Loading...
HomeMy WebLinkAboutResolution - 2007-R0324 - Contract - Brown-Mckee Inc.- Ground Storage Tank, Booster Pump Station - 07/26/2007Resolution No. 2007-RO324 July 26, 2007 Item No. 5.10 RESOLUTION E IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract with Allen Butler Construction, Inc., of Ransom Canyon, Texas, for L.P.S.I.A. Ramp Expansion Phase II per ITB 407-715-DD, a copy of which Contract and any associated documents are attached hereto and which shall be spread upon the minutes of this Council and as spread upon the minutes of this Council shall constitute and be a part hereof as if fully copied herein in detail. assed by the City Council this 26th day of July , 2007. DAVID A. MILLER, MAYOR ATTEST: 2/ Rebec -a Garza, City Secretary APP.MVED AS TO CONTT , NT: City Manager/Transportation and Public Works APPROVED AS TOTORM: -�7 i z �r Don Vandiver, Attomey of Counsel DDres1A Pramp-ButlerCon07 Res July It, 2007 CITY OF LUBBOCK SPECIFICATIONS FOR LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT G.A. RAMP EXPANSION PHASE II ITB 07-715-DD CONTRACT# 7643 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.theroroductioncoml)gny.com/ Phone: (806) 763-7770 CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK INVITATION TO BID FOR TITLE: LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT G.A. RAMP EXPANSION PHASE 11 ADDRESS: LUBBOCK, TEXAS BID NUMBER: 07-715-DD ACCOUNT NUMBER: 90404.8304.20000 FAA PROJECT NUMBER: 3-48-0138-30-2007 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. BID SUBMITTAL 4. INSURANCE REQUIREMENT AFFIDAVIT 5. SAFETY RECORD QUESTIONNAIRE 6. SUSPENSION AND DEBARMENT CERTIFICATION 7. PAYMENT BOND 8. PERFORMANCE BOND SPECIAL PROVISIONS 9. CERTIFICATE OF INSURANCE 10. CONTRACT 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS BACON CURRENT WAGE SCHEDULE 13. CITY OF LUBBOCK BACKGROUND QUESTIONNAIRE 14. SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB 07-715-DD Sealed bids addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Suite 102, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on June 13, 2007 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT G.A. RAMP EXPANSION PHASE II After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m. on June 13, 2007 and the City of Lubbock City Council will consider the bids on July 12, 2007 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to him. The bid bonds of all bidders shall be retained until after the award of contract is made. The bid bond of the successful bidder shall be retained until the contract is fully executed by all parties, the receipt of all necessary insurance certificates, and the posting of performance and payment bonds. The failure of the bidder to accept an award and file acceptable insurance certificates and required bonds within 15 days after notice of award shall be just cause for cancellation of the award and forfeiture of the bid bond to the City of Lubbock as liquidated damages. Award may then be made to the next lowest responsive and responsible bidder. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non - mandatory pre -bid conference on May 17, 2007 at 2:00 o'clock p.m., in the Blue Room, at Lubbock Preston Smith International Airport, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770, http://pr.thergproductioncompan .com/. Additional sets of plans and specifications may be obtained at the bidder's expense. - CONTINUED NEXT PAGE - Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Public Works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK bnuce MczaGc Bruce MacNair Public Works Contracting Officer GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY. TIME & DATE The City of Lubbock is seeking written and sealed competitive bids to furnish LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT G.A. RAMP EXPANSION PHASE II 1.1 per the attached specifications and contract documents. Sealed bids will be received no later 2:00 p.m. CST, June 13, 2007 at the office listed below. Any bid received after the date and hour specified will be [ rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB#07-715-DD. Lubbock Preston Smith International Airport G. A. Ramp Expansion Phase II" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Darlene Doss, Buyer City of Lubbock 1625 13th Street, Suite 102 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 2:00 p.m. May 17, 2007 in the Blue Room at Lubbock Preston Smith International Airport, Lubbock. Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. J 3 ADDENDA & MODIFICATIONS - 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over _ the Internet at http://www.RFPdoot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT" INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdel2ot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five i__ (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Public Works Contracting Officer prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Public Works Contracting Officer before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open v Records Act. LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES 8.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock in regard to this bid. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 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. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INOUHUES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this TTB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than ten (10) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN TEN (10) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: l Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 131h Street, Suite 102 Lubbock, Texas 79401 Fax: 806-775-3326 or 806-767-2275 Email: ddossamvlubbock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 165 (ONE HUNDRED SIXTY-FIVE) CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock, prior to final acceptance of this project, requires 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. 16 MATERIALS AND WORKMANSHIP 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. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations 9 contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 18 19 20 21 22 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for 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. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the 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. (d) A letter, on Contractor and Subcontractor insurer's letterheads, stating the Worker's Compensation Insurance Experience Rating for Contractor and Subcontractor. (e) If, after award of contract, the Contractor adds or substitutes subcontractors, then an insurer's letter stating the Worker's Compensation Insurance Rating shall be provided to the City for each added or substituted subcontractor. r. TEXAS STATE SALES TAX 20.1 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. 19.2 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and the private utility owner, as applicable, at Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost 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. 23 EXPLOSIVES 23.1 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. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 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. 24 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. 25 INSURANCE 25.1 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 thirty (30) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation against the city. The Contractor shall procure and carry at his sole cost and expense, through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 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 that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.1.3 A longer workweek is authorized under Section 01140 —Work Restrictions of the specifications. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each 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. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or g_ decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid in duplicate on forms furnished by the City or electronically reproduced by the bidder. Forms electronically reproduced by the bidder must be identical in every respect to the forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price 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 I price written in words and the price written in figures, the price written in words shall govern. Bidder's bid submittal must be in duplicate and must include the following: ■ Bid Submittal Form ■ City of Lubbock Insurance Requirement Affidavit ■ Safety Record Questionnaire ■ Suspension and Debarment Certification ■ Bid Bond ■ City of Lubbock Background Questionnaire ■ DBE Requirements (See Section 32.3 Below) 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent.. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner (The City does not accept bids by fax. However, there are companies in Lubbock that will receive, seal, and deliver faxed bids. These companies are listed in the Yellow Pages under Mailing Services. Bids delivered using this service must be delivered on -time and addressed as specified in the Notice to Bidders and endorsed on the outside of the envelope in the following manner.): 28.3.1 Bidder's name 28.3.2 Bid for Lubbock Preston Smith International Airport G.A. Ramp Expansion Phase U. 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BED SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) (b) (c) -(d) (e) M (g) (h) Notice to Bidders General Instructions to Bidders Bid Submittal Form Statutory Payment and Performance Bonds Contract General Conditions of the Agreement Special Provisions Technical Specifications Insurance Certificates for Contractor and all Sub -Contractors All other documents made available to bidder for his inspection in accordance with the Notice to Bidders If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS 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 a past history and references in order to satisfy the City of Lubbock about 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 bidder's bid may be deemed not to meet specifications or the bid may be rejected if the 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 complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) Worker's Compensation Experience Rating. Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. 32.2 The City reserves the right to accept the Total Base Bid and Alternate Bids in any order or combination that serves its best interests. The low bid shall be determined on the price combination of the Total Base Bid and any accepted Alternate Bids or Options. 32.3 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. L 32.4 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder - would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR.GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 32.8 The successful bidder must satisfy the City as to the bidder's ability to perform the work and meet all contractual obligations set forth in the contract to be executed. 33 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS 33.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. 33.2 A DBE is defined as a small business concern which is at least 51 % owned and controlled by one or more socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. 33.3 Good Faith Efforts (Information to be submitted) City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of responsiveness. Each solicitation for which a contract goal has been established will require the bidders/offerors to submit the following information with its bid as a condition of responsiveness: 1. The names and addresses of DBE firms that will participate in the contract; 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and signed documentation of commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts. 33.4 Demonstration of good faith efforts The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are - found in Attachment 7 of the Airport's DBE plan, http://nurchasin.ci.lubbock.tx.us/vendor.htm . The following personnel are responsible for determining whether a bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals — Procurement Document Submittal Form." We will ensure that all information is complete and accurate and adequately documents and bidder's good faith efforts before we commit to the performance of the contract by the bidder. 33.5 Administrative reconsideration Within 10 days of being informed by City of Lubbock that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will not have played any role in the original determination that the bidder did not make/document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. 33.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The City will require the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. 33.7 Counting DBE Participation The City will count DBE participation toward overall goals as provided in 49 CFR 26.55. 33.8 Certification The DBELO will use the certification standards of Subpart D of part 26 and the certification procedures of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in DOT -assisted contracts. In addition, the Department of Aviation has approval from Citibus, the City's transit authority and the Affirmative Action and Contract Compliance Division of the City of Houston, Texas to assist in applying certification standards. To be certified as a DBE, a firm must meet all certification eligibility standards. The City will make their certification decisions based on the facts as a whole. 33.9 Process The City's certification application form and documentation requirements are found in Attachment 5 of the Airport's DBE Plan. For information about the certification process or to apply for certification, firms should contact: Kelly Campbell, Deputy Director Finance and Administration, Lubbock Preston Smith International Airport, Rt. 3 Box 389, Lubbock, Texas 79403, 806/775-3126, kampbellAmail.ci.lubbock.tx.us. In the event the City proposes to remove a DBE's certification, the City will follow procedures consistent with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in detail. To ensure separation of functions in a decertification, the City has determined that the Public Works Contracting Officer will serve as the decision maker in decertification proceedings. The City has established an administrative "firewall" to ensure that the Public Works Contracting Officer will not have participated in any way in the decertification proceeding against the firm (including the decision to initiate such a proceeding). If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months have passed from our action. 33.10 Certification Appeals Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals may be sent to: Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7t" St., SW, Room 2104, Washington, DC 20590. The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of its application was erroneous). 33.11 "Recertification" The City will review the eligibility of DBEs that the City might have certified under former part 23, to make sure that they meet the standards of Subpart D of part 26. The City will complete this review within four years beginning October, 1999. In order to comply with requirements of re -certification each currently certified DBE the airport works with as well as any new applicant for certification will be required to submit a Statement of Personal Net Worth as shown in Exhibit 9 of the Airport's DBE plan. For firms that the City has certified or reviewed and found eligible under part 26, the City will review - their eligibility every five years following the date of their certification. These reviews will include the following components: 1. The City of Lubbock will require that the firm complete a new DBE Certification Form. 2. The City of Lubbock may use on -site visits where necessary to make proper determinations. 3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions made by DOT or another recipient, to make an independent certification decision based on additional documentation provided by another recipient or to require the applicant to proceed through our application procedure without regard to the action of the other recipient 4. City of Lubbock reserves the right to determine recertification procedures on a case -by -case basis. 