. EQUIPMENT 160-2.1 The milling equipment shall be a power -driven, self propelled machine that is specifically designed to smooth and texture asphaltic concrete pavement. The equipment shall be of a size that will cut or place at least r" 3 feet wide. The equipment shall be capable of milling the surface without causing raveling or spalls at cracks, joints, or other locations. 0 CONSTRUCTION METHODS 160-3.1 The plans designate the areas of pavement surfaces to be milled. The construction operation shall be scheduled and. proceed in a manner that produces a uniformly finished milled surface with a near uniform right angle cut at the end of the milled section. Milling will be accomplished in a manner that eliminates joint or crack faults while providing positive lateral drainage by maintaining a constant cross -slope between milling extremities. The entire area designated on the plans shall be milled until the pavement surfaces result in pavement that conforms to the typical section and cross section requirements specified. The Contractor shall establish positive means for removal of milled residue. Solid residue shall be removed from pavement surfaces before it is blown by traffic action or wind. Residue shall not be permitted to flow into drainage facilities. P-160-1 r CONSTRUCTION REQUIREMENTS 160-4.1 FINAL SURFACE FINISH. The milling process shall produce a pavement surface that is true to grade with a uniform texture. The transverse slope of the pavement shall be uniform to a degree that no depressions or misalignment of slope greater than 1/4 inch in 12 feet are present when tested with a straightedge placed perpendicular to the centerline. Straightedge requirements do not apply across longitudinal joints or outside of areas milled. METHOD OF MEASUREMENT 160-5.1 Pavement milling on existing pavements will be measured by the square yard, regardless of varying depth as described on the plans. The quantity of pavement milling will _ be determined by multiplying the finished milled width by the total length milled. Milled areas that extend beyond the limits shown on the plans will not be measured for payment unless such additional work has been ordered, in writing, by the Engineer. BASIS OF PAYMENT 160-6.1 The contract price per square yard for pavement surface milling shall be compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in milling the existing surface, removing residue and cleaning the pavement in accordance with these specifications and as shown on the plans. Payment will be made under: Item P-160-6.1 Pavement Surface Milling --per square yard END OF ITEM P-160 rjaw-111Wa PART III - FLEXIBLE BASE COURSES ITEM P-209 CRUSHED AGGREGATE BASE COURSE ` DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregates constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross sections shown on the plans. MATERIALS 209-2.1 AGGREGATE. Aggregates shall consist of clean, sound, Cdurable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials and shall contain no clay balls. Fine aggregate passing the No. 4 (4.75 mm) sieve shall consist of fines from the operation of crushing the coarse aggregate. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, gravel, or slag that meet the requirements for wear and soundness specified for coarse aggregate. t The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot (1.12 Mg/cubic meter) when tested in accordance with ASTM C 29. r 'The crushed aggregate portion which is retained on the No. 4 (4.75 mm) sieve shall contain not more than 15 percent, by weight, of flat or elongated pieces as defined in ASTM D 693 and shall have at least 90 percent by weight of particles with at least two fractured faces and 100 percent with 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 between the planes of fractures shall be at least 30 to count as two fractured faces. The percentage of wear shall not be greater than 45 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C 88. The fraction passing the No. 40 (0.42 mm) sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. P-209-1 ITEM P-209 CRUSHED AGGREGATE BASE COURSE a. Sampling and Testing. Aggregates for preliminary testing shall be furnished by the Contractor prior to the start of production. All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be made by the Engineer at no expense to the Contractor. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements. Samples of aggregates to check gradation shall be taken by the Engineer at least once daily. Sampling shall be in accordance with ASTM D 75, and testing shall be in accordance with ASTM C 136 and C 117. b. Gradation Requirements. The gradation (job mix) of the final mixture shall fall within the design range indicated in Table 1, when tested in accordance with ASTM C 117 and C 136. The final gradation shall be continuously well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on .an adjacent sieve or vice versa. TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE \1\ Sieve Size Design Range Job Mix — Percentage by Weight Tolerances Percent Passing Sieves 2 in (37.0 mm) 100 1M in (37.0 mm) 95-100 +/- 5 1 in (25.0 mm) 70-95 +/- 8 9 in (19.0 mm) 55-85 +/- 8 No. 4 (4.75 mm) 30-60 +/- 8 No. 30 (0.60 mm) 12-30 +/- 5 No. 200 (0.075 mm) 0-8 +/- 3 \1\ where environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the maximum percent of material, by weight, of particles smaller than 0.02 mm shall be 3 percent. It also may be necessary to have a P-209-2 F ITEM P-209 CRUSHED AGGREGATE BASE COURSE lower percentage of material passing the No. 200 sieve to help control the percentage of particles smaller than 0.02 mm. The job mix tolerances in Table 1 shall be applied to the job mix gradation to establish a job control grading band. The full tolerance still will apply if application of the tolerances results in a job control grading band outside the design range. The fraction of the final mixture that passes the No. 200 (0.075 r mm) sieve shall not exceed 60 percent of the fraction passing the l No. 30 (0.60 mm) sieve. CONSTRUCTION METHODS 209-3.1 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 at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. l 209-3.2 MIXING. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for compaction. •209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader. The maximum depth of a compacted layer shall be 6 inches (150 mm). If the total depth of the compacted material is more than 6 inches (150 mm), it shall be constructed in two or more layers. In multi - layer construction, the base course shall be placed in approximately equal -depth layers. The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. 209 3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. rP-209-3 7 ITEM P-209 CRUSHED AGGREGATE BASE COURSE The moisture content of the material during placing operations . shall not be below, nor more than 1% percentage points above, the optimum moisture content as determined by ASTM D 6. 209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base course shall be accepted for density on a lot basis. A lot ` will consist of one day's production where it is not expected to exceed 2400 square yards (2000 square meters). A lot will consist of one-half day's production where a day's production is expected to consist of between 2400 and 4800 square yards (2000 and 4000 square meters). Each lot shall be divided into two 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 will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens -- prepared from samples of the base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D The in -place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. 'In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gage in accordance with ASTM D 2922. The gage should be field calibrated in accordance with paragraph 4 of ASTM D 2922. Calibration tests shall be conducted on the first lot of material placed that meets _ the density requirements. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The calibration curve furnished with the moisture gages shall be checked as described in paragraph 7 of ASTM D 3017. The calibration checks of both the density and moisture gages shall be made at the beginning of a job and at intervals as determined by the Engineer. If a nuclear gage is used for density determination, two random readings shall be made for each sublot. P-209-4 i ITEM P-209 CRUSHED AGGREGATE BASE COURSE 209-3.6 FINISHING. The surface of the aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose. In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is % inch (12 mm) or more below grade, the top layer of base shall be scarified to a depth of at least 3 inches (75 mm), new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. C 209-3.7 SURFACE TOLERANCES. 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. Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 209-3.8 THICKNESS CONTROL. The completed thickness of the base course shall be within % inch (12 mm) of the design thickness. Four determinations of thickness shall be made for each lot of material placed. The lot size shall be consistent with that r* specified in paragraph 3.5. Each lot shall 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 F• accordance with procedures contained in ASTM D 3665. Where the thickness is deficient by more than % inch (12 mm), the Contractor .shall correct such areas at no additional cost by excavating to the required depth and replacing with new material. Additional test r holes may be required to identify the limits of deficient areas. 209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the { work is accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and provided that the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course to be paid for will be determined by measurement of the number of - of material actually constructed and accepted by the Engineer as complying with the plans and specifications. t. P-209-5 P' ITEM P-209 CRUSHED AGGREGATE BASE COURSE BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 Crushed Aggregate Base Course -- per TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75um (No. 200) Sieve in Mineral Aggregates by Washing ASTM 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 Aggregate ASTM D 75 Sampling Aggregate ASTM D 693 Crushed Stone, Crushed Slag, and Crushed Gravel for Dry -or Water -Bound Macadam Base Courses and Bituminous Macadam Base and Surface Courses of Pavements. ASTM D 698 Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in (305mm) Drop ASTM D 1556 Density of Soil in Place by the Sand - Cone Method ASTM D 1557 Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 10-lb (4.5kg) Rammer and 18-in (457 mm) Drop P-209-6 c ITEM P-209 CRUSHED AGGREGATE BASE COURSE ASTM D 2167 Density of Soil in Place by the Rubber -Balloon Method ASTM D 2419 Sand Equivalent value of Soils and Fine Aggregate ASTM D 2922 Density of Soil and Soil -Aggregate in Place by Nuclear Methods ASTM D 3017 Moisture Content of Soil and Soil -Aggregate in Place by Nuclear Methods ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils r END OF ITEM P-209 t I�I t C Y P-209-7 r' F F ITEM P-210 CALICHE BASE COURSE DESCRIPTION t 210-1.1 This item shall consist of a base course composed of caliche, caliche-gravel, caliche and limestone, or material of r similar characteristics, constructed on the prepared underlying course in accordance with these specifications and in conformity to the dimensions and typical cross section shown on the plans. MATERIALS I 210-2.1 MATERIALS. The base course material shall consist of L caliche, caliche-gravel, caliche limestone, or similar materials obtained from sources approved by the Engineer prior to use of the materials. All acceptable material shall be screened, and the t oversize shall be crushed and returned to the screened material in such manner and proportions that will produce a uniform product. The gradation of the material, as finally processed and blended, shall meet the following requirements when tested in accordance with ASTM C 136. l That portion of the material, including the blended filler, passing a No. 40 (0.425 mm) mesh sieve shall be known as soil binder and r shall have a liquid limit of not more than 35 and a plasticity j index of not more than 10 as determined as ASTM D 4318. If necessary, the Contractor shall blend or combine materials so that the final processed material meets all of the requirements of these specifications. The Contractor shall make such modifications in materials and methods as are necessary to secure a material r which is capable of being compacted into a dense and well -bonded base. P-210-1 r ITEM P-210 CALICHE BASE COURSE 210-2.2 FILLER FOR BLENDING. If filler, in addition to that naturally present in the base course material, is necessary for satisfactory bonding of the material, for changing the soil constants of the material passing the No. 40 mesh sieve, or for correcting the gradation to the limitations of the specified gradation, it shall be uniformly blended with the base course material on the runway, at the crushing plant, or at the mixing plant. The material for such purpose shall be obtained from sources approved by the Engineer. CONSTRUCTION METHODS 210-3.1 OPERATION IN PITS. All work involved in clearing and stripping pits, including the handling of unsuitable material, shall be performed by the Contractor at his/her own expense. The pits shall be operated in such a manner that a clean and uniform material will be secured. The base course material shall be obtained from approved sources. .- 210-3.2 EQUIPMENT. All equipment necessary for the proper construction of the work shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. 210-3.3 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 at the Contractor's expense. 210-3.4 PLACING AND SPREADING a. The aggregate base material that has proportioned or processed shall be placed on the prepared underlying course and compacted in layers to the thickness shown on the plans. The depositing and spreading of the material shall commence where designated and shall progress without breaks. The material shall be deposited and spread in lanes in a uniform layer and without segregation of size to such loose depth that, when compacted, the layer shall have the required thickness. The base aggregate shall be spread by spreader boxes or other approved devices that shall spread the aggregate in the required amount. The base material shall be spread and shaped the same day as placed. P-210-2 ITEM P-210 CALICHE BASE COURSE b. If the travel plant method is used for mixing, the base material shall be placed on the underlying course in windrows parallel to the centerline of the runway. Sufficient quantity and proportions of materials shall be placed in the windrow to provide a base mixture conforming to the specified grading and compacted thickness. The windrow shall be shaped to a uniform section and left undisturbed until measuring and sampling are complete. After mixing and before spreading, the mixture shall be examined by the Engineer, who shall determine whether the mixing is complete and satisfactory and whether the proper moisture content is maintained for spreading. No spreading shall be done, except when authorized. After the mixing has been completed, the base material shall be spread to the required depth and width by a self -powered blade grader, mechanical spreader, or other approved method. In spreading, care shall be taken to prevent cutting into the underlying layer. The material shall be bladed, disced, and dragged if necessary until a smooth, uniform surface is obtained true to line, grade, and cross section. C. When the base materials are to be proportioned and mixed or blended in -place, the different layers shall be spread and placed as follows with the relative proportions of the components of the mixture designated by the Engineer. The base aggregate shall be deposited and spread evenly to a uniform thickness and width. Then the binder or filler or other admixture shall be deposited and spread r. evenly over the first layer. As many layers of materials as the Engineer may direct shall be added to obtain the required base materials. r When the required materials have been placed, they shall be thoroughly mixed and blended by means of approved graders, discs, harrows, or rotary -tillers, supplemented by other suitable equipment, if necessary. The mixing shall continue until the mixture is uniform throughout. Areas of segregated material shall be corrected by the addition of binder or filler material and shall be uniformly applied, prior to and during the mixing operations if necessary, to maintain the material at the proper moisture content. When the mixing and blending have been completed, the material shall be spread in a uniform layer which, when compacted, will meet the requirements of thickness and typical cross section. P-210-3 ITEM P-210 CALICHE BASE COURSE Hauling over material that has not been mixed and shaped shall not be permitted, except when necessitated by the placing of successive layers of materials. Layers of base material allowed to become partially compacted shall be scarified and disced before placing binder material or before blading and shaping for rolling. d. The base course shall be constructed in a layer not less than 3 inches (75 mm) nor more than 6 inches (150 mm) of compacted thickness. The aggregate, as spread, shall be of uniform grading with no pockets of fine or coarse materials. Unless otherwise permitted by the Engineer, the aggregate shall not be spread more than 2,000 square yards (1700 square meters) in advance of the rolling. Any necessary sprinkling shall be kept within these limits. No material shall be placed in snow or on a soft, muddy, or frozen course. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or shoulder material in the- base course mixture. 0210-3.5 COMPACTION. Immediately after 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 material shall be at least 100 percent of the maximum density of laboratory specimens prepared from samples of the material delivered to the jobsite. The laboratory specimens shall be compacted and tested in accordance with ASTM D 698. The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. The moisture content of the material at the start of compaction shall not be below nor more than 1-1/2 percentage points above the optimum moisture content. The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch (9 mm) when tested with a 16-foot (4.8 m) straightedge, the irregular surface shall be loosened, then refilled with the same kind of material as that used in constructing the course, and again rolled as required above. P-210-4 F ITEM P-210 CALICHE BASE COURSE 210-3.6 FINISHING. The surface of the base course shall be finished by blading or with automated equipment especially designed for this purpose. In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is 1/2 inch (12 mm) or more below grade, the top layer of base shall be scarified to a depth of at least 3 inches (75 mm), new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. 210-3.7 SURFACE TOLERANCE. 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 (9 mm) from a 16-foot (4.8 m) straightedge when applied to the surface parallel with, and at right angles to, the centerline. 210-3.8 THICKNESS CONTROL. The thickness of the base course shall be determined by depth tests or cores taken at intervals in such manner that each test shall represent no more than 300 square yards (250 square meters) . Where the thickness is deficient by more than 1/2 inch (12 mm), the Contractor shall correct such areas .at no additional cost by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. The Contractor shall replace, at his/her expense, the base material where borings have been taken for test purposes. 210-3.9 PROTECTION. Work on the base course shall not be accomplished during freezing temperatures nor when the subgrade is wet. When the aggregates contain frozen materials or when the underlying course is frozen, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided that such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer in charge shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his/her 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/her own expense. P-210-5 I ITEM P-210 CALICHE BASE COURSE 210-3.10 MAINTENANCE. Following the completion of the base course, the 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 course shall be properly drained *at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work or restitution necessary shall be performed at the expense of the Contractor. 210-4.1 The quantity of caliche base course to be paid for shall be the number of = of base course material placed, bonded, and accepted in the completed base course. EE BASIS OF PAYMENT 210-5.1 Payment shall be made at the contract unit price per for caliche base course. This price shall be full compensation for furnishing all materials and for all preparation, hauling, 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-210-5.1 Caliche Base Course -- per TESTING REQUIREMENTS ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate 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 1557 Density of Soil in Place by the Sand -Cone Method ASTM D 2167 Density of Soil in Place by the Rubber -Balloon Method ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF ITEM P-210 P-210-6 ' PART IV - FLEXIBLE SURFACE COURSES F r t 405-1.1 This item shall consist of the installation of a ground stabilization fabric of the type described herein to be installed beneath the fillet widening and pavement repair, as ordered by the Engineer. MATERIALS t 405-2.1 The stabilization fabric shall be a woven fabric having a grab tensile strength of at least 300 pounds. The fabric shall be MIRAFI 600 X or approved equivalent. CONSTRUCTION METHODS 405-3.1 EQUIPMENT. All equipment necessary and required for proper placement of the fabric shall be on the project, in first-class working condition, acceptable to the Engineer. 405-3.2 LAYING AND INSTALLING FABRIC. The Contractor shall install the fabric in conformance to the manufacturer's recommendations, based on the width and length of fabric rolls to be used on the project. Adhesives shall be used when recommended by the manufacturer. Fabric shall be lapped a minimum of 18 inches. Longitudinal joints in the fabric shall be lapped by a minimum of 18 inches. Care shall be taken to assure a continuous medium and adhesives shall be used, if recommended by the manufacturer. METHOD OF MEASUREMENT 405-4.1 The quantity of stabilization fabric to be paid for shall be the number of square yards of fabric, less overlap, e installed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 405-5.1 Payment shall be made at the contract unit price per square yard for fabric installed. This price shall be full compensation for furnishing all materials and' for all labor, equipment, tools, and incidentals necessary to complete the item. rP-405-1 7/91 Payment will be made under: Item P-405-5.1 Stabilization Fabric -- per square yard TESTING AND MATERIAL REQUIREMENTS Test and Short Title Material and Short Title None ASTM D 4632 Grab Tensile Strength END OF ITEM P-405 P-405-2 C F r ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT DESCRIPTION 3/95 501-1.1 This work shall consist of pavement composed of portland cement concrete, with reinforcement ff without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross sections shown on the plans. MATERIALS 501-2.1 AGGREGATES. a. Reactivity. Aggregate shall be free of substances that are deleteriously reactive with the alkalies in the cement in an amount sufficient to cause excessive expansion of the concrete. Acceptable aggregate shall be based on satisfactory evidence furnished by the Contractor that the aggregate is free from such materials. This evidence shall include service records of concrete of comparable properties under similar conditions of exposure and/or certified records of tests by a testing laboratory that meets the requirements of ASTM C 1077. Tests shall be made in accordance with ASTM C 295, ASTM C 289, and ASTM C227 in that order. b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C 33. Gradation shall meet the requirements of Table 1 when tested in accordance with ASTM C 136, except as may otherwise be qualified under Section 5 of ASTM C 33. TABLE 1. GRADATION FOR FINE AGGREGATE ASTM C 33 Sieve Designation (square openings) I Percentage by Weight Passing Sieves 3/8" 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 r a P-501-1 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 c. Course Aggregate. Course aggregate shall conform to the requirements of ASTM C 33. Gradation, within the separated size groups, shall meet the requirements of Table 2 when tested in accordance with ASTM C 136. fly Aggregates delivered to the mixer shall consist of crushed stone, The aggregate shall be composed of clean, hard, uncoated particles and shall meet the requirements for deleterious substances contained in ASTM C 33, Class 4S. Dust and other coating shall be removed from the aggregates by washing. 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 the circumscribing rectangular prism exceeding 5 to 1. The percentage of wear shall be no more than 40 percent when tested in accordance with ASTM C 131 or ASTM C 535. TABLE 2. GRADATION FOR COARSE AGGREGATE ASTM C 33 Sieve Designations (square openings) in. mm I From 1" to No. 4 (25.0 mm - 4.75 mm) Percentage by Weight Passing Sieves im 38.1 100 1 25.0 95-100 X 12.5 25-60 No. 4 4.75 0-10 No. 8 2.36 0-5 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM C150 Type II or ASTM C 595 Type IP (MS). ffigjg:ems 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. ADDENDUM NO. ONE (1) P - 5 01- 2 AUGUST 2 2 , 19 9 7 r l ITEM P-501 PORTLAND CEMENT CONCRETE PAV TENT 3/95 501-2.3 CEMENTITIOUS MATERIALS. - a. Fly Ash. Fly ash shall meet the requirements of ASTM C 618, Class C, F, or N with the exception of loss of ignition, where the maximum shall be less than for Class F or N. The supplementary optional chemical and physical properties of Tables lA and 2A contained in ASTM C 618 shall apply. b. Blast Furnace Slag. Ground blast furnace slag shall meet the requirements of ASTM C 989, Grade 100 or 120. 501-2.4 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints shall conform to the requirements of..�. _LLE and ASTM D 1752, Type II or III 1111., A III X and shall be punched to admit the dowels where called for on the plans. 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 required 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. 501-2.5 JOINT SEALER. The joint sealer 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. 0501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of welded wive fabric conforming to the requirements of ASTM A 185. Welded wire fabric shall be furnished in flat sheets only.` 501-2.7 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 ttt 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. High strength dowel bars shall conform to ASTM A 714, Class 2, Type S, Grade I, II, or III, Bare Finish. Before delivery to the construction site each dowel bar shall be painted on all surfaces with one coat of paint meeting Federal Specification TT-P-664. If plastic or epoxy - coated steel dowels are used no paint coating is required, except ` when specified for a particular situation on the contract plans. Coated dowels shall conform to the requirements of AASHTO M 254. r P-501-3 i ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 The sleeves for dowel bars used in expansion joints shall be metal or other type 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. 501-2.8 WATER. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 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. 501-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications. a, Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2, Class B. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. C. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171, 501-2.10 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements 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 specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. — a. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C 260 and shall consistently _ entrain the air content in the specified ranges under field conditions. The air -entrainment agent and any chemical admixtures shall be compatible. P-501-4 ITEM P - 5 01 PORTLAND CEMENT` CONCRETE PAVEMENT 3 / 9 5 �.■ b. Chemical Admixtures. Water -reducing, set retarding, and set -accelerating admixtures shall meet the requirements of ASTM C 494, including the flexural strength test. F 7 F 501-2.11 EPDXY -RESIN. Epoxy -resin used to anchor dowels and tie bars in pavements shall conform to the requirements of ASTM'C 881, Type I, Grade 3, Class C. Class A or B shall be used when the Im 501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test(s) for each material, the test results, and a statement that the material passed or failed. 