33.12 "No Change" Affidavits and Notices of Change The City will require all certified DBEs to inform the DBELO, in a written affidavit, of any change in its circumstances affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49 CFR part 26 or of any material changes in the information provided with the DBE's application for certification. The City will also require all owners of all DBEs the City has certified to submit, on the anniversary date of their certification, a "no change" affidavit meeting the requirements of 26.830). The text of this affidavit is the following: I swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm] affecting its ability to meet the size, disadvantaged status, ownership, or control requirements of 49 CFR part 26. There have been no material changes in the information provided with [name of DBE]'s application for certification, except for any changes about which you have provided written notice to the City of Lubbock under 26.83(I). [Name of firm] meets Small Business Administration (SBA) criteria for being a small business concern and its average annual gross receipts (as defined by SBA rules) over the firm's previous three fiscal years do not exceed $16.6 million. The City will require DBEs to submit with this affidavit documentation of the firm's size and gross receipts. The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail beginning October, 2000. This notification will inform DBEs that to submit the "no change" affidavit, their owners must swear or affirm that they meet all regulatory requirements of part 26, including personal net worth. Likewise, if a firm's owner knows or should know that he or she, or the firm, fails to meet a part 26 eligibility requirement, the obligation to submit a notice of change applies. 33.13 Bidders List The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the bidders list approach to calculating overall goals. The bidders list will include the name, address, DBE/non-DBE status, age, and annual gross receipts of firms. The City will collect this information in the following ways: a notice in all solicitations and direct request to firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will work closely with all prime bidders in order to collect necessary information of all firms who quote to them on contracts. 33.14 Monitoring Payments to DBEs The City will require prime contractors to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also extends to any certified DBE subcontractor. The City will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. The City will perform interim audits of contract payments to DBEs. The audit will review payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar amounts stated in the schedule of DBE participation. 33.15 Reporting to DOT The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA recipients. 35 Veteran's Preference It shall include in all contracts for work on any project funded under the grant agreement which involve labor, such provisions as are necessary to insure that, 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 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 36 Confidentiality The City will safeguard from disclosure to third parties information that may reasonably be regarded as confidential business information, consistent with Federal, state, and local law. The City of Lubbock will maintain efforts to be consistent with the law as set forth in: the Freedom of Information Act under USC: Title 5. The relevant text is found in § 552(b)(2) and (4). The City of Lubbock will interpret these parts as policy to refuse the release of and access to, any information deemed to be related solely to the internal personnel rules and practices of an agency; or as trade secrets and commercial or financial information obtained from a person and privileged or confidential. Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential information: The { City of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized [__ by law any information coming to us in the course of employment or official duties or by reason of any examination or investigation made by, or return, report or record made to or filed with the City of Lubbock, f which information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to Q .. the identity, confidential statistical data, amount or source of any income, profits, losses, or expenditures of any person, firm, partnership, corporation, or association; or permits any income return or copy thereof or any book containing any abstract or particulars thereof to be seen or examined by any person except as provided by law. Notwithstanding any contrary provisions of state or local law, we will not release personal financial information submitted in response to the personal net worth requirement to a third party (other than DOT) without the written consent of the submitter. 37 Non Discrimination Clause The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 38 Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock. This clause applies to both DBE and non -DBE subcontractors. The City of Lubbock will require that all contractors comply with the Texas Government Code 2251.022. Chapter 2251 of the Texas Government Code generally defines past due dates and provides for payments for goods and services to vendors, general contractors, and subcontractors. Failure to comply with the provisions of Texas Government Code Chapter 2251 include the right to charge interest on overdue accounts and right to collect attorney's fees in the event of formal administrative or judicial action to collect an invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as Attachment 8 in the Airport's Disadvantaged Business Enterprise Plan. 39 Monitoring and Enforcement Mechanisms The City will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules) provided in 26.109. The City also will consider similar action under our own legal authorities, including responsibility determinations in future contracts. The City of Lubbock WILL REQUIRE CERTIFICATION that work contracted with a DBE is actually performed by the DBE. We may follow up this certification by conducting on -site evaluations to monitor the performance obligated in the contract. In the event of non-compliance with the DBE regulation by any participant in our procurement activities, the City of Lubbock shall be entitled to pursue any and all remedies allowed by the laws of the State of Texas and the Federal Government. Such remedies may include, but not necessarily be limited to, the following: a. Civil action, in a court appropriate jurisdiction, for breach of the contract. Such damages may be set forth in the contract as predetermined damages, consequential damages arising out of the breach and/or specific performance. b. Criminal prosecution may result from the commission of fraud or other criminal activity on the part of a party to the contract. In the event that a crime is perceived to have occurred, the city may refer the case to the appropriate law enforcement or prosecutorial authority for further action. In such event the city anticipates cooperating with such agency in the investigation and prosecution of a criminal case. BID SUBMITTAL ************REVISED BID SUBMITTAL************* UNIT PRICE BID CONTRACT DATE: rM# 07-715-DD PROJECT NUMBER: #07-715-DD — Lubbock Preston Smith Intemational Airport G.A. Ramp Expansion Phase II Bid of 8 ((e Q v -die �/' Cvay. - T'w� (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a Lubbock Preston Smith International Airport G.A. Ramp Expansion Phase II, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated Item Quantity No. & Unit Description of Item Total Amount i, 1 LS Item P-140, Mobilization/Staging area, including new gate at contractor's construction entrance, per lump sum. ,yrb b TOTAL ITEM #1:0#.e. giJA Via-%Ft-r TVy4 Ek> & 3y +. /LS( 13yt ) (Unit Price Amounts shalt be shown in both woNds and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 1 EA Item MC, Remove and dispose of existing drainage structures and headwalls, including associated storm sewer pipe, complete, per each. TOTAL ITEM #2: r";ve- fktluk"V k -t �/°y $ SO" /EA( -,oW ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 1 LS Item MC, Removal, disposal, utility relocation and salvage as required by the demolition Plan (sheet C-101 of the plans) excluding items 2, 4,5,6,7,8,19,32 and 34, complete, per lump sum. TOTAL ITEM #3: t- i ve-�vv-,t,,ucQ- -t- ��00 $ i a� /LS( S,Ooy • 1 (unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) -= Bidders' Initials rB# 07-71 S-DD Estimated Item Quantity No. & Unit Description of Item Total Amount 4. 8,730 SY Item P-150, Remove and salvage existing bituminous surface course (2-inches thick), complete, per square yard � t7 TOTAL ITEM #4: $ d ' 3 /SY( (Unit Price Amounts be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 5. 4,370 SY Item P-150, Remove and salvage existing base course material (8-inches thick) and subgrade material, complete, per square yard TOTAL ITEM #5: E', \J -t /00 $ S' /SY( (Unit Price Amounts sMJI be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 6. 6,160 SY Item-P150, Remove and dispose of concrete pavement (4-5 inches thick), complete per square yard j TOTAL ITEM #6: L-Je•� '�J � W $07� /SY( 170.V'-AjL0-V) (Unit Price Amounts shall be wn in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 7. 5,870 SY Item P-150, Remove and dispose of existing gravel base material (2-3 inches thick) and subgrade material, complete, per square yard 40 TOTAL ITEM. #7: •Tpld fr 'Y/10o $ .I, /SY( )b, &5 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 120 SY Item P-150, Remove and dispose of existing concrete drainage valley gutter (6-inches thick), complete, per square yard. TOTAL ITEM #8: T wo!' (Unit Price Amounts shall be le /.RW-2.61-10 in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 9. 1,990 CY Item P-152, Excavation and embankment, complete, per cubic yard. TOTAL ITEM #9:r (i�"► Ott -f� 6 %QO $ s�� � /CY( (Unit Price Amounts steal shown in both words and numerals. In case ofdiscrepancy, the arnmmt shown in words shall govem.) a Bidders' Initials 2 rrBR 07-715-DD Estimated Item Quantity No. & Unit Description of Item Total Amount 10. 7,910 SY Item P-152, Grading and topsoil preparation in unpaved areas, complete, per square yard. TOTAL ITEM # 10: j taw , 0 A $ ,:X` /SY( (11nit Rice Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wools shall govem.) 11. 11,530 SY Item P-152, Grading and subgrade preparation under paved areas, complete, per square yard _ v TOTAL ITEM # 11: h r Pe `'t' °e�r?y $ `� • /SYf 34,s 90 (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 12. 1 LS Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation control, complete, per lump sum. � t� TOTAL ITEM #12:`fw+c? r ut `Ti�v„tsc.'.c cd7t� $�-V /LS( So`ld�`�' j T (Unit Met Amounts shall 6C shown in both words and numerals. In case of discmPamcy, the amomrt shown in words shall govern.) 13. 11,530 SY Item P-208, Aggregate base course, 8-inch thickness, complete in place, per square yard- TOTAL ITEM #13: IJ-NI. -t S 00 $ /SY( t k7, fit . ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 14. • 900 SY Item P-501, Portland cement concrete pavement, 5-inch thickness, complete in place, Per square yard. TOTAL ITEM #14: jfi 4% $.S'? /SY( Sa, )64 1 (Unit Price Amounts shall bt'shown in both words and numerals. In case o(discrepancy, the amount shown in words shalt govern.) 15, 10,580 SY Item P-501, Portland cement concrete pavement, 9-inch thickness, complete in place, per square yard. j d �f0 TOTAL ITEM #15: 5 '� 1wc� t la�fud _$ 'P /SY( 11A , Aq. -_- (Unit Price Amounts shall be shown in both words and numerals. In case adiscrepa ucy, the amount shown in words shall govern.) C —Bidder's Initials rrB# 07-715-DD Estimated Item Quantity No. & Unit Description of Item Total Amount 16. 1 LS Item P-501, Portland cement concrete pavement, 6% bonus, (includes 5" and 9" pavement) (calculate by summing total cost for bid items 14 and 15 and multiply by 6%) per lump sum. TOTAL ITEM #16: f-riy ;t1fi T�" N•le K, xV Actj &C $4 ". ---/LS( y�.gy9 1 (Unit Price Amounts shovYa in both words and numerals. In cue o(disLvrepancy, the amount shown in words shall govern.) 17. 1,530 GAL Item P-602, Bituminous prime coat, including herbicidal treatment, per gallon. 0 TOTAL ITEM #17: S �x t t�ov $ h il 7 /GAL( %4YO d ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 18. 260 GAL Item P-603, Bituminous tack coat, per gallon cx, TOTAL ITEM #18: "Cl _+ 6yuJ I$ 1. /GAL( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 330 SF Item P-620, Obliterate existing pavement marking, complete, per square foot �y `--0 TOTAL ITEM #19: S +X+eCA) * %0 S 16 Y /SF( ,SgyS (Unit Price Amounts sha11 be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 13,300 SF Item P-620, permanent pavement marking, complete, per square foot Q7 TOTAL ITEM #20: 1 w0 -i' /SF( (unit Price Amounts shall be shown in both words and numerals, In case of discrepancy, the amount shown in words shall govern.) 21. 75 LF Item D-701, Double barrel, 30 inch reinforced concrete pipe, in trench, complete, per linear foot TOTAL ITEM #21: t «h t �. �* -� aV 00 S AS /LF( (Unit Price Amounts shall be shown in both words and nuAkrals. In case of discrepancy, the amount shown in words shall govern.) �� Bidder's Initials 4 rrB# 07-715-DD Estimated Item Quantity No. & Unit Description of Item Total Amount 22. 186 LF Item D-701, Triple barrel, 30 inch reinforced concrete pipe, in trench, complete, per linear foot. o 0 TOTAL ITEM #22: 'r htev- 1AU44 & tr-1 C1P * �DO $ V1, r� /LF( k , 90• (Unit Price Amounts shall be shown in both words and htmerals. In case of discrepancy, the amount shown in words shall govern.) 23. 1 EA Item D-752, Reinforced concrete headwall for double barrel, 30-inch RCP culvert (including rock rip rap where applicable), complete, per each. r3v TOTAL ITEM #23: � r c r -}ONA4 (: tJ rr dry 400 $ ►1'I- ` /EAf (Unit Price Amounts shall be shown in both worM and numerals. In case of ddempaw.1, the amount shown in words shall govern) 24. 2 EA Item D-752, Reinforced concrete headwall for triple barrel, 30 inch RCP culvert, complete, per each.. TOTAL ITEM #24: 5i re 1 hchr<� 4-: Ut 13 QfR SiY �iSAiAr1 +$ b b) lEA( ,_I �y• ) (Unit Price Amounts shall be shown in both words and numerals. In c& of discrepancy, the amount shown in words shall govem.) 25. 120 SY Item D-752, Reinforced concrete drainage valley gutter (6-inch thick), complete, per square yard. TOTAL ITEM #25: Fot I-Wr t °y $ Lily- �t /SY( (Unit Price Amounts shall hY shown in both words and numerals. In can of discrepancy, the amount shown in words shah(Bove m) 26. 2 EA Item D-752, New airport trench drain (12-foot length), complete, per each. TOTAL ITEM #26:0we 'l ttrls",� N.xe N„ y,,910Q- S i Ic Two -toP $ IQbb1.go /EA( 3cO 4 t� (Unit Price Amounts shall be shown in both words and numerals. In can of discrepancy, the amount shown in words shall govem.) 27. 1.58 ACRE Item T-901, Soil preparation, seeding and fertilizing, per acre. 4e� Y9 TOTAL ITEM #27: �wc�iyl�+Sc*K� lt�d �iynt�tt�i C)hre aJ $ 0��01• !ACRE( 3j4 )) ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) h Bidder's Initials 5 rrB# 07-715-DD Estimated Item Quantity No. & Unit Description of Item Total Amount 28. 310 SY Item T-904, Soil preparation, sodding and fertilizing, per square yard. TOTAL ITEM #28: Six e °r 3 �0 $ 1 b /Sy( .SOS ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govera1 29. 850 LF Item L-108, Underground electrical cable, 1/c, #8 AWG, 5 KV, installed in conduit, duct or structure, per linear foot. �y TOTAL ITEM #29: Ope 4 S9O0 /LF( 1133y ) (Unit Price Amounts shall be shown in both words and numerals. Inca of discrepancy, the amount shown in words shall govern.) 30. 850 LF Item L-108, Counterpoise wire, #8 AWG, in direct bury, including grounding rods, per linear foot. TOTAL ITEM #30: 0tv Z f /Ad $ k /LF( i lOa. coo ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shJI govern) 31. 150 LF Item L-110, 2-way, flinch, concrete encased duct, installed in trench, complete, per linear foot. TOTAL ITEM #31: j-w ptitf i u e 411Y00 /LF( 1SJ3 S2 ) (Unit Price Amounts shall be sbown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 32. 640 LF Item L-110, Remove and dispose of existing underground electrical conduit, complete, per linear foot. TOTAL ITEM #32:! (Unit Price Amounts 019 be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4V 33. 710 LF Item L-110, 1-way, 2-inch, underground electrical conduit, installed in trench, complete, per linear foot. TOTAL ITEM #34: -1 Nilvt, $ 1?' Lq /LF( (Unit Price AmoujM shall be shown in both words and numerals. In rase of discrcpanCy, the amount shown is words shall govern.) r Bidder's Initials n'B# 07-715-DD Estimated Item Quantity No. & Unit Description of Item Total Amount 34. 4 EA Item L-125, Remove and salvage existing base mounted taxiway edge light, including base fixture and transformer, complete, per each. TOTAL ITEM #34: S i c �SA.an! f Z" e S 67 /EA( d69 } (Unit Price Amounts shall be shown in both words and numerals. In can of discrepancy, the amount shown in words shall govern.) 35. 11 EA Item L-125, Medium intensity taxiway edge light, LED with transformer and base can, complete, per each. TOTAL ITEM #35:00e T xW. 2rl JEiy t 90000 r-+a. )01� $ f /F.A( =20}30' 1 a } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 36. 1 EA Item L-125, Two panel internally lighted sign, base mounted, complete, in place, per each. TOTAL ITEM #36: &e `f)Not1 A4 tr"t Nv.A400 �' �/00 g S�'goo IEAf �9`�'� (Unit Price Amounts shall be shown in both words and nurnuals. inrdtscrepaney, the amount shown in words shall govern.) 