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. MIX DESIGN •501-3.1 PROPORTIONS. Concrete shall be designed to achieve a 28 day flexural strength such that not more than 20 percent of the concrete produced will fall below a flexural strength of 700 psi. The mix shall be designed using the procedures contained in Chapter 7 of the Portland Cement Association's manual, "Design and Control of Concrete Mixtures." The Contractor shall note that to ensure that not more than 20 percent of the concrete actually produced will fall below the specified strength, the mix design average strength must be considerably higher than the specified strength. The amount of overdesign necessary to meet specification requirements depends on the producer's standard deviation of flexural test results and the accuracy which that value can be estimated from historic data for the same or similar materials. The minimum cementitious material (cement plus fly ash) shall be 600 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.50 by weight. P-501-5 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 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 flexural strength obtained from the concrete at 7 and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of; cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The fineness modulus of the fine aggregate and the air content shall also be shown. The mix design shall be submitted to the Engineer at least thirty (30)days prior to the start of operations. Production shall not begin until the mix design is approved in writing by the Engineer. P-501-6 ITEM P-501 PORTLAND, I CEMENT'CONCRETE PAVEMENT 3/95 410�' FADDENDUM NO. ONE (1) P-501-7 AUGUST 22, 1997 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 Should a change in sources be made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. Flexural strength test specimens shall be 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. ffl, 501-3.2 CEMENTITIOUS 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 portland cement plus fly ash as the total cementitious material. The replacement rate shall be determined from laboratory trial mixes, but shall not exceed 20 percent by weight of the total cementitious material. b. Ground Slag. Ground blast -furnace slag may be used in a mix design containing Type I or Type II cement. The slag, or slag plus fly ash if both are used, may constitute between 25 to 55 percent of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 55 degrees F (13 degrees C) the percent slag shall not exceed 30 percent by weight. P-501-8 F r ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 501-3.3 ADMIXTURES. a. Air -Entraining. Air -entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mix 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 in. the mix shall be 6.0. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for highly porous coarse aggregate. b. Chemical. Water -reducing, set -controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. 501-3.4 TESTING LABORATORY. The laboratory used to develop the mix design shall meet the requirements of ASTM C 1077. A certification that it meets these requirements shall be submitted to the Engineer prior to the start of mix design and shall contain as a minimum: a. - Qualifications of personnel; laboratory manager, supervising technician, and testing technicians. b. A statement that the equipment used in developing the mix design is in calibration. C. A statement that each test specified in developing the mix design is offered in the scope of the laboratory's services. d. A copy of the laboratory's quality control system. CONSTRUCTION METHODS 501-4.1 EQUIPMENT. The Contractor shall furnish all equipment and tools necessary for handling materials and performing all parts of the work. a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. b. Mixers and Transportation Equipment. P-501-9 7 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer 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. (2) Central Plant Mixer. Central plant mixers shall conform to the requirements of ASTM C 94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3; inch (19 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 Mixere 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. c. Finishing Equipment. The finishing equipment shall be of sufficient weight and power for proper finishing of the concrete. The finishing machine shall be designed and operated to strike off, screed and consolidate the concrete such that laitance on the surface is less than '/e-inch (3 mm) thick. d. Vibrators. Vibrator shall be either internal type with immersed tube or multiple spuds, or surface type vibrating pan or screed. For pavements 8 inches (20 cm) or more thick internal vibrators shall be used. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inches (0.06-0.13 cm). For pavements less than 8 inches (20 cm) thick, vibrating surface pans or screeds shall be allowed. Operating frequencies for surface vibrators shall be between 3,000 and 6,000 vibrations per minute. The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. P-501-10 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT Hand held vibrators may be used in irregular areas. e. Concrete Saws. The Contractor shall equipment adequate in number of units and power sawing to the required dimensions. The Contractor least one standby saw in good working order and blades at the site of the work at all times operations. F 3/95 provide sawing to complete the shall provide at a supply of saw during sawing f. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge. Flexible or curved forms of proper radius shall be used for curves of 100-foot (31 m) radius or less. 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. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. 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 '/s inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 2A inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. g. Pavers. The paver shall be fully energized, self - .propelled, and designed for the specific purpose 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 shall 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 continuous paving operation. After the forms have been set to correct grade, the underlying surface 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 sufficiently to maintain the form in position for the method of placement. 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 '/s inch (3 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 P-501-11 i t ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 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 immediately before placing the concrete. 501-4.3 CONDITIONING OF UNDERLYING SURFACE, SLIP -FORM CONSTRUCTION. 1 r% ..tte�"o�A,...•" 501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE -FORM AND FILL-IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that - they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a •condition similar to that of the surrounding grade. The underlying surface 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 surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-4.5 HANDLING, MEASURING, AND HATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. 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 stockpiled 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. P-501-12 F ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 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 transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or -other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. 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. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C 94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The elapsed time from the addition of cementitious material 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 90 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 requirements provided the addition of water is �• performed within 45 minutes after the initial mixing operations and -provided the water/cementitious ratio specified in the mix design is not exceeded. 501-4.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F (4 degrees C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F (2 degrees C). The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 degrees F (10 degrees C) at the time of placement. Concrete shall not be placed on frozen material nor g^ shall frozen aggregates be used in the concrete. P-501-13 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150 degrees F (66 degrees C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85 degrees F (30 degrees C), the following precautions shall be taken. The forms and/or the underlying surface 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 95 degrees F (35 degrees C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water -fog or mist with approved spraying equipment until the pavement is covered by -the curing medium. If necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour as determined in accordance with Figure 2.1.5 in ACI 305R, Hot Weather Concreting, which takes into consideration relative humidity, wind velocity, and air temperature. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. 501-4.8 PLACING CONCRETE. . 8 •' q MAMMA . a r At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet (1 m) . Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi, based: on the average of four field cured specimens per 2,000 cubic yards of concrete placed. Subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the P-501-14 F ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi. 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 placed and spread using an approved mechanical spreading device that prevents segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels --not rakes. Workers shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. 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 r the hopper is centered above the joint assembly. t Concrete shall be -thoroughly consolidated against and along the faces of all forms and previously placed concrete 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 come in contact with a joint assembly, the grade, or l a side form. In no case shall the vibrator be operated longer than l .20 seconds in any one location, nor shall the vibrators be used to move the concrete. b. Slip -form Method. 501-4.9 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing 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 elevation 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 P-501-15 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 layer, the reinforcement may be positioned in advance of concrete placement 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 adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, 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. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than M inch (13 mm) from their designated position and shall be true to line with not more than 1/-inch (6 mm) variation in 10 feet (3 m). The surface across the joints shall be tested with a Contractor furnished 10-foot (3 m) straightedge as the joints are finished and any irregularities in excess of Y4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. a. Construction. Longitudinal construction joints shall be formed against side forms EPW,without keyways, as shown in the .plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by i9 sawing a groove into the concrete surface after the concrete has hardened. The &t saw cut shall be M or cut clean so that spalling will be avoided at intersections with other joints. Sawing shall produce a slot at least '/s inch (3 mm) wide and to the depth shown on the plans. C. Expansion. Expansion joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on P-501-16 F F ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 l 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 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. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. r d Keyways. a s �o `s ..e. e. Tie Bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent 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. When slip -form operations call for tie bars, two-piece hook bolts can be installed in the female side of the keyed joint provided 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 keyway liner only on the female side of the joint. In no case shall a bent tie bar r installation for male keyways be permitted. f. Dowel Bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints in the manner as shown 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 approved 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 j 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 paragraph 501-2.7, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from bonding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, P-501-17 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 a lubrication bond breaker shall be used except when approved pullout tests indicate it is not necessary. Where butt -type joints with dowels are designated, the exposed end of the dowel shall be _ oiled. Dowel bars at contraction joints may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. The device shall be capable of installing dowel bars within the maximum permissible alignment tolerances. Dowel bars at longitudinal construction joints shall be bonded in drilled holes. g. Installation of Joint Devices. All joint devices shall be approved by the Engineer. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means to the maximum permissible tolerances during the placing and finishing of the concrete. Where premolded joint material is used, it shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerances on dowel bar alignment shall be in accordance with paragraph 501-5.2e(6). During the concrete placement operation, it is advisable to place .plastic concrete directly on dowel assemblies immediately prior to passage of the paver to help maintain dowel position and alignment within maximum permissible tolerances. ll Dowels and tie bars shall be placed in longitudinal construction joints by bonding the dowels or tie bars into holes drilled into the hardened concrete. Holes approximately I/s-inch to X-inch (3 to 6 mm) greater in diameter than the dowel or tie bar shall be drilled with rotary -type core drills that must be held securely in place to drill perpendicularly into the vertical face of the pavement slab. Rotary -type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the Engineer. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. Installation procedures shall be adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of — the hole and displaced by the insertion of the dowel bar. Bars :shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar. The Contractor shall furnish a template for checking the position and alignment of the dowels. Dowel bars shall not be less P-501-18 F I F F r ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 than (25 mm) 10 inches from a transverse joint and shall not interfere with dowels in the transverse direction. h. Sawing of Joints. Joints shall be cut as. shown on the plans. Equipment shall be as described in paragraph 501-4.1•. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least '/e inch (3 mm) wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing, consecutively in sequence of the concrete placement. 501-4.11 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISHING. a. Sequence. The sequence of operations shall be the strike -off, 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 will not be permitted. 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 adjacent to joints shall be mechanically vibrated as required in paragraph 501-4.8a. 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 misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is r. approximately 8 inches (20 cm) from the joint. Segregated concrete shall be removed from the front of and off 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 l immediately between the joint and the screed or on top of the joint. F C. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by a finishing machine. The machine shall go over each area as many P-501-19 I^ f l ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 times and at such intervals as necessary to give proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms 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 without 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 operation, the screed shall be moved forward with a combined — longitudinal and transverse shearing motion, always 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, true to grade and cross section, and free from porous areas. _ 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 reinforcement is used. The screed for the surface shall be at least 2 feet (0.6 m) longer than a 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 suitable vibrators. e. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed and trued by means of a longitudinal float using one of the following methods: (1) Hand Method. Long -handled floats shall not be less — than 12 feet (3.6 m) in length and 6 inches (15 cm) in width, stiffened to prevent flexibility and warping. The float shall be operated from foot bridges spanning but not touching the concrete or from the edge of the pavement. Floating shall pass gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or laitance in excess of I/e-inch (3 mm) thick shall be removed and wasted. P-501-20 r ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 (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 and constantly in contact with, the side forms or underlying surface. If necessary, long -handled floats having blades not less than 5 feet (1.5 m) in length and 6-inches (15 cm) in width may be used to smooth and fill in open -textured areas in the pavement. When the crown of the pavement will not permit the use of the mechanical 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 in excess of 1/e-inch (3 mm) thick shall be removed and wasted. Successive drags shall be lapped one-half the length of the blade. t f. Straight -edge Testing and Surface Correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 16-foot (4.8 m) straightedge swung from handles 3 feet (1 m) 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 f straightedge. Any excess water and laitance in excess of '/s-inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High ,areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2e(3). Straight -edge 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. 501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a broom, burlap drag, or artificial turf �- 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 P-501-21 r ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 the operation. Any imperfections resulting from the texturing operation shall be corrected. b. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard (555 grams per square meter). To obtain a textured surface, r- the transverse threads of the burlap shall be removed approximately 1 foot (0.3 m) 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. c. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full -width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet of the artificial turf shall be in contact with the concrete surface during dragging operations. A variety of different types of artificial turf are available and approval -of any one type will be done only after it has been demonstrated by the Contractor to provide a satisfactory texture. One type that has provided satisfactory texture consists of 7,200 approximately 0.85-inches- long polyethylene turf blades per square foot. The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. 501-4.13 SKID RESISTANT SURFACES. A skid resistant surface shall be provided by construction of saw -cut grooves. MWI ERUE 501-4.14 CURING. Immediately after finishing operations are 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. 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 M hour during the curing period. a. 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 P-501-22 i ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 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 atomizing type equipped with a tank agitator. At the time of 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 mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. The curing compound shall be of such character that the film will harden within 30 minutes after k application. Should the film become damaged from any cause, k including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. 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 polyethylene sheeting. The units shall be lapped at least 18 inches (457 mm) . The sheeting shall be placed and weighted to cause it to remain in contact with the surface and sides. 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 7 days after the concrete has been placed. C. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches (457 mm). 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 saturated prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 7 days 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 covered, and the covering shall be maintained fully saturated and in Fposition for 7 days after the concrete has been placed. FP-501-23 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 e. Curing in Cold Weather. The concrete shall be maintained at a temperature of at least 50 degrees F (10 degrees C) for 'a period of 72 hours after placing and at a temperature above freezincr for WE � �. B EEO ��e�m 1. _ ° q 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. MPMEM" "-1 501-4.15 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4.14. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605. 501-4.17 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 workers to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. The Contractor shall have available at all times, materials for the protection of the edges and surface 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 imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. 501-4.18 OPENING TO TRAFFIC. The pavement shall 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. P-501-24 i i, ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was -placed.- Prior to MATERIAL ACCEPTANCE 501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing, with the exception of coring for thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of: A days production not to exceed 4,500 square yards (1,670 square meters). Testing organizations performing these tests shall meet the requirements of ASTM C 1077. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1a(3), and coring and filling operations, per paragraph 501-5.ib(1). a. Flexural Strength. (1) Sampling. Each lot shall be divided into four equal sublots. one (1) specimen shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the Engineer in accordance: with random �• sampling procedures contained in ASTM D 3665. The concrete shall be sampled in accordance with ASTM C 172. (2) Testing. Specimens shall be made in accordance with ASTM C 31 and the flexural strength of each specimen shall be determined in accordance with ASTM C 78. '- (3) Curing. The Contractor shall provide adequate facilities for the.initial curing of beams. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60 to 80 degrees F (16 t. to 27 degrees C), and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction P-501-25 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 sites, under wet burlap in favorable weather or in heavyweight closed plastic bags, or use other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordancewith paragraph 501-5.2b. b. Pavement Thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. (2) Testing. The thickness of cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 174. (3) Acceptance. Acceptance of pavement for thickness 'shall be determined by the Engineer in accordance with paragraph 501-5.2c. c. Partial Lots. When operational conditions. cause a lot to be terminated before the specified four 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 lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, i.e., n=5 or n=6. ; 4 <4 P-501-26 19 9 '-? 12 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 P-501-27 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 (c) The flexural strength of the concrete shall meet the following requirements: 1. The average strength of the concrete tested shall not be less than 550 psi at the time the pavement is scheduled for opening to normal airport traffic. 2. The average strength of the concrete tested at an age of 28 days shall not be less than 750 psi. (d) Specimens which are obviously defective shall not be considered in the determination of strength. The specimens with the least imperfections shall be used for the earlier tests. -- (e) When a satisfactory relationship between 24 hour and 28 day strengths has been established and approved, the 24 hour results may be used as an indication of the 28 day strengths, for purposes of interim acceptance and progress payments. However, final acceptance and payment will be based only on 28 DAY strengths, with the following exception: If the OPENING TIME strength of any lot of concrete is 700 psi or more, the pay factor from that lot shall be 1.0, regardless of the 28 DAY strength. 501-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following 'characteristics of the completed pavement: (1) Flexural strength (2) Thickness (3) Smoothness (4 ) Grade ( ) Rtl (5) Dowel bar alignment Flexural strength will be evaluated for acceptance by the Engineer in accordance with paragraph 501-5.2b. Thickness will be evaluated for acceptance by the Engineer in accordance with paragraph 501- 5.2c. Smoothness will be evaluated by the Engineer in accordance with paragraph 501-5.2e(3). Acceptance for flexural strength and thickness will be based on the criteria contained in paragraph 501-5.2e(1). Acceptance for P-501-28 a ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 +' thickness will be based on the criteria contained in paragraph 501- t 5.2e(2). Acceptance for smoothness will be based on. the criteria ' contained in paragraph 501-5.2e(3). Acceptance for grade will be r based on the criteria contained in paragraph 501-5.2e(4). I, The Engineer may at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the I 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. Flexural Strength. Acceptance of each lot of in -place pavement for flexural strength 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 l testing procedures, as well as the average (mean) value of the test l results. The standard deviation shall be determined from the Contractor's own data or from historic data. If a material with high variability is produced, then a higher average strength must be maintained in order to achieve a PWL of 80 percent or more. 0 C. Pavement Thickness. Acceptance of each lot of in -place pavement shall be based on the percentage of material within bpecification limits. The standard deviation shall be determined from the Contractor's own data or from historic data. If a pavement with a high thickness variability is placed, then a higher average thickness must be maintained in order to achieve a PWL of 90 percent or more. d. Percentage of Material Within Specification Limits (PWL). The percentage of material within specification limits shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification limit (L) for flexural strength and thickness shall be: Lower Specification Limit (L) Flexural Strength Design strength given in paragraph 501-3.1. Thickness 0.97 x Plan thickness for the lot P-501-29 t. ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 e. Acceptance Criteria. - (1) Flexural Strength. If the PWL of the lot equals or exceeds 80 percent for flexural strength, the pay factor for the lot shall be between 1.0 and 1.06, as determined in accordance with paragraph 501-8.1a. If the PWL is less than 80 percent, the pay _ factor for the lot shall be less than 1.0, as determined in accordance with paragraph 501-8.1(a). (2) Thickness. If the PWL of the lot equals or exceeds _ 90 percent for thickness, the pay factor for the lot shall be 1.0, in accordance with paragraph 501-8.1b. If the PWL is less than 90 percent, the pay factor for the lot shall be less than 1.0, as determined in accordance with paragraph 501-8.1b. (3) Smoothness. As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16-foot (5 m) straightedge or other specified device. Surface smoothness deviations shall not exceed Y, inch (6 mm) from a 16-foot (5 m) straightedge placed in any direction, including placement along and spanning any pavement joint edge. Areas in a slab showing high spots of more than % inch (6 mm) but not exceeding M inch (13 mm) in 16 feet (5 m) shall be -marked and immediately ground down with an approved grinding machine to an elevation that falls within the tolerance of Y4 inch (6 mm) or less. Where the departure from correct cross section exceeds M inch (13 mm), the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot (30mm) in any lane. Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (12 mm) at any point. tltzn (5) Dowel Bar Alignment. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerance on dowel bar alignment in each plane, P-501-30 G ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 horizontal and vertical, shall not exceed 2 percent or Y inch (6 mm) per foot of dowel bar. f. Removal and Replacement of Concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace C damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the t- General Provisions. The program shall address all elements which effect the quality of the pavement including, but not limited to: a. b. Mix Design Aggregate Gradation C. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Consolidation h. Joints I. Dowel Placement and Alignment j. Flexural or Compressive Strength k. Finishing and Curing 1. Surface Smoothness 501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. Fa. Fine Aggregate. P-501-31 r ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 70 or ASTM C 566. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 566. C. Slump. Four slump tests shall be performed for each lot -of material produced in accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. d. Air Content. Four air content tests shall be performed for each lot of material produced in accordance with the lot size -- defined in Section 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for _ slag or other porous coarse aggregate, from material randomly sampled from trucks at the plant site. Material samples shall be taken in accordance with ASTM C 172. 501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and course aggregate, gradation, slump, and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. As a minimum, P-501-32 F r F F 0 7 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits, or Specification 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 potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in Tables 1 and 2 shall be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. CONTROL CHART LIMITS Individual Keasurements Control Parameter Range suspension Limit lction Limit Suspension Limit Slump t1 inch (25 mm) t1.5 inch (38 mm) t2.4 inch (61 mm) Air Content t2.8% The individual measurement control charts shall use the mix design target values as indicators of central tendency. 501-6.4 CORRECTIVE ACTION. The Quality Control Plan shall indicate that appropriate action shall be taken when a process is believed to be out of control. The Plan shall detail what action will be taken to bring a process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside of the Tables 1 or 2 specification limits, immediate steps, including a halt to production, shall be taken to correct the gradation. P-501-33 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5 percent, the scale settings for the aggregate batcher(s) and water batcher shall be adjusted. C. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for _ individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air Content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (1) one point falls outside the Suspension Limit - line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air - entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT 501-7.1`d''.. M shall be measured by the number of square yards (square meters)of either plain or reinforced pavement as specified in - place, completed and accepted. BASIS OF PAYMENT 501-8.1 GENERAL. Payment for an accepted lot of concrete pavement shall be made at the contract unit price per square yard (square meter)adjusted in accordance with paragraphs 501-8.1a, b, and c. Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings, except for saw -cut grooving. a. Basis of Adjusted Payment for Flexural Strength (PF.). A pay factor for flexural strength shall be determined in P-501-34 i ITEM P-501 PORTLAND CEMENT CONCRETE PAVErWM 3/95 accordance with the following schedule when the percent within specification limits (PWL) equals or exceeds 60 percent. Percent within Limits (PWL) Pay Factor for Flexural Strength (-PFS) 80-100 0.76 + 0.003 PWL 60-79 0.00017 PWL' - 0.0105 PWL + 0.75 When the PWL is below 60 percent, 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 that the lot shall not be removed, it will be paid for at 50 percent of the contract unit price. b. Basis of Adjusted Payment for Thickness (PFr). A pay factor for thickness shall be determined in accordance with the following schedule when the percent within specification limits (PWL) equals or exceeds 25 percent. Percent within r. Limits (PWL) Pay Factor for Thickness (PFT) 90-100 1.0 25-89 0.000034 PWL2 - 0.00006 PWL + 0.72 .When the PWL is below 25 percent, 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 that the lot shall not be removed, it will be paid for at 50 percent of the contract unit price. C. Lot Pay Factor. The percent payment for an accepted lot shall be arrived at by successively multiplying the contract unit price by both factors determined in paragraphs 501-1a and b. PFs x PFT x Contract unit price = Adjusted payment for lot TESTING REQUIREMENTS ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens 1, P-501-35 r ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 ASTM C 70 Surface Moisture in Fine Aggregate 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 136 Sieve Analysis of Fine and Coarse Aggregates 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 Freshly Mixed Concrete ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Measuring Length of Drilled Concrete Cores ASTM C 227 Potential Alkali Reactivity of Cement - Aggregate Combinations (Mortar -Bar Method) ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 289 Potential Reactivity of Aggregates (Chemical Method) ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM C 311 Sampling and Testing Fly Ash for Use as an Admixture in Portland Cement Concrete ASTM C 535 Test for Resistance to Abrasion -of Large Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 566 Total Moisture Content of Aggregates by Drying ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation P-501-36 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 ASTM D 3665 Random Sampling of Construction Materials ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTM A 185 Specification for Welded Steel Wire Fabric for Concrete Reinforcement ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A 615 Specification for Deformed and Plain Billet - Steel Bars for Concrete Reinforcement ASTM A 616 Specification for Rail -Steel Deformed and rrr ti. Plain Bars for Concrete Reinforcement ASTM A 617 Specification for Axle -Steel Deformed and �^ Plain Bars for Concrete Reinforcement • ASTM A 704 Specification for Welded Steel Plain Bar or �., Rod Mats for Concrete Reinforcement 6 ASTM A 714 Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe ASTM C 33 Specification for Concrete Aggregates r� ASTM C 94 Specification for Ready -Mixed Concrete ASTM C 150 Specification for Portland Cement 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 i Compounds P-501-37 P t; ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 3/95 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 Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM C 881 Specification for Epoxy -Resin Base Bonding — System for Concrete ASTM C 989 Specification for Ground Granulated Blast - Furnace Slag for Use in Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural -' Construction (Nonextruding and Resilient 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 ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting Tr-P-644 (Rev. D) Federal Specification for Primer Coating, Alkyd, Corrosion -Inhibiting, Lead and Chromate -Free, VOC-Compliant END OF ITEM P-501 P-501-38 0 F 7 I EMY M4110�3 AY xAND TA'K$IwAY MARKERS, REV. 11/18/96 DESCRIPTION 103-1.1 Closed runway and taxiway markers shall be furnished by the Contractor, and placed and maintained at the locations indicated or as ordered by the Engineer. The markers shall be installed when indicated on the plans, or when ordered by the Engineer. The closed markers shall remain in -place clearly visible from the air until the runway and/or taxiway is operational. The Contractor shall make a frequent inspection of the marking and make prompt repairs, as necessary. The closed markers shall be a Raven Industries marker or approved equal. METHOD OF MEASUREMENT 103-2.1 Closed runway and taxiway markers shall be measured by unit. No separate measurement will be made for relocation of the markers. S BASIS OF PAYMENT 103-3.1 The accepted quantity of closed runway and taxiway markers will be paid for at the contract unit price per each. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect and maintain each marker for the duration of the project. Payment will be made under: Item M-103-3.1 Closed Runway Marker Item M-103-3.1 Closed Taxiway Marker END OF ITEM M-103 M-103-1 -- per each -- per each r r DESCRIPTION 104-1.1 Traffic drums shall be furnished by the Contractor, and placed and maintained as shown on the plans or as ordered by the Engineer. The taxiway traffic drums shall be installed on all closed segments of taxiways or when ordered by the Engineer. The closed taxiway traffic drums shall remain in -place and clearly visible while the taxiway is closed to air traffic. The Contractor shall make a frequent inspection of the marking and make prompt repairs, as necessary. METHOD OF MEASUREMENT 104-2.1 Traffic drums shall be measured by unit. No separate measurement will be made for relocation of the traffic drums. BASIS OF PAYMENT 104-3.1 The accepted quantity of traffic drums will be paid for at the contract unit price per each. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect, maintain and relocate each drum for the duration of the project. Payment will be made under: Item M-104-3.1 Traffic Drum -- per each END OF ITEM M-104 M-104-1 r r r r F i . I�EMI�1��7���ApSA��%ONAitR�fi7G1�,�5, REV:8/88 DESCRIPTION 107-1.1 Aviation barricades shall be furnished by the Contractor, and placed and maintained as shown on the plans or as ordered by the Engineer. The aviation barricades shall be installed when ordered by the Engineer. The aviation barricades shall remain in -place, clearly visible, until ordered removed by the Engineer. Flashing amber lights shall be placed on the barricades for nighttime use. Aviation barricades shall be placed a maximum of five (5) feet apart. MATERIALS 107-2.1 Materials shall be in accordance with the Manual on Uniform Traffic Control Devices. METHOD OF MEASUREMENT 107-3.1 Aviation barricades shall be measured per linear foot of the area barricaded including spaces between the barricades. No separate measurement will be made for relocation of the aviation barricades. BASIS OF PAYMENT 107-4.1 The accepted quantity of aviation barricades will be paid for at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect and maintain the barricades for the duration of the project. Payment will be made under: Item M-107-4.1 Aviation Barricades END OF ITEM M-107 M-107-1 -- per linear foot 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 capable of effectively sealing joints and cracks in pavements. MATERIALS 605-2.1 JOINT SEALERS. FCONSTRUCTION METHODS r� 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 50OF (10°C) at the time of installation of the sealant F If the pavement must be opened to traffic prior to placement of the sealant, the Contractor temporarily fill the joint with a jute or nylon rope immediately after the joint is sawed. The rope should be slightly larger than the joint and should be forced into the joint so that the top of the rope is '/a inch (3 mm) below the pavement surface. The rope shall be removed immediately prior to cleaning. P-605-1 ITEM P-605 JOINT SEALING FILLER 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: 1. 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 Contractor 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 seal. This shall include the preparation of two small batches and the application of the resulting material. OWN., .. += -E,' �'>`� a ..M _ = - - k t ® age a - P-605-2 ITEM P-605 JOINT SEALING FILLER ti0* • • • �1 1' 1 605-4.1 Joint sealing material shall be measured by the linear foot (meter) of sealant in place, complete, and accepted. BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall be made at the contract unit price per linear foot (meter). The price shall be full compensation for furnishing all materials, for all preparation, 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-605-5.3 J Sealer --per linear foot (meter) TESTING REQUIREMENTS It 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 Concrete Pavements ASTM D 3405 Joint Sealants, Hot -Poured, for Concrete and Asphalt Pavements ASTM D 3406 Joint Sealants, Hot -Poured, Elastomeric-Type, for Portland Cement Concrete Pavements P-605-3 ITEM P-605 JOINT SEALING FILLER ASTM D 3569 Joint Sealant, Hot -Poured, Elastometric, Jet -Fuel -Resistant Type, for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot -Poured, Jet -Fuel -Resistant Type, for Portland Cement Concrete and Tar -Concrete Pavements Fed. Spec. Sealing Compounds, Two Component, Elastomeric, SS-S-200 Polymer Type, Jet -Fuel Resistant, Cold Applied END OF ITEM P-605 P-605-4 J !tom F k 4 ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT FOR SEALING WIRE AND LIGHTS IN PAVEMENT DESCRIPTION 606-1.1 This specification covers two types of material; a.liquid suitable for sealing electrical wire in saw cuts in pavement and for sealing light fixtures or bases in pavement, and a paste suitable for embedding light fixtures in the pavement. Both types of material are two -component filled formulas with the characteristics specified in paragraph 606-2.4. Materials supplied for use with bituminous concrete pavements must be formulated so they are compatible with the bituminous concrete. EQUIPMENT AND MATERIALS 606-2.1 CURING. When prewarmed to 77 F (25 C), mixed, and placed in accordance with manufacturer's directions, the materials shall cure at temperatures of 45 F (7 C) or above without the application of external heat. 606-2.2 STORAGE. The adhesive components shall not be stored at temperatures over 86 F (30 C). 606-2.3 CAUTION. Installation and use shall be in accordance with the manufacturer's recommended procedures. Avoid prolonged or repeated contact with skin. In case of contact, wash with soap and .flush with water. If taken internally, call doctor. Keep away from heat or flame. Avoid vapor. Use in well -ventilated areas. Keep in cool place. Keep away from children. 606-2.4 CHARACTERISTICS. When mixed and cured in accordance with the manufacturer's directions, the materials shall have the following properties shown in Table 1. SAMPLING, INSPECTION, AND TEST PROCEDURES 606-3.1 TENSILE PROPERTIES. Tests for tensile strength and elongation shall be conducted in accordance with ASTM D 638. 606-3.2 EXPANSION. Tests for coefficients of linear and cubical expansion shall be conducted in accordance with ASTM D 1168, Method B, except that mercury shall be used instead of glycerine. The test specimen(s) shall be mixed in the proportions* specified by the manufacturer, and cured in a glass tube approximately 2 inches (5 0 mm) long by 3/s inch (9 mm) in diameter. The interior of the tube shall be precoated with a silicone mold release agent. The hardened sample shall be removed from the tube and aged at room P-606-1 ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT FOR SEALING WIRE AND LIGHTS IN PAVEMENT temperature for 1 week before conducting the test. The test temperature range shall be from 35 F (2 C) to 140 F (60 C). 606-3.3 TEST FOR DIELECTRIC STRENGTH. Test for dielectric strength shall be conducted in accordance with ASTM D 149 for sealing compounds to be furnished for sealing electrical wires in pavement. TABLE 1. PROPERTY REQUIREMENTS Physical or Electrical Property Minimum Maximum ASTM Method Tensile Portland Cement Concrete 1,000 psi (70 kg/sq. cm) Bituminous Concrete 500 psi (35 kg/sq. cm) Elongation Portland Cement Concrete 896 (1) Bituminous Concrete 509 Coef. . of cub. exp, CU. cm/cu. cm/degree C 0.00090 'Coef. of lin. exp. cm/cm/degree C 0.00030 Dielectric strength, short time test 350 volts/mil. Arc resistance 125 secs. Adhesion to steel 1,000 psi (70 kg/sq. cm) Adhesion to portland cement concrete 200 psi (14 kg/sq.cm) Adhesion to asphalt D 638 D 638 D 638 0.00120 D 1168 0.00040 D 1168 D 149 D 495 concrete (no test available) (1) 20 percent or more (without filler) for formulations to be supplied for areas subject to freezing. 606-3.4 TEST FOR ARC RESISTANCE. Test for arc resistance shall be conducted in accordance with ASTM D 495 for sealing compounds to P-606-2 l ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT FOR SEALING 7' WIRE AND LIGHTS IN PAVEMENT r be furnished for sealing electrical wires in pavement. ► 606-3.5 TEST FOR ADHESION TO STEEL. The ends of two smooth, clean, steel specimens of convenient size (1 inch by 1 inch by 6 inches) (25 by 25 by 150 mm) would be satisfactory) are bonded together with adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements �- and then tested to failure on a Riehle (or similar) tensile tester. The thickness of adhesive to be tested shall be Y4 inch (6 mm) . 606-3.6 ADHESION TO PORTLAND CEMENT CONCRETE a. Concrete Test Block Preparation. The aggregate grading shall be as shown in Table 2. The coarse aggregate shall consist of crushed rock having a minimum of 75 percent of the particles with at least one fractured face and having a water absorption of not more than 1.5 percent. The fine aggregate shall consist of crushed sand manufactured from the same parent rock as the coarse aggregate. The concrete: shall have a water -cement ratio of 5.5 gallons (21 liters) of water per bag of cement, a cement factor of 6, plus or minus 0.5, bags of cement per cubic yard (0.76 cubic meter) of concrete, and a slump of 2% inches, plus or minus % inch (60 mm plus or minus 12 mm) . The ratio of fine aggregate to total aggregate shall be approximately 40 percent by solid volume. The air content shall be 5.0 percent, j" plus or minus 0.5 percent, and it shall be obtained by the addition 1 to the batch of an air -entraining admixture such as vinsol resin. The mold shall be of metal and shall be provided with a metal base plate. Means shall be provided for securing the base plate to the mold. The assembled mold and base plate shall be watertight and shall be oiled with mineral oil before use. The inside measurement of the mold shall be such that several 1-inch by 2-inch by 3-inch (25 by 50 by 75 mm) test blocks can be cut from the specimen with a concrete saw having a diamond blade. The concrete shall be prepared and cured in accordance with ASTM C 192. TABLE 2. AGGREGATE FOR BOND TEST BLOCKS Type Sieve Size Percent Passing Coarse Aggregate % inch (19.0 mm) 97 to 100 X inch (12.5 mm) 63 to 69 3/s inch (9.5 mm) 30 to 36 No. 4 (4.75 mm) 0 to 3 P-606-3 ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT FOR SEALING WIRE AND LIGHTS IN PAVEMENT Fine Aggregate No. 4 (4.75 mm) 100 No. 8 (2.36 mm) 82 to 88 No. 16 (1.18 mm) 60 to 70 No. 30 (600 micro-m) 40 to 50 No. 50 (300 micro-m) 16 to 26 No. 100 (150 micro-m) 5 to 9 b. Bond Test. Prior to use, oven -dry the test blocks to constant weight at a temperature of 220 to 230 F (104 to 110 C), cool to room temperature, 73.4 plus or minus 3 F (23 plus or minus 1.6 C) , in a desiccator, and clean the surface of the blocks of film or powder by vigorous brushing with a stiff -bristled fiber brush. Two test blocks shall be bonded together on the 1-inch by 3-inch (25 by 75 mm) sawed face with the adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure in a Riehle (or similar) tensile tester. The thickness of the adhesive to be tested shall be % inch (6 mm). 606-3.7 COMPATIBILITY WITH ASPHALT CONCRETE. Test for compatibility with asphalt in accordance with ASTM D 3407. r- 606-3.8 ADHESIVE COMPOUNDS - CONTRACTOR'S RESPONSIBILITY. The Contractor shall furnish the vendor's certified test reports for each batch of material delivered to the project. The report shall certify that the material meets specification requirements and is suitable for use with [portland cement concrete] [bituminous concrete] pavements. The report shall be delivered to the Engineer -~ before permission is granted for use of the material. In addition the Contractor shall obtain a statement from the supplier or manufacturer which guarantees the material for one year. The supplier or manufacturer shall furnish evidence that the material has performed satisfactorily on other projects. 606-3.9 APPLICATION. Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other loose particles. The method of mixing and application shall be in strict accordance with the manufacturer's recommendations. A manufacturer's _ representative shall be present during the initial installation of the material to ensure the installation procedures are in accordance with the manufacturer's directions. METHOD OF MEASUREMENT 606-4.1 C& No measurement will be made for direct payment of adhesive, as the cost of furnishing and installing shall be _ P-606-4 ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT FOR SEALING WIRE AND LIGHTS IN PAVEMENT considered as a subsidiary obligation in the completion of the HUMMER installation. BASIS OF PAYMENT 606-5.1 TESTING REQUIREMENTS ASTM C 192 Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory. ASTM D 149 Tests for Dielectric Breakdown Voltage and Dielectric Strength of Electrical Insulating Materials at Commercial Power Frequencies. ASTM D 495 Test for High -Voltage, Low -Current, Arc Resistance of Solid Electrical Insulating Materials ASTM D 638 Test for Tensile Properties of Plastics ASTM D 1168 Testing Hydrocarbon Waxes Used for Electrical Insulation ASTM D 3407 Joint Sealants, Hot -Poured, For Concrete and Asphalt Pavements END OF ITEM P-606 P-606-5 71 DESCRIPTION 619-1.1 This item shall consist of furnishing all labor, materials, and equipment required for the removal of all paint from areas designated on the plans or as ordered by the Engineer. 619-1.2 This removal operation will be accomplished with high pressure water or sandblasting. The use of chemicals will not be permitted. The Contractor shall furnish all equipment, water, water trucks, and labor for delivery of water to the job site. EQUIPMENT 619-2.1 Equipment, tools, and machines used in the performance of the removal operation shall be safe and in satisfactory working condition at all times. The Contractor shall provide a certification that the Contractor's equipment has been demonstrated or that said equipment has been used in the performance of a similar contract. PERFORMANCE 619-3.1 The high pressure water system, if used, shall have the capability of removing the paint and restoring both portland cement concrete and asphaltic concrete surfaces to a natural surface. The treatment of the surface shall not be damaging to the asphaltic concrete or portland cement concrete surface, joint sealing material, or light fixtures. If it is deemed by the Engineer that damage to the existing pavement is caused by an operational error, such as permitting pressure water to dwell in one location for an extensive time, the Contractor shall repair said damage without compensation. 619 -3.2 Paint removal shall be defined as the removal of at least 90 percent of the existing marking. The 90 percent removal will be determined by the Engineer by visual inspection. In addition to the visual determination, the 90 percent removal level is defined such that there will not be any remaining surface of undisturbed paint or areas larger than one square inch where the surface of the pavement material is not clearly exposed. P-619-1 619-3.3 The method used shall not materially damage the structural integrity of the pavement. Any damage caused by the ' Contractor's operations shall be corrected at the Contractor's expense and in a manner approved by the Engineer. The Contractor shall take precautions to protect the public from any damage due to his operations. Accumulation of sand, water, dust, or other residue resulting from the removal operation shall be removed as the work progresses. METHOD OF MEASUREMENT 619-4.1 The removal of paint shall be paid for by the number of square feet of existing paint removed from existing pavements in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 619-5.1 Payment shall be at the contract unit price per square foot for paint removal. This price shall be full compensation for all materials, equipment, labor and incidentals necessary to complete the item. - Payment will be made under: Item P-619-6.1 Paint Removal -- per square foot END OF ITEM P-619 P-619-2 F ITEM P-620 RUNWAY AND TAXIWAY PAINTING 1/97 DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as PR OU by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish r manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be waterborne type in accordance with the requirements of paragraph 620-2.2a. Paint shall be furnished in [White - 37925, Yellow - 33538 or 33655, or Black- 37038 in accordance with Federal Standard No. 595. Paint shall be furnished in Type I -- Standard drying time for no -pick-up or Type II-- Fast drying time for no pickup when tested in accordance with ASTM D 711, as specified in the plans. 41 a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952. ff 11. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed. Spec. TT-B-1325, Type I- gradation A or Type III. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. V Al[, m4l CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 degrees F (7 degrees C) and rising. assznf ��MkMIAMI ' tm P-620-1 i ITEM P-620 RUNWAY AND TAXIWAY PAINTING 1/97 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead and/or silica sand dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. -_ The mechanical marker shall be an 4""` ��% or atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the r required coverage and shall apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray. 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 between 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 areas to be painted are clean of -curing material. Sandblasting or high pressure water shall be used to remove curing - materials. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid ., �. xav�,. s �aerc� .rfn r. 'ats zfw vy an +�. �rxr "k ��'.aap� out _ ,� � 'ste�'ngees�;rpr�e��arF in advance of the -paint application. 620-3.5 APPLICATION. Paint 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 approved 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(s) shown in Table 1. The addition of thinner will not be permitted. A period of 30 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. P-620-2 ITEM P-620 RUNWAY AND TAXIWAY PAINTING 1/97 TABLE 1. APPLICATION RATES FOR PAINT, GLASS BEADS, AND SILICA SAND Glass Beads, Glass Beads, Silica Sand Paint Square Type Type III Pounds per feet per I,Gradation A Pounds per gallon of gallon, ft'/gal Pounds per gallon of paint -- (Square meters gallon of paint-- lb./gal. per liter, m'/1) paint--lb./gal. lb./gal. (Kilograms (Kilograms per (Kilograms per liter Paint Type liter of paint- per liter of of paint-- -kg/1) paint--kg/1) kg/1) Waterborne 115 ftl/gal. 7 lb./gal. 12 lb./gal. 4 lb/gal. maximum (2.8 minimum (0.85 minimum (1.45 minimum W/1) kg/1) kg/1) (0.5 kg/1) 7 # 1^ _ _ •. .r # r i��� ` � y�-Y iris =.5 � l * a ' i U 21 : f a The edges of the markings shall not vary from a straight line more -than % inch (12 mm) in 50 feet (15 m), and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads 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 beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. 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 authorized by the Engineer. 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. P-620-3 ITEM P-620 RUNWAY AND TAXIWAY PAINTING 1/97 METHOD OF MEASUREMENT 620-4.1 The quantity of to be paid for shall be the number of square feet (square meters) of painting performed in accordance with the specifications and accepted by the Engineer. HAS I S OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot (square meter)for including reflective media where required. 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 --per square foot (square meter) rtem,= -k, �� -- per square foot (square meter) TESTING REQUIREMENTS 40 ASTM C-146 Chemical Analysis of Glass Sand ASTM C 371 Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No -Pick -Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2674 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness P-620-4 a ITEM P-620 RUNWAY AND TAXIWAY PAINTING 1/97 ASTM G 53 Operating Light and Water -Exposure Apparatus (Florescent UV -Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Paint, Varnish, Lacquer and Related Method Standard Materials; Methods of Inspection, No. 141 Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Titanium Dioxide Pigments Code of Federal Regulations Fed.Spec. TT-B-1325 Fed.Spec. TT-P-65 Fed.Spec. TT-P-110 Fed.Spec. TT-P-1952 Federal Standard 595 40 CFR Part 60, Appendix A 29 CFR Part 1910.1200 Beads (Glass Spheres) Retroreflective Paint, Traffic, and Airfield Marking, Solvent Base Paint, Traffic Black (Nonreflectorized) Paint, Traffic and Airfield Marking, Waterborne Colors used in Government Procurement END OF ITEM P-620 P-620-5 r t F I r I��P�=�Ip�0GR0OVINQ DESCRIPTION 700-1.1 This item shall consist of grooving the 'runway pavement in accordance with the plans and as ordered by the Engineer. The Contractor shall furnish all labor, materials, equipment, tools, and incidentals necessary to complete the item. EQUIPMENT 700-2.1. Grooving shall be accomplished by saw blades mounted on multi -blade arbor(s) on a machine that is built expressly for grooving pavements. The machine(s) shall meet the approval of the Engineer and the capacity shall be at least 1,200 square yards per hour. The equipment shall incorporate a slurry pick up system to remove the bulk of the solids generated from grooving the runway surface. The slurry pick up system shall operate continuously during the grooving operation. CONSTRUCTION METHODS 700-3.1. Prior to commencing the regular work, the Contractor shall perform a test section as ordered by the Engineer to determine the capability of his equipment to perform the work within the allowable tolerances. Only the accepted test section will be paid for at the contract unit price. Grooves shall be perpendicular to the runway centerline and shall be 1/" x 1/" spaced IM11 on center. The grooves shall be continuous for the entire runway length and transverse (perpendicular) to the direction of aircraft landing and takeoff operations. The grooves shall be terminated within ten (10) feet of the runway edge. The grooves shall not vary more than three (3) inches in alignment for 75 feet, allowing for realignment every 500 feet for the length shown on the plans. Grooving tolerances shall be: Groove alignment in 75 feet ,t 1M inches Groove width ± 1/16, - 0 inch Groove depth ± 1/16 inch Groove spacing (center to center) ± 1/8 inch Stop or start of pass f 12 inches P-700-1 f No grooving shall be performed within one (1) foot of the location of a flush runway lights. Grooves shall not be closer than three (3) inches or more than nine (9) inches from transverse joints in concrete pavements. Special care shall be taken during construction operations so as not to damage any lights, duct markers, utilities, etc. Any damage occurring shall be the responsibility of the Contractor and shall be replaced or repaired at his expense. At the completion of each work period, the Contractor shall be responsible for cleaning up and disposing of all surplus material. Collected surry shall be deposited on Airport property at the point(s) designated by the Engineer. Any remaining solids must be removed from the runway before it dries by slushing of the runway or by other approved methods. Regardless of the method used, it shall be complete to preclude "post grooving dust" from the runway. The Contractor shall furnish all water necessary for the grooving, slurry collection, _ and cleaning operations. The Contractor shall make the necessary arrangements for water. The cost thereof shall be included in the contract unit price. Grooving of bituminous concrete or portland cement concrete pavement shall not commence until the pavement has cured for at least thirty (30) calendar days. METHOD OF MEASUREMENT 700-4.1. The quantity to be measured for payment under this item shall be the number of square yards of runway grooving completed and accepted, measured in place. Holidays for in - runway lights will not be deducted from the measurement. Grooving beyond the tolerances specified shall not be included in the measurement. BASIS OF PAYMENT 700-5.1 The accepted quantity of runway grooving shall be paid at the contract unit price per square yard. The unit price shall be full compensation for furnishing all materials, equipment, water, tools, labor and incidental items necessary to complete the item. Payment will be made under: Item P-700-5.1 Pavement Grooving -- per square yard END OF ITEM P-700 P-700-2 6 LL� L - - L_. L —� L-L� L L.� L L LLC L L.— Li:: G UL� t._--: r FITEM F-162 CHAIN -LINK FENCES DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain -link fence in accordance with these specifications and the details shown on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. 162-2.1 FABRIC. The fabric shall be woven with a 9-gauge galvanized steel wire. Wire in a 2-inch (50 mm) mesh and shall meet the requirements of [ASTM A392, Class 2.1 162-2.2 BARBED WIRE. Barbed wire shall be 2-strand 12% gauge aluminum -coated wire with 4-point barbs and shall conform to the requirements of ASTM A585, Class II. 162-2.3 POSTS, RAILS AND BRACES. Posts, rails, and braces furnished for use in conjunction with �steel fabric shall be of steel framework. Those furnished for use in conjunction with, ve fabric shall be Line posts, rails, and braces shall be galvanized steel conforming to the requirements of ASTM F1083. 'Posts, rails, and braces shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: Exterior: 1,000 hours with a maximum of 5% red rust. Interior: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR-F-191/3. 162-2.4 GATES. Gate frames shall consist of galvanized steel pipe and shall conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. 162-2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All material shall conform to Fed. Spec. RR-F-191/14. l F-162-1 ITEM F-162 CHAIN -LINK FENCES 162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with+ steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a � ni, coating applied in conformance with ASTM A 153. Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be dt 162-2.8 MARRING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as -to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS •162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet (61 cm) on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to the fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. F-162-2 a 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. l 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. F 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch (25 mm) or more than 4 inches (100 mm) from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the- ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches (150 mm) or less. 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be .constructed where a power line passes over the fence at 500-foot (150 m) intervals, The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet (240 cm) long and a minimum of 5/s inch (15 mm) in diameter driven vertically until the top is 6 inches (150 mm) below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. METHOD OF MEASUREMENT 162-4.1 Chain -link fence will be measured for payment by the linear foot (meter). Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. Gates will be measured as complete units. F-162-3 7� 10 ITEM F-162 CHAIN -LINK FENCES fence from center to center of end posts, excluding the length occupied by gate openings. Gates will be measured as complete units. BASIS OF PAYMENT 162-5.1 Payment for chain -link fence will be made at the contract unit price per linear foot (meter). Payment for driveway or walkway gates will be made at the contract unit price for each gate. The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: _ Item F-162-5.1' Chain -Link Fence -- per linear foot (meter) Item F-162-5.1 T -- per each MATERIAL REQUIREMENTS ASTM A 121 Zinc -Coated (Galvanized) Steel Barbed Wire ASTM A 123 Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 392 Zinc -Coated Steel Chain -Link Fence Fabric ASTM A 446 Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality ASTM A 491 Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A 569 Steel, Carbon (0.15 Maximum, Percent), Hot Rolled Sheet and Strip Commercial Quality F-162-4 ITEM F-162 CHAIN -LINK FENCES ASTM A 570 Hot -Rolled Carbon Steel Sheet and Strip Structural Quality ASTM A 572 High -Strength Low -Alloy Columbium -Vanadium Steels of Structural Quality ASTM A 585 Aluminum -Coated Steel Barbed Wire ASTM A 824 Metallic -Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM B 117 Standard Test Method of Salt Spray (Fog) Testing ASTM B 221 Aluminum -Alloy Extruded Bars, Rods, Wire Shapes and Tubes ASTM F 668 Poly(vinyl Chloride)(PVC)-Coated Steel Chain - Link Fence ASTM F 1083 Pipe, Steel, Hot -Dipped Zinc -coated (galvanized) Welded, for Fence Structures ASTM F 1183 Aluminum Alloy Chain Link Fence Fabric ASTM F 1234 Protective Coatings on Steel Framework for Fences Fed. Spec. Fencing, Wire and Post, Metal (Chain -Link RR-F-191/3 Fence Posts, Top Rails and Braces) Fed. Spec. Fencing, Wire and Post, Metal (Chain -Link RR-F-191/4 Fence Accessories) END OF ITEM F-162 F-162-5 13 r r ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding, fertilizing and liming the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 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 laboratory 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: Seeding shall be performed during the period between March 15 to May 1 and August 15 to October 1 inclusive, unless otherwise approved by the Engineer. T-901-1 . ITEM T-901 SEEDING �}- -:. . . i JL,Lr..•�'—+�'a �'*+t t + y T *.L 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 magnesium oxide. Lime shall be applied at the rate of 150 lbs per 1,000 square feet. 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 mixtures 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. O-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: a. 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 10-20-10 commercial fertilizer and shall be spread at the rate of 10 lbs per 1000 square feet for the first application at planting and 15 lbs per 1000 square feet (second application) after six (6) weeks. T-901-2 r F 7 ITEM T-901 SEEDING 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, compacting, 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 two (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 application 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 recently been thoroughly loosened and worked to a depth of not less than five (5) inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top three (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 T-901-3 r" ITEM T-901 SEEDING then scarified or otherwise loosened to a depth not less than five (5) inches (125 mm). Clods shall be broken and the top three (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. Liming. 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 worked into the top three (3) inches (75 mm) of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. 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. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing, 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 seasons 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. 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. 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. T-901-4 f ITEM T-901 SEEDING ' 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 fifty (50) gallons 4 (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container dr 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. r e 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 6/a 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 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating 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 fifty (50) feet (15 m) in length shall be provided to which the nozzles may be connected. C. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 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. T-901-5 ITEM T-901 SEEDING 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 two (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 three (3) inches (8 cm) , after which the seedbed 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 runoff. 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 accordance 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 thereon. 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 traffic or other use by warning signs T-901-6 I� ITEM T-901 SEEDING 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 satisfaction 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. 7 METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of acres (square meters) measured on the ground surface, completed and accented. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per 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. r" i Payment will be made under: Item 901-5.1 Seeding --per acre (square meters) MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt Fed. Spec. JJJ-S-181B Agricultural Seeds Fed. Spec. O-F-241D Commercial Mixed Fertilizer END OF ITEM T-901 T-901-7 r" r r ITEM T-908 MULCHING DESCRIPTION �^ 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the plans or designated by the Engineer. MATERIALS 908-2.1 MYLCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively I brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. a. Hay. Hay shall be native hay, sudan grass hay, broomsedge hay, legume hay, or similar hay or grass clippings. b. Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. C. Hay Mulch Containing Seed. Hay mulch shall be mature hay containing viable seed of native grasses or other desirable species stated in the special provisions or as approved by the Engineer. The hay shall be cut and handled so as to preserve the maximum quantity of viable seed. Hay mulch which cannot be hauled and spread immediately after cutting shall be placed in weather -resistant stacks or baled and stored in a. dry location until used. d. Manufactured Mulch. Cellulose -fiber or wood -pulp mulch shall be products commercially available for use in spray applications. C mow' itfY%� 908-2.2 INSPECTION. Within five (5) days after acceptance of the r" bid, the Engineer shall be notified of sources and quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used. These samples may be used as standards with the approval of the Engineer and any materials brought on the site which do not meet these standards shall be rejected. T-908-1 r k ITEM T-908 MIILCHING CONSTRUCTION METHODS 908-3.1 MIILCHING. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled, and evenly applied on the area shown on the plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of two (2) to three (3) tons per acre (1800-2700 kg per acre) to provide a loose depth of not less than 1h inches (37 cm) nor more than three (3) inches (75 mm). Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95 percent of the mulch in place on the slope shall be six (6) inches (150 mm) or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than one (1) inch (25 mm) nor more than two (2) inches (50 mm). 908-3.2 SECURING MULCH. The mulch shall be held in place by light discing, a very thin covering of topsoil, small brush, pins, stakes, or wire mesh. flm; 40 908-3.3 CARE AND REPAIR. a. The Contractor shall care for the mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the plans before or immediately after mulching has been completed on the designated areas. b. The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the specifications and to the satisfaction of the Engineer, no additional work at his/her expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. T-908-2 . ITEM T-908 MULCHING METHOD OF MEASUREMENT 908-4.1 Mulching shall be the number of acres on the basis of the actual surface area acceptably mulched. BASIS OF PAYMENT 908-5.1 Payment will be made at the contract unit price per #AGE for mulching. The price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-908-5.1 Mulching END OF ITEM T-908 T-908-3 --per F f PART IX - AIRPORT LIGHTING 7 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 splicing, 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) specifications 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 requested by the Engineer. 108-2.2 CABLE. Underground cable shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. 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 Administration (REA) Bulletin 345-14, REA Specification for Fully Color -Coded, Polyethylene Insulated, Double �• Polyethylene -Jacketed Telephone Cables for Direct Burial, shall be used. r Where counterpoise conductors are to be installed and where soil M conditions would adversely affect bare copper wire, thermoplastic wire conforming to Fed. Spec. J-C-30, Type TW, 600 volt, may be used. P' L-108-1 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Cable type, size, number of conductors, strand and service voltage shall be as specified in the plans and/or 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 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 manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, 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 sinqle conductor cable. WM a ,. S d. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, are 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 designed. 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 L-108-2 r r ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Company Moisture Proof UR Type Connector, or equal, or by a method approved by the Engineer. 108-2.5 CONCRETE. Concrete for ttpneiltti cable CONSTRUCTION METHODS r� 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated 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 underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible 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 cables 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 l of the conductor, injury to the insulation, or damage to the outer l 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 L-108-3 . ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 follows: 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 otherwise 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 otherwise specified in the plans, all cables in the same location and running in the same general direction shall be " installed in the same trench. 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 ascertain 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 backfilling. 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. L-108-4 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum 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 transformers, light units, and at all other points where cable is connected to field equipment. r 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, handholes, manholes, etc., where it is required to bring the cable above ground level to make connections. The amount of slack 7 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 backfilled. The first layer of the backfill soil sha-11 be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be 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 remainder of the ,backfill shall be excavated or imported mineral and shall not contain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches (200 mm) in maximum depth, loose measurement. 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 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. Any excess excavated material shall be removed and disposed 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. L-108-5 1 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 topsoiling, 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 maintaining 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 direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. The 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. 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 desired 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. Vulcanized 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 instructions and to the satisfaction of the Engineer. L-108-6 6 If 1 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS I C. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices �.. shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall bIM e 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��. e. Taped Splices. A taped splice shall be made in the r^ 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 A to avoid nicking or injuring the conductor during removal of insulation or penciling. Do not use emery paper on splicing operation since it contains metallic particles. The copper r 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 i 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 recommended 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 covering 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 t L-108-7 FOR ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS portion where jacket has been removed and cut off so that it extends about l 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. 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 lapped over the splice extending 1/2 inch (12 mm) onto the metallic shielding. Solder ends of braid to metallic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capacity 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 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 WIRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION. If shown in the plans or specified in job specifications, a stranded bare copper wire, No. P AWG minimum size, shall be installed for lightning protection of the -underground cables. The bare counterpoise 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 counterpoise 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: L-108-8 r ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 megohms. r 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 t for not less than 1/2 hour. M�Y1�;1 3440:44q 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. 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 satisfactory. 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 r"R shall be measured by the number of linear feet (meters) measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in duct or conduit. L-108-9 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 ( f,TR@, 2 )--per linear foot (meter) Item L-108-5.1ie�;s�`�e��WLJ_az installed in Jt trench -per liner foot (meter) Item L-108-5.1 Bare Counterpoise Wire, including ground rods and ground connectors --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 Connectors Fed.Spec.J-C-30 Cable and Wire, Electrical Power, Fixed Installation HH-I-595 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic, 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 Electronics, Communications, and Allied Equipment L-108-10 1R i r ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS MIL-I-7798 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic t END OF ITEM L-108 1 q 7 i 6, 6 . 4 pp^ i F . i i L-108-11 E i 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 specification 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 1; also include all trenching, backfilling, removal, and restoration of any paved areas; manholes, concrete encasement, mandreling installation of steel drag wires and duct markers',' capping, and the testing of the installation 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 requested by the Engineer. 110-2.2 BITUMINOUS FIBER DUCT. Bituminous fiber duct E mm, -110-2.3 ASBESTOS CEMENT DUCT. Asbestos cement duct o 110-2.5 STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 110-2.6 CONCRETE. 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. r, L-110-1 8/96 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT use. b. Type II - suitable for either above ground or underground CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indicated 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 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. 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 fastened 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 L-110-2 8/96 r { ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT 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 Contractor shall space them not less than lM 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 additional 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 5-foot (150 cm) intervals. When clay or soapstone ducts are specified, they shall be installed with concrete encasement as described above. Clay 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 voids 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. L-110-3 8/96 r ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL 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 trawled 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 manufacturers recommendations. 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 two (2) or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. A layer 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 %-inch (6 mm) sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans, installed so that the tops of all cm) below the finished grade. ducts for direct burial shall be ducts are at least 18 inches (45 When two (2) 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 direction 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 encountered, 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. L-110-4 8/96 1 70 too C ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT 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 %-inch (12 mm) and X-inch (6 mm) deep or as large as the available space permits. 110-3.5 BACKFILLING. After concrete -encased ducts have been i +1 wo LM cOAC! to Aid MW VIM to "C . �# the trt. ■star l l _ba Midtaned 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 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 measurement) 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 topsoiling, 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. L-110-5 8/96 r ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT METHOD OF MEASUREMENT 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 -- per linear foot Item L-110-5.1 "' ;; ng - - per linear .foot 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 Rigid Metal Conduit Laboratories Standard 6 L-110-6 8/96 1 4' ITEM L-110 INSTALLATION OF AIRPORT MMERGROMM ELECTRICAL DUCT Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 Impregnated -Fiber Electrical Conduit Underwriters Laboratories 6 Standard 543 Underwriters Intermediate Metal Conduit Laboratories Standard 1242 END OF ITEM L-110 r t C r e a 6 4 L-110-7 8/96 r e2r. ��R MO DESCRIPTION 125-1.1 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 to be 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 system in operation as completed units to the satisfaction of the Engineer. 125-1.2 Additional detail pertaining to a specific system covered in this item are contained in the following advisory circulars, latest edition. AC 150/5340-4 Installation Details for Runway Centerline Touchdown Zone Lighting Systems AC 150/5340-14 Economy Approach Lighting Aids AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-19 Taxiway Centerline Lighting Systems • AC 150/5340-24 Runway and Taxiway Edge Lighting System 125-2.1 GENERAL. (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington D.C. 20591, and shall be listed in current Advisory Circular AC 150/5345-53, Airport Lighting Equipment Certification Program. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c) Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. L-125-1 r� 125-2.2 CONCRETE. Concrete proportioned, placed, and cured Department of Transportation, Construction of Highways, Streets of concrete shall be as specified the Engineer. for backfill shall be in accordance with the Texas Standard Specifications for and Bridges 1993. The class on the plans or as ordered by 125-2.3 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. Plastic conduit and fittings shall be Schedule 40, heavy wall, rigid polyvinylchloride, and shall conform to Federal Specification WC-1094-A, NEMA Standard TC-2, and UL Standard 651. 125-2.4 SQUEEZE CONNECTORS. Squeeze connectors, if specified, shall be equal to Crouse -Hinds, Type CGB cable connector with neoprene rubber bushing. 125-2.5 RUNWAY AND TAXIWAY LIGHTS. All runway, taxiway and holding position edge light fixtures shall conform to the requirements in AC 150/5345-46, "Specifications for Runway and Taxiway Light Fixtures". Each fixture shall be installed in accordance with the details shown on the plan and as ordered by the Engineer. All lights installed under this contract shall be provided by the same manufacturer. 125-2.6 TAXIWAY GUIDANCE SIGNS. All taxiway guidance signs shall conform to the requirements in AC 150/5345-44, "Specifications for Taxiway and Runway Signs." Each fixture shall be installed in accordance with the details shown on the plan and as ordered by the Engineer. All signs installed under this contract shall be provided by the same manufacturer. 125-2.7 RETROREFLECTIVE MARKERS. All retroreflective markers shall conform to the requirements in AC 150/5345-39, "FAA Specification L-853, Runway and Taxiway Retroreflective Markers." Each marker shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. 125-2.8 VISUAL GLIDESLOPE INDICATORS. All Glideslope Indicators shall conform to the requirements of AC 150/5345-28 and AC 150/5345-52. All systems shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. 125-2.9 REIL AND ODAL SYSTEMS. . All REIL and ODAL Systems shall conform to the requirements of AC 150/5345-51. All L-125-2 0 r w.. .ems �� `aS�u �oGM " ..ia'ffilm systems shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. 125-2.10 I.D. TAGS. An I.D. Tag shall be securely fastened to all light fixtures and guidance signs installed under this project. All tags shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. The I.D. tags shall be Alemtek's E-Z Tags, or a 2" brass disk, or approved equivalent. CONSTRUCTION METHODS 125-3.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable advisory circulars, and as shown on the plans. 125-3.2 PLACING LIGHTS. The light fixtures and taxiway signs shall be installed at the location indicated on the plans. The entire lighting system shall be laid out before installation begins, and any discrepancies shall be brought to the attention of the Engineer. METHOD OF MEASUREMENT 125-4.1 The quantity of lights, signs, markers, slope indicator systems and discharge -type flasher systems to be paid for under this item shall be the number of each type installed or relocated as completed units in place, ready for operation, and accepted by the Engineer. BASIS OF PAYMENT 125-5.1 Payment will be made at the contract unit price for each complete light unit, sign, marker or system installed, adjusted, or relocated in place by the Contractor and accepted by the Engineer. 