37. 2 EA Item L-125, Four panel internally lighted sign, base mounted, complete in place per each. TOTAL ITEM #37:ef .j --1•tft N,�,x9twQ /V;nio fL' lt`, $ 3 , /EA b (unit Price Amounts I be shown in both words and numerals. In case of 'screpancy, the amour—t Amwe in words shall wvem.) 38. 600 TONS TX DOT Item 340, Type D, hot mix asphaltic concrete pavement, furnished and installed, complete, per ton TOTAL ITEM #38: OiJe Nyata4 M"& mow +3 40 $ 197 `� � ffOQN( 1l8,'?0,} (unit Price Amounts shall be shown in troth words sairnumerals. in case ofdiscrepancy, the amount shown in words shall goverm.) 39. 2,540 SY Item EB-35A, Thermoplastic coal -tar emulsion slurry seal, level -up application, complete, per square yard `` f yt v TOTAL ITEM #39: S i (°1 � vo $ 6• r /SY( H S3 J (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials 1 rrB# 07-715-DD Item Estimated No. Quantity & Unit Description of Item Total Amount 40. 86,580 SY Item EB-35A, Thermoplastic coal -tar emulsion slurry seal, two -course application, complete, per square yard 0 TOTAL ITEM #40: tetkt� �Ay S az /SY( %Jb, O)b (Unit Price Amounts shall be _shown in both words and numerals. In case of discrepancy, the anatmt shown in words shall govern.) TOTAL BASE BID. ITEMS #1- #40: MATERIALS: t Qe Nw tS>p rQ 'Nyt Fl a 1b". J �'x t4k JX 33i 6u 3 43 toe .4 J 1"toe L 3. LABOR: (9/�e fn; Ate t1w���•d 7i�K1s �;�Q �wscs� S;,c Nr,�Q $ It 33%,6��3. %f V Tw+e -t t*'CV TOTAL BASE BID np rMMS #I - #40:1�w (n.;1`;c J s;,t l}vhc9+� SewA_0'tYvy�c.tut'J� S 7 96 (Unit Price Amounts shall be shown in both wordl and numerals. L case of discrepancy, the amount shown in words shall Tw 0 NarVc9r ,4A fro j SPver.J.t '/.no ADDITIVE ALTERNATE #1 Estimated Item Quantity No. & Unit Description of Item Total Amount Al-1. 2,440 SY Item P-150, Remove and salvage existing bituminous surface course (2-inches thick), complete, per square yard TOTAL ITEM #AI-1: 00 $ r9 ,3�� /Sw d (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount sbown in words shall govern.) Al-2. 2,440 SY Item P-150, Remove and salvage existing base course material (8-inches thick) and subgrade material, complete, per square yard. TOTAL ITEM #A1-2: E fi►,+4 "��vo $ �a'/SY( 19. ) (Unit Price Amounts shall be shown in both words and numerals. to case of discrepancy, the amount shown in words shall govern.) A 1-3. 2,440 SY Item P-152, Grading and subgrade preparation under paved areas, complete, per square yard. TOTAL ITEM #A1-3: '1'�1 t Pe "t 0�°� $ .3 /SY (Unit Price Amounts mts shall be shown in both words and numerals. In cawof discrepancy, the amount shown in wordsshall ovem.) _ Bidder's Initials 8 rfB# 07-715-DD Estimated Item Quantity No. & Unit Description of Item Total Amount AI-4. 2,440 SY Item-P208, Aggregate base course, 8- inch thickness, complete in place, per square yard- � i Ne S oo 5 TOTAL ITEM #AI-4: a $ /SY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Al-5. 2,440 SY Item P-501, Portland cement concrete pavement, 9-inch thickness, complete in place, per square yard. ,� O TOTAL ITEM #AI-5: Se. , ,J -rwo 4 /010 /SY( (Unit Price Amamts shall be shoWn in both words and minerals. In case of discrepancy, the amount shown in words shall govem.) A 1-6. 1LS Item P-501, Portland cement concrete pavement 6% bonus (calculate by multiplying bid item AI-5, by 6%) per lump sum a- Mr ITEM #AI-6. i-O T1wt;U*& r;1e Fl,Jt S; x66 S" $ O�Sb) /Ls( )0>;6� — (Unit Price Amounts shall be shown in both words and numerals. In caw of discrepancy, the amount shown in words shall govern.) A 1-7. 2,440 SY DEDUCT Item EB-35A, Thermoplastic coal- tar emulsion slurry seal, two -course application (equal to the unit price of base bid Item 40), complete, per square yard. TOTAL ITEM #Al-7: 1 r t �� $ f� /SY( do, tom' (Unit Price Amounts shall be 1hown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL ADDITIVE ALTERNATE #1, ITEMS #A1-1- #Al-7: MATERIALS:00e Meet Ei�t. � T11 MIJ Sea A.,,'oJ *ir Nt'13� S 3 LABOR:OrJQ Nuntir.j% tSi.�✓'Tha,5LJ Swp,,, li,,..c9, 1�,r� aNt'1 3J100 $ 118t73I 3, TOTAL ADDITIVE ALTERNATE 1 ITEMS #A1-1- #A1-7:Ywo Rj WM5ndblWkuL $ J11-416a.ZS (Unit Price Amounts shall be shown in both words and minerals. In case of discrepancy, the amount shown in words sfill govern) Bidder's Initials rM# 07-715-DD ADDITIVE ALTERNATE #2 Estimated Item Quantity No. & Unit . Description of Item Total Amount A2-1. 1,150 SY Item P-150, Remove and salvage existing bituminous surface course (2 inches thick), complete, per square yard. p TOTAL ITEM #A2-1: iS��-+-4 ��00 $ 0 /SY( qb0-� ) . (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A2-2. 1,150 SY Item P-150, Remove and salvage existing base course material (8-inches thick) and subgrade material, complete, per square yard p l9 � TOTAL ITEM #A2-2: c��-+ 4 � 7W $ C) /SY( q 407, ) (Unit Price Amounts shalt be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govem.) A2-3. 580 SY Item P-150, Remove, dispose of concrete pavement (4-5 inches thick), complete, per square yard. ����/� TOTAL ITEM #A2-3: r�� �uptJ-1-7/o0 $ o�� (03 /SY( 40 ) (Unit Price Amounts shall be sbKm in both words and numerals. In cats of discrepancy, the amount shown in words shall govern.) A2-4. 580 SY Item P-150, Remove and dispose of existing gravel base material (2-3 inches thick) and subgrade material, complete, per square yard TOTAL ITEM #A2-4: Ttvo a'7u//ao $ I-/SY( (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern) A2-5. 1,720 SY Item P-152, Grading and subgrade preparation under paved areas, complete, per square yam. ao TOTAL ITEM #A2-5: T1rre- -t 00,40 $ , /SY( S,) 60, ) (Unit Price Amounts shall be shown in both words and numerals. In rase of discrepancy, the amount shown in worms shalTvo emg .) } Bidder's Initials 10 r1B# 07-715-DD Estimated Item Quantity No. & Unit Description of Item Total Amount A2-6. 1,720 SY Item P-208, Aggregate base course, 8 inch thickness, complete in place, per square yard. _v TOTAL ITEM #A2-6: N t N2 'F s�a0 $ q AS sw ) 6, yam- O ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A2-7. 1,720 SY Item P-501, Portland cement concrete pavement, 9-inch thickness, complete in place, per square yard. TOTAL ITEM #A2-7: ,SFVe TWO 4 �lloo $ "jyi=� !SY( 101 qj/g4 b . ) (Unit Price Amounts shall be shoA in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A2-8. 1 LS Item P-501, Portland cement concrete pavement, 6% bonus (calculated by multiplying bid item A2-7 by 6n/a), complete, per lump sunk TOTAL ITEM #A2-8:—*ve,j'rl� vw& fir k4u &A,9 Fork Ei sLt-44 ��$ 7,9 4tf,S !LS( '7} 4f, q� ) (Unit Price Amounts shall be shown in both words and numetals. In ease discrepancy, of the amount shown in words shallgovern) A2-9 900 SF Item P-620, Permanent pavement marking, complete, per square foot. TOTAL ITEM #A2-9: rwo �Ofiva $ IJal ISR 11OD ) (Unit Price Amounts shall be shown in both words and numetals. In cast of discrepancy, the amount shown in words shall govern) A2-10. 1,150 SY DEDUCT Item EB-35A, thermoplastic coal -tar emulsion slurry seal, two -course application (equal to the unit price of the base bid item 40), complete, per square yard. Y. SV TOTAL ITEM #A2-10: > iS4•t d �y $ t5 . !SY( 91S10. ) (unit Price Amounts shall be %shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) Bidder's Initials 11 rM 07-715-DD TOTAL ADDITIVE ALTERNATE #2 ITEMS #A2-1- #A2-10• �I MATERIALS: fJ,yo DaP I�S-ss Ir�'�3, �i $ q�t� N LABOR: 0-.Pe l Uri Tex �� 1 .00 $ TOTAL ADDITIVE ALTERNATE 2 I -* %art ITEMS #A2-1- #A2-10:Or�t► t1�rk F_;a4.t To 0 71wffrQ 0&* "rod% S C411 $ I mo) bl • Cie? (Unit Price Amounts shall be shown in both words and numerals. In ease of discrepancy, the atnant shown in words shall govern.) TOTAL BASE BID AND ADDITIVE ALTERNATE #1: MATERIALS: OW jv,)� 11 j d Fup f - 'I=; F j rc l it4vx J OL 4 $ j ! yj y� 37N, — Fa,r KAJlS f=t94 t~ctir 1'ItWV-J 17 14e ��.,,�f•�Q $ 1.4��,375• �� TOTAL BASE BID AND ADDITIVE ALTERNATE, 1: t ITEMS # 1-40 - #A 1-1-A 1-7: / w o (ri.l Iron! /�7;,,,Q tlt.�d� I,C £,q Thor ' Q Sal $ i , 90 e 70. (Unit Price Amounts shall be shown inbp th _words and Is- In case of discrepancy, the amount shown in worms e OSL I, 8 vem.) Pt"I'A � k lr t � -t Y W TOTAL BASE BID AND ADDITIVE ALTERNATE #2: MATERIALS: t7re M: IIfW Foy "V&J+-Q �wa Ai S: rr T�+t s: SwAJ ii+�v� $ Il yJ b j `V+1, 4 7 t-ruo„ � r� 1,00 V LABOR: O KQ P. I1 I (•✓ Pr --A K, r-d"LZ `I' ug�S2X tip F vw1,Q 'UVhv "t-V $ I� 41)j 1a, 't/, 4 IvA Fw+ vyoy TOTAL BASE B AND�ADDTTTVE ALTERNATE 2: 2y ITEMS #1-40 - #A2-1-A2-10: Ttuy n% Am•wt t•4L f Ovjt4 t= . U *toe 'I"I $ (Unit Price Amounts shall be shown in both words and numerals. To case of discrepancy, the amount shown in words shall govem.) rout k*j+-e1 FcrVt6'-* .{4v/,v TOTAL BASE BID AND ADDITIVE ALTERNATE #1 AND # 2: MATERIALS: get tieIt i It.✓ F I u Q Ft rar I� F'JT7�cvS ►`w^ % 1 i I'- T= S I . SY i, 4 SS . TOTAL BA`SITBID AND ADDITIVE ALTERNATES 1 AND 2: ITEMS #1-40-#A1-1-A1-7- #A2-1-A2-10: �1t� rh�ll1c1J N *XkfJ Y� ,-t $ 3, 070 _ I� 6� (Unit Price Amounts shall be shown in both words and wAncrals. In case of discrepancy, the amount shown in worl shall g vern.) I4,WA.k t lP..p v.# 6q00 Bidder's Initials 12 rM# 07-715-DD Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 165 (ONE HUNDRED SIXTY- F1YE) CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $800.00 (EIGHT HUNDRED). for each CALENDAR DAY in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which 3 he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with t id is a Cashier's Check or Certified Check for Dollars (S ) or a Bid Bond in the sum of "y Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. �-----Bidder's Initials 13 ITIM 07-715-DD Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive scaled bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON TIRE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: �f' lcitG� C Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date 3 30-o 7 Addenda No. _ Date (r S- a 7 Addenda No. -- Date 6 - a? Addenda No. Date Date 6 11` A oriAd Signature 9Mv K40 (Printed or Typed Name) P�arJ A ,,4bf Coy, % r„t . Company Iddress 4/Sd`r1 City, County b� 79360 State Zip Code Telephone: Fax: %Vb FEDERAL TAX ID or SOCIAL SECURITY No. ; =�G0 .511 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify)_ 14 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Cohftactor (Signature) Contractor (Print) CONTRACTOR'S NAME: Allen Butler Construction (Print or Type ) CONTRACTOR'S ADDRESS:24 S. Lakeshore Dr Name of Agent/Broker: Arthur J. Gallagher Risk Management Services, Inc. Agent/Broker (Signature): Address of Agent/Broker: P. 0. Box 53910 City/State/Zip:Lubbock, Texas 79423 Agent/Broker Telephone Number: 8( 06) Date:June 11, 2007 786-1988 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and - award the contract to another contractor. If you have any questions concerning these requirements, lease contact the Purchasing Manager for the City of Lubbock at 806 775-2166. `' BID #07-715-DD - Lubbock Preston Smith International Airport G.A. Ramp Expansion Phase 11 w SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the respons%ility thereof The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past throe (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Teals Commission on Environmental Quality (TCEQ), the Tenter Natural Resource Conservation Commission ('MCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parirs and Wildlife Department (TPWD), the S"cttual Peat Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received "tations for violations of OSHA within the past throe (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: b Date of offense, location of establishment inspected, category of offense, final disposition of , if any, and penalty assessed. Bidder's Initials 13 OUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, parbmship or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspensiontrevocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO t If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid _ submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the ' ormation even me in this questionnaire will be investigated, with my full permission, and that any misrepresen tigns or may cause my bid to be rejected. Title 14 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). L Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: I I Q,n �(,L �-e r � ��� �t�( , -0 Ill , �- FEDERAL TAX ID or SOCIAL. SECi&Fi* NaZ ' I') --,a Lo D Signawre of Company Official: Printed name of company official signing above: Date Signed: PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) Bond No. 204 86 36 Allen Butler KNOW. ALL MEN BY THESE PRESENTS, that Constrncti on," Inc _ (hereinafter called the Principal(s), as Principal(s) and North American Specialty Insurance Company (hereinafter cal the �t�( ), xSt> � ,��e h�WeaR4 f r��lyebqyjte City of Lubbock (hereinafter called the Obligee); in the amount otwo Hundred Eighty Seven & No/ I Wollars (V-,kjj,287.b0awful 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 26th day of July_ _ 120 07,to ITB# 07-715—DD — Lubbock Preston Smith International Airport M 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 Texa Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the sam extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 26th day of'. July 20 07 � North American Allen Butler _apecia Surety (Title) KEwin Dunn, Attu hey —In —Fact Construction, Inc. (' (Company Name) By: f el- rinte ame (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn an agent resident in 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. North American Specialty Insurance Company,, --• Surety ® A * gy. (Tit Kevin Dunn, Atto ney—In—Fact Approved as to form: City of Lubbock By: i orney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this 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. PERFORMANCE BOND NAS SURETY GROUP - NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASH NGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn, Cara D. Hancock r ! and Harold D. Binggeli L'_ 1 jointly or severally ----Its true mid -lawful Attamey(s)4n-Fact to mBkL-,-execute,-seal-and-detiver,-for-and-on-its-behalf and asits-act and -deed;-bondsorotherwritings — obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of L J Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 240' of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached" tmunnnu// uurrvv wiry `+s By a t r• S Steven P. Anderson, President & CLief Eucutive Olney of Washington International Imur"m Company & � � i 1979 g Vice President of North Amerimn SpmWty lmurance Compaq• �/l4llllllalp\\0 B David K Layman, Vice President of Wa'hington International Insurance Company & Vice President of North American specialty hsumnce Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 9th day of August , 2005 , J — North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 9th day of August 20 05 , before me, a Notary Public personally appeared Steven P. Anderson President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. SUS/WNSfL ryPobl�Shte�oJs Susan Ansel, Notary Public L1 1AyCaaroh9iaa5upilre67rr�@ I, James A. Carpenter the duly elected Assistant ecretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this26thday of July 12007 , lansn { A. Carpenter, Vtce President,$ Arriltafit �tcmW4 t-' Wcthingtnn intamatioml lmurance Compmy & North Ameri-a 9pecii:y insutts Company f l_ STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT _CODE (CONTRACTS MORE THAN $100,000) Bond No. 204 86 36 Allen Butl Con tructi KNOW ALL MEN BY THESE PRESENTS, that e( ieremai er cahecp t e kipal(s), as Principal(s), and North American Specialty Insurance Company (hereinafter cal d S e s), S ( ar ld an f �` b d unto t e City of Lubbock (hereinafter called the Obligee), in wo W1.1 1 h P e cf v n j -Ile u l the amount o o un re igh y even o ars 287, 00awful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointlyand severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of July ,2007,to ITB# 07-715—DD — Lubbock Preston Smith International Airport G.A. Ramp Expansion Phase II and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of 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. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 26thday of Jules , 20 07 . North American�ceCom Allen ButlerSpecialty Ins:zConstruction Inc: Surety (Company Name) F * By: By:--171lt?A) 94)9-^ (Title)Kevin J Dunn, (Printed me Attor ey—In—Fact~ (Signature) pry (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunnan agent resident in 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. North American Specialty Insurance Company Surety *gy (Title) evi u -Att rney—In—Fact Approved as to Form City of Lubbock ( i t. By: Ci Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. r P i_ f E_ 2 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY _ GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International l J Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn, Cara D. Hancock Land Harold D. Binggeli LJ jointly or severally - _ Autrue mid-law%lAttorney(s)=in--Fact-tomake-execute;seal-and-deliverforand-on-its-behatfand-asits-act and deed, -bonds -or -other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the n amount of: TEN MILLION (10,000,000.00) DOLLARS I This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of LLL Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24'h of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is I FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." • 11111I// ��� -�. �� lltrtby By Steven P.Anderson, President &Chief Executive OraeerorWashington International lnsuraoaCompmy& SEAL i 1979 ry,i m Via President of North American specialty lmurance Compaq y���Aid� nnm1��By— David K Layman, Via President or Washington International Insurance Company & Vice President of North American Specialty larurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 9th day of August , 20 05 . North American Specialty Insurance Company Washington International Insurance Company ' State of Illinois County of Du Page ss: On this 9th day of August 20 05 , before me, a Notary Public personally appeared Steven P. Anderson President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. � OPPICIAi51 L SUSAN ANM Susan Ansel, Notary Public I, James A. Carpenter the duly elected Assistant ecretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this2 6 thday of July 20 07 James A. Carpenter, Via President & Assistant ;Je;mta y of Washington International Insurance Company & North Afxrican S*ialty Ink fanc6C-,pony v I IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North -� American Specialty Insurance Company's toll -free number for information or to make a complaint at: 1-800-338-0753 —( You may also write to Washington International Insurance Company and/or North J American Specialty Insurance Company at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 �? You may contact the Texas Department of Insurance to obtain information on _.J companies, coverages, rights or complaints at: 1- 800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons u m erProtection Atdi.s tate.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. _J ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. I AC0_R CERTIFICATE OF LIABILITY INSURANCE 06/28/200 ' PRODUCER (806)785-1988 FAX (806)785-2155 Arthur J . Gallagher Risk Management Services, Inc.HOLDER. 9 P.O. Box 53910 Lubbock, TX 79453-3910 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Allen Butler Construction, Inc. #24 S. Lakeshore Drive Ransom Canyon, TX 79366 INSURER A: Bituminous Casualty Corp INSURERS: Bituminous Fire & Marine INSURERc: Arch Insurance Company(US Risk) INSURERD: Texas Mutual Ins. Co. INSURER E: nnVFRAnPA 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDfYYI POLICY EXPIRATION DATE (MMIDDrffl LIMITS GENERAL LIABILITY CLP323 5924 12/01/2006 12/01/2007 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,000 MADE M OCCUR MED EXP (Any one person) $ 5,000 A tCLAIMS XGL4276 Add'1 Insd. PERSONAL & ADV INJURY $ 1,000,000 3088 Waiver GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO - POLICY JECT El AUTOMOBILE LIABILITY CAP3508773 12/01/2006 12/01/2007 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,000 BODILY INJURY $ ALL OWNED AUTOS B SCHEDULED AUTOS (Per person) BODILY INJURY $ X HIRED AUTOS X NON -OWNED AUTOS (Per accident) X TE9901 Addl Insd. N PROPERTY DAMAGE $ X TE2046 Waiver (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO F $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY ULP0002917-02 12/01/2006 12/01/2007 EACH OCCURRENCE 5,000,000 X OCCUR El CLAIMS MADE AGGREGATE _$ $ C $ $ DEDUCTIBLE X RETENTION $ 10 r 00 $ WORKERS COMPENSATION AND TSF0001074270 12/01/2006 12/01/2007 X vuc STAT, U- ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,000 D ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBER EXCLUDED? BLkNKET WAIVER WC420304A If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER CLP323S924 12/01/2006 12/01/2007 $2SO,000 per item, $600,000 ented/Leased A quipment Occurrence DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS e: Preston Smith International Airport GA Ramp Expansion Phase II lanket Additional Insured on all Policies except WC and Waiver of Subrogation on all policies here required by written contract with respect to work performed by the named insured(s). Named nsured's general liability is primary & non-contributory where required written contract or agreement. f�COTICIf�ATC Ur%1 r1Cm flAhl/'Cl 1 ATIr1Al SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL City Of Lubbock 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn • : Darlene BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P.O. BOX 2000 OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 41�w. Lubbock, TX 79457 Ron Stroman, CIC/DAA ACORD 25 (2001/08) FAX: (806) 775-2164 ©ACORD CORPORATION 1988 J IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Date: 8/WO07 04:19 PM Page: 2 Of ACORNCSR IF DATE (MMIDDIrnrY) CERTIFICATE OF LIABILITY IN AL CSR I 08/09/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Zito Insurance Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 6339 Tyler Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mentor OH 44060 Phone:440-205-7400 rax:440-205-7410 INSURERS AFFORDING COVERAGE NAIL# INSURED INSURER A: Cincinnati Insurance Co. 10677 INSURER B: Amerisea:. of Ohio Inc. Bob Harris INSURER C: PO BOX 95 INSURER D: Smithville OH 44677 INSURER E: COVFRAnFS 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NS TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDIYY) DATE (MMIDDIYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A �{ COMpMERCIAL GENERAL LIABILITY CPR 0886881 04/26/06 04/26/09 pREMISES(Eaoccurence) $ 500,000 CLAIMS MADE � OCCUR MED EXP (Any one person) $ 10 , 000 PERSONAL & ADV INJURY $ 1 , 000 , 000 S Emloyers Liabili GENERALAGGREGATE $2,000,000 GENL AGGREGATE LIMIT APPLIES PER: - PRODUCTS - COMP/OP AGG $ r.3=UDMD POLICY X JECOT- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1 000 A X ANY AUTO CPP 0886881 04/28/06 04/20/09 (Ea accident) i ,000 BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS (Per person) BODILY INJURY $ HIRED AUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 5 , 000 , 000 A X OCCUR ❑ CLAIMSMADE CPR 01366681 04/28/06 04/28/09 AGGREGATE $ 5,000,000 $ $ RDEDUCTIBLE X RETENTION $ o $ WORKERS COMPENSATION AND TORY LIMITS ER A EMPLOYERS' LIABILITY CPR 0886881 04/28/06 04/28/09 E.L. EACH ACCIDENT $ 500000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ 5 0 0 0 0 0 OFFICERIMEMBER EXCLUDED? It yes. describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 500 0 00 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROV19 1014S The City of Lubbock,its officers,agents,and employees and Allen Butler Construction are named additional insured on general Liab policies with respect to ITB07-715DD. A waiver of subrogation applies in favor of the city of Lubbock on general liab & automobile liab & the additional insured in favor of the City of Lubbock is on a primary and noncontributory basis. CERTIFICATE HOLDER CANCELLATION LT.T.W-5 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRRTEN City of Lubbock c/o City of NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Lubbock Public Works IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR - Contracting office REPRESENTATIVES. REPRESENNNrAnvE . 1625 13th St, Ste 204 Lubbock TX 79401 AREPRES 0 ACORD CORPORATION 1988 NU9. y. LUUI-- 4:JLHIv1---H I American renee 1u01 Ullj r. L aC CERTIFICATE OF LIABILITY INSURAINCE Al°A� 2, cos o8°io ' PRODUCER THIS CERTIFICATE 19 ISSUED AS A MATTER. OF INFORMATION Arthur J. Gallagher ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Risk ManagepLent Services I Inc. HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 700 W. Prim Lake Rd. - ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lake Charles LA 70601-8397 Phone! 337-478-5485 Fax; 337-474-4418 INSURERS AFFORDING COVERAGE NAIC # ' INSURED INSURERA: Peerless Insurance CompM i -.i INSURERB; America First Insurance Co 12696 1 P^O American Fence Inc INSURERC; NeW Hampshire Ina. Co. 23841 Orange TX 77631-2509 Box 2509 INSURER°' _A I WSURER E; COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY pER10D INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWTH 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, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR N$ 'TYPE OF INSURANCE T POLICY NUMBER DATE MA71DD/Y1) OAE MM LIMITS GENERAL. LIABILITY EACH OCCURRENCE S1,000,000 A X COM'MERCIAL GENERAL LIABILmf CLAMS MADE LRIOCCUR CBR8030557 09/01/07 06/01/00 PREMISES Esowencol s 100 000 MEDW(Any onnparson) $5,000 PERSONAL INADVINJURY $1 000,000 GENERAL AGGREGATE s2,000,000 GEN'LAGGREGATE LWBTAPPLIEBPER: PRODUCTS-COMPIOPAGG $2 000,000 POLICY 91 JECT 1.00 A AUTOMovILE UABILJTY X ANY AUTO BA8030057 TEXAS 06/01/07 06/01/08 COMBINED INQS SINGLE LIMIT no $1 000 000 ` ` ALL OWNED AUTOS SCHEDULED AUTOS BAS030757 LOUISIAN 06/01/07 06/01/08 BODILY INJURY (Per parson)S BODILY INJURY (Per AvAsno S )( HIRED AUTOS X NON.OWNED AUTOS PROPERTY DAMAGE (PerecddeM) sP X comp dad $500 X C011 dad $1000 GARAGE LIABILITY AUTO ONLY • FA ACCIDENT S OTHER THAN EA ACC AUTO ONLY,. AGG i ANY AIJTO S EXCESSJUMBRELLA LIABILITY EACH OCCURRENCE $ 2 , 000 , 000 13 X OCCUR CLAIMS MADE =8030ea7 - FOLWW FOWf 06/01/07 06/01/08 AGGREGATE s 2 000, 000 i S DEDUCTIBLE I X RETENTION 310,000 s (C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNEFZ/E}(EGUTNE OFFIC01MEMSIEREXCWDED.) WC0841371 TEXAS/LOUISIANA 06/02/07, 06/02/08 X TO Y LIMIT R _L EADHAcc10ENT 31 000 000 E.L. DISEASE -EASMPLOYEE S11000,000 "AY describe urrcW SPEG�IALPROVISIONSbelow E,L, DISEASE -POLICY LIMIT S 1, 000 000 OTHER IA Equipment Floater CBR8030557 06/01/07 06/01/08 Leased/ $25000 Rented $250 DED DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES f EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISION$ WORK COMP INCLUDES BLNKT WAIVER OF SUBROGATION (TX WC420304A)/(LA-WC000313) (WHEN REQUIRED BY WRITTEN CONTRACT. GENRL LIAR FORM INCLUDES BLNKT ADDTL INSURED AND BLNXT WAIVER OF SUBROGATION WHEN REQUIRED BY WRITTEN CONTRACT. See additional Desaription of Operations on the attached page. CERTIFICATE HOLDER CANCELLATION ' C ITYLUS SHOULD ANY OF T142 ABOVE DESCRIBED POLICIES BE CANCELLED NtrORN THE EXPIRATION IDATE THEREOP, THE ISSUING INSURER WILL ENDEAVOR To MAIL 10 DAYS WRITTEN City of Lubbock C/O NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL Public Works Contracting Offic IMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Allen Butler Constuction, Inc. REPRESENTATIVES - Lubbock TX 79401 1625 13th Street, Suite 204 RAREPEP O RRIIIRSENTATIVE ACORD 26 (20011001 / / I"/'�"` 0 ACORD CORPORATION 1988 M 9. 100/' 4:32AM—A 1 American Fence No.0773-----P. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this cert)ficlite does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 25 (2001/00) Aug. 9. ZUU/_ 4:33AM A 1 American Fence No. 0773_.._P. W� City of Lubbock, its offi.cera, agents and employees and Allen Butler Construction Co., Inc. are named as primary additional insureds on General,_.. ;.. Liability policies, 'with • respect- to ITS #07-715-DD, endorsement #CG2010 - • ''" "' "' '' << 10/01. A Waiver of Subrogation in favor of City of Lubbock and Allen Sutler Construction Co., Inc. is listed on General Liability, Automobile Liability and Workers Compensation policies. r, CERTIFICATE OF LIABILITY INSURANCE 08/07/2 0 ' PRODUCER (806) 793-8773 FAX (806) 793-7173 Qu i senberry & Associates, Inc. 4601 66th St . , Suite B Lubbock, TX 79414 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL INSURED Winston Electric, L.P. DBA : Acme E I ectr i c 108 East 82nd Street Lubbock, TX 79404 INSURER A: United Fire Lloyds 43559 INSURER B: Texas Mutual Insurance Company INSURER C: INSURER D: INSURER E rnvcoen_cc 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDI TYPE OF INSURANCE POLICY NUMBER POLIC1f EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY 85033747 07/01 /2007 07/01 /2008 EACH OCCURRENCE $ 1,000,00 XI COMMERCIAL GENERAL LIABILITY DAMAGETO RENTED $ 100,00 CLAIMS MADE [X OCCUR MED EXP (Anyone person) $ rj 00 A X X Limits Apply PERSONAL & ADV INJURY $ 1,000,00 Per Project GENERAL AGGREGATE $ 2,000,001 GE N L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMPIOP AGG $ 2 , OOO , OO POLICY X JET LOC AUTOMOBILE LIABILITY 85033747 07/01 /2007 07/01 /2008 COMBINED SINGLE LIMIT X ANY ALTO (Ea accident) $ 1,000,000 BODILY INJURY $ ALL OWNED AUTOS A X SCHEDULED AUTOS (Per Pam) BODILY INJURY $ X HIREDAUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ I ANY AUTO F $ AUTO ONLY: AGO EXCESSfUMBRELLA LIABILITY 85033747 07/01 /2007 07/01 /2008 EACH OCCURRENCE $ 5,000,000 X OCCUR CLAIMS MADE AGGREGATE $ A X $ $ DEDUCTIBLE 1X RETENTION $ 25, OO $ WORKERS COMPENSATION AND TSFOO10607602 12/28/2006 12/28/2007 X WCSTATU- OTH. EMPLOYERS' LIABILITY EL EACH ACCIDENT $ 1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE- EA EMPLOYE $ 1 , 000, 000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS bebw I E.L. DISEASE- POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS roj ect : Lubbock Preston Smith International Airport -- GA Ramp Expansion ity of Lubbock, its officers, agents & employees are named as primary Additional Insureds on the eneral Liability, Auto Liabiliy policies with respect to ITB #07-715-DD, Endorsement #CG 70 96 & giver of Subrogation in favor of the City of Lubbock on the General Liability, Auto Liability & orkers' Compensation policies. (See Attached) City of Lubbock C/o City of Lubbock Public Works Contracting Office 1625 13th Street, Suite 204 Lubbock, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Todd Qu i senberry/SHERR I ACORD 25 (2001108) OACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) t � Additional Coverages and j Factors 06/22/2007 Line of Business Coverages for Business Auto --1 Coverage Limits Ded/Ded Type Rate Premium Factor Uninsured motorist BI- 55000 single limit Collision 250 -1 Combined single limit 1,000,000 j Uninsured motorist 55,000 combined single limit Specified perils 25 Line of Business Coverages for General Liability Coverage Limits Ded/Ded Type Rate Premium Factor -.J General Aggregate 2000000 250 Applies: Property Damage Products/Completed Ops 2000000 Aggregate Personal & Advertising 1000000 Injury Each Occurrence 1000000 Fire Damage 100000 Medical Expense 5000 Line of Business Coverages for Workers Compensation Coverage Limits Ded/Ded Type Rate Premium Factor Increased employer's 7,938.00 liability Schedule rate adjustment -52,106.00 0.87000 Adjst. to reconcile-exp -4,049.00 0.99000 mod. premium Premium discount -33,141.00 10.80000 Waiver of Subro 7,783.00 WC & Employer's liability 1,000,000/1,000,000/ 1,000,000 J Health Care Network -41.845.00 Discount 71Expense constant 150.00 3 a City of Lubbock Certificate issued to City of Lubbock 08/07/2007 Quisenberry & Associates, Inc. 08/07/2007 Allen Butler Construction, Inc. is also named as Additional Insured with respect to General Liability, Auto Liability & Waiver of Subrogation with respect to General Liability, Auto Liability & Workers' Compensation for whom the named Insured has agreed by written contract to furnish this coverage. Z, 0%r`M9r1r•V#'% A'Tr' ter' I I A M11 1r%/ I11t%l Ir% A LI/1r / 14— (�f /[ LJ �I G f1 1 1 f 1 V /'1 1 L V 1 L.1/'1LJ 1 L.1 1 1 1 1 V V f1Alr V G DATE (MMIDDIYYYY) 08/03/2007 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BROOKE AGENCY SERVICES CO., LLC # 758 P O BOX 700937 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS, TX 75370-0937 (806) 763-4005 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: America First Insurance Tom's Tree Place/Patterned Concrete West Texas Services, Inc. DBA INSURER B: American International Co INSURERC: Underwriters at Lloyds, London 5104 34th Street Lubbock TX 79410 INSURER D: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE MMIDD D (M IDOfYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000. A COMMERCIAL GENERAL LIABILITY ❑CLAIMS MADE OCCUR CBP9723558 06/02/07 06/02/08 DAMAGE TO RENTED PREMISES Ea occurence $ 100,000. MED EXP (Any one person) $ 5,000. PERSONAL & ADV INJURY S 1,000,000. GENERAL $ 2,000,000. GEML AGGREGATE LIMIT APPLIES PER: -AGGREGATE PRODUCTS - COMPIOP AGG $ 2,000,000. POLICY PROJECT LOC A AUTOMOBILE LIABILITY ANY AUTO BA 9722658 06/02/07 06/02/08 COMBINED SINGLE LIMIT (Ea acadent) $ 1,000,000. BODILY INJURY (Per pion) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per acddent) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTHAN EAACC AUTO ONLY: AGG $ ANY AUTO $ A EXCESSIUMBRELLA LIABILITY OCCUR CLAIMS MADE CU9723958 06/02/07 06/02/08 EACH OCCURRENCE $ 1,000,000. AGGREGATE $ 1,000,000. $ DEDUCTIBLE RETENTION $ 10,000 $ B WORKERS COMPENSATION AND EMPLOYERS! LIABILITY ANY PRO PRIETORIPARTNERIEXECUTWE WC1844114 09/27/06 09/27/07 - TORY LIMITS ER E.L. EACH ACCIDENT - $ 500,000. ELDSFJVSE•FAEM'LOYEE $ - 500,000. OFFICER/MEMBER EXCLUDED? Ifyes,describeunder SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 500,000. OTHER AE060050 09/25/06 09/25/07 Each Claim $1,000,000 C Professional