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: L-125-5.1 L-862E Temporary Threshold Light (1-2 Char.) -- per each L-125-3 r� l L-125-5.1 L-881 Style B PAPI -- per each L-125-5.1 L-868 Base Can (Size) -- per each L-125-5.1 L-867 Base Can (Size) -- per each L-125-5.1 Relocate Threshold Light Fixture -- per each -- Federal Specifications Referenced In Item L-125 AD 150/5345-28 Precision Approach Path Indicator System AC 150/5345-44 Specifications for Taxiway and Runway Signs AC.150/5345-46 Specification for Runway & Taxiway Light Systems _ AC 150/5345-51 Specification for Discharge -Type Flasher Equipment AC 150/5345-52 General Visual Glideslope Indicators AC 150/5345-53 Airport Lighting Equipment Certification Program END OF ITEM L-125 L-125-4 - FART X - ROADWAY P' S OfIGTMILtA?;CQNCRET DESCRIPTION 340-1.1 This item shall consist of an asphaltic concrete pavement 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 in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established by the Contractor. The pavement courses shall be constructed in lifts not to exceed three (3) inches in thickness. Each course shall be constructed 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 340-2.1 Recycled Asphalt Pavement (RAP) shall not be used. The asphalt concrete material shall conform to the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges, 1993, Item 340. Job -mix formulas shall be submitted by the Contractor to the Engineer prior to starting work. A new job -mix formula will be required, if new sources of supply are added or used and if unsatisfactory results occur. CONSTRUCTION METHODS 340-3.1 The asphaltic concrete pavements shall. be placed as described in the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges, 1993, Item 340. METHOD OF MEASUREMENT 340-4.1 Asphaltic concrete pavement will be measured by the ton of the type specified, complete in -place. Net weight information shall be furnished with each load of material delivered. Tack coat will not be measured for payment. FADDENDUM NO. ONE (1) R-34 0-1 AUGUST 22, 1997 r C iTEMR• 3�pHOT�'MILK;�ASPHALT�iCC3tTCRETE�PAVEMEN A4'1.A.,hl1 at4.,e� _as.aeac,_„st�"a.;,°.rizfsa,s.Y.�x.+u..«'H'ip•�H".tS.*r8kkx�,�i�iAL_ zl„;a""'s.":'�'�i��,4..:�.�"s�'.'�3Rf&: .'.H�i'k''a`�r:+s€as BASIS OF PAYMENT 340-5.1 The accepted quantities of asphaltic concrete pavement will be paid for at the contract unit price per ton for the type specified. The cost of tack coat and heat stable additive shall be incidental and included in the unit price. The unit price shall be full 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. Payment will be made under: Item R-340-5.1 Asphaltic Concrete, Type D -- per ton END OF ITEM R-340 R-340-2 N 4 4 , 6. APPENDIX "A" + GEOTECHNICAL REPORT I MAP IN FILE SEE RESOLUTION 9 Raba Kintner Engineers, Geologists, Hygienists and Environmental Scientists GEOTECHNICAL ENGINEERING STUDY FOR AIRPORT IMPROVEMENT PROGRAM RUNWAY 17R-35L LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS Prepared For DELTA AIRPORT CONSULTANTS, INC. CHARLOTTE, NORTH CAROLINA Austln, TX Laredo, TX-' BrownsvMe, TX El Paso, 7X Las Cruces, NM McAllen, TX Meidco San Antonio, TX i GEOTECHNICAL ENGINEERING STUDY FOR AIRPORT IMPROVEMENT PROGRAM RUNWAY 17R - 35L LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS Prepared For DELTA AIRPORT CONSULTANTS, INC. CHARLOTTE, NORTH CAROLINA Prepared By RABA-KISTNER CONSULTANTS (SW), INC. EL PASO, TEXAS PROJECT NO. AEA97-079-00 JULY 17, 1997 Raba-Klstnvr r Engineers, Geologists, Hygienists and Environmental Scientists C Project No. AEA97-079-00 �- July 17, 1997 Delta Airport Consultants, Inc. 9101 Southern Pine Boulevard, Suite 140 Charlotte, North Carolina 28273 Attn.: Mr. Kenneth W. Moody, P.E. Re: Geotechnical Engineering Study Airport Improvement Program Runway 17R-35L KEEL - Center 50 feet of Runway Lubbock International Airport Lubbock, Texas Dear Mr. Moody: x Raba-Kistner Consultants (SW), Inc 7002 Commerce El Paso Texas 79915 (915)776-5233 • FAX (915)779-6501 Raba-Kistner is pleased to submit a report of our study of subsurface soil conditions for the 1997 ii Airport Improvement Project located at the Lubbock International Airport, in Lubbock, Texas. Presented in this report are our findings and evaluation of the existing pavement structure and subsurface soils at Runway 17R-35L KEEL. The findings reported herein include the results of the field investigation conducted from June 2 to June 7, 1997, and the subsequent laboratory testing completed on June 30, 1997. This report has been prepared for the use of our client, Delta Airport Consultants, Inc., for pavement evaluation and design purposes and may not contain sufficient information for purposes of other parties or other uses. It was a pleasure to assist you on the design phase of your project, and we look forward to working with you throughout its successful completion. If you have any questions, or need further assistance, please feel free to call us. Respectfully submitted, RABA- TN CONSUI.4, INC. F i 7,•• � .• I� ( I i •. ....... : f i Ntil� OLAGUE B no e, :............................r erardo A. icon, P.E. M ager �t��,, 81628 : -*k President t- G otec ical nd Mater<i ' toiYiii: Copies submitted: Above �. 60%cmg: H:%DATA%GEOW97k97079REP.DOC 6 San Antonio • El Paso • Austin d F Project No. AEA97-079-00 Delta Airport Consultants, Inc. I July 17, 1997 TABLE OF CONTENTS Paae 1.0 INTRODUCTION......................................................................................................................1 2.0 SCOPE OF SERVICES...........................................................................................................1 3.0 LIMITATIONS ........................... .................1 ............................................................................... 4.0 EXISTING PAVEMENT STUDY............................................................................................... 2 4.1 Pavement Cores and Boring Locations.........................................................................2 4.2 Soil Borings.................................................................................................................... 2 4.3 Field Logs...................................................................................................................... 3 4.4 Presentation of the Data................................................................................................ 3 r5.0 LABORATORY TESTING......................................................................................................... 3 I5.1 Soil Classification .......................................................................................................... 3 5.2 California Bearinq Ratio Tests....................................................................................... 4 -r 5.3 Presentation of the Data................................................................................_ ..............4 5AConcrete Core Testing....................................................................................................4 6.0 GENERAL SITE CONDITIONS................................................................................................ 5 6.1 Existing Pavement Structure......................................................................................... 5 . 6.2 Site Description..............................................................................................................6 6.3 Soil Stratigraphy.............................................................................................................6 6.4 Groundwater.................................................................................................................6 6.5 Potential Vertical Rise................................................................................................... 7 7.0 PAVEMENT REHABILITATION/RECONSTRUCTION ALTERNATIVES ............................... 7 7.1 Rigid Overlays .......................... ...................................................................................... 7 7.2 Reconstruction of Existing Pavements.......................................................................... 8 r 8.0 EVALUATION OF EXISTING PAVEMENTS............................................................................8 8.1 Runway 17R-35L........................................................................................................... 9 9.0 CONSTRUCTION GUIDELINES............................................................................................10 9.1 Site Drainage..............................................................................................................10 9.2 Site Preparation...........................................................................................................11 9.3 Select Structural Fill.......................................................................... 9.4 Subbase Course Materials..........................................................................................11 9.5 Base Course Materials...............................................................................................11 r Raba-Kistner Project No. AEA97-079-00 Delta Airport Consultants, Inc. July 17, 1997 ILLUSTRATIONS Plate Planof Borings........................................................................................................................ MAD Logsof Borings.......................................................................................................................2 : 21 ParticleSize Distribution........................................................................................................ 22 - 55 Photographs of Concrete Cores.............................................................................................56 - 75 Laboratory California Bearing Ratio ......................................................................................76 - 83 Compressive Strength Test Data............................................................................................. .. 84 Geotechnical Laboratory Summary ....................................................................................... 85 - 86 CBR- K Value Correlation.............................................................................................................87 Summary of Core Conditions.........................................................................................................88 Keyto Term and Symbols............................................................................................................. 89 • Raba-Kistner I Project No. AEA97-079-00 Delta Airport Consultants, Inc. �,. July 17, 1997 1.0 INTRODUCTION Raba-Kistner has completed the previously authorized subsurface exploration of the 1997 Airport Improvement Program, at the Lubbock International Airport, in Lubbock, Texas. This report describes the.procedures utilized during this study and presents ,the findings of our field ~" and laboratory analysis. This report also presents our evaluation of the data and discussion regarding the existing pavement condition and pavement rehabilitation alternatives considered for the center 50-foot strip along the runway. Also included herein are our general ;~ recommendations regarding acceptable construction materials and quality control guidelines for reconstruction/rehabilitation of the pavements contemplated. r 2.0 SCOPE OF OUR SERVICES The broad objectives of this study are listed below. r' To document the existing rigid pavement section thickness at 40 locations throughout the project area, which were selected by 'the client and Applied Pavement Technology, Inc. (APT, Inc.). e To explore and evaluate the engineering characteristics of the soil stratigraphy present at the site by drilling 20 soil borings to depths ranging from about 11'/z feet to 12Y2 feet below existing surface elevation, and conducting related laboratory tests on soil and concrete samples. • To formulate our opinion regarding the 'condition of the existing pavement structure, including the subgrade, and pavement rehabilitation altematives. • To provide general guidelines for acceptable quality pavement construction materials. 3.0 LIMITATIONS The analyses and recommendations submitted in this report are based on the data obtained from 20 soil borings drilled and 40 concrete samples cored at this site. This report'may not reflect the exact variations of the soil or pavement conditions across the site. The nature and extent of variations across the site may not become evident until construction commences. a Page 1 of 11 Raba-Klstner r Project No. AEA97-079-00 Delta Airport Consultants, Inc. July 17, 1997 If variations then appear evident, Raba-Kistner should be contacted immediately. It may be necessary for us to reevaluate our recommendations after performing on -site observations and additional tests to establish the engineering significance of the variations. The scope of our geotechnical engineering study does not include an environmental assessment of the property's air, soil or water conditions either on or adjacent to the site. No environmental l opinions were prepared for or presented in this report. 4.0 EXISTING PAVEMENT STUDY Data pertaining to the field operations, including log preparation, sampling protocol, and boring and coring methodologies, is presented in the following sections. 4.1 Pavement Cores and Boring Locations The existing Portland cement concrete rigid pavement was sampled at 40 locations, as illustrated on the Plan of Borings, Plates 1A, 1B, 1C, and 1D, in the ILLUSTRATIONS section of this report. Boring locations were identified by our field personnel based on controls provided by the project surveying crew. These locations were selected by APT, Inc. to provide l representative data for typical pavement sections and conditions throughout the study area, specifically the center 50 feet along the runway. The existing pavement associated with Runway 17R-35L KEEL was initially cored using either 4- inch or 10-inch diameter diamond core barrels. The pavement cores were removed and the thickness of the concrete pavement was measured from the core extracted as well as from the exposed pavement section, and recorded in our field logs. The pavement thickness at each r boring location is illustrated on the corresponding boring log. The logs are presented on Plates 2 through 21 in the ILLUSTRATIONS section of this report. 4.2 Soil Borings Subgrade soil conditions were determined by drilling 20 test borings to depths ranging from about 111/2 feet to 121/2 feet below the existing surface elevation. A total of 94 samples associated with standard penetration tests were obtained with a standard 2" O.D. split -spoon sampler, in general accordance with ASTM D 1586 procedures. Representative portions of all samples were sealed in containers to reduce moisture loss and transported to our laboratory for classification and testing. Additionally, bulk samples of subgrade soils from eight boring locations were collected from the auger cuttings for subsequent laboratory testing. Page 2 of 11 Raba-Kistner Project No. AEA97-079-00 Delta Airport Consultants, Inc. r., July 17, 1997 Standard penetration tests results are noted as "blows per ft" on the boring logs. Where hard or dense materials were encountered, the tests were terminated at 50 blows even if one foot of penetration had not been achieved. These data are conservatively reported as 50 blows per foot in this report. Samples will be retained in our laboratory for 60 days after submittal of this report. If longer storage arrangements are required, Raba-Kistner should be notified in writing prior to this time. 4.3 Field Loqs r, A field log was prepared for each boring by a soils engineering technician. Each log contains ( information concerning the boring method, samples attempted and recovered, indications of the presence of various materials such as silt, clay, gravel, calcareous material or sand. It also contains an interpretation of the soil conditions between samples. Therefore, these logs contain both factual and interpretive information. 4.4 Presentation of the Data The final logs represent our interpretation of the contents of the field logs for the purpose delineated by our client. The final logs are included in the ILLUSTRATIONS section of this report, Plates 2 through 21. A key to classification terms and symbols used on the logs appears on Plate 89. 5.0 LABORATORY TESTING The procedures used to obtain the data during the soil and concrete laboratory testing, and soil C_ classification, are presented below. Procedures implemented for testing primarily include those published by the American Society for Testing and Materials (ASTM). r 5.1 Soil Classification In the laboratory, each sample was examined and visually classified by a geotechnical engineer, in general accordance with the Unified Soil Classification System (USCS). As a part of this classification procedure, the natural moisture content and grain size analysis were determined for selected samples. Liquid and plastic limit tests were performed on representative specimens to determine the plasticity characteristics of different soil strata encountered. I~ Raba-Kistner Page 3 of 11 !� Project No. AEA97-079-00 Delta Airport Consultants, Inc. July 17, 1997 5.2 California Bearing Ratio Tests Bulk samples of subgrade soils from representative boring locations were molded in the laboratory at various densities using compaction data obtained in general accordance with ASTM D 1557 laboratory compaction procedures. These specimens were then tested to determine their respective laboratory CBR value, in general accordance with ASTM D 1883 procedures. The results of individbal tests were plotted on curves of CBR value versus percent compaction to determine a range of CBR values for similar soils as a function of their density. The results of these CBR tests are presented on Plates 76 through 83. 6.3 Presentation of the Data In summary, the following tests were conducted in the laboratory to evaluate the engineering characteristics of the soils: . 1'+l/.M1: {..?. } '"�i.{ f . ::-n.n ' i:: :.vv�,. � k.:S:J,}i./}:::v, {:Y.'$ .vt i• }•:•F.`4M�Y��C.i..'•r:li:'. • } •A}}..'•// J. }}ia �nSii}vi h}' • ?{}:'ti?L:::.:: n:.a•::: }::::.:�{v:.. '�: .:.}.: •..}:: ^: ;%v. :.• .�.�.Snv: �:�:v. �::::i ::.A•A::::::::::::. L;.••.,tKi�Di:•. .•. �:::: A +v:,'.'l:•S:Ji:Y:v}...iiS'0 •/ NO' L .• " w:.: �.:::: •: �.:: .:::: f:: ),t:.�%,•:}::: .. i,.}}ni�',4,..'w Natural Moisture Content D2216 94 Atterberg limits D2217, D4318 35 Particle Size Distribution D422 34 Laboratory CBR Test D1883 8 The results of moisture content tests, Atterberg limits tests, and percent of material finer than the No. 200 sieve are presented in graphical or numerical foram on the corresponding boring log. The { results of 30 particle size analyses are shown on Plates 22 through 55. The results of eight CBR tests on laboratory -compacted specimens were plotted on the CBR value vs. percent compaction curves reported on Plates 76 through 83. - Additionally, a table presenting the modulus of subgrade reaction (k) values corresponding to the CBR values obtained in the laboratory is presented on Plate 87 6.4 Concrete Core Testing As part of the field exploration activities, a total of 40 concrete samples were obtained using a diamond impregnated coring barrel. The samples were identified and marked in accordance with control numbers established by APT, Inc., including the appropriate runway station. Concrete samples were obtained at locations exhibiting signs of surficial distress. Page 4 of 11 Raba-Klstrner Project No. AEA97-079-00 Delta Airport Consultants, Inc. • July 17, 1997 The samples were obtained in the field and tested in the laboratory in general accordance with ASTM C42. A total of 20 concrete samples were subjected to axial loading in the laboratory. The results of these tests (compressive strength) are presented on Plate 84. 6.0 GENERAL SITE CONDITIONS Both general surface and subsurface conditions, including the site conditions, soil stratigraphy, and groundwater information, are presented in the following sections. 6.1 Existing Pavement Structure .� The existing pavement structure within the study area consists of Portland cement concrete (PCC), overlying either an asphaltic concrete course, a cement -treated base course, or a crushed stone base material. Treated subgrade was detected in borings B-5, B-6, B-7, and B-9, below the base material. The PCC pavement ranged in thickness from 133/4 inches to 16 inches. The asphaltic concrete course was found to vary in thickness from 7 inches to 8 inches, and d was not detected in borings B-10, B-11, and B-14 through B-20. According to personnel, of the Lubbock International Airport, the rigid pavement is underlined by asphaltic concrete in areas located to the south of Taxiway S. The base course material, where detected and identified, varied in thickness from 4 inches to 8 inches at the boring locations encompassed between Sta. 15+10 and Sta. 60+35, underlying the asphaltic pavement. Cement -treated base material was encountered in some of the borings drilled between Sta. 65+38 and Sta.. 120+14, exhibiting an approximate thickness of about 5 inches to 13 inches, underlying the rigid pavement. f Cracks were observed throughout the runway. These cracks ranged in width from about 1/16- inch to 14nch. Some of the cracks have been sealed. Longitudinal cracks were observed at about 12 inches from a longitudinal joint. We also observed alligator cracking at the joints of four panels near Sta. 102+38. During our operations, we observed evidence of moisture infiltration r on the pavement surface at various joints. f 6.2 Site Description The site is characterized by vegetated areas that parallel the runway, along both its sides. Depressed sections were observed on both sides of the runway, near its intersections with taxiways and at the south end of the runway. It appears that the runway slopes in an easterly and westerly direction, away from the runway centerline. Relatively small concentrations of water were observed in some depressions (vegetated areas), possibly due to recent r• precipitation events. r n VaVvn-Kf%tner Page 5 of 11 F r k Project No. AEA97-079-00 Delta Airport Consultants, Inc. July 17, 1997 6.3 Soil Stratigraphy The subgrade soils encountered beneath the pavement structure (PCC pavement course, and asphaltic concrete course) at the site, can be grouped into two strata, each with relatively similar physical and engineering characteristics. The lines designating the interface between soil strata on the boring logs represent approximate boundaries. Transitions between strata may be gradual. Stratum I consists of clayey and silty soils intermixed with varying amounts of fine grained sand and calcareous material, encountered from top of subgrade elevation to 5 feet below base course elevation, extending to depths ranging from 7 feet to the total depth studied. These soils were not encountered in borings .B-4 and B- 20. The maximum tested liquid limit and plasticity index of these soils are 28 and 15, respectively. Soils in this stratum were encountered dry to moist and at a stiff consistency. These soils may be classified as CL, ML, or combinations of these in general accordance with the USCS. Stratum II consists of fine grained sands, blended with varying amounts of silt, clay, and calcareous material,. encountered underlying and/or interbedded in the Stratum I soils described above at different depths. This stratum was encountered throughout the soil profile studied in borings B-4 and B-20. Soils in this stratum are generally dry and at a medium dense relative density. These soils may be classified as SM, SC, or combinations of these in general accordance with the USCS. 6.4 Groundwater Subsurface water was not observed in any of our borings at the time of our soil exploration. However, groundwater may be encountered in relatively shallow excavations during construction, particularly after periods of significant precipitation. The general topography at the site is relatively level with shallow depressions that collect water during periods of significant rainfall. Near -surface soils at the site vary significantly from relatively permeable clayey sands to clays with relatively low permeability. Hence, surface water may penetrate through permeable materials near the surface and become "trapped" as a temporary perched water table above the less permeable clayey soils. During the drilling operations in boring B-19, we observed water seeping under the base course material. The permanent groundwater is believed to be well below the depth of any planned construction activities. Raba-Klstner Page 6 of 11 Project No. AEA97-079-00 Delta Airport Consultants, Inc. July 17, 1997 71 6.5 Potential Vertical Rise The anticipated ground movements due to swelling of the underlying clay soils encountered in the soil borings were estimated using the Texas Department of Transportation (TxDOT, Tex 124-E) procedures for determining Potential Vertical Rise (PVR). The total vertical movements were estimated as 1/4-inch and 1/2-inch for the existing soil conditions and the theoretically dry soil profile, respectively. r Differential vertical movements typically may be estimated to be about one-half the expected z total movements. Where localized subsurface clay deposits occur throughout the runway, the differential movement due to volumetric changes within the clay soil structure may approach the total vertical movement. •- The values estimated above are considered to be the total vertical movement of subsurface clay i soils based on conservative stratigraphic conditions of free -swelling clayey soils. It should be noted that the ability for volumetric changes on subsurface clayey soils; is intimately related to t" variations in moisture within the soil matrix. d - 7.0 PAVEMENT REHABILITATION / RECONSTRUCTION ALTERNATIVES Various rehabilitation alternatives may be considered for the existing pavement structure. These alternatives vary from a "surface treatment" to complete reconstruction. The rehabilitation method selected for the various pavement areas in this study will be dependent upon a number �., of variables, including aircraft traffic loading projections, design period, rehabilitation costs, preventive maintenance costs, and data regarding past pavement performance. The following discussions regarding pavement rehabilitation and reconstruction techniques are not intended to �— be specific recommendations, but rather general comments regarding the advantages and disadvantages of each of these alternatives. 7.1 PCC Rictid Pavement Overlay The design and thickness of rigid pavement overlays considers the strength of the underlying r" courses. The modulus of subgrade reaction or the percent CBR of the subgrade soils are parameters typically utilized in designing a rigid overlay. Information regarding the subgrade or any other pavement component, needs to be defined prior to start the design process. It should also be noted that the characteristics of the Portland cement concrete should be defined and approved by the engineer prior to designing the structure. r Raba-Kistn¢r Page 7 of 11 r r; Project No. AEA97-079-00 Delta Airport Consultants, Inc. _ July 17, 1997 A rigid overlay may be supplemented with a surface treatment unit. Surface treatments include a variety of materials and products such as seal coat, epoxys, and elastomeric compounds. Other materials may include cutback, asphalt, emulsions, adhesives, or rubberized asphalt cement. In general, surface treatments are provided to protect existing pavements from rapid aging associated with oxidation of the pavement materials. Surface treatments are also somewhat beneficial in protecting existing pavements from moisture infiltration. These surface treatments are typically considered maintenance techniques and do not provide additional structural capacity to extend the serviceable life of existing pavements. High strength bonding materials are normally used in instances where a rigid overlay is selected as part of an r` improvements program, to promote adequate interaction between existing and new pavements. 7.2 Reconstruction of Existing Pavements Complete reconstruction of existing pavements is typically warranted when other rehabilitation ,.� techniques will result in relatively short increases in acceptable pavement performance fife and when the cost of continued maintenance becomes excessive. Conditions that warrant complete reconstruction include excessive pavement deterioration associated with aging of the pavement materials, and excessive cracking and weakening of the base and subgrade materials typically associated with water -intrusions or excessive loading. Reconstruction may also be required in areas were surface grade tolerances do not allow construction of relatively thick overlay sections. If this option (i.e., reconstruction) is selected, we recommend that the flexible pavement underlying the existing rigid pavement, be milled 11/2 inches. In the areas where the rigid pavement is overlying the cement -treated base, this may remain in place, provided that the material does not exhibit siginificant signs of distress (e.g., strength reduction). We recommend that the base material be proof rolled prior to placement of the Portland cement concrete. If the engineer deems necessary to replace any subcomponent of the existing pavement structure, the new components should meet the characteristics established in Section 9 of this report. The milling of the asphaltic concrete is recommended on the basis that some of its resilient properties have degraded due to moisture infiltration. Surface drainage, as discussed in detail in Section 9.1 of this report, should be addressed in the design of the new runway. 8.0 EVALUATION OF EXISTING PAVEMENTS The existing pavement has been subjected to various traffic loading conditions throughout its life. High and low temperatures have subjected the runway to changes in its integrity, as evidenced by the surficial distress. Additionally, during the coring operations, it was not possible to recover two specimens, which collapsed during the extraction operations. Page 8 of 11 Rs Project No. AEA97-079-00 Delta Airport Consultants, Inc. FM July 17, 1997 As indicated earlier in the report, one of the objectives of the present study is to provide an assessment of the in situ conditions of the subgrade soils and the rigid pavements. To accomplish this, 20 soil borings were drilled and 40 concrete samples were extracted from the pavement structure. Runway 17R-35L has been in service for over 20 years. During this service life, -it has been exposed to below -freezing point temperatures. Consequently, the application of deicing elements has been necessary to maintain the runway open when necessary. The application of this type of agents has probably impaired some of the strength properties and affected the surface integrity of the rigid pavement. Several factors may be considered in the rehabilitation of the existing pavement structures. These factors are related to tests and observations made during our field investigation, and the results of laboratory tests, as follows: • The condition of the surface course, which provides evidence of the overall condition of the pavement section and its performance life. • The physical and mechanical properties of the base course, which is a critical component of the pavement structure. • The physical and mechanical properties of the subgrade soils directly beneath the pavement structure, and the subsurface soils along the stratigraphic profile of the borings drilled at the site, as indicated from the soils mechanics field and laboratory testing program conducted, to determine the ability of these soils to support the existing pavement structure or new pavement components. 8.1 Runway 17R-35L The majority of the pavement structure is built on a stiff and dry to moist clay subgrade. The physical and mechanical properties of this clay stratum may be detrimental to the adequate performance of the pavement structure, since pavement subsidence due to excessive consolidation of the subgrade is likely to occur under the intended traffic stress repetitions, and/or as a result of excessive moisture infiltration from surface runoff or other moisture sources. r" The relatively low bearing capacity of this stratum is confirmed by the results of CBR tests r conducted in the laboratory on typical clays soils from this pavement area, which* indicate a low CBR value. Page 9 of 11 Raba-Klstner '" Project No. AEA97-079-00 r Delta Airport Consultants, Inc. July 17, 1997 71 To help prevent undesired subgrade soil behavior that may be detrimental to the performance of the pavement structure, the site drainage conditions should be improved. It should be noted that water seepage underneath the pavement structure may lead to subgrade and/or base failure. Saturation of the subsurface media, in addition to repetitions of heavy loaded axles, may contribute to pumping, erosion of subgrade and subbase material, and faulting of pavement C jointing. An underground collection, system may be installed along the runway. This system may divert the surface runoff collected to a retention basin. It is our opinion that, as a minimum, pavement rehabilitation consisting of Portland cement concrete overlay, is necessary along Runway 17R-35L. In the event that the designer selects to reconstruct the 50-foot center strip of the subject Runway studied, the subgrade may be stabilized with Portland cement to improve its bearing capacity. Complete reconstruction of the entire runway section under study will result in a considerable increase in the pavement performance life, and a reduction in the current pavement maintenance costs. Reconstruction work on Runway 17R-35L should include, as a minimum, removal of the existing surface and base course materials, and the incorporation of a subbase course element consisting of select structural fill Based on our observations of the concrete cores, the pavement has been been subjected to various levels of stress, as evidenced in the characteristics of the cracks, including their width a9d vertical extent. Some of our observations are outlined on Plate 88. 9.0 CONSTRUCTION GUIDELINES Construction guidelines for the subject project, including site drainage, site preparation, and material specifications are presented in the following sections. 9.1 Site Drainage Drainage is an important key to the successful performance of any pavement scheme. Good surface drainage should be established prior to and be maintained during and after construction to prevent water from ponding within or adjacent to pavement areas. Subsurface drainage may be considered as an option to capture surface runoff and divert it to a ponding area. Page 10 of 11 Raba-Kistner 1 Project No. AEA97-079-00 Delta Airport Consultants, Inc. July 17, 1997 9.2 Site Preparation Prior to the installation and/or application of a surface treatment or overlay, the exposed surface should be free of deleterious material that may impair adequate bonding between the materials In the event that the asphalt course and the base course are removed, the exposed natural subgrade to support pavement strdctures should be stripped of all organic or deleterious matter. The exposed subgrade should be scarified just prior to structural fill placement to a minimum depth of - 6 inches and recompacted to a minimum of 95 percent of the maximum density as determined by ASTM D 1557 laboratory compaction procedures. The water content of the subgrade should be maintained at or above optimum moisture content until permanently covered. 9.3 Subbase Course Materials Materials used as subbase preferably should be granular and be free of deleterious material. The requirements of Item P-154 of the Federal Aviation Administration (FAA) Manual AC 150/5370-10, Standards for Specifying Construction of Airports, should be used to control the �- quality, gradation and construction of the subbase pavement course. 94 Base Course Materials Base course materials should comply with the requirements of Items P-201 (Bituminous Base Course), P-209 (Crushed Aggregate Base Course), or P-304 (Cement Treated Base Course), of the above referenced FAA document, including quality, gradation and construction control. 9.5 Bituminous Surface Course The bituminous surface course should consist of a dense -graded bituminous concrete mixture produced in a central mixing plant. The requirements of Item P-401 of the above referenced FAA document should be met when evaluating the quality and suitability of materials for use as bituminous surface course. Page 11 of 11 Raba-Kl.stner 1p ILLUSTRATIONS Raba-Klstner Oak t t LOG OF BORING NO. B-1 RUNWAY 17R-35L KEEL Ll LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8'O.D. H.S.A./2.O.D. Split Spoon Sampler LOCATION: Sta. 15 + 10 MOWS PER Fr. s' 5 10 15 20 25 30 35 DESCRIPTION OF MATERIAL g 'TM 95tn-C WA UQUio e uMrf CONTENT LIMIT SURFACE ELEVATION: 3242.51 __ _ _ _ _ _ 10 20- 30 400 50 60 70 n•'A• Concrete-14-3/4 inches :LS :fS Asphalt- 7 inches thick ^^� BaseCourse- 5 inches thick CLAY, Sandy, Brown, Soft to Stiff, Dry - whitish, with some nodules of calcareous material below 3-1/2 feet 5 - moist at 6 feet CL 64 11 - dry below 8 feet CL ' 56 11 'F 1 DEPTH DRILLED: 12.2 ft. DEPTH TO WATER: N/A IPROJ. No. AEA97-079-00 DATE DRILLED: 6/3/97 DATE MEASURED: N/A PLATE 2 r N LOG OF BORING NO. B-2 RUNWAY 17R-35L KEEL L, LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8'O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 20+ 14 z BLOWS PER FT. °o 5 10 15 20 25 30 35 DESCRIPTION OF MATERIAL 4 PLAsnc WATER Uctna a o ' uMR CONTENT UMIT SURFACE ELEVATION: 3243.86 0 20 30 400 50 60 i C•Q•Concrete- 14 inches thick C•4% Asphalt- 8 inches thick n Base Course- 4 inches thick CLAY, Sandy, Brown, Soft to stiff, Dry, with some calcareous material nodules 5 CL 51 12 + 1 CL 55 15 Lj DEPTH DRILLED: 12.0 ft. DEPTH TO WATER: NIA PROD. No. AEA97-079-00 DATE DRILLED: 6/2/97 DATE MEASURED: N/A PLATE 3 7 LOG OF BORING NO. B-3 RUNWAY 17R-35L KEEL Ll LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8"O.D. H.S.A./200.D. Split Spoon Sampler LOCATION: Sta. 24+60 z SLOWS MR FT. a 6 10 16 20 25 30 36 DESCRIPTION OF MATERIAL PLAsnc WATER LInui �+ UMIT CONTENT LIMIT SURFACE ELEVATION: 3244.74 + - - + to 20 as 40 .5o so �o 4.4•Concrete- 1 !4 inches thick 1S :6 :li :tS Asphalt- 8 inches thick nnn Base Course- 8 inches thick SAND, Fine Grained, Silty, Light Brown, t Loose, Dry r SAND, Fine Grained to Medium Grained, Silty, Clayey, Light 5 Brown -Whitish, Loose to Medium Dense, Dry, with traces of calcareous material - tan at 5-112 feet, very stiff • moist at 6 feet C-S 40 6 - - dry below 8 feet 1 DEPTH DRILLED: 12.5 ft. DEPTH TO WATER: N/A PROJ. No. AEA97-079-00 DATE DRILLED: 6/2/97 DATE MEASURED: N/A [PLATE 4 4 .J Jr LOG OF BORING NO. B-4 RUNWAY 17R-35L KEEL Ll LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 86O.D. H.S.A./2.O.D. Split Spoon Sampler LOCATION: Sta. 30+37 z BLOW$ PER FT. 6 10 16 20 26 30 35 DESCRIPTION OF MATERIAL WATER UQUW W O UMrr CONTE , LIM SURFACE ELEVATION: 3246.82 10 20 30 40 60 eo70 4•Q• ncrete- 14-1/4 kXheS thick .G•:4• .11:lS G•4• Asphalt- 8 inches thick n^n BaseCourse- 7 inches thick SAND, Fine Grained to Medium Grained, Clayey, Brown, Medium Dense, Dry SC 47 10 + —+ 1 SM 25 10 + DEPTH DRILLED; 13.0 ft. DEPTH TO WATER: NIA PROJ. No. AEA97-079-00 DATE DRILLED: 6/4/97 DATE MEASURED: N/A PLATE 5 r LOG OF BORING NO. B-5 RUNWAY 17R-35L KEEL Ll LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: M.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 33+67 z BLOM PER Fr. z' o 6 10 15 20 25 30 35 DESCRIPTION OF MATERIAL PLASTic WATER LIQUID • n o LIMIT CONTEMT LIMIT SURFACE ELEVATION: 3248.89 10 20 ao 400 so 60 70 4•4•Concrete- 14-1/4 incivstuck 1S .1S .a :a• a•.a� -Asphalt- 7 inches thick n^^ f Base Course- 5 inches thick CLAY, Sandy, Brown, Soft to Hard. Dry to Moist - Time treated from 0 to 2 feet below base course CL 62 12 - moist at 8 feet CL 69 10 —+ 1 - dry at i t feet - moist at 12 feet DEPTH DRILLED: 12.5 ft. DEPTH TO WATER: NIA PROD. No. AEA97-079-00 DATE DRILLED: 6/3/97 DATE MEASURED: N/A PLATE 6 r LOG OF BORING NO. B-6 RUNWAY 17R-35L KEEL, Ll LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8'O.D. H.S.A./M.D. Split Spoon Sampler LOCATION: Sta. 40+ 14 SLOWS PER FT. Z' 6 10 15 20 25 30 35 DESCRIPTION OF MATERIAL PrrASTic 1NATER UQUID uMIT CONTENT UM r SURFACE ELEVATION: 3252.91 20, 3a -400 50 d0 - 70 4.4• Concrete- 14-1/4 aches tNck .t1•d 4•:d� Asphalt- 7 inches thick ^ Base Course- 5 inches ttuok CLAY, Sandy, Dark Brown -Whitish, Hard, Dry to Moist, rime treated some calcareous material - fight brown to brown, stiff to hard, calcareous below 4 feet - moist at 6 feet CL 63 12 - -+ - dry below 8 feet 1 CL 68 12 DEPTH DRILLED: 12.5 ft. DEPTH TO WATER: N/A PROJ. No. AEA97-079-00 DATE DRILLED: 6/3/97 DATE MEASURED: N/A PLATE 7 r f t r r LOG OF BORING NO. B-7 RUNWAY 17R-35L KEEL L, LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: M.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 44+12 BLOWS PEA FT. s' o 6 10 16 20 25 30 35 DESCRIPTION OF MATERIAL PLASTIC WATER UaI o UMrr CONTENT uMrr - - - - - SURFACE ELEVATION: 3254.21 0 20 30 400 50 60 io 4•Q•Concrete- 14-1/4 inches tNN Asphalt- 7 inches thick n n Base Course- 5 kwjws thick CLAY, Sandy, Dark Brown, Stiff, Dry to Moist - lime treated from 0 to 2 feet below base course CL 62 12 + SAND, Fine Grained to Medium Grained, Tan, Dense, Dry, calcareous •• rr i� •I i ::. (N-50/121 DEPTH DRILLED: 12.5 ft. DEPTH TO WATER: NIA PROJ. No. AEA97-079-00 DATE DRILLED: 6/3197 DATE MEASURED: N/A PLATE 8 7 r r LOG OF BORING NO. B-8 RUNWAY 1713-351- KEEL L 4 LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRIWNG METHOD: 8'O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 56+15 = BLOWS PER FT. o 5 10 111 20 25 30 36 DESCRIPTION OF MATERIAL ptASTic WATER MUM a i0 UMIT CONTENT UMIT SURFACE ELEVATION: 3257.48 10 20 30 400 ro 50 e0 70 G•4•Concrete- 1 /4 hrheS thick a•:a� :a :a a•a• Asphalt- 8 inches thick n^� Base Course- 6 inches thick SAND, Fine Grained to Medium • = r : Grained, Silty, Brown, Loose, Dry to f Moist SM 31 NO - CLAY, Sandy, Brown, Soft, Moist CL 57 15 + CL 53 8 + -dry at 8 feet 1 - moist below 11 feet DEPTH DRILLED: 13.0 ft. JDEPTH TO WATER: N/A PROJ. No. AEA97-079-00 DATE DRILLED: 6/3/97 DATE MEASURED: N/A PLATE 9 r t i LOG OF BORING NO. B-9 RUNWAY 17R-35L KEEL Ll LUBBOCK INTERNATIONAL AIRPORT Reba-Kistner DRILLING METHOD: 8"O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 60+35 : BLOWS PER FT. -+ 4 6 10, 16 20 25 30 35 DESCRIPTION OF MATERIAL PLasnc wnTER UntnD UMIT CONTENT OMIT SURFACE ELEVATION: 3258.18 __ _ _ _ _ _ 10 20, 30 400 50 e0 70 4•Q•Concrete- 14 inches thick .!i :LS• Asphalt- 6 inches thick nnn Base Course- 5 inches thick CLAY, Sandy, Dark Brown, Stiff, Dry to Moist - Ome treated at first 2 feet below base course CL 64 10 +- + 1 - dry at 11 feet - moist at 12 feet DEPTH DRILLED: 13.0 ft. DEPTH TO WATER: N/A PROJ. No. AEA97-079-00 DATE DRILLED: 613/97 DATE MEASURED: N/A PLATE 10 r f r LOG OF BORING NO. B-10 RUNWAY 1711735L KEEL L4 LUBBOCK INTERNATIONAL AIRPORT Reba-Kistner DRILLING METHOD: 8'O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 65+38 z BLOM PER FT. .o 6 10 16 20 26 30 36 DESCRIPTION OF MATERIAL PLASTIC WATER UQUID o UMIT CONTENT OMIT SURFACE ELEVATION: 3257.32 -- — — - 10 20 30 4♦0 50 — 60 70 <4• Q• Concrete- 1 Inches thick :lS :IS AAA Treated Base Course- 14 Inches thick AAA AAA SAND, Fine Grained to Medium Grained, Silty, Brown, Loose to Medium Dense, Moist, with traces of SM 28 NO' •; calcareous material 5 •. CLAY, Sandy, Brown, Soft, Moist CL 52 10 + 1 - dry below 11 feet DEPTH DRILLED: 13.0 ft. DEPTH TO WATER: NIA PROJ. No. AEA97-079-00 DATE DRILLED: 6/4/97 DATE MEASURED: N/A PLATE 11 �i T LOG OF BORING NO. B-11 RUNWAY 17R-35L KEEL Ll LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: SwO.D. H.S.A.WO.D. Split Spoon Sampler LOCATION: Sta. 69+85 BLOWS PER FT. r g P 5 10 16 20 25 30 35 DESCRIPTION OF MATERIAL 95iffiC WATER LIQUID a o LIMIT . CONTENT LIMIT + - ♦ SURFACE ELEVATION: 3256.35 - - - '+ 10 20 30 40 60 60 To Q•4•Concrete- 14 inches thick d•d• :a :a G•4� . A ACement Treated Base Course- 12 AAA inches thick AAA SAND, Fine Grained to Medium - Grained, Clayey, Light Brown to Brown, Loose to Medium Dense, Dry, with some calcareous nodules SC 48 17 5 CLAY, Sandy, Dark Brown, Stiff, Moist CL 68 12 - �• CL 62 12 1 40 r DEPTH DRILLED: 12.5 ft. DEPTH TO WATER: N/A PROD. No. AEA97-079-W DATE DRILLED: 614/97 DATE MEASURED: NIA PLATE 12 7 r LOG OF BORING NO. B-12 RUNWAY 17R-35L KEEL Ll LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8'O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 75+13 : 0 UOW8 PER FT. s' 6 10 16 20 26 30 35 DESCRIPTION OF MATERIAL PLASTIC WATER unull) UMrr CONTENTWIT SURFACE ELEVATION: 3256.55 10 20 30 40 eo ea io C•.Q•Concrete- 14- 4 inches tNe 4•:Q• d••4� - Asphalt- 7 inches thick Base Course- 5 inches thick SAND, Fne Grained, Clayey, Llpht Brown-VYhitish, Loose to Medium Dense, Dry SM 22 NO" CLAY, Sandy, Brown, Soft, Dry, with traces of calcareous material - moist at 6 feet CL 53 10 - dry below 8 feet 1 DEPTH DRILLED: 13.0 ft. DEPTH TO WATER: N/A PROJ. No. AEA97-079-00 DATE DRILLED: 614/97 DATE MEASURED: N/A PLATE 13 A LOG OF BORING NO. B-13 RUNWAY 17R-35L KEEL L I LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: M.D. H.S.A./2`O.D. Split Spoon Sampler LOCATION: Sta. 80+10 = BLOWS PER FT. s� 5 10 16 20 28 30 36 DESCRIPTION OF MATERIAL PLASTIC WATER UQUlo a OMIT CONTENT OMIT SURFACE ELEVATION: 3259.32 10 20 30 400 50 60 70 4•S1• oncrete- 14 /4 kwivs tWck :lS :li Asphalt- 12-1/4 itches thick CLAY, Sandy, Brown, Stiff, Moist 4 + 5 - with some calcareous material at 7 feet CL 59 11 -+ 1 - dry below 11 feet DEPTH DRILLED: 13.0 ft. DEPTH TO WATER: N/A PROJ. No. AEA97-079-00 DATE DRILLED: 6/5/97 DATE MEASURED: N/A PLATE 14 LOG OF BORING NO. B-14 RUNWAY 17R-35L KEEL L, LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: WO.D. H.S.A./2"O.D. Split Spoon Sampler LOCATION: Sta. 85+13 BLOWS PER Fr. 6 10 16 20 26 30 35 DESCRIPTION OF MATERIAL PLASTIC WATER UQWD a LIMIT CONTENT OMIT SURFACE ELEVATION: 3263.97 _ _ _ 10 20� 30 4♦0 50 60 70 • �• ncrete- 16-1/2 inches Uu a•a� Q.a•. AAA Base Course- 13 inches thick AAA AAA A A CLAY, Sandy, Brown, Very Stiff, Dry, with some calcareous material - moist below 5-1/2 feet CL 59 15 1 DEPTH DRILLED: 12.0 ft. DEPTH TO WATER: N/A PROD. No. AEA97-079-00 DATE DRILLED: 615/97 DATE MEASURED: N/A PLATE 15 LOG OF BORING NO. B-15 RUNWAY 17R-35L KEEL Ll LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8'O.D. H.S.A./2.O.D. Split Spoon Sampler LOCATION: Sta. 90+35 z BLOWS PER FT. -+ 0 6 10 16 20 26 30 35 DESCRIPTION OF MATERIAL PLASTIC UUD �wpTl M SURFACE ELEVATION: 3268.65 __ _ _ _ _ _ 10 20 30 4~0 6o 6o is 4•Q• ncrete- 14- 4 inches thick 1S .LS G•.c3'• n^n Base Course- 9-3/4 inches thick AA SAND, Fine Grained to Medium ••.' Grained, Clayey, Brown, Medium Dense, Moist SILT, Sandy, Brown, Soft to Hard, Moist, with traces of calcareous \NIL material 5 IN-471120) *100 ML 68 7 + + 1 DEPTH DRILLED: 12.0 ft. DEPTH TO WATER: N/A PROJ. No. AEA97-079-00 DATE DRILLED: 6/5/97 DATE MEASURED: NIA PLATE 16 71 • r F LOG OF BORING NO. B-16 RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 80O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 96+ 12 = slew$ PER FT. s.' g q 5 10 15 20 25 30 35 DESCRIPTION OF MATERIAL Pu►snc WATER MUD umrr coNTENT UMrr SURFACE ELEVATION: 3271.16 - - - - - 10 20 30 4♦0 50 60 70 4•Q•Concrete- 14 Inches thick 1S ;LS G•.C- .A^n Base Course- 9-1/2 krJ*s thick . non CLAY, Sandy, Dark Brown, Hard to Stiff, Moist 5 - fight brown to tan, dry, with CL 66 15 calcareous material below 6 feet 1 CL 68 16 +- - DEPTH DRILLED: 12.0 ft. DEPTH TO WATER: N/A PROD. No. AEA97-079-00 DATE DRILLED: 615/97 DATE MEASURED: N/A [PLATE 17 4 r r t LOG OF BORING NO. B-17 RUNWAY 17R-35L KEEL IL I LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8'O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 102+38 le stows PER FT. DESCRIPTION OF MATERIAL 90 6 10 16 20 26 30 36 PLASTIC WATER LIQUID a MIT CONTEW UMrr SURFACE ELEVATION: 3273.30 10 20- 30 400 50 60 0 • �•Concrete- 14- /4 aches thick G•:Q •� • n Concrete Treated Base Course- 6-1/4 non Inches thick 6 CLAY, Sandy, Dark Brown, Soft to Stiff, Dry - moist below 3 feet - with some calcareous nodules at 4 feet 5 CL 71 14 ' CL 64 18 1 - dry below 11 feet DEPTH DRILLED: 12.5 ft. DEPTH TO WATER: NIA PROD. No. AEA97-079-00 DATE DRILLED: 6/5/97 DATE MEASURED: N/A PLATE 18 F r LOG OF BORING NO. B-18 RUNWAY 17R-35L KEEL L LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8'O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 106+13 Blows PER FT. a 6 10 16 20 26 30 36 DESCRIPTION OF MATERIAL Ptasnc WATER uatnD uMIT CONTENT LIMIT - - - - SURFACE ELEVATION: 3275.29 10 20 30 40 Ba 80 io .�•Q• ncrete- 16 inches thick d•.ei ^AA Base Course- 7 inches thick n n CLAY, Sandy, Dark Brown, Firm, Moist - stiff, moist, with some calcareous material below 3 feet CL 61 13 - -+ 1 (N-41/12') DEPTH DRILLED: 12.5 ft. DEPTH TO WATER: NIA PROD. No. AEA97-079-00 DATE DRILLED: 6/5/97 DATE MEASURED: N/A PLATE 19 LOG OF BORING NO. B-19 RUNWAY 17R-35L KEEL t LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: B'O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta- 114+10 BLOWS PER FT. s° g 6 10 16 20 26 30 36 DESCRIPTION OF MATERIAL Pu�sTlc WATER unulD o LIMIT CONTENT LIMIT SURFACE ELEVATION: 3277.45 __ _ _ _ _ _ ♦0 60 60 70 10 20 30 400 S1• Q•Concrete- 14-1/2 brAies ttNck 4•:4= 4•:4• Base Course- 7-1/ inches tNck � water was seeping into hole at bottom of base elevation CLAY, Sandy, Dark Brown, Soft, Dry, with some calcareous material 5 CL 66 13 CL 60 15 -� SAND, Fine Grained to Medium =•: Grained, Brown, Poorly Graded, Dense, Moist, calcareous 1 :y. t. DEPTH DRILLED: 12.5 ft. JDEPTH TO WATER: N/A PROD. No. AEA97-079.00 DATE DRILLED: 6/5/97 DATE MEASURED: N/A PLATE 20 r 7 F F r-� LOG OF BORING NO. B-20 RUNWAY 17R-35L KEEL L, LUBBOCK INTERNATIONAL AIRPORT Raba-Kistner DRILLING METHOD: 8'O.D. H.S.A./2'O.D. Split Spoon Sampler LOCATION: Sta. 120+14 z BLOWS PER FT. a 6 10 16 20 26 30 36 - Pl.asTlc WATER UQID DESCRIPTION OF MATERIAL '� uMrr CONTENT uMIT SURFACE ELEVATION: 3279.58 __ _ _ _ _ _ 10 20 so 400 go eo 70 Q•Q• Concrete-14 inches thick a .a• n :is A A Base Course- 8 inches thick AAA SAND, Fine Grained to Medium Grained, Clayey, Tan, Loose, Moist, with some calcareous material 47 5 •,- SC 49 13 1 DEPTH DRILLED: 12.5 ft. DEPTH TO WATER: N/A PROD. No. AEA97-079-00 DATE DRILLED: 615/97 DATE MEASURED: N/A PLATE 21 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1/2 4 B 10 2030 50 70 100 200 �i�� mi�■II����� IIINI��;� �IIIII Vlll l�l�gll■I�II■■IIIIIIII� IIIIIII�I����IIIAl1�IIIII����IIIIAI� N�ull�lul��IIIR;■IIIIIIII�II� . III I I 111 ■III GRAIN SIZE W MLMETERS GRAVEL ISAND SILT or CLAY Coarse I Fine roarse I Medium I Fine Sample No.: B-1 Sample Depth: 5-1/2 TO 6-1/2 FEET Moisture Content: 11.3 % Liquid Limit: 29 Plastic Limit: 18 Plasticity Index: 11 Material Classification: CL Material Discription: Clay, Sandy, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner 54 O c,> 4v7 FU 0 Project No. AEA97-079r00 PLATE 22 • IIIIIIII■011lill uiui 1 III ICI nllllll■IIIIIIII■IIIAII��llllll Ifllllll VIY���III�■VI�II�IWN NII nl� iilll ■III�III�II�II �IIIIIIII■ INIINI�IIIIIII�III�III��II IIIIINI� mii Sian m ■ in ■iiii GRAVEL SAND SILT or CLAY I Coarse I Fine Poarse Medium I -Fine Sample No.: B-1 Sample Depth: 8 to 9 feet Moisture Content: 8.7 % Liquid Limit: 24 Plastic Limit: 13 Plasticity Index: 11 Material Classification: CL Material Discription: Clay, Sandy, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-Kistner PLATE 2 3 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1/2 4 6 10 2030 50 70 100 200 IIIIIIIH�iiiia�!!!9111■IIII ■IIIIIIII IIIIIIII■IIIIII�■IIIIII��■IIIN�■IIIIIIII� IIIIIIII■IIIIIIII■IIIIIIII�III� IIlIIIII■IIIIIIII■IIIIIIII■i��fl�ll■IIIIIIII� ■IIIIIIII■ IIIIIIII■IIIIIIII■IIIIIIII■IIIII ■■IIIIIIII■: GRAIN SIZE IN MILLMETERS GRAVEL ISAND SILT or CLAY Coarse Fine oarse Medium Fine Sample No.: B-2 Sample Depth: 8 to 9 feet Moisture Content: 8 % Liquid Limit: 24 Plastic Limit: 12 Plasticity Index: 12 Material Classification: CL Material Discription: Clay, Sandy, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner D Project No. AEA97-079.00 PLATE 24 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL I LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD i OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1/2 4 6 10 2030 60 70 100 200 1 k IIIIIII■UIIIIH�u���, IIIIIII■�IIIIII■I II�II��IIII IIII■II IIIIII■ IIIIIII■IIIIIIN■III�III�IIIIII■IIIIINI■ IIIIIIII■IIIIIIII■IIIIIIII\ IIIIII■IIIIIIII■ GRAIN 892E IN Mp1METERS GRAVEL SAND Voarse SILT or CLAY Coarse I - Fine Medium I Fine Sample No.: B-2 Sample Depth: 10-1 /2 to 11-1 /2 feet ` Moisture Content: 8.9 % . Liquid Limit: Plastic Limit: 36 21 - Plasticity Index: 15 Material Classification: CL Material Discription: Clay, Sandy, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Rab - a Kistner• Project No. AEA97-079-00 PLATE L11 I 2C 3C GRAIN SIZE IN MILLIMETERS GRAVEL SAND SILT or CLAY Coarse Fine oarse Medium Fine Sample No.: B-3 Sample Depth: 5-1/2 to 6-1/2 feet Moisture Content: 12.2 % Liquid Limit: 27 Plastic Limit: 21 Plasticity Index: 6 Material Classification: SC Material Discription: Sand, Fine Grained, Clayey, Light Brown -Whitish ASTM Procedures: C117, C136, D2216, D4318, D2487 D L n Raba-Kistner Project No. AEA97-079-00 PLATE 26 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT V.S. STANDARD SIEVE U.S: STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1 /2 4 E 10 2030 50 70 100 200 Ll l 3 r-T .A 1 7' GRAVEL SAND SILT or CLAY Coarse I Fine lCoarsel Medium --d I Fine F Sample No.: B-4 Sample Depth: 5-1 /2 to 6-1/2 feet Moisture Content: 7.4 % 1Jquid Limit: 27 Plastic Limit: 17 Plasticity Index: 10 Material Classification: SC Material Discription: Sand, Fine to Medium Grained, Clayey, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-Kistner PLATE 27 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENNOS N RICHES SIEVE NUMBERS HYDROMETER [II �� h'i WW1d SIZE W WUIMETERS GRAVEL SAND SILT or CLAY Coarse I Rne I Coarsel Medium I Fine Sample No.: B-4 Sample Depth: 10-1/2 to 11-1/2 feet Moisture Content: 6.3 % Liquid Limit: 37 Plastic Limit: 27 Plasticity Index: 10 Material Classification: SC Material Discription: Sand, Fine to Medium Grained, Clayey, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-Kistner PLATE- 28 h GRAIN SIZE DISTRIBUTION CURVE f" RUNWAY 17R-35L KEEL L I LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER GRAIN SIZE IN MIWMETERS GRAVEL SAND-d SILT or CLAY Coarse Free Cosise Medum I Fine Sample No.: 13-5 Sample Depth: 5-112 to 6-112 feet Moisture Content: 9.3 % Liquid Limit: 29 Plastic Umit: 17 Plasticity Index: 12 Material Classification: CL r, Material Discription: Clay, Sandy, Brown - ASTM Procedures: C117, C136, D2216, D4318, D2487 !T Project No. AEA97-079-00 Raba-Kistner PLATE 2° r- i Sample No.: 13-5 Sample Depth: 5-112 to 6-112 feet Moisture Content: 9.3 % Liquid Limit: 29 Plastic Umit: 17 Plasticity Index: 12 Material Classification: CL r, Material Discription: Clay, Sandy, Brown - ASTM Procedures: C117, C136, D2216, D4318, D2487 !T Project No. AEA97-079-00 Raba-Kistner PLATE 2° r- i !T Project No. AEA97-079-00 Raba-Kistner PLATE 2° r- i U.S. STANDARD SIEVE OPENINGS N INCHES 1 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE NUAASERS — HYDROW-11M GRAIN SIZE IN MILUMETERS LA GRAVEL SAND SILT or CLAY Coarse I Fine I Coarse -Medium I Frne _ Sample No.: B-5 Sample Depth: 8 to 9 feet Moisture Content: 12.1 % Liquid limit: 25 Plastic Limit: 15 Plasticity Index: 10 Material Classification: CL Material Discription: Clay, Sandy, Brown ASTM Procedures: C117, C136, D2216, D4316, D2487 Raba-Kistner Project No. AEA97-079-00 PLATE 30 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS N INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1/2 4 0 10 2030 50 70 100 200 GRAIN SIZE IN NII.I:IMETERS Ll GRAVEL ISAND SILT or CLAY Coarse I Fine I Coarse I Medium I Fine Sample No.: B-6 Sample Depth: 5-1/2 to 6-1/2 feet Moisture Content: 11.4 % Liquid Limit: 25 Plastic Limit: 13 Plasticity Index: 12 Material Classification: CL Material Discription: Clay, Sandy, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner Project No. AEA97-079-00 PLATE 31 4.. iiiiiiiislillillisillillillilliI 1 011111111 liiiiiislillillimilliillimillillI 011111111 iiiiiiiislillillimillililloillilI 011111111 [II GRAVEL SAND SILT or CLAY Coarse Fine Coarse ° Medium Fine 1� Project No. AEA97-079-00 t Raba-Kistner PLATE 3 2 1 I GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS N INCHES SIEVE NUMBERS HYDROMETER GRAIN SIZE IN LOWR tETERS Ll GRAVEL I SAND I SILT or CLAY Coarse I FleeI Coarsel Medium 1 Fine . Sample No.: B-7 Sample Depth: 5-1/2 to 6-1/2 feet Moisture Content: 6.3 % Liquid Limit: 26 Plastic Umit: 14 Plasticity Index: 12 Material Classification: CL Material Discription: Clay, Sandy, Dark Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-IUstner PLATE 33 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER GRAIN SIZE IN WUJMETERS GRAVEL SAND SILT or CLAY Coarse Fyne Coarse Medium Frne Sample No.: B-8 Sample Depth: 3 to 4 feet. Moisture Content: 7.3 % Liquid Limit: Not Tested (NT) Plastic Limit: NT Plasticity Index: Non -Plastic Material Classification: SM Material Discription: Sand, Fine to Medium Grained, Silty, Brown ASTM Procedures: C117, C136, 02216, D4318, D2487 Raba-Kistner l� Project No. AEA97-079-00 PLATE 34 ro r., • GRAVEL SAND SILT or CLAY Coarse Fyne lCoarse-1 Medium I Free Sample No.: B-8 Sample Depth: 5-1/2 to 3-1/2 feet Moisture Content: 20.1 % Liquid Umit: 28 Plastic Limit: 13 Plasticity Index: 15 Material Classification: CL Material Discription: Clay, Sandy, Tan ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba -Kintner PLATE 3 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE V.S. STANDARD OPENINGS N INCHES SEW NUMBERS HYDROMETER Ll 0111111110 milli 0111111110 0111111110 0111111110 GRAIN SIZE IN MWUAETERB GRAVEL SAND Coarse Fine Coarse Medium Fine Project No. AEA97-079-00 PLATE 3E GRAIN SIZE DISTRIBUTION CURVE RUNWAY 1713-351- KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER t 3 2 1 112 4 6 10 2030 60 70 100 200 1 r m to GRAIN SIZE IN MIWMETERS GRAVEL I SAND Coarse I Fine lCoarsel Medum I Rne SILT or CLAY a Sample No.: B-9 Sample Depth: 8 to 9 feet Moisture Content: 9.2 % Liquid Limit: 23 Plastic Limit: 13 Plasticity Index: 10 Material Classification: CL Material Discxiption: Clay, Sandy, Dark Brown - ASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner L11 E Project No. AEA97-079-00 PLATE 37 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1 /2 4 0 10 2030 50 70 100 200 Ll D GRAIN SIZE IN MIWMETERS GRAVEL, I SAND SILT or CLAY Coarse Fyne Coarse MediumFme 77. Sample No.: 8-10 Sample Depth: 3 to 4 feet Moisture Content: 13.3 % Liquid Limit: Not Tested (NT) Plastic Limit: NT Plasticity Index: Non -Plastic Material Classification: SM Material Discription: Sand, Fine to Medium Grained, Silty, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-Kistner PLATE 38 Qv yS m GRAVEL SAND Sample No.: B-10 Sample Depth: 8 to 9 feet Moisture Content: 13.1 96 Liquid Limit: 23 Plastic Limit: 13 Plasticity Index: 10 Material Classification: CL Material Discription: Clay, Sandy, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner 1 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS N INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1/2 4 0 10 2030 50 70 100 200 GRaN an mr LeLuLw m L11 Coarse F/ne Coarse Medium Frne Project No. AEA97-079-00 PLATE 39 t GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS N INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1 /2 4 0 10 2030 60 70 100 200 m GRAIN UM IN OWMETERS GRAVEL SAND Coarse Fyne Coarse Medum Free L11 SILT or CLAY Sample No.: B-11 Sample Depth: 3 to 4 feet Moisture Content: 3.9 % Liquid Limit: 28 Plastic Limit: 11 Plasticity Index: 17 Material Classification: SC Material Discription: Sand, Fine to Medium Grained, Clayey, BrownASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner Project No. AEA97-079-00 PLATE 40 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SEW NUMOERS HYDROMETER S GRAVEL I - SAND SILT or CLAY Coarse I Fine lCoarsel Medium I Fine ORAIN SIZE N NCLUMETM Sample No.: B-11 Sample Depth: 5-1/2 to 6-1/2 feet Moisture Content: 11.0 % Liquid Limit: 26 Plastic Limit: 14 Plasticity Index: 12 Material Classification: CL Material Discription: Clay, Sandy, Dark Brown ASTM Procedures: C117, C136. D2216, D4318, D2487 Raba-Kistner Project No. AEA97-079-00 PLATE 41 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 1713-351- KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANOMM SEW U.S. STANDARD L41 IIIIIIII■�Iliiii��n���, mill �.IIIIII' .IIII"u.. IIIIIIII■IIIIIII ■IIIIIIII II!IIIII■IIII�III� III Ilil■�� III■IIIIIIII■II�IIII■IIII III■. GRAVEL SAND SILT or CLAY Coarse Fine Coarse Medium Fine Sample No.: B-11 Sample Depth: 8 to 9 feet Moisture Content: 13.1 % Liquid Limit: 24 Plastic Limit: 12 Plasticity- Index: 12 Material Classification: CL Material Discription: Clay, Sandy, Dark Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner Project No. AEA97-079-00 PLATE 42 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT GMN SIM IN NWMETOS GRAVEL SAND Coarse Fine Coarse Medium Fine Sample No.: B-12 Sample Depth: 3 to 4 feet Moisture Content: 9.5 % Liquid Limit: Not Tested (NT) Plastic Limit: NT Plasticity Index: Non -Plastic Material Classification: SM Material Discription: Sand, Fne to Medium Grained, Silty, Light Brown -Whitish ASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner Project No. AEA97-079-00 PLATE 43 Raba-Kistner Project No. AEA97-079-00 PLATE 43 GRAIN SIZE DISTRIBUTIONCURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD w OPENINGS N INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1/2 4 E 10 2030 5070100 200 100—... ... e1r-r. ♦»c—i.rr. . i r 4 d aF m f r t 1 cI 10 . E GPAM SIZE IN IYuwMETOS GRAVEL SAND Fyne Coarse Medium Fine Project No. AEA97-079-00 PLATE 4d 1 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS N INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1/2 4 0 10 2030 5070100 200 GRAIN SIZE IN OwMETERS GRAVEL I SAND Coarse I FinelCoarsel Medium I Fine SILT or CLAY [f t C m 0 v Sample No.: B-13 Sample Depth: 8 to 9 feet Moisture Content: 13.6 % Liquid Limit: 27 Plastic Limit: 16 Plasticity Index: 11 Material Classification: CL _ Material Discription: Clay, Sandy, Brown, calcareous ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-tUstner PLATE 4'r GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS N INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1/2 4 E 10 2030 60 70 100 200 GRAIN SIZE IN N LLOVIETERS L41 GRAVEL JSAND SILT or CLAY Coarse I Fine I Coarsel Medium I Rne Sample No.: B-14 Sample Depth: 5-1/2 to 6-1/2 feet Moisture Content: 11.8 % Liquid Limit: 25 Plastic Limit: 15 Plasticity Index: 10 Material Classification: CL Material Discription: Clay, Sandy, Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba -Kintner Project 46 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS N INCHES SIEVE NUMBERS HYDROMETER 9 2 1 1/2 4 E 10 2030 60 70 100 200 GRAIN UM IN NOWMETERS GRAVEL ISAND SILT or CLAY Coarse I. Fine I Coarsel Medium I Fine Sample No.: B-15 Sample Depth: 8 to 9 feet Moisture Content: 14.4 % Liquid Limit: 35 Plastic Limit: 28 Plasticity Index: 7 Material Classification: - ML Material Discription: Silt, Sandy, Brown, calcareous ASTM Procedures: C117. C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-fiUstner PLATE 47 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.B. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1 /2 4 8 10 2030 50 70 100 200 Ll 7� GRAIN SIZE IN NUWMETERS GRAVEL ISAND SILT or CLAY Coarse Fne Coarse Medium Fine Sample No.: B-t 6 Sample Depth: 5-1/2 to 6-1/2 feet Moisture Content: 9.7 % Liquid Limit: 33 Plastic Limit: 18 Plasticity Index: 15 Material Classification: CL Material Discription: Clay, Sandy, Dark Brawn, calcareous ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-Kistner PLATE 4E I GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER GRAIN SIZE IN AMWMETERS cI GRAVEL ISAND SILT or CLAY Coarse I Fine lCoarsel Medium I Fine Sample No.: B-17 Sample Depth: 5-1/2 to 6-1/2 feet Moisture Content: 14.8 % Liquid Limit: 32 Plastic Limit: 18 Plasticity Index: 14 Material Classification: CL Material Discxiption: Clay, Sandy, Dark Brown ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-Kistner PLATE 4 9 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER 3 2 1 12 4 0 10 2030 50 70 100 200 IIIIIIII■Iliiii.�■IIIIIIII■IIIII IIIIIIII■IIIIIIII■IIIII�CI■IIIII IIIIIIII■IIIIIIl1■IIIIIIII\IIIII IIIIIIII■IIIIIIII■IIIIIIII■lull IIIIIIII■IIIIIIII■IIIIIIII■IIIII IIIIIIII�Iillllll�llllllll�lllll IIIIIIII■IIIIIIII■IIIIIIII■IIIII IIIIIIII� IIIIIII�IIIIIIII�IIIII Ll GRAVEL SAND SILT or CLAY Coarse Fine Coarse Meo"rum . Fie D 8 F Project No. AEA97-079-00 PLATE 5C 7 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER GRAIN SIZE IN I<MwMETERS L41 GRAVEL SAND SILT or CLAY Coarse IFine Coarse I Medium Fine Sample No.: B-18 Sample Depth: 8 to 9 feet Moisture Content: 10.7 % Liquid Limit: 26 Plastic Limit: 13 Plasticity Index: 13 Material Classification: CL Material Discription: Clay, Sandy, Dark Brown, calcareous ASTM Procedures: C117, C136, D2216, D4318, D2487 I Raba-Kistner a Project No. AEA97-079-00 PLATE' 51 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS N INCHES SIEVE NUMBERS HYDROMETER 3 2 1 1 /2 4 0 10 2030 50 70 100 200 GRAIN VU IN NULUM -MRS Ll GRAVEL ISAND SILT or CLAY Coarse Fine Coarse Medium Fine Sample No.: B-19 Sample Depth: 5-1 /2 to 6-1 /2 feet Moisture Content: 13 % Liquid Limit: 31 Plastic Limit: 18 Plasticity Index: 13 Material Classification: CL Material Discription: Clay, Sandy. Dark Brown, calcareous ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079.00 Raba•Ktstner PLATE- 52 I F GRAIN SIZE DISTRIBUTION' CURVE RUNWAY 1711-351- KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER ORAlN SIZE qd MIWMETERS Ll GRAVEL SANG SILT or CLAY Coarse Fine Coarse Medium I Frne . Sample No.: B-19 Sample Depth: 8 to 9 feet Moisture Content: 13.5 % Liquid Limit: 28 Plastic Limit: 13 Plasticity Index: 15 Material Classification: CL Material Discription: Clay, Sandy, Dark Brown, calcareous ASTM Procedures: C117, C136, D2216, D4318, D2487 Raba-Kistner Project No. AEA97-079-00 PLATE 53 GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT U.S. STANDARD SIEVE U.S. STANDARD OPENINGS IN INCHES SIEVE NUMBERS HYDROMETER Illlllil�lfiiii���llllllll�llllllll_IIIIIIII�� 7-7::___ GWAI am w MIuJMETERS GRAVEL ISAND. SILT or CLAY Coarse I Fine lCoarsel Mecum I e Sample No.: B-20 Sample Depth: 3 to 4 feet Moisture Content: 16.8 % Liquid Limit: Not Tested (NT) Plastic Limit: NT Plasticity index: NT Material Classification: SC Material Discription: Sand, Fine to Medium Grained, Clayey, Tan, calcareous ASTM Procedures: C117, C136, D2216, D4318, D2487 Project No. AEA97-079-00 Raba-Kistner PLATE ' 54 { • GRAIN SIZE DISTRIBUTION CURVE RUNWAY 17R-35L KEEL LUBBOCK INTERNATIONAL AIRPORT OPENINGS IN INCHES SIEVE NUMBERS HYMOMETER 1111111101iiiiiii�!!!!!��1■IIIIIII ■IIIIIIII■ . II IIIIII■�IIIIII■IIIII�IA■III I III■IIIIIIII�.. GRAIN SIZE IN MIWMETERS GRAVEL ISAND SILT or CLAY Coarse Fine Coarse Medium Rne Sample No.: B-20 Sample Depth: 8 to 9 feet Moisture Content: 10.3 % Liquid Limit: 29 Plastic Limit: 16 Plasticity Index: 13 Material Classification: SC Material Discription: Sand, Fine to Medium Grained, Clayey, Tan, calcareous ASTM Procedures: C 117, C 136, D2216, D4318, D2487 Project No. AEA97-079-00 ����� PLATE 5' No Text i imi i.+ Jd■{y■^� r ` 057b700 *7.1i .,( 111 01. �'ts ■ :r Ji � � ^�' - i .�• .' ^Jib', rLl i '1 5 � 1 �nT�a�T DELTA AIRPORT CONSULTANTS, INC. AEA97-079-00 SAMPLE ID: B-9 SAMPLE ID: B-10 Raba-HUtner PLATE 60 DELTA AIRPORT CONSULTANTS, INC. AEA97-079-00 SAMPLE ID: B-11 SAMPLE ID: B-12 Raba-Sistaer PLATE 61 6 77 1 M�I�p T7 2 I I n 77M A r -7 r, }r'*l,�'.' •� Eby �'� �� i SAMPLE ID: B-15 -.may•. `• •' .� ,.• 1 r ,j 4 '•Srr Y ' . S � " :'��` .. i � �e � ■ cam;.:... i ..... . rS }+.r.,., •'s �'"�. r"`'.JTy�° •- rt�r {'it fy?ti':1.t-:'t�v^i Y`.i •� * fir. a �; RIO), MONK exr�itsits�r/�IjRomp>/l�wYtf�iam><t�xna t_ 1 'J \•oai, 3jjtg _tit �. p - 1 17- Eli+ Is ILI ary s �c G I rp i VI Wo , i � i } f � p a ,' � ©a♦ 1 K'ilr"t 'y �+��S �iL 5 I J', ©4� iLI �� �yti =r.' ©,�7� t .t _4y.' :p ;t �•� � Emu 'f�.tf+4y,•�J- , 7r.... + � ! *•� , , �� to i i `rna. t i:� n tn Z r ILA- 0-8 1 —1 0-1 SAMPLE ID: C-2 1 1a I R R/(//�/J��/����}y'A�utay6QXI � L-U:\/ K, O� Iris/ � �•'J k iQ l.. .� • t>'�'i� *" & :A I " t 1 • 'fi,. dL.uE3a 67 EMU` r s�,;:asx ® , SAMPLE ID- D-5 `•gip-'�, /�� ��'' fir, J. 1 .. . � s 44 it s'c1•a'. ♦ - ti C ..,....... k .. t .. r •_ '•. T. DELTA AIRPORT CONSULTANTS, INC. AEA97-079-00 i SAMPLE ID: D-7 SAMPLE ID: D-6 Raba-Kbtner PLATE 70 i � �. Y� ���1°it.f s•P'1. � gip[• .. y . .� �g, 1 OEM• r 1 •._ �. r 1•w,' •r 11 �`,�j�y{h�f i1f4 �mrL ,I � i it - • _ .. - ar - ® ' Rn. �. i 11: it ■ r YIn 3a-Kish i4 w � *4-.1 0 :� w 1 DELTA AIRPORT CONSULTANTS, INC. AEA97-079-00 r r r SAMPLE ID: J-5 SAMPLE ID: J-6 Raba-Kbtncr PLATE 73 l• D; � �YA97�Dta v� H^ c�S �ar� �$' .;ram •.y~ ... ±: IDS}"K�'i�l" }[� y`A ® k�.� +Twu1C�y Z 4 T� KY Yi:•Yf {. 6©+ l� -• - t: � +'�1;sy�+`•,c+=c+ ' � % r ' �"y:( x'�,y't� +j'`r�, � 4 .i UT ;1134mmlblmw I In i f ITD A a �11 40 7� i _ ;.�' •.� �� ,r ate ©� ` � i f• .;. , : I l � . •Lis tY �! ■ i i 4"'I`-�• . �•=:; :'..lilt ...:.�(_I _.' � '.�s , - � ifs+. ' ■ �` , CALIFORNIA BEARING RATIO CLIENT: DELTA Airport Consultants, Inc. DATE: 06/30/97 9101 Southern Pine Blvd., PROJECT: Reconstruction of Runway Suite 140 17R-35L KEEL, Charlotte,North Carolina 28273 Lubbock Intemational Airport PROJECT No. AEA97-079-00 SAMPLE LOCATION: B-4 MOISTURE DENSITY RELATIONS OF SOILS Penetration Load Load Stress Reading (in) Reading (Lbs) (psi) ta0 160 140 -- 120 100 so 60 40 20 0 0 0 0 0 0.010 2 20 7 0.020 5 51 17 0.030 7 71 24 0.040 10 102 34 0.050 13 133 44 0.060 16 163 54 0.070 18 184 61 0.080 22 224 74 0.090 24 245 81 0.000 0.050 0.100 0.150 0.200 0.100 27 275 91 Penetration Reading (In.) 0.150 40 408 _. 135 0.200 49 500 166 Trial No. Moisture (percent) Dry Density (pd) 1 11.9 105 2 16.2 108.4 3 17.3 106.5 4 18.5 103.7 5 Maximum Density (pcf 108.7 Opdm.Moist.Content (%) 15.7 1U a j 2 0 495.5 102.2 Dry Density as Molded (pcf) Compaction Dry Density Moisture Content Dry Density Moisture Content CBR CBR Effort Prior to Soaking Prior to Soaking After Soaking After Soaking Swell at 0.1' at 0.20 (6lows/layer) (pd) (%) (pd) (%) (%) Pen. Pen. 20 95.5 13.8 113.7 14.5 0.0009 9 11 23 1 102.2 13.5 1 115.7 1 14.7 1 0.0009 1 10 12 LAt3UKATUKY TEST PKOGtUUKtS : A51 M U-1b57, 0-1563 H: DATA%GEO%97W97079a.C8R Plate 76 Raba-Kistner CALIFORNIA BEARING RATIO CLIENT: DELTA Airport Consultants, Inc. DATE: 07/07/97 9101 Southern Pine Blvd., PROJECT: Reconstruction of Runway Suite 140 17R-35L KEEL, Charlotte,North Carolina 28273 Lubbock International Airport PROJECT No. AEA97-079-00 SAMPLE LOCATION: B-8 MOISTURE.DENSITY RELATIONS OF SOILS Penetration Reading (in) Load Reading Load (Lbs) Stress (psi) —� 60 l 50------ — _ 40 i� 30 -^ 20 1 10 - 0 0.000 0.100 0.200 0.300 penetration Reading (tn.) 0 0 0 0 0.010 2 20 7 0.020 3 31 10 0.030 3 31 10 0.040 4 41 14 0.050 4 41 14 0.060 5 51 17 0.070 6 61 20 0.080 6 61 20 0.090 6 61 20 0.100 7 71 24 0.150 9 92 30 0.200 11 112 37 0.250 13 133 44 • 0.300 15 153 51 Trial Moisture No. (percent) Dry Density (pc0 1 7 122 2 8.5 126.6 3 10.3 124 4 12.9 .116.4 5 Maximum Density (pct) 126.6 Optim.Moist.Content (%) 1 8.6 9 8 7 6 rr 5 U 4 3 2 1 0 118.50 119.10 Dry Density as Molded (pc!) Compaction Dry Density Moisture Content Dry Density Moisture Content CBR CBR Effort Prior to Soaking Prior to Soaking After Soaking After Soaking Swell' at 0.1" at 020 (Blows/layer) (PCQ (%) (pd) (%) (%) Pen. Pen. 15 118.5 6.7 110.7 14.1 0 2 3 21 119.1 9.1 114.1 13.8 0.5 9 1 9 viDVrW 1 VRT 1 CJ 1 rMVLCiJUKCZ : AC) I M U-10:71, U-ltiti.3 H: DATA1G E=971A97079b.CBR Plate 77 Raba-Ri stner CALIFORNIA BEARING RATIO CLIENT: DELTA Airport Consultants, Inc. DATE: 07/07/97 9101 Southem Pine Blvd., PROJECT: Reconstruction of Runway Suite 140 17R-35L KEEL, Charlotte,North Carolina 28273 Lubbock Intemational Airport PROJECT No. AEA97-079-00 SAMPLE LOCATION: B-10 MOISTURE DENSITY RELATIONS OF SOILS Penetration Load Load Stress Reading (in) Reading (Lbs) (PSI) 40 35 30 25 20 15 10 5 0 0 0 0 0 0.010 1 10 3 0.020 1 10 3 0.030 1 10 : 3 0.040 2 20 7 0.050 2 20 7 0.060 2 20 7 0.070 3 31 10 0.080 3 31 10 0.090 4 41 14 0.100 4 41 14 0.150 6 61 20 0.000 0.100 0.2M - 0.300 0.200 7 71 . 24 0.250 9 92 30 Penetration Reading (in.) ` • 0.300 11 112 37 Trial No. Moisture (percent) Dry Density (pcf) 1 6.1 120.6 2 7.9 126.6 3 10.6 122.4 4 12.1 117.9 5 -- Maximum Density (pcf) 126.6 Optim.Moist.Content (°/a) 8 4 3.5 3 2.5 ca cc v 1.5 1 0.5 0 106.60 119.40 Dry Density as Molded (pcf) Compaction Dry Density MoistureContent Dry Density Moisture Content CBR CBR Effort- Prior to Soaking Prior to Soaking After Soaking After Soaking Swell at 0.1' at 0.2' (Blows/layer) (pcf) (%) (pcf) (%) (%) Pen. Pen. 15 106.6 1 7.6 103.3 11 2.2 1 2 25 119.4 1 11.2 1 116.5 1 14 1 0.5 6 1 7 LABORATORY TE5T PR0GEDURE5 : ASTM D-1557, D-1853 H:DATAXGE01A97W97079c.cbr _ Plats 78 Raba-His;ftner CALIFORNIA BEARING RATIO CLIENT: DELTA Airport Consultants, Inc. DATE: 9101 Southern Pine Blvd., PROJECT: Suite 140 Charlotte,North Carolina 28273 PROJECT No. SAMPLE LOCATION: MOISTURE DENSITY RELATIONS OF SOILS 07/07/97 Reconstruction of Runway 17R-35L KEEL, Lubbock Intemational Airport AEA97-079-00 B-11 Penetration Reading (in) Load Reading Load (Lbs) Stress (psi) 60 S0 ' ao — - 30 20 ' 10 0 0.000 0.100 0.200 0.300 Penetration Reading (in.) 0 0 0 0 0.010 1 10 3 0.020 2 20 7 0.030 3 31 10 0.040 4 41 14 0.050 5 51 17 0.060 6 61 20 0.070 6 61 20 0.080 7 71 24 0.090 8 82 27 0.100 9 92 30 0.150 13 133 44 0.200 15 153 51 0.250 16 163 54 • 0.300 17 1 173 57 Trial No. Moisture (percent) Dry Density (pc0 1 7 122 2 8.5 126.6 3 10.3 124 4 12.9 116.4 5 Maximum Density (pct) 126.6 Optim.Moist.Content (%) 8 to 8 m 6 IF] 4 2 0 116.80 119.20 Dry Density as Molded (pct) Compaction Dry Density Moisture Content Dry Density Moisture Content CSR CSR Effort Prior to Soaking Prior to Soaking After Soaking After Soaking Swell at OX at 0.2' (Blows/layer) (Pco (%) (pct) (%) (%) Pen. Pen. 15 116.8 6.6 110.7 12.5 1.7 3 1 3 20 119.2 11 111.2 19 1 0.2 1 11 1 10 LAt3UKATUKY I 1=5I NKU(:tt7UKt5 : A5 I M U-1bb7, U-1653 H:DATA%GE0%A971A97079d. C8R Plate 79 Raba-Kistner CALIFORNIA BEARING RATIO CLIENT: DELTA Airport Consultants, Inc. DATE: 9101 Southern Pine Blvd., PROJECT: Suite 140 Charlotte,North Carolina 28273 PROJECT No. SAMPLE LOCATION MOISTURE DENSITY RELATIONS OF SOILS Reading (in) Reading (Lbs) (psi 0 0 0 0 0.010 5 51 17 0.020 9 92 30 0.030 12 122 40 0.040 14 143 47 0.050 17 173 57 0.060 19 194 64 0.070 20 204 68 0.080 21 214 71 0.090 22 224 74 0.100 23 235 78 0.150 30 306 1 101 0.200 34 347 115 0.250 36 367 122 Trial No. Moisture (percent) Dry Density (pct) 1 5 129.5 2 6.7 13113 3 1 7 128 4 8.7 124.3 5 Maximum Density (pco 131.5 Optim.Moist.Content (%) 1 6 14U 120 100 07/07/97 Reconstruction of Runway 17R-35L KEEL, Lubbock International Airport AEA97-079-00 B-12 a 80 e W 60 — 40 — 20 0 0-t 0.050 0.100 0.150 0.200 0.250 Penetration Reading (In.) io 14 12 10 m 8 6 4 2 0 119.50 123.90 Dry Density as Molded (pcf) Compaction Dry Density MoistureContent Dry Density Moisture Content CBR CBR Effort Prior to Soaking Prior to Soaking After Soaking After Soaking Swell at 0.1" at 0.2" (Blows/layer) (Pcf) (%) (pcf) (%) (%) Pen. Pen. 15 119.5 5.8 113.9 11 0.2 7 7 20 123.9 6.5 12.2.1 8.1 0.0002 15 14 LABORATORY TEST PROCEDURES: ASTM D-1557, D-1883 H: DATAtGE01A971A97079e.CBR Plate 80 Raba-Histner CALIFORNIA BEARING RATIO CLIENT: DELTA Airport Consultants, Inc. DATE: . 07/07/97 9101 Southern Pine Blvd., PROJECT: Reconstruction of Runway Suite 140 17R-35L KEEL, Charlotte,North Carolina 28273 Lubbock International Airport PROJECT No. AEA97-079-00 SAMPLE LOCATION: B-13 MOISTURE DENSITY RELATIONS OF SOILS Penetration Reading (in) Load Reading Load (Lbs) Stress (psi) 70 60 ' 90 40 - 30 `-- 20 -- 0 o � 0.000 0.100 0.200 0.300 0.400 Penetration Reading (in.) 0 0 0 0 0.010 1 10 3 0.020 2 20 7 0.030 3 31 10 0.040 4 4.1 14 0.050 5 51 17 0.060 6 61 20 0.070 7 71 24 0.080 7 71 24 0.090 8 82. 27 0.100 9 92 30 0.150 12 122 40 0.200 14 143 47 0.250 15 153 51 • 0.300 16 163 54 0.350 19 194 64 0.400 20 204 68 Trial No. Moisture (percent) Dry Density (pd) 1 7 122 2 8.5 126.6 3 10.3 124 4 12.9 116.4 5 Maximum Density (pd) 126.6 Optim.MoisLContent (%) 1 8 5 4 3 m v 2 1 40 114.9 Dry Density as Molded (pcf) 120.3 Compaction - Dry Density Moisture. Content Dry Density Moisture Content CBR CBR Effort Prior to Soaking Prior to Soaking After Soaking After Soaking Swell at 0.1' at 02- (Blows/layer) (pd) (%) (pd) (%) (%) Pen. Pen. 15 114.9 7 108.8 13 0.4 3 3 25 120.3 8.7 1 114 1 14.7 1 1 1 5 1 5 LAt3UKA1 UKT I t5 I F'KUGtUUKtb : A51 M U-1557, 0-1853 H:0ATA%GE0W971A97079f.C8R - - Plate 81 Raba-Histner CALIFORNIA BEARING RATIO CLIENT: DELTA Airport Consultants, Inc. DATE: 9101 Southern Pine Blvd., PROJECT: Suite 140 Charlotte,North Carolina 28273 PROJECT No. SAMPLE LOCATION: MOISTURE DENSITY RELATIONS OF SOILS 07/07/97 Reconstruction of Runway 17R-35L KEEL, Lubbock International Airport AEA97-079-00 B-17 Penetration Reading (in) Load Reading Load (Lbs) Stress (psi) 120 .�... too 8a . so -- i N 40 20 0 oo 0.000 0.100 0200 o.s Penetration Reading ( In.) 0.010 3 31 10 0.020 4 41 14 0.030 6 61 20 0.040 7 71 24 0.050 8 82 27 0.060 10 102 34 0.070 12 122 40 0.080 13 133 44 0.090 14 143 47 0.100 15 153 51 0.150 22 224 74 0.200 28 286 95 0.250 32 326 108 0.300 34 347 115 Trial No. Moisture (percent) Dry Density (pcf) 1 7 122 2 8.5 126.6 3 1 10.3 124 4 12.9 116.4 5 Maximum Density (pct) 126.6 Optim.Moist.Content (%) 8 a 5.8 5.6 5.4 m 5.2 5 4.8 10 4.6 4.4 108.40 115.50 Dry Density as Molded (pcf) Compaction Dry Density Moisture Content Dry Density Moisture Content CBR CBR Effort Prior to Soaking Prior to Soaking After Soaking After Soaking Swell at 0.1" at 0.T (BlowsAayer) (pCO (%) (pcf) (%) (°/0 Pen. Pen. 15 108.4 6.8 103 12.5 24.4 5 6 27 115.5 1 11.4 1 110 1 16.9 1.3 6 7 LAbUKATUKY TEST PR0CEUUKE5 : A5 I M U-1557, U-1853 H: DATA%GEO%A9M97079g.0 BR Plate 82 Raba-Bistner CALIFORNIA BEARING RATIO CLIENT: DELTA Airport Consultants, Inc. DATE: 07/07/97 9101 Southern Pine Blvd., PROJECT: Reconstruction of Runway Suite 140 17R-35L KEEL, Charlotte,North Carolina 28273 Lubbock International Airport PROJECT No. AEA97-079-00 SAMPLE LOCATION: B-20 MOISTURE DENSITY RELATIONS OF SOILS Penetration Load Load Stress Reading (in) Reading (LDS) (psl) 100 90 so 70 ., = 60 a 50 js 40 30 20 10 0 0 0 0 0 0.010 1 10 3 0.020 3 31 10 0.030 4 41 14 0.040 7 61 20 0.050 8 71 24 0.060 9 82 27 0.070 11 92 30 0.080 12 112 37 0.090 12 122 40 0.100 17 122 40 0.150 22 173 57 0.000 0.100 0200 0.300 0.200 25 224 74 0.250 27 255 84 Penetration Reading ( In.) 0.300 11 275 91 Trial No. Moisture (percent) Dry Density (pd) 1 7 122 2 9 127 3 10 124 4 13 116 5 Maximum Density (pc) 127 Optim.Moist.Content (%) 8 4 4 3 3 m 2 U 2 t t 0 110.50 120.30 Dry Density as Molded (pct) Compaction Dry Density MoistureContent Dry Density Moisture Content CBR CBR Effort Prior to Soaking Prior to Soaking After Soaking 'After Soaking Swell at 0. 1" at 0.2' (Blows/layer) (pc!) (%) Wo (%) (%) Pen. Ped 15 110.5 9.7 113.5 12.0 2.4 2.0 5.0 25 120.3 11.6 1 108.7 16.4 3.9 4.0 5.0 LABORATORY TE5T PROCEDURE5 : ASTM D-1557, 0-1883 H: DATAlGE0%97%497079h.CBR Plate 83 Raba-Bistner a PROJECT NUMBER: AEA97-079-00 CLIENT: DELTA Airport Consultants, Inc. DATE: July 16, 1997 REPORT OF TETST ON CONCRETE CORES PROJECT NAME: Reconstruction Runway 17R-35L KEEL Lubbock International Airport PROJECT NUMBER: AEA97-079-00 DATE TESTED: 06/24/97 CLIENT: DELTA Airport Consultants, Inc. 9101 Southern Pine Blvd, Suite 140 Charlotte,North Carolina 28273 Core No. Core Station Diameter Area Length, L (in) Load (Lbs) Compressive Strength (psi) 01 15+10 3.8 11.35 7.60 73200 6450 02 20+14 3.8 11.35 7.50 74400 6550 03 24+60 3.8 11.35 8.00 66000 5820 04 30+37 3.8 11.35 8.05 70000 6170 05 33+67 3.8 11.35 8.40 55000 4850 06 40+14 - 3.8 11.35 8.10 92000 8110 08 56+15 3.8 11.35 8.20 56000 4930 09 60+35 3.8 11.35 8.00 90400 7960 10 65+38 3.8 11.35 7.80 81000 7140 11 69+85 3.8 11.35 8.20 85200 7510 12 75+13 3.8 11.35 8.45 91000 8020 13 80+10 3.8 11.35 8.35 80100 7060 14 85+13 3.8 11.35 7.95 65700 5790 15 90+35 3.8 11.35 8.06 59600 5250 16 96+12 3.8 11.35 8.00 85300 7520 17 102+38 3.8 11.35 8.30 79000 6960 18 106+13 3.8 11.35 8.50 91000 8020 19 114+10 3.8 1 11.35 7.60 89000 7840 20 120+14 3.8 11.35 8.00 70800 6240 REMARKS: (1) The curing and compressive strength testing of these cores were conducted in general accordance with ASTM C42 test procedures. (2) All test cores were loaded perpendicular to the horizontal plane of concrete placement. (3) All test cores were capped with a high -strength sulphur compound. H: DATA%G E0%A971A97079.CON Plate 84 Raba-Sistner GEOTECHNIC;L LABORATORY SUMMARY Lubbock Intemational Airport RUNWAY 17R-35L KEEL Lubbock. Texas 0 I ION WO .......... # -.1 .......... 1 . - '. j-, gg �gg .................. IN B-1 S-2 100 99 98 97 64 29 11 CL B-I/ S-3 100 99 99 96 56 24 11 CL B-2 S-3 90 87 84 80 51 24 12 CL B-2 S-4 100 100 98 94 55 36 15 CL B-3 S-2 100 89 79 65 40 27 6 sc-sm B-4 S-2 86 83 79 74 47 27 10 sc B-4 S-4 89 79 67 45 25 37 10 sc B-5/ S-2 100 100 100 99 52 29 12 CL -B-5 S-3 99 98 97 95 69 25 10 CL B-6 S-2 100 100 100 100 62 25 12 CL B-6 S-4 100 98 98 97 68 26 12 CL B-7 S-2 160 100 100 99 52 26 12 CL B-a S-1 100 90 85 68 31 — NP sm B-8 S-2 100 100 100 100 57 28 15 CL B-8/ S-3 100 98 93 86 53 22 8 CL B-9 S-3 100 99 97 96 64 23 10 CL B-10 S-1 96 84 75 63 28 — NP sm B-1 0 S-3 100 99 98 96 52 23 10 CL B-1 1 S-1 99 97 96 90 48 28 17 sc ,DATA\GEO\A97\A97079SUM.doc PLATE 85 Raba-Kistner 9 771 GEOTECHNICAL LABORATORY SUMMARY Lubbock Intemational Airport RUNWAY 1713-351. KEEL Lubbock,Texas B-1 I S-2 99 97 98 94 58 28 12 CL B-I I/ S-3 100 98 97 95 57 24 12 CL B-1 2 / S-i 93 02 70 53 23 — NP Sm S-12/S-2 100 100 99 98 53 25 10 CL S-13/S-3 100 99 99 96 59 27 11 CL B-14 / S-2 100 99 98 96 59 25 10 CL B-1 S/ S-3 100 97 94 90 68 35 7 ML 8-16 / S-2 100 100 100 100 66 33 15 CL B-1 6 1 S-4 100 98 97 95 68 68 is CL 8-17 / S-2 100 100 100 99 71 32 14 CL B-17 / S-3 100 96 91 87 64 36 is CL 'B-1 8 / S-3 99 98 98 93 61 26 13 CL B-1 9/ S-2 100 99 98 95 65 31 13 CL 8-1 9 / S-3 97 94 91 Be GO 28 15 CL B-20 / S-1 99 1 96 92 841 48 — SC FI-20 / S-3 98 97 96 92 48 29 13 SC HADATAWMAMA97079SUM-doc PLATE 8E 11 Raba-Kistner a Project No. AEA97-079-00 Delta Airport Consultants, Inc. July 17, 1997 LUBBOCK INTERNATIONAL AIRPORT Correlation CBR - Modulus of Subgrade Reaction Boring No. Max. Dry Density (pcf) Percent Compaction CBR (%) at 0.1" Penetration Modulus of Subgrade Reaction (k), (pci) 4 108.7 94.0 10 190 8 126.6 94.1 9 180 10 126.6 94.3 6 160 11 126.6 94.2 11 210 12 131.5 94.2 15 230 13 126.6 95.0 5 140 17 126.6. 91.2 6 160 20 1 127.0 1 94.7 4 120 Reference: Portland Cement Association - Engineering Bulletin M:%MTA%GEOW Wr%MTM. MSD Raba-Kistner 3 PLATE 87 Project No. AEA97-079-00 Delta Airport Consultants, Inc. July 17, 1997 Lubbock International Airport. Coring No. Station Descriation 61 15+10 No cracks were observed J1 18+35 Small surficial cracks 131 19+37 Small vertical and top cracking 82 20+14 No cracks were observed B3 24+60 No cracks were observed C1 24+66 Small surficial crack, full vertical crack B4 30+37 Small surficial cracks D2 30+78 Core broken in two sections B5 33+67 Small surficial cracks B6 40+14 No cracks were visible B7 44+12 No cracks were visible J4 46+73 Small surficial cracks J3 46+74 Piece of wood embedded at 2' J2 46+75 Small vertical crack, rebar present 68 56+15 Small surficial cracks D3 58+35 Core broken in three sections B9 60+35 Small surficial cracks B10 65+38 No cracks were visible J5 66+04 Core broken in three sections J6 66+04 Crack, top to 2' down 811 69+85 No cracks were visible J7 71+00 Small surficial crack, full vertical• crack B12 75+13 No cracks were visible - D4 76+78 Small surficial cracks B13 80+10 No cracks were visible J8 83+48 Small surficial cracks B14 85+13 No cracks were visible D5 86+60 Full vertical crack D6 89+08 Full vertical crack B15 90+35 Small surficial cracks D7 90+55 Small surficial crack, full vertical crack B16 96+12 No cracks were visible . J9 96+50 Full vertical crack below joint B17 102+38 Small surficial cracks - B18 108+13 No cracks were observed C2 112+47 Small surficial crack 619 114+10 No cracks were visible 08 119+70 Crack from top down 2" J10 120+00 Full vertical crack B20 120+14 No deep cracks were visible PLATE 88 Raba-Histner P. AEA97-079-00 SYMBOLS AND TERMS USED ON BORING LOGS SOIL OR ROCK TYPES STRENGTH TEST RESULTS (shown in symbols column) ® Estimated Strength ® IE '•�� Q :C' Q Torvane O Unconfined Compression Clay Silt Sand Siltstone Gravel TRIAXIAL COMPRESSION ® © \\\\ \\\\ � •Unconsolidated-undramed Umestone Chalk Callche/ Mart Clay ❑ Consolidatedrnndrained Calcareous Shale + + ; :, i►f. G Cohesion (Total) 0 Angle of Internal Friction (Total) Concrete Asphalt Base Fill C' Cohesion (Effective) Rock Q) Angle of, Internal Friction (Effective! ( Predominate Soil Types Shown Heavy) SAMPLER TYPES NOTE: (shown in sample column) Values symbolized on boring logs m � represent Shur strengths unless otherwise Hated. Shelby Babe Rock Coro Split Spoon Auger No Recovery California Sample TERMS DESCRIBING CONSISTENCY, CONDITION OR TEXTURE Terms used in this report to describe soils with regard to their consistency or condition an In general accordance with the discussion presented in Article 45 of SOIL MECHANICS IN ENGINEERING PRACTICE, Terzaghi and -Peck, Jahn Wiley & Sons, Inc. 1967, using the most reliable information available from the field and laboratory investigations. Terms used for describing soils according to their texture or grain size distribution are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM, as described in Technical Memorandum No. 3-357, Waterways Experiment Station, March 1953. TERMS CHARACTERIZING SOIL STRUCTURE Slickensided having inclined planes of weakness that are stick and glossy in appearance. Fissured • containing shrinkage cracks, frequently filled with fine sand or silt: usually more or lass vertical. Laminated • composed of thin layers of varying color and texture. Interbedded • composed of alternate layers of different soil types. - Calcareous • containing appreciable quantities of calcium carbonate. Well graded • having wide range in grain sizes and substantial amounts of all intermediate partiele sizes. Poorly graded predominantly of one grain size, or having a range of sizes with some intermediate site missing. TERMS DESCRIBING CONSISTENCY OR CONDITION RELATIVE DENSITY COHESIVE STRENGTH PLASTICITY Penetration Penetration Resistance, Relative Resistance, Cohesion, Plasticity Degree of blows per foot Density blows per foot Consistency TSF Index Plasticity 0- Very Loose 0.2 Very Soft 0d.125 O-S None• 4.10 Loose 24 Soft 0.12E-0.25 S•10 Low 10-30 Medium Dense 4.8 Firm 0.25-0.5 10.20 Moderate 30-50 Dense 8.15 Stiff O.S•1.0 20-40 Plastic > 50 Very Dense 15.30 Very Stiff 1.0.211 > 40 Highly Plastic > 30 Hard > 2.0 NOTE: Siickensided and fissured clays may have lower unconfined compressive strengths than shown above because of planes of weakness or cracks in the soil. The consistency ratings of such soils are based on penetrometer readings. PLATE 89 Raba•Klstner Consullards (SW), Inc. APPENDIX "B" STORMWATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITIES CITY OF LUBBOCK, TEXAS r i Storm Water Pollution r Prevention Plan ( for Construction Activities LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS Project Names Reconstruct Runway 17R-35L Keel (11,500, x 501) Reconstruct Blast Pads (2501 x 1501) C. July 1997 C7053WPP.PLN ' I CONTENTS 1. INTRODUCTION a. Regulatory Background b. Storm Water Pollution Prevention Plan Organization 2. SITE DESCRIPTION a. Nature of the Activity b. Sequence of Construction C. Areas d. Pollution Potential e. Site Map 3. CONTROLS a. Erosion and Sediment Control b. Storm Water Management C. Construction Personnel 4. NON -STORM WATER DISCHARGES a. Applicable Laws b. Handling and Disposal of Hazardous Materials C. Notice, Response and Remediation of Hazardous Materials d. Notice of Environmental Permitting e. Above Ground Storage Tanks f. Right to Know g. Penalties h. Responsibility of the Owner S. MAINTENANCE 6. INSPECTIONS E 7. PERSONNEL DESIGNATION S. SWPPP CONTENT REVIEW 9. CERTIFICATION 10. NOTICE OF TERMINATION 11. APPENDIX "A" STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITIES CERTIFICATION K] F l 1. INTRODUCTION a. Regulatory Background In 1972, the Federal Water Pollution Control Act (later referred to as the Clean Water Act (CWA)) was amended to l l provide that the discharge of pollutants to waters of the United States from any point source is effectively prohibited, ` unless the discharge is in compliance with a National Pollutant Discharge Elimination System (NPDES) Permit. Amendments to the CWA in 1987 added Section 402(p) to the Act which establishes a framework for regulating municipal and industrial discharges of storm water under the NPDES program. The regulations require that construction activities rdisturbing an area of five acres of more must be regulated as _ an industrial activity, and covered by an NPDES permit. Final regulations that established application requirements for regulated storm water discharges were published in the Federal �•• Register on November 16, 1990. The federal regulations allow states which are authorized to implement the NPDES program. Texas however, does not have NPDES permitting authority. In Texas the NPDES storm water r permitting program is administered by Region 6 of the United States Environmental Protection Agency (EPA). The EPA has issued a general permit for storm water discharges associated with construction activities requiring a permit. A requirement of the NPDES general permit for construction is adherence to a storm water pollution prevention plan (SWPPP). A separate SWPPP is required for each construction project. r r 4 19 b. Storm Water Pollution Prevention Plan Organization r This storm water pollution prevention plan (SWPPP) has been rprepared in accordance with requirements of the EPA general i construction permit. It is to be included in the specifications for this construction project at, Lubbock International Airport consequently making the construction r. plans and specifications part of the SWPPP. The City of Lubbock requires that the contractor conform to all SWPPP requirements. 