Liability Aggregate $1,000,000 Landscape Gardening Including Poducts and/or Completed Operations -Blanket Waiver of Subrogation and Blanket Additional Insured apply to GL; Blanket Additional Insured applies to the Auto. Primary Non-contributory wonting is attached to the GL ITB#07-715-DD - Lubbock Preston Smith International Airport. - G.A. Ramp Expansion Phase II Contract #7643 CERTIFICATE HOLDER CANCELLATION City of Lubbock P.O. Box 2000 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, AUTHORIZM REPRESENTATIVE Erick Willcoxon IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terns and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon. CORD 25 (2001/08) A�OR� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 08/03/2007 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BROOKE AGENCY SERVICES CO., LLC # 758 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P O BOX 700937 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS, TX 75370-0937 (806) 763-4005 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: America First Insurance Tom's Tree Place/Patterned Concrete INSURER B: American International Co West Texas Services, Inc. DBA INSURER C: Underwriters at Lloyds, London 5104 34th Street INSURER D: Lubbock TX 79410 INSURER E: CnVFRAGF3 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR AUULI INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000. A COMMERCIAL GENERAL LIABILITY CLAIMS MADE ® OCCUR CBP9723558 06/02/07 06/02/08 DAMAGE TO RENTED PREMISES Ea occurenre $ 100,000. MED EXP (Any one person) $ 5,000. PERSONAL 8 ADV INJURY $ 1,000,000. - GENERAL AGGREGATE $ 2,000,000. GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000. POLICY M PROJECT LOC A AUTOMOBILE LIABILITY ANY AUTO BA 9722658 06/02/07 06/02/08 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000. BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 1,000,000. A OCCUR CLAIMS MADE C09723958 06/02/07 06/02/08 AGGREGATE $ 1,000,000, $ DEDUCTIBLE RETENTION $ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY " TORY LIMITS F1 ER E.L. EACH ACCIDENT $ 500,000. B ANY PROPRIETORIPARTNER/EXECUTIVE W C 1844114 09/27/06 09/27/07 E.L. DISEASE - EA EMPLOYEE $ 500,000. OFFICER/MEMBER EXCLUDED? Des, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 500,000. OTHER AE060050 09/25/06 09/25/07 Each Claim $1,000,000 C Professional Liability Aggregate $1,000,000 DEMIPTION OF OPERATIONS I LOCATIONS i VEHIC6S I EXCLUSIONS ADDED 13Y ENDURS11MENT i SPECIAL PR�ISIONS Landscape Gardening Including Poducts and/or Completed Operations -Blanket Waiver of Subrogation and Blanket Additional Insured apply to GL; Blanket Additional Insured applies to the Auto. Primary Non-contributory wording is attached to the GL ITB#07-715-DD - Lubbock Preston Smith International Airport. - G.A. Ramp Expansion Phase II Contract #7643 Contractor: Allen Butler Construction CFRTIFICATF Hni nFR CANCFI I ATInN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Lubbock and Allen Butler. Construction DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN P.O. BOX 2000 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Lubbock, TX 79457 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Erick Willcoxon ACUKU ZD (ZUU'IIUB) ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. \CORD 25 (2001108) 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 codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 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 sample notice, without any additional words or changes: c 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 proj ect; (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 L. (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.!_ CONTRACT CONTRACT #7643 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26 day of July, 2007 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and ALLEN BUTLER CONSTRUCTION, INC. of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #07-715-DD - Lubbock Preston Smith International Airport G.A. Ramp Expansion Phase II 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 Conditions of the Agreement. ALLEN BUTLER CONSTRUCTION INC's bid dated June 13, 2007 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within five (5) 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. r_ The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: By: �v�,, M�—� - - PRINTE NAME: TITLE: ., COMPLETE ADDRESS: Company kkp Address 6w A h "c i j4t City, State, Zip .,a^ CLLaN d, TX `793ivO ATTEST: / Corporate Secretary CITY OF LUBBOCK E SAS (OWNER MAYOR ATTEST: City Se retary GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, STEVE NICHOLSON DEPUTY DIRECTOR - OPERATIONS AND SAFETY, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid Submittal Form, Signed Contract, Statutory Bonds, General Conditions of the Agreement, Special Provisions, Technical Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality and free from material defects. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten (10) copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Contractor whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the -- completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Contractor to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Contractor at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be ! approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for -- examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to -> furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and -_ Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or 1_ . Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the _& specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owner's Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable 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, agent's 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 discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. t__ The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000. Combined Single Limit in the aggregate and per occurrence to include: General Aggregate Products & Completed Operations Hazard AGG Contractual Liability Personal Injury Advertising Injury With Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, 1 0$ , 00,000 Combined Single Limit, to include all owned and non - owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City of Lubbock is to be named as primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. E. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of 3 0$ , 00,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity - Persons providing services on the project ("subcontractor" in Section 1_1406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being - awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the �- duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and j for one year thereafter. $ - The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self- Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. 1. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; f (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) 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 Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or 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 8001372-7713 or'5121804-4000 (htW://www.twcc.state.tx.us/twcccontacts.html) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; "and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials _... required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $800 (EIGHT -HUNDRED) PER CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for ' substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon hereidis a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for i_. hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46, PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the - notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms acceptable to the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL PROVISIONS In the event special provisions are contained herein as part of the contract documents and said special provisions conflict with any of the general conditions contained in this contract, then in such event the special provisions shall control. In the event there is a discrepancy between the specifications and the general conditions, the specifications shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. J 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56 NONAPPROPRIATION All funds for payment by'the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. DAVIS BACON CURRENT WAGE SCHEDULE I SPECIAL PROVISIONS SPECIFICATIONS DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ITB# bq-M bD 9 TITLE K ' ( The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): The bidder is committed to a minimum of % DBE utilization on this project. O'The bidder (if unable to meet the goal of f 1 % DBE) is committed to minimum of DBE utilization on this project and has submitted documentation showing good faith effort. Date: t — 1 ,�` o q Contractor: By: (Signature) (Title) -, K ,-Uh e- Address:`I City�� 11 `� tiYY11 StateZip Code: is) Telephone (including area code): g 4 �_' 1 q 5-- -I ` 9 g Federal Tax ID / SSN:lP 0�� i s Bidders List ITB # MJ'E- uiiw-�;� All firms bidding or quoting on subcontracts for t1us� DOT -assisted project are listed below. Firm Name Address 1 Certified DBE (Y or-N) Age of Firm GRS* Letter of Intent (Y or N) �x c� &.4Ju i- bt. -- l; JbI i-K 33ob aco ultl'er 17r- as x / ontiSTr�e- C- I Roan jj,� atA `C ntOA Note: This form.is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan.__ *GRS — Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5. million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million. f_ 8 - 1 •.. .... ,- ­. M-Olt iaaaa %,Ullalruuuun Lr TOIf 171jI IUUI I -IUI r UUL/uu1 r-LIN Bidders List TTB # 0- -715 - DD TITLE: ^ A aa"P egeriSii�lL_ Q ii All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Certified DBE Aae of o GRS* Letter of Intent (Y or N) Firm (Y or 1) TWA5%7 MtX K06 LL U6b 0 tv"T-A,t �6asa� uuy� 23% 5. 6A6D4D 10. Vognafj, 1 NC . RAW RAMS II �Tolmn3on C1034/ ` WO M tot Pi c., INC,. A "Abo"IX'"'t M UW►",1 t000 R. PIPE d MCAU YAW) P <Z.V- C.IP S1146 ilk, Ek CAL E 160t t.1. Sk a.F 1697IMP QIS S Gt4dc wolc r, 'tic 1J lest On Pp Sox 47.7 -k t Qodgpil) �VI i1u.Z 1 Pr Ma ,r PtkMSle 7X rl 71SIO L e Eajoq ,qs ; Eat} Rw_ A e.OK �IOyd (',onstnrrr fb BOX 3451Q LKbbuc l� re ?eX�s W�.ii- �W Cie d Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound survey of firms, widely dissemkiated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS — Annual Gross Receipts Enter 1 for less than $1 million Enter Z for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million. 5 Jun—I3—Z00( Ic:aupm r M—Klewlt texas 4onstructlon V Toff JJf [WWI „ Bidders List All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. l�rm Name a4ddress� Certified DBE Age of � GRS� Letter of Intent (Y or N) firm (Y or NJ) I FEW E1rc rt�►1 CA— 98 ! I Fleres0it TX ( i Q E Jay.r S � 53 6, •.<r!+ r t. Ky}�„ lx 787oY I C er.a x 713.111- VISe wes exaS oBoX U4t -1 1`2vtn 9 L�L1eee-Zy 7 tG4 Iw J-l'ec►". EaOtImIr"L 1 )s io %'l o y Ads, lf,.L6vc:z 1x Y y I -79401 ::rv+t -TUX- 4z33 s '��G S°nAhyOlpt6ps— / I Acv"v, log S: yx--4 Lwloboc►� �kr:S tbstr� S ILLO alfoa o.ray 34M IT"k �J j AMC r i 110 1 711PO I s js ! I I Anmw 5.4V, Co+.s F f 1492E awe Deer ire.; � 1 tad OM $Ob'78t� (4f1 Note: T1.v.s form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statisticaUy sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as de -fined in the recipient's DBE plat. *GRS — Annual Gross Receipts Enter 1 for less than $1 inillion Enter ? for more than $1 million, less than Sj million Enter; for more than $5 million, less than $10 million, Enter 4 for more than 510 million. less than 51.5 million Enter 5 for more than $15 million. i Jun-IJ-LUU1 IL.gUJjM rrom—niewit texas Construction LN W t W ruin I-lul I'.uuaiuu( r-tra LETTER OF Ur NT lTB 4 Q7-7l J �D Title: l����i'S I car) ��yL Company Name: Individual's Address: { Ciry: {% s'.��'A State: ' = Zip: r7 , -7 7 J Telephone (with area code): f 17 31>-77a'O Fax: 'S / MR —lx E-Mail: Name of DBE Firm: � 4 W F_ tr rkI C (� i C601 f-G N-S . WC. Address: ao 50X QS City: F IO(�Z\11Ile, State: 1y, Zip: IS 11 c Telephone ();rirh area code): NQ-343-wS� 5 1=ax:($3o)-393-00$3 E-Mail: Bidder intends to utilize the above -named DBE firm for the %;rork described above. The estimated amount of work is valued at S V 415 Tf the above -named bidder is not detennined to be the successful bidder. this Letter of Intent shall be null and void. Complete aad submit this form for each subcontractor you propose to use on This oroiect. (Cope this page for each DBE- subcontractor) Contractor: Kxt* Date: (v _13 -a 1 (Signature) Jun-13-2007 IC:a►pm trom-Kiewrt IexaS Construction it rnlr » r ruur ,-,,,, I - UTTER OF MENU ITB # C27-71 —,- - Tide: �F�' ' -�r1�� i' 4 r c�r� �h'.► f Company Name: Individual's Address: 131 MM Wpk 4d City: State: -,Vp 05 Zip: 77U 1 7 Telephone (with area code): ?17 3 �7 7?00 Fax: / 33,7 7zv / E-Mail: Name of DBE Firm: :Q. XOc S �af ( S+ Go9stiu 47;m ieeui j r Address: p291a S'a{t� y sd "1VJ City: EL faw State: % �xcS Zip: -7�05 Telephone (with area code): q15 35l 3t 3 Fax: Bidder intends to utilize the above -named DBE firm for the work- described above. The estimated amount of work is valued at S_-,L if the above -named bidder is not determined to be the successful bidder. this Letter of Intent shall be null and void, Cotmplete and submit this force for each subcontractor Sou propose to use on this Proiect. (Cop)- :his page for each DBE subcontractor) Contractor: "RVDete: 6 —13 —67 (Signature) Jun-13-2001 1Z:41pm From—Kiewit Texas Construction LP +BIT 33T Tool T-)O1 P.006/uut h—Z79 - LETTER OF INTENT ITB." Title: c,A k6-M10 fr'.X ' ^3I•Or! DW Company Name: `� P �J :- �,� - Individual's Address: '1 %1'. iI '):>, ' _i' -;)" City: State: ' • Zip: %!„ -7 i Telephone (with area code): fi7 31� 1 7opD Fax n?� % 3 7 7x f E .'Mail: Name of DBE Firm: \1- Te &) Address: 1010 City: LA6c.k State: ` R zip: 77q-loi Telephone (with area code): nn Fzx: ($ -ia8-b41� E-Mail: Description of work to be,performed by DBEfirm: Storm \t lcr POU ion P(cJ union C;1 6n IJ)5WtOjion of 56VM Q&�A_ CO4ro49 Bidder intends to utilize the above -named DBE firm for the work described above. The estimated amount of work is valued at $ zl, 5Q0 OC) . If the above -named bidder is not detennined to be the successful bidder. this Letter of Intent shall be 1rull and void. Complete and submit this form for each subcontractor you propose to ase on this oroiect. (Cop}, his pa?e for each DBE subcontractor) Contractor:( �. Date: (Shmature) Jun-13-2007 1Z:41 Pm From—Krewrt Texas Construction lY +Ulr 33( tour r-rut r. uu, L„ LETTER OF 1fNTE1'T JTB # 07-7 ii - - M Title: CA {:G�i►'iy� %><�J.lr�s r Qr� (�jL�?_ Company Name: =' e),' Individual's Address: i i9 QLJ_,L�- City: 1 71,x l . ti, a'= ,� State: ' = '�' % Zip: _ -7 L. ) -7 i Telapbone (with area code): %17 :,7 -7ppO Fax: / 31-7 7,QP I E-Mail: Name of DBE Firm: HMO i nL• Address: WQ $DXL 3!::t�5tp City: UL6,we_ State: T�4 Zip: 794�5Z Telepbone (with area code): '%0& 7,6/5-Z7.z9Fzx: ft 7` 5Z7`P E-'Mail: Bidder intends to utilize the above -named DBE firm for the work described above. The estimated amount of work is valued at S a . If the above -named bidder is not determined to be the successful bidder, this Letter of Intent shall be null and void. Complete and submit this form for each subcontractor you propose to use on this proiect. (Copy This page for each DBE subcontractor) Conrracror: X4i�-i A - Dare: (Signature) CERTIFICATION A materially false statement willfully or fraudulently made in connection with this questionnaire is sufficient cause for rendering the business entity not responsible with respect to the present bid or proposal and future bids or proposals, and in addition, may subject the person and/or entity making the false statement to criminal charges, including but not limited to State of Texas Penal Law sections (Offering a false statement for filing) and (Sworn false statement) and/or Title 18 U.S.C. sections 1001 (False or fraudulent statement) and 1341 (Mail fraud). I, `4�I4.,!\. __BU4e r , being duly sworn, state that I am the Print or Type Name of Bidder/Proposer Authorized Representative �I (� pc —Me 5 6 t' Yl f�C— of&J' &A�( [ t,, and Print or Type Title of Bidder/Proposer Authorized Representative PrMint or Type Name of Entity Submitting Did/Proposal I have read and understand the questions contained in the attached questionnaire and its appendices. I certify that to the best of my knowledge the information given in response to each question and appendices is full, complete, and truthful. I will notify the City of Lubbock in writing of any change in circumstances occurring after the submission of this questionnaire and before the execution of any contract with the City. I acknowledge that the City of Lubbock may, by means it deems appropriate, determine the accuracy and truth of the statements made in this questionnaire. I recognize that all information submitted is for the express purpose of inducing the City to enter a contract with the submitting business entity. I authori a the City to contact any entity or person named in this questionnaire, for purposes of vyrify( inf rmation i � s Submitted. ( ), 'r Y ��_Ioftid(Ter/Proposer Authorized Representative STATE OF ) ss: COUNTY OF , bo Lk. On the 4�t'.e ay of `.. 4 Im_ , in the year ���7before me personally came {T to me known and known to me to be the person Print or Type Name of Bidder/Proposer Authorized Representative described in and who executed the foregoing instrument, and he/she duly acknowledged that he/she executed the same. JERRY D. COLBURN ` Notary Pultti�, State of Teexxt� Notary Public yb'(ili4 Si s e- 01-25-2008 QVurchasckPublic Works Contracting 7 of 7 Rev 5/2)2007 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13"' STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ITB# 07-715-DD, Addendum # 2 ADDENDUM # 2 ITB # 07-715-DD Lubbock Preston Smith International Airport G.A. Ramp Expansion Phase II June 5, 2007 June 13, 2007 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the following clarifications provided by the Engineer ATTACHED. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to ddosspmylubbock.us. THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the City of Lubbock Public Works Contracting Office if any language, reguirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Office no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB# ITB07-715-DDad2 ADDENDUM NO.2 TO: All Prospective Bidders / Plan Holders PROJECT: LBB — G.A. Ramp Expansion Phase H DATE: June 5, 2007 PSC Job No: 01-2738-05 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents as noted below: Specifications 1. Refer to the updated Special Provisions, SP-3 TIME AND ORDER OF COMPLETION attached. Changes include modifying the phasing plan to allow the EB-35A material placement (Phases 3 and 4) to be moved within the overall contract time. 2. Refer to the updated Modifications to Engineering Brief 35,4 — Thermoplastic Coal -Tar Emulsion Slurry Seal attached. The quantities in Table 2. Composition and Table 3. Application have been changed. Drawines 1. Refer to Sheet G-106.2 of the plans. The Phase 4 Notes should be modified as follows. 1. Consists of the application of the EB-35A material on the bituminous surfaced apron area, and reconstruction of a small portion of the apron area directly in front of Chaparral Jet Center. 2. Total time for Phase 4 is 90 days. (can begin as decided on by the Contractor with approval of the Owner and the Engineer, but no later than 90 days prior to the end of the contract time). Phase 4 may begin at the NTP. 3. Contractor to maintain access to the hangar north of the Chaparral Jet Center at all times. 4. Taxiway J open — contractor to keep clear of taxiway safety area. 5. Runway 17L-35R open — contractor to keep clear of runway safety area. 6. Contractor to maintain communications with the Owner during this phase to allow movement of aircraft as necessary prior to, and possibly during, construction. Scheduling of this phase to be approved by the Owner and Engineer prior to commencing. 7. Contractor to maintain proper barricading and lighting around East GA Ramp construction. 2. Refer to Sheet C-106 of the plans. The callout that currently reads "Contractor shall provide approved riprap between headwalls" shall be revised to read "Contractor shall provide 6-inch thick P-610 Concrete with #4 rebar at 12"o.c.e.w. between the headwalls. This concrete will be placed at the same slope as the slope on the headwalls." PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa END OE: ,\DDFNDUM NO. 2 Respectfully Submitted, PARKHIL,L. swri-I & COOPER, INC. Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. AC.KNONVLE/D�D: By: PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso /......... ..... ....... .. .r f VYr f..�'��r�r�? R\'tie-`/"n��• f/ 61 W Midland Amarillo Odessa SP-3 TIME AND ORDER OF COMPLETION The construction covered by these specifications shall be completed within 165 calendar days after the date of written Notice to Proceed. The Contractor may commence work upon receipt of the executed contract and shall commence work not later than the tenth (I O'h) day after the date of the Notice to Proceed. The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carved out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. The Contractor shall be responsible for scheduling and implementing the various separate construction operations involved in the construction of the improvements included in this project. Completion shall be within the time frames specified below. The Contractor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. Liquidated damages will be assessed for delayed completion in the amount of $800.00 per calendar day for each individual phase or subphase below. Construction phasing shall be accomplished as follows: Stormwater pollution prevention plan measures shall be in -place and complete prior to the commencement of any construction work. Staging area preparation and construction will need to be performed prior to work or as approved by the Engineer. PHASE I ■ Construction of portions of the entrance to the East GA Ramp within the Taxiway J safety area, including importing fill material, compacting, installing drainage structures, electrical, lighting and signage improvements, and all construction in this area to the top of the final grade of base material. This phase also includes the grading and drainage improvements within the Runway 17L-35R safety area ■ 30 days (begins at NTP or as decided on by the Contractor with approval of the Owner and the Engineer, but no later than 30 days prior to the end of Phase 2). ■ Taxiway J will remain open, but special measures will be required for construction in the taxiway safety area. At a minimum, the contractor will meet the requirements of AC 150/5370-2E for work within a taxiway safety area. ■ Runway 17L-35R closed. ■ East GA Ramp taxiing aircraft to use the existing East GA Ramp entrance (Taxiway G entrance) during this phase. ■ Contractor to maintain temporary access around construction areas for service road and "aircraft -in -tow" traffic during East GA Ramp construction. ■ Contractor to maintain continuous operation of lights along Taxiway J and in any other circuits affected by Phase I work. PHASE Il ■ Demolition of portions of the existing East GA Ramp apron surface and base courses; construction of the new full -depth pavement sections on the East GA Ramp, and remaining drainage, grading, electrical, lighting and signage improvements. This phase also includes the pavement surface course construction, within the Taxiway J safety area — which should be done as soon as practical after Phase I ends. ■ 120 days (begins at NTP). ■ Taxiway J open — contractor to keep clear of taxiway safety area unless the Engineer and Owner have been notified and had sufficient time to make preparations for such work. ■ Runway 17L-35R open — contractor to keep clear of runway safety area. ■ Contractor to maintain temporary access around construction areas for service road and "aircraft -in -tow" traffic during East GA Ramp construction. ■ East GA Ramp taxiing aircraft to use the existing East GA Ramp entrance (Taxiway G entrance) during this phase. PHASE III ■ Consists of the level -up course of the EB-35A material on designated areas of the apron area; and drainage valley gutter repair work. ■ 30 days (must begin at the same time or prior to Phase IV). ■ Taxiway J will remain open, but special measures will be required for construction in the taxiway safety area. At a minimum, the contractor will meet the requirements of AC 150/5370-2E for work within a taxiway safety area. ■ Runway 17L-35R open - contractor to keep clear of runway safety area. ■ Contractor to maintain proper barricading and lighting around East GA Ramp construction. ■ If East GA Ramp taxiing aircraft will use the newly constructed East GA Ramp entrance during this phase, Phase I and II work must be approved for aviation traffic by the Owner, Engineer and the Contractor; otherwise, areas of construction during this phase shall be properly barricaded and lighted and approved by the Owner and Engineer. PHASE IV ■ Consists if the application of the EB-35A material on the bituminous surfaced apron area, and reconstruction of a small portion of the apron directly in front of Chaparral Jet Center. ■ 90 days. (can begin as decided on by the Contractor with approval of the Owner and the Engineer, bill no later than 90 days prior to the end of the contract time). Phase 4 may begin at the NTP. ■ Contractor to maintain access to the hangar north of the Chaparral Jet Center at all times. ■ Taxiway J open — contractor to keep clear of taxiway safety area. ■ Runway 17Lr35R open — contractor to keep clear of runway safety area. ■ Contractor to maintain communications with the Owner during this phase to allow movement of aircraft as necessary prior to, and possibly during, construction. Scheduling of this phase to be approved by the Owner and Engineer prior to commencing. ■ Contractor to maintain proper barricading and lighting around East GA Ramp construction. In all phases of work, the contractor shall keep all equipment, personnel, etc. clear of the protected surfaces on the airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these specifications. Any deviation from the above sequences of construction must be submitted by the Contractor in writing and will require the prior approval of the Engineer and Owner. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Portions of the apron, runways and taxiways may be closed as required for proper execution of the work, but at least three (3) days notice will be required before closing any portion of a runway, taxiway or apron. Modifications to ENGINEERING BRIEF 35A THERMOPLASTIC COAL -TAR EMULSION SLURRY SEAL Engineering Brief 35A — Thermoplastic Coal -Tar Emulsion Slurry Seal or the project specifications shall be modified as follows: 1. 1.1 Add the following to this paragraph: Multiple applications of the slurry seal shall be applied during the completion of this project. The differing courses will be defined as "level -up", "first -course", and "second -course" and each will be further detailed in this specification. 2. 2.1 AGGREGATE. Delete TABLE 1. GRADATION OF AGGREGATES and replace with the following: TABLE 1. GRADATION OF AGGREGATES Sieve Size Percentage by Weight Passing Sieves Level-Un Course First Course Second Course No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 100 100 100 80-90 80-90 80-90 55-70 10-90 55-70 35-60 5-20 35-60 2545 0 2545 15-25 0 15-25 5-20 0 5-20 3. 3.1 COMPOSITION. Delete this paragraph and replace with the following: "The aggregate shall be mixed with the thermoplastic coal -tar emulsion at the rate shown in Table 2 into a homogeneous slurry mixture." TABLE 2. COMPOSITION Ibs of aggregate per gallon of emulsion Level -Up Course First Course Second Course 25-28 1 14-16 23-24 4. 3.2 APPLICATION. Delete this paragraph and replace with the following: "Each application of the thermoplastic emulsion slurry seal shall be applied at the rate shown in Table 3." TABLE 3. APPLICATION Ibs of slurry per square yard Level -Up Course First Course Second Course as necessary as necessary to fill 9-10 for level -up of area cracks in pavement 01273805 EB-35A — a 03/07 .. 5. 53 PREPARATION OF PAVEMENT. Add the following sentence at the end of this section: "Contractor shall apply an approved herbicide to any vegetation growing in areas to receive the slurry seal treatment. Vegetation shall be removed from these areas after the herbicidal treatment has had sufficient time for treatment and the vegetation is dead." 6. Add the following sections after Paragraph 5.7 CONTRACTOR'S CERTIFICATION: " METHOD OF MEASUREMENT i The quantity of thermoplastic coal -tar emulsion slurry seal shall be measured by the square yard. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for thermoplastic coal -tar emulsion slurry seal. 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. �1 Payment will be made under: Item E13-35A, Thermoplastic Coal -Tar Emulsion Slurry Seal, Level -up Application, complete, per square yard, and Item E13-35A, Thermoplastic Coal -Tar Emulsion Slurry Seal, Two -Course Application, complete, per ..,,j square yard." 01273805 EB-35A — b 03/07 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13... STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-3326 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ITB# 07-715-DD, Addendum # 3 ADDENDUM # 3 ITB # 07-715-DD Lubbock Preston Smith International Airport G.A. Ramp Expansion Phase II June 8, 2007 June 13, 2007 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. I. Bidder's attention is invited to the following clarifications provided by the Engineer ATTACHED. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to ddossl< mvlubbock.us. THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the City of Lubbock Public Works Contracting Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be -• submitted in writing and must be received by the Public Works Contracting Office no later than five (5) business days prior to the bid close date. A review of such notifications will be made. lTB# 07-715-DD ADDENDUM NO.3 TO: All Prospective Bidders / Plan Holders PROJECT: LBB — G.A. Ramp Expansion Phase II DATE: June 8, 2007 PSC Job No: 01-2738-05 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall he attached to the Contract Documents, and modifies the original Bidding Documents as noted below: Specifications 1. Refer to the Special Provisions, SP-5 LIMITATION OF OPERATION. The following text should be added at the end of this section. "The slurry seal work crew may temporarily stage on the existing HMAC apron area (in an area agreed upon by the Owner and Contractor) if proper barricading and protection is in place." 2. Refer to the Modifications to Engineering Brief 35A — Thermoplastic Coal -Tar Emulsion Slurry Seal. The following text should be added at the top of the modification sheet. "The intent of this specification is to level -up the existing surface, reduce loose aggregate and foreign object debris (FOD), and minimize the open area of cracks, thus limiting the intrusion of moisture into the base and .subgrade. It is understood by the Owner and Engineer that this material is being applied to an extremely cracked and imperfect surface. It is not the expectation of this specification to keep all cracks completely sealed and the exceptions to the warranty include reflection of existing cracks after the application of the EB-35A material. " 3. Refer to the Modifications to Item P-ISO REMOVAL OF EXISTING PAVEMENT. The first subparagraph under Paragraph 150-1.2 CLASSIFICATION shall be removed and replaced with the following text. "Asphaltic Concrete Pavement to be removed and salvaged shall consist of existing asphalt surface course material and granular base course material. The existing asphalt surface course to be removed is approximately 2-inches thick, and the existing flexible base course is approximately 8-inches thick Once the removal areas are delineated, the edges shall be sawcut, the existing surface course to be removed shall be broken up with a sheep foot roller; and the material shall be stockpiled. The stockpile location will be on the northwest corner of N. Walnut and E. Bluefield St. N. Walnut dead ends into E. Bluefield St. just southeast of the project location. The contractor will be expected to use the contractor's entrance gate (at the North end of N. Walnut) for transporting the material to the .stockpile location. " 4. Refer to the Modifications to Item P-208 AGGREGATE BASE COURSE. The following text should he added after item 3. Paragraph 208-2.3 GRADATION. "The second subparagraph under TABLF, /. shall be removed and replaced with the following. 'The portion of the filler and binder, including any blended material, passing the No. 40,nesh (0.45 mm) sieve shrill have a liquid limit not more than 25 and a plasticity index not more than 10 when tested in accordance with ASTM D 4318. "' PARKHILL, SMITH & COOPER, INC. Engineers - Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa r C ,A - 5. Refer to the Modifications to TxDOT Item 340 Dense -Graded Hot Mir Asphalt (Xfethod). The following changes shall be made to this modification sheet. 0 Item 4. Paragraph 340.2.A. I COARSE AGGREGATE. Revise the sentence to read "The mix shall be Type D according to Table 4. Furnish Surface Aggregate Class B for the Type D • Item 7. Paragraph 340.2.D. ASPHALT BINDER. Revise the sentence to read "Provide a binder with a performance grade of 70-28 (PG 70-28) for the Type D ,Nix in accordance with TxDOT Section 300.2.4 Performance -Graded Binderc." • Item 15. Paragraph 340A.L. Testing Laboratory. Delete this paragraph, No building or trailer will be required by the testing laboratory. END OF ADDENDUM NO. 3 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: bA-*J I Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: OF .. S..