2. SITE DESCRIPTION The following is a general description of the construction project. a. Nature of the Activity The project consists of the reconstruction of the center fifty (50) feet of Runway 17R-35L. The runway consists of 14 inches of portland cement concrete pavement on a stabilized base. The project also consists of the reconstruction of bituminous blast pads (8,350 sy). A temporary concrete plant will be set up for the project. b. Sequence of Construction r i. Install temporary construction entrances as shown on the plans. ii. Install temporary sediment trapping measures as required. iii. Set up temporary plant and complete project. r 5 f iv. Within fourteen (14) days of completing grading and shoulder work, and/or demolization of the temporary plant, seed and mulch all disturbed areas. V. Upon stabilization of all areas, remove the erosion and sediment control measures and accumulated r sediment. r r c. Areas The site consists of approximately 20 acres located on Lubbock International Airport in Lubbock, Texas. It is anticipated that less than 5 acres of the sites will be disturbed during the project. d. -Pollution Potential Potential pollution sources on this project site include vehicle fueling, storage of fertilizers, storage of paints, storage of equipment maintenance fluids, runoff from the • temporary plant site, and sanitary waste facilities. The potential for pollution from runoff from denuded areas is minimal. e. Site Map All information required on the site map is included on the construction plans. 6 7 3. CONTROLS a. Erosion and Sediment Control Soil erosion and sediment control measures shall -be in accordance with the project specifications and local guidelines. i. Stabilization Practices ` Permanent or temporary stabilization soil stabilization r must be applied to denuded areas with fourteen (14) days after final grade is reached on any portion of the site. Soil stabilization must also be applied within fourteen g (14) days to denuded areas which may not be at final grade but will remain unworked for longer than twenty-one (21) days. Soil stockpiles must be stabilized or protected with soil stabilization and/or sediment trapping measures to prevent soil loss. A . r- ii. Structural Practices The structural practices to be used are shown on the f ' plans and are considered minimal steps and additional r erosion and sediment control measures may be required. d Specific types of erosion and sediment control are described in detail in the plans and specifications for each construction project. Maintenance of these measures is the responsibility of the Contractor until such time t; that the site is stabilized and the temporary erosion and sediment control measures removed. 7 7 1 b. Storm Water Management There will be no significant increase in runoff peak as a result of the project. Therefore, no permanent storm water management measures are proposed. C. Construction Personnel List all Contractors and Subcontractors for each construction activity: Name Contact Person Address Tele hone No. Each firm listed above must sign the certification statement in Appendix A. 0 r 4. NON -STORM WATER DISCHARGES Any sources of non -storm water, excluding flows from fire fighting activities, that are combined with storm water discharges associated with industrial activity must be in conformance with any applicable federal, state and/or local laws, statutes, ordinances, rules, and regulations. a. Applicable Laws All persons on the Owner's property, whether tenant, lessees, sublessee, contractees, vendors, or otherwise, shall comply with, at all times, all federal, state, and local laws, statues, ordinances, rules, and regulations r relating to environmental, health, safety, contamination, and pollution matters. - b. Handling and Disposal of Hazardous Materials • All persons handling, storing, or disposing of any hazardous material, hazardous waste of solid waste (as defined by all related environmental, health, and safety laws) at the Airport must follow all applicable regulations, including, but not limited to, those regulations which require proper identification, storage, containment, and labeling of hazardous materials and/or wastes. Notifications of hazardous materials and/or waste generation must be made to the appropriate federal, state, and/or local regulatory agencies, including the Owner as required or as requested. Proper record keeping procedures, as required under any of the applicable regulations, must be maintained and made available for inspection by the Owner at is request. Hazardous P] r i materials and/or wastes must be disposed of only at permitted treatment, storage, and disposal facilities. C. Notice, Response, and Remediation of Hazardous Materials Incidents The Owner shall be notified immediately of any petroleum product, fuel, or hazardous materials leak, spill, release, or other unauthorized environmental discharge occurring on the Airport. In the event of a leak, spill, or release, the Contractor shall immediately initiate the proper remediation response. If the Contractor fails to respond in accordance with applicable local, state, and federal requirements, then the. Owner will initiate r" remediation procedures. All persons responding to such t leak, spill, release, or other unauthorized environmental discharge shall have received all required training and possess all required equipment for such remediation activities under applicable environmental, health, and • safety laws. To the extent that notification of a leak, spill, release, or other unauthorized environmental 6 discharge at the Airport is required under any environmental, health, and safety law to any federal, state, or local agency, the same notice shall also be provided contemporaneously to the Owner. If the Owner ^ initiates remediation activities for hazardous material r incidents due to a failure by any persons to r appropriately respond to and remediate any unauthorized f discharge then the responsible person shall be charged at a rate of 200% of the cost for remediation and/or r compliance. 10 I r�. d. Notice of Environmental Permitting To the extent any person operating at the Airport is required to apply for and obtain any environmental permit, license, or approved plan (e.g., oil discharge contingency plans) from any federal, state, or local agency for such operation, the Owner shall be contemporaneously advised of such application and provided a copy of any issued/approved permit, license, plan, or any change or update thereto. e. Aboveground Storage Tanks All persons owning or operating aboveground storage tanks at the Airport must comply with all applicable environmental, health, and safety laws related thereto, including but not limited to the pertinent and applicable provisions of National Fire Protection Association (NFPA) Standards 30 and 407 and of Federal Aviation Administration Advisory Circular 150/5230-4, as amended, including Appendices 7 ("Minimum Standards for Fuel Storage, Handling, and Dispensing on Airports") and 8 ("Siting of Airport Fuel Storage Facility"), and 14 CFR Part 139, including Section 139.321 thereof (handling and storage of hazardous substances and materials), all as may be amended from time to time. f. Right -To -Know All persons operating at the Airport must comply with applicable provisions of the Emergency Planning and Community Right -To -Know Act of 1986 (EPCRA) and all other environmental, health, and safety laws with respect to hazardous chemical inventory and release reporting, 11 71 notifications to the appropriate government agencies, j� including the Owner, and compliance with communication r requirements to the public and employees. g. Penalties 7 Failure by any persons to make any required notification, to remediate any unauthorized environmental discharge, to comply with all federal, state, and local laws, statues, ordinances, rules and regulations relating to environmental, health, safety, contamination, and pollution matters, or to apply for and receive any permit required under any of these environmental regulations shall result in the Owner enforcing this failure as a !`" violation of these rules and regulations and in the issuance of an administrative penalty. 11 h. Responsibility of the owner All persons other than the Owner shall be liable to and • indemnify the Owner for payment of any fines or penalties levied against the Owner for alleged violations of any environmental, health, or safety laws arising out of the actions of such persons causing the violation of such laws and shall be liable and indemnify the Owner for the cost or fee of any cleanup or remediation incurred by the Owner and related thereto. S. MAINTENANCE In general, all erosion and sediment control measures shall be checked weekly and within 24 hours of the end of a storm that is 12 a 0.5 inches or greater. The following items shall be checked in particular: a. The inlet protection devices shall be checked regularly for sediment clean out. b. The gravel outlets shall be checked regularly for sediment accumulation which will prevent drainage. If the gravel is clogged with silt, it shall be removed and cleaned or replaced. C. The sediment fence barriers shall be checked regularly for undermining or deterioration. d. All seeded areas shall be checked regularly to see that a good stand of grass is maintained. Areas should be repaired and reseeded as required. .6. INSPECTIONS a. As a minimum, site inspections shall be performed by the Contractor on a weekly basis during dry weather and before and within 24 hours of the end of a storm that is 0.5 inches or greater. Where sites have been finally stabilized, such inspections shall be conducted at least once every month. These inspections shall be performed as part of a regular construction inspection program and reports of each inspection shall be kept. 13 7. Personnel Designation The owner will designate their representative who will be the construction SWPPP coordinator for all activities at the airport. S. SWPPP Content Review SWPPP elements will be modified as required. Elements specific to each construction project can be modified by the design engineer within the permit requirements. The SWPPP will also be amended at any time it is found to be not adequately addressing conditions of EPA requirements. 9. CERTIFICATION The SWPPP certification is found in Appendix A. It must be signed by all contractors/subcontractors listed in this plan prior to any work. The Owner will submit the application to the EPA for the NPDES storm water discharge permit for construction activities. 4 10. Notice of Termination When the site has been finally stabilized and all storm water discharge from construction activities that are authorized by this permit are eliminated, the Owner shall submit a Notice of Termination to the EPA. The terms and conditions of this SWPPP shall remain in effect until a completed Notice of Termination is submitted. 14 71 71, APPENDIX A STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITIES CERTIFICATION 15 71 r LUBBOCK INTERNATIONAL AIRPORT STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITIES CERTIFICATION "I certify by my signature below that I accept the terms and conditions of the Storm Water Pollution Prevention Plan (SWPPP) as required by the general National Pollutant discharge Elimination System (NPDES permit number SCR 1000000) issued to the owner/operator of the construction activity for which I have been contracted to perform construction related professional services. Further, by my signature below, I understand that I am becoming a co-permittee with the owner/operator of the facility for which I have been contracted to perform professional construction services. As a co-permittee, I understand that I, and my company, as the case may be, are legally accountable to the United States Environmental Protection Agency, to ensure compliance with the terms and conditions of the SWPPP. I also understand that the EPA enforcement actions may be taken against any specific co-permittee or combination of co-permittees if the terms and conditions of the SWPPP are not met. Therefore, having understood the above information, I am signing this certification and am receiving co- permittee status to the aforementioned general NPDES permit." Signature: Printed Name: Title: Business Address:_ Telephone No:: Date: Firl I 7 i r- APPENDIX 'C" QUESTIONS AND ANSWERS a 1. QUESTION: LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS QUESTIONS AND ANSWERS Does the price for unsuitable excavation include backfilling? ANSWER: Yes. In accordance with item P-152-3.1 "Method of Measurement", undercut and/or unsuitable excavation encountered during the progress of the work shall be measured in its original position for payment. The Engineer shall be notified prior to starting any undercut or unsuitable excavation so that necessary survey information can be obtained. Cross -sections taken before and after the removal of the undercut or unsuitable materials shall be used to compute the quantity by average end area method. Separate measurement will not be made for material placed during backfill operations. 2. QUESTION: What constitutes unsuitable material? 0 ANSWER: In accordance with Item P-152-1.3 "Unsuitable Excavation", unsuitable excavation is any material which is determined by the Engineer to be unsuitable. 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 approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. Material which is saturated may not be unsuitable if when aerated or dried it would be acceptable for subgrades or embankments. QUESTION: Will high in -place moisture content be grounds for classifying a material unsuitable? ANSWER: No. The Engineer will determine if the material is suitable or unsuitable based upon the physical properties of the material (e.g., liquid limits, plastic limits, CBR, etc.) High in -place moisture content will not be grounds for determining material to be unsuitable. The Contractor shall be responsible for proper handling and drying of all material. -1- i fr� r I F I 4. QUESTION: Is the Contractor responsible for construction layout and staking? ANSWER: Yes. In accordance with Section 50-06 "Construction Layout and Stakes", the Engineer shall furnish the Contractor with horizontal and vertical control only in the form of bench marks, and the Contractor must furnish all additional stakes for the layout and construction of the work and preserving all stakes and benchmarks through the duration of the project. 5. QUESTION: Will the Contractor be responsible for subgrade acceptance testing? ANSWER: No. The Owner will provide the personnel to complete the required acceptance testing. However, the Contractor will be responsible for his own quality control testing. Acceptance testing will not be performed as a quality check for the Contractor. Any failed acceptance test shall be billed to the Contractor. Reference is directed to Section 100 for the Contractor's Quality Control Requirements. 6. QUESTION: May the Contractor set-up a temporary concrete plant on site? ANSWER: Yes. The Contractor will be allowed to set-up a temporary plant on site provided that all local, state, and federal criteria are met. All applicable permits shall be provided to the Engineer for review. A proposed site has been coordinated with the FAA and shown on the plans. Plant height shall not exceed elevation 3335 MSL. 7. QUESTION: Does pavement removal only include the depth of pavement? 8. ANSWER: Pavement removal of the blast pad includes existing pavement, existing base course, and existing subbase course. Concrete pavement removal includes only the existing concrete. QUESTION: May recycled asphalt products be included in the bituminous concrete? ANSWER: No. -2- r 9. QUESTION: May the Contractor use pre -cast Electrical Duct? ANSWER: No. Cast in -place concrete encased duct must be used on this project. 10. QUESTION: Is the Contractor responsible for repair to utilities in service which are damaged by the Contractor's men or equipment? ANSWER: Yes. 11. QUESTION: Does the pavement removal pay quantity include pavement that must be removed in order to install electrical duct or conduit? ANSWER: No. This pavement removal is incidental to electrical duct or conduit installation. 12. QUESTION: Do the taxiway lights remain on during nighttime work periods? ANSWER: Yes, if the taxiway is open. MITLs on closed sections of taxiway shall be de -energized or obscured. 13. QUESTION: May a high compression ground connection be used in lieu of a Cadweld connection? ANSWER: No. Only exothermic ground connections shall be utilized. 14. QUESTION: Are the DBE (Disadvantaged Business Enterprise) percent participation figures goals or requirements? ANSWER: The DBE percent participation figures are goals which the Contractor shall make a good faith effort to obtain. The Contractor will be required to submit evidence of good faith effort Mlth the proposal. The Owner encourages the Contractor to utilize DBE subcontractors wherever practical. -3- r 15. QUESTION: Will Davis Bacon wage rates be required on this project? ANSWER: Yes. All affected Contractor personnel and all subcontractors should be placed in one of the wage rate classifications included in t Section 120 of the specifications. The Contractor may submit a request for a classification with supporting wage documentation if necessary. f 16. QUESTION: Will the resident project representative's field office and associated equipment be measured for payment? ANSWER: No. In accordance with Item P-101-3.1 "Method of Measurement" and Item P-101-4.1 "Basis of Payment", this item shall be incidental ` to the project, and there will be no separate measurement or �. payment for this item. 17. QUESTION: When will the project notice -to -proceed be issued? ANSWER: Upon successful completion of the FAA rant construction contract Po mP g and project submittals, the notice -to -proceed is anticipated for October, 1997. 18. QUESTION: Will the Contractor be required to pay for an additional inspector during nighttime shifts? ANSWER: No. The Owner shall provide all resident project representative services. 19. QUESTION: What permits are required to commence construction? ANSWER: The permits required shall be procured by the Contractor prior to the implementation of construction. The Contractor shall coordinate which permits are required with the City Engineering Department, state soil conservation service, state highway administration, City Purchasing Office, erosion control officer, etc. +rr r r 20. QUESTION: Are there any equipment height restrictions? ANSWER: Yes. Equipment shall conform to the heights and distances specified in Section 130 "Airport Safety Requirements During Construction". Any equipment or objects penetrating the Part 77 imaginary surfaces shall be coordinated in advance with the Engineer. Obstructions penetrating the Part 77 surfaces shall be marked and/or lighted - in accordance with FAA guidelines. 21. QUESTION: Does the Contractor have to bid all alternates? ANSWER: No. 22. QUESTION: Will retainage be required? ANSWER: Yes. The retainage policy outlined in Section 90-06 "Partial Payments" will apply on this project. 23. QUESTION: Do the contract documents allow for any adjustment in contract time due to unusually adverse weather conditions? V ANSWER: Yes. As outlined in Section 80-07 "Determination and Extension of Contract Tune", there are provisions in the contract documents for adjustment in contract time due to unusually adverse weather conditions. This is a calendar day contract, r therefore, it is anticipated that overtime and weekend work will 1 be required to complete the project within the allotted contract time. Timely completion of the work is essential to the Owner. 24. QUESTION: Will the Contractor be required to reseed areas of the project t- which yield a sparse cover from initial seeding? ANSWER: Yes. The Contractor will be responsible for obtaining a "good stand of grass with regard to color and density". No additional compensation will be made for overseeding. 25. QUESTION: Who certifies DBE Contractors? ANSWER: The U. S. Department of Labor and the State Department of Transportation have lists of current DBE Contractors. On a case by case basis, the Owner can certify a DBE Contractor for work on this project only, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation. 26. QUESTION: Can bond forms from Surety companies be used in lieu of documents in specifications? ANSWER: Yes, as long as they "say" the same thing. 27. QUESTION: Do the bid item prices have to be written out long hand on the proposal? ANSWER: The proposal shall be completed in accordance with Section 20-07 "Preparation of Proposal". The bidder shall state the price (written in ink or typed) both in words and numerals. Written words are not required if a computer print-out is submitted. 28. QUESTION: Will the Contractor be required to provide a 10-year employment history on all personnel working within the security fence of the Airport? ANSWER: Yes. A 10-year employment history will be required for each person working within the secure area of the Airport. 29. QUESTION: Will percent within limits (PWL) calculations be used for the quick set concrete? ANSWER: Yes. EM 30. QUESTION: What type aggregate is in the existing concrete? ANSWER: The geotechnical analysis of the existing concrete suggest that the aggregate in the existing concrete is approximately 60 % river gravel and 40 % limestone. 31. QUESTION: Does the 48 hour window for the work in Area 3 include saw cutting? ANSWER: Yes. 32. QUESTION: Does the 48 hour window for Area 3 include sealing of the joints? ANSWER: No. Reference is directed to Phasing Note 21. 33. QUESTION: When will a decision be made on what alternate is to be awarded. ANSWER: The Owner will decide what alternate will be awarded after bid opening and notice from the FAA on the level of funding to be received. 34. QUESTION: Why are there five (5) bid alternates? ANSWER: Multiple bid alternates were included to take advantage of various levels of FAA funding. 35. QUESTION: Will more than one alternate be awarded? ANSWER: No. If an award is to be made, only one (1) alternate will be awarded. 36. QUESTION: Can more than one penalty for liquidated damages be assessed? ANSWER: Yes. Liquidated damages will be assessed for each milestone. 37. QUESTION: Will compaction test be made on the temporary backfill placed in Area IA and Area 4A. ANSWER: No. -7- 38. QUESTION: Will the Contractor be escorted by Airport personnel? ANSWER: No. Following completion of the airport safety and driving course and receipt of a SIDA badge, the Contractor will not be escorted. 39. QUESTION: What is the thickness of the blast pads? ANSWER: The blast pad consists of approximately 2 inches of bituminous surface and 6 inches of bituminous base on a compacted subgrade. 40. QUESTION: What method will be used for conducting the flexural strength test? ANSWER: The flexural strength of each specimen will be determined in accordance with ASTM C78, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). 41. QUESTION: Can slip -form paring be used? ANSWER: No. Fixed forms must be used. 42. QUESTION: Will payment be made for stockpiled aggregate ANSWER: Payment for materials on -hand can be made provided that all requirements of Section 90-07 are met. 43. QUESTION: Will glass beads be used in the marking on this project? ANSWER: No. 44. QUESTION: Are there existing centerline lights? ANSWER: No. F 45. QUESTION: Can the notice -to -proceed for the project be delayed beyond October y 1997, if the extended weather forecast is not conducive to work. ANSWER: The Owner will discuss the exact date of the notice -to -proceed with the successful contractor at the preconstruction conference. The date of the notice -to -proceed may be adjusted depending upon weather, funding, etc. 46. QUESTION: Will asphalt paving be allowed in winter? ANSWER: Asphalt paving may be placed in accordance with Texas Department of Transportation specifications. 47. QUESTION: Will water be supplied by the Owner. ANSWER: No. Water is available near the site of the proposed plant. The Contractor is responsible for providing his own water and for coordination with the City for purchase of the water. 48. QUESTION: Why do the bid quantities include 500 tons for P-210 caliche base and the General Notes reference 400 tons. ANSWER: General Note 13 states the maximum quantity of caliche that will be paid for temporary backfdl in Areas IA and Area 4A . The bid quantity includes additional tonnage for other work items. 49. QUESTION: Is funding currently available for the project? ANSWER: A portion of the funding required to complete the project is available in FAA's FY97 budget which ends September 30, 1997. The balance of the funding is anticipated in FAA FY98. E 4.. i 50. QUESTION: Will the project be re -bid in order to complete work not awarded as part of this bidding period? ANSWER: If the FY98 funding becomes available within the 90 day period for awarding a contract and the successful Contractor is also low bidder on Alternate I, the Owner anticipates placing the balance of the work under contract by supplemental agreement without another bid period. Alternate I unit prices would prevail for all work. 51. QUESTION: What will happen if 550 psi is not reached on the Area 3 concrete prior to the milestone for opening to traffic? ANSWER: Area 3 will remain closed to aircraft traffic until 550 psi is reached and liquidated damages will be assessed for not having Area 3 open to air traffic. 52. QUESTION: Is welded wire fabric required for all slabs with light cans? ANSWER: Yes. 53. QUESTION: Is a double saw cut of the slabs to be removed required? ANSWER: Yes. 54. QUESTION: Is an epoxy specified for repair of spalls? ANSWER: No. Any slab to remain that spalls as a result of the Contractor's removal process shall be replaced (25' x 25') at the Contractor's expense. 55. QUESTION: Are all permanent markings to be outlined with a black border? ANSWER: Yes, all permanent airfield markings shall be outlined with a 6 inch black border. Temporary marking shall not be outlined in black. - 10- ir i 4 E 56. QUESTION: Does the Contractor have to submit the entire specification book with the bid? ANSWER: No. Only the "Bid" forms provided with the document have to be submitted. -II- LEGEND BORING/CORING NUMBER B--1 AND APPROXIMATE LOCATION I Reba- Mauer Engineers Geologists Scientists Chemists PLAN OF BORINGS RUNWAY 17R-35L KEEL PLATE LU9BOCK INTERNATIONAL WRPORT LIJ MW , T>� 1 D ,� I" ,�,. 13Mf1i wn DMA cpK Im w NYW a- mils] 7/101 a D- J-B - B-1 6-4 H-11 .. -12 8-18. . f LEGEND Engineers Geologists Scientists Chemists PLVJ OF BORINGS RUNWAY 47R--35L KEEL PLATE W9BOCK INIERNMONAL WRPORi BORING/CORING NUMBER WBBOCK, TFXS 1 C B-1 AND APPROXIMATE LOCAT€ON Mj;W M och o._ uft so "Ifli CAL oAIO 7/1e/t7 LEGEND + BORING/CORING NUMBER B--1 AND APPROXIMATE LOCATION R, 4 a-Kistner Engineers Geologists Scientists Chemists RUNWAY R-45 KEE'.L LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TDCkS PLATE 1 B .aun No scxc rMMW wx, W—W-ar4--w AM Mw ivorarl oWN en oU OW4 sn 00 Arms OGl am, r/te/vr LEGEND BORING/CORING NUMBER B-1 AND APPROXIMATE LOCATION R, 4 Raba- ear Engineers Geologists Scientists Chemists RUNWAY �R-35- KEEL. PLATE wsscrc Lu�cKna� as r i A Q*n 40 SQ-11 P"WM Wu amp 1= pm orAVI an OCA fNY,_eii _en _^ "4,aj cw CKM jr/141/n