••' r DAN NEELLEY \ f IL 91-923 AL PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 ' Lubbock ElPaso Midland Amarillo Odessa SPECIFICATIONS Specifications City of Lubbock, Texas Lubbock Preston Smith International Airport GA Ramp Expansion — Phase II March 2007 PSC Project #: 01273805 City of Lubbock Bid No. XX-XXX-XX FAA A.I.P. Project No. 3-48-0138-30-2007 Parkhill, Smith & Cooper, Inc. Engineers a Architects ■ Planners Specifications City of Lubbock, Texas Lubbock Preston Smith International Airport. GA Ramp Expansion — Phase II r � *r *i JOH"; T. HAWI- TON Off March 2007 = 4r�8 r PSC Project #: 01273805 City of Lubbock Bid No. XX- -XX FAA A.I.P. Project No. 3-48-0138-30-2007 Ogg. — Nan .-aay'saiaave a a6♦a8e9HVaSa�O�fg�06&C@!1ffia v9��9b9�SM1a�Ytl11H ...." ':� Parkhill, Smith & Cooper, Inc. $a, J J.H.I. "`" Engineers Architects Planners aA:.�eL�,m� 4�: ■ ■ FEDERAL AVIATION ADMINISTRATION MANDATORY PROVISIONS THIS PAGE INTENTIONALLY LEFT BLANK FAA MANDATORY CONTRACT PROVISIONS AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 - 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 obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. CLEAN AIR AND WATER POLLUTION CONTROL Contractors and subcontractors agree: 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; 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; C. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds S 100,000 the aforementioned criteria and requirements. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5 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. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and FAA MP-1 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 l 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 l above. 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 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs I through 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 1 through 4 of this section. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 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 voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees 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. TERMINATION OF CONTRACT a. 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. b. 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. C. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. e. 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. FAA MP-2 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS - 41 CFR PART 60.4.3 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 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors 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. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting [. ,{ ki FAA MP-3 officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the non -working 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. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other 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. 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 assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific W4V fu 1ZI review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. 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. 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. in. 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 non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. 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. FAA MP-5 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (18.7a through 18.7p). 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 18.7a through 18.7p 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 whicli 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 groups, both male and female, and all women, both minority and non -minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 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 the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as. amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 604.8. 14. 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 identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). FAA MP-6 -- 1__ NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60-2 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 workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade Goals for female participation in each trade 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 non -federally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 604 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 604.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 604. Compliance with the goals will be measured against the total work hours performed. 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 construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. As used in this notice and in the contract resulting from this solicitation, the "covered area" is [insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any]. CERTIFICATION OF NONSEGREGATED FACILITIES - 41 CFR PART 60-1.8 Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non -segregated Facilities shall 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. FAA MP-7 Notice to Prospective Subcontractors of Requirements for Certification of Non -Segregated Facilities A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or 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 contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or 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 directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or 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 she or he will retain such certifications in his files. EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60-1.4(b) During the performance of this contract, the contractor agrees as follows: 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. 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. The contractor will send to each labor union or representative of workers with which s/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. FAA MP-8 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. 5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 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. 7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (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 provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such 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. DAVIS BACON REQUIREMENTS 1. Minimum Wages (i) 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 less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis - Bacon poster (WH-1321) shall be posted at all times by the contractor and its FAA MP-9 subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii) (A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, 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. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the 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. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) 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. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the FAA MP-10 contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I(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 I (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees 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. (ii) (A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 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. (B) 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: FAA MP -II (1) That the payroll for the payroll period contains the information required to be maintained under paragraph (3)(i) above and that such information is correct and complete; (2) 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; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) 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. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) 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 furthet payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12, 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor FAA MP-12 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 hinge 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. (ii) 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 trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training _ Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the __. journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the — trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage — and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe 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 r' 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. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen .... under this part shall be in conformity with the equal employment opportunity LJ requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert 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 FAA MP-13 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. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. S. • Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis - Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. VETERAN'S 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 Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates.. TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens 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 person 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. FAA MP-14_ s 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 M' contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this n, provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is 1 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 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. 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. 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. BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or their subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163) FAA MP-15 DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the City of Lubbock, Lubbock Preston Smith International Airport. The prime contractor agrees further to return retainage payments to each subcontractor within [specify the same number as above] days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock, Lubbock Preston Smith International Airport. This clause applies to both DBE and non -DBE subcontractors. ACCESS TO RECORDS AND REPORTS The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (1) No Federal appropriated funds shall be paid, by or on behalf of the contractor, to.any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. CIVIL RIGHTS ACT OF 1964, TITLE VI - CONTRACTOR CONTRACTUAL REQUIREMENTS 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: 1.1 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. 1.2 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, FAA MP-16 including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 1.3 Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all j 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. I 1.4 Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the 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 contractor is in the exclusive possession of another who A 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. 1.5 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. 1.6 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. BUY AMERICAN PREFERENCES (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 costs 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, exceptthose: .J FAA MP-17 l 1. that the US 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 US 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. BUY AMERICAN CERTIFICATE 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, are 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 the owner a listing of articles, materials and supplies excepted from this provision. Product Country of Origin FAA MP-18 mw FEDERAL AVIATION ADMINISTRATION GENERAL PROVISIONS THIS PAGE INTENTIONALLY LEFT BLANK TABLE OF CONTENTS _. FEDERAL AVIATION ADMINISTRATION GENERAL PROVISIONS Section Page Section 10 Definition of Terms GP-1 Section 20 Proposal Requirements and Conditions GP-5 Section 30 Award and Execution of Contract GP-9 Section 40 Scope of Work GP-11 Section 50 Control Work GP-15 Section 60 Control of Materials GP-23 Section 70 Legal Regulations and Responsibility to Public GP-27 Section 80 Prosecution and Progress GP-35 Section 90 Measurement and Payment GP-41 Section 110 Method of Estimating Percentage of Material within Specification Limits (PWL) GP-47 Section 120 Nuclear Gages GP-53 Items that have been added or modified are shown in bold italics. 01273805 TABLE OF CONTENTS - GENERAL PROVISIONS 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 TABLE OF CONTENTS - GENERAL PROVISIONS ' 03/07 __ 4/25/2005 AC 150/5370-1OB i SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or 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. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. L 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall —, include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to t bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 01273805 GP-1 - 03/07 4/25/2005 AC 150/5370-1OB I- 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of 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. 10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-27 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. 10-28 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. r 01273 805 GP-2 [ 03/07 l-- 4/25/2005 AC 150/5370-1OB 10-29 MATERIALS. Any substance specified for use in the construction of the contract work. 10-30 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. 10-31 OWNER. 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." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 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. 10-34 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. 10-35 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. 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 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. 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-40 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. 10-41 SPONSOR. See definition above of "Owner." 10-42 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. 10-43 SUBGRADE. The soil that forms the pavement foundation. 10-44 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. 10-45 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 (2) work that is not within the scope of the originally awarded contract. 01273 805 GP-3 03/07 4/25/2005 AC 150/5370-IOB 1046 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 1047 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. 10-48 WORK. The famishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-49 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 when work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 01273805 Crp4 03/07 4/25/2005 AC 150/5370-1OB SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). 41XVQ o fnd/o{ 'AKOMexft 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 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. e. 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 done and materials to be furnished under these specifications is given in the proposal. 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 01273805 GP-5 03/07 4/25/2005 AC 150/5370-IOB subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements A the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the 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. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. e. 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 certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. 01273805 GP-6 03/07 1— i 4/25/2005 AC 150/5370-1OB 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. 20-12 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 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 01273805 GP-7 03/07 4/25/2005 AC 150/5370-1OB r Intentionally Left Blank I L 01273805 GP-8 03/07 4/25/2005 AC 150/5370-1OB 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 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. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 6Q,. calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 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 contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that 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 acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local 01273805 GP-9 03/07 4/25/2005 AC 150/5370-10B I laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 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. END OF SECTION 30 01273805 GP-10 03/07 4/25/2005 AC 150/5370-1OB 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 that 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 that 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. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 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 `6 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 01273805 GP-11 03/07 4/25/2005 AC 150/5370-1OB airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. 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, flagperson, 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. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 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. 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, 01273805 GP-12 03/07 i I 4/25/2005 AC 150/5370-1OB d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. -; Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 01273805 GP-13 03/07 4/25/2005 AC 150/5370-1OB Intentionally Left Blank 01273805 GP-14 03/07 4/25/2005 AC 150/5370-1OB 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. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. 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. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 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 that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, 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. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 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. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. 01273805 GP-15 03/07 4/25/2005 AC 150/5370-1OB 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. �P0CT4 tOVIS NS MWOWON 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five 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 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. 50-05 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. 01273805 GP-16 03/07 4/25/2005 AC 150/5370-1OB When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her 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 dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: - Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station s d. Roadways — minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways - minimum 3 per station c. Holding apron areas — minimum 3 per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: (1). Runways — each paving lane width (2). Taxiways — each paving lane width (3). Holding areas — each paving lane width c. After finish paving operations at 50 foot stations (1). All paved areas — Edge of each paving lane prior to next paving lot 01273805 GP-17 03/07 4/25/2005 AC 150/5370-1OB d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 foot stations Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI's, PAPI's, REIL's, Wind Cones, Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (i.e. paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. 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 supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. 01273805 GP-18 03/07 4/25/2005 AC 150/5370-IOB 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. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. 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 re4noved or replaced at the Contractor's expense. .v Upon failure on the part of the Contractor to comply forthwith with any order of'the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. j 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. 50-12 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 F 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. Li Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the f.:-.1 01273805 GP-19 03/07 4/25/2005 AC 150/5370-1OB contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the contract; and 01273805 03/07 GP-20 4/25/2005 AC 150/5370-1OB f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost -reduction proposal and performance of the cost -reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 01273805 GP-21 03 /07 4/25/2005 AC 150/5370-1OB { Intentionally Left Blank 01273805 GP-22 03/07 4/25/2005 AC 150/5370-1OB SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. 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) 150/5345-53, Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: See lighting specifieatipnsun ol_ ;tying in 1.`e project dpcumenlx 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final -- payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 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. 01273805 GP-23 03/07 4/25/2005 AC 150/5370-1OB 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. 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 that 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. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A land line telephone and answering machine shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall furnish henirir as iegrdied #y ill SpicW Pfi '?oils. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the price bid for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials entering into the work. 01273805 GP-24 C 03/07 ! _ i 4/25/2005 AC 150/5370-1OB 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage .purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request,'- the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. _ . 60-08 OWNER FURNISHED MATERIALS. The Contractor shall fumish 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 that 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. END OF SECTION 60 01273 805 GP-25 03/07 4/25/2005 AC 150/5370-1OB Intentionally Left Blank 01273805 GP-26 03/07 4/25/2005 AC 150/5370-1OB SECTION 70 LEGAL REGULATIONS 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; an¢ shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. . Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For A1P contracts, the United States Government has agreed to "1 reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon y the Owner'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 Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, 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 USC, the rules and regulations implementing the USC, 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. 01273805 GP-27 03/07 4/25/2005 AC 150/5370-1OB 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 that 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 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. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricadcs, warning signs, and markings shall be paid for under Section 40-05. 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, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. 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 that 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, 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. 01273805 GP-28 03/07 t- - 4/25/2005 AC 150/5370-1OB 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 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 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(s), action(s), or claim(s) 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 as described below: 5ee the Aasdhg Plan in Section SP-3 of the Specdaf Ji vrwsions and shown on the plans for detadded "p .4asiie ipfRurptO Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such 01273805 GP-29 A 03/07 4/25/2005 AC 150/5370-1OB 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 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. = Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions.) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 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 non -execution of the work. The 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 except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. 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. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or 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. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: CIT$OFLUBBOCK! .- Airport - Deputy Director. Steve Nicholson office # (806) 775-2036 Operations Supervisory Rene Wick, er office # (806) . 775-3144, cell # (806) 78.7-1027 Field Maintenance. Steve BemmeGne office # (806) 775-2040, cell # (806) 777-7034 Water Department - Locate: David Ockerman office# (806);775-316-1, cell # (806) 548-4152._ Emergency: Randy Ratheal ogwe # (806) 775-2950,cell # (806) 5484167 LPL - Locate Greg Pillow cell # (806) 777-0416 Emergency: (806) 775-2S55 01273805 GP-30 03/07 4/25/2005 AC 150/5370-1OB 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 fin-nish a ..., written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner 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 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. ``J Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. t 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. LA The Contractor, during the prosecution of the project work, shall comply with the following: 01273 805 GP-31 03/07 4/25/2005 AC 150/5370-1OB a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point -of -Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. e. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point -of -Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point -of -Contact. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point -of - Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities' specifications and require approval by the above named FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection 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 stopped 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 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 that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. 01273805 GP-32 03/07 4/25/2005 AC 150/5370-10B The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner 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 01273805 GP-33 03/07 4/25/2005 AC 150/5370-1OB SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 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 the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the -, AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the 7i airport, the work shall be coordinated with airport operations (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 (AOA) 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 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: 01273805 GP-35 03/07 4/25/2005 AC 150/5370-IOB Runway 17L-35R, pardons of the East GA Ramp, and a portion of Taxiway G will be closed temporarily during the construction of this project as required by the phasing plan. Taxiway r no remain open during the project unless ,the Owner, and the Engineer have previously approved the temporaryclosing of this taxiway for a task required for construction. compledon. At a minimum, the Contractor will meet the requirements of AC IS 015370- 2E for work within a taxiway safety area while Taxiway. J is open. The Contractor, shall be in constant communication with t% a ATCr while working in the taxiway safety area, Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). t 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requircments of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. 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. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requircments 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 01273805 GP-36 03/07 4/25/2005 AC 150/5370-IOB 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. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, 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 Owner, 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 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 Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. 01273805 GP-37 03/07 4/25/2005 AC 150/5370-1OB (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 file 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 proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. 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 including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. 01273805 GP-38 03/07 1 1 4/25/2005 AC 150/5370-1OB SCHEDULE LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME Set Sjatcial Provtuion SP-3 TIME AND O"ER OF COMPLE no* far delaila oo allowed construction dme and aquidated daiieages cost Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the 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 c. 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 hercinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION 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 01273805 GP-39 03/07 4/25/2005 AC 150/5370-1OB 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 obligation for and concerning any just claim arising out of the work performed. 80-II WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored outstdd !/ e• objeo free area of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within the runway safely, area of an active runway at any time. 74 cnnftgcler should colilm the pmper dime"signs ofAraleeted a M4s arognd an agltve rugwaX wi1/i Jhe na END OF SECTION 80 01273805 GP-40 03/07 4/25/2005 AC 150/5370-1OB 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 determinatign 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 .4 deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or -] less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. _. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. 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 El 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. 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. 01273805 GP-41 03/07 4/25/2005 AC 150/5370-1OB 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 the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor 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 (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. 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 01273805 GP-42 03/07 4/25/2005 AC 150/5370-1OB 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. 90-04 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 the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: 01273805 GP-43 03/07 4/25/2005 AC 150/5370-1OB (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. 90-06 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. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed, the Engineer may, at the Owner's 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. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment Is made, If any subcontractor or supplier fails to furnish such a release In full, the Contractor may furnish -a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien of other such claim. The bond or collateral shay include all coats, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or'claim. 01273805 GP44 03/07 4/25/2005 AC 150/5370-JOB 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. e. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract 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 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. e. 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 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 resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of 01273805 GP-45 03/07 4/25/2005 AC 150/5370-IOB the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 01273805 GP46 03/07 4/25/2005 AC 150/5370-1OB SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (S„) of the specified number (n) of sublots 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 lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR'S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 4..; 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the 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. Find the sample average (X) for all sublot values within the lot by using the following formula: X = (XI+x2+x3+...x„)/n Where: X = Sample average of all sublot values within a lot x1, xZ = Individual sublot values n = Number of sublots e. Find the sample standard deviation (S„) by use of the following formula: So = [(d,Z + d2z + d3z + ...d z)/(n I)wz Where: S„ = Sample standard deviation of the number of sublot values in the set di, dz, = Deviations of the individual sublot values xi, xz, ... from the average value X that is: d, = (xi - X), dZ = (xZ - X) ... d„ = (x„ - 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: 01273805 GP-47 03/07 4/25/2005 AC 150/5370-1OB QL=(X-L)/S„ 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 Qu by use of the following formulas: QL=(X-L)/Sn and Qu=(U-X)/Sri Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) - 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P401, 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=(xI +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. Sri = [((96.60 - 97.95)2 + (97.55 - 97.95)' +(99.30-97.95)2 + (98.35-97.95)')) / (4 - 1)]"n Sri =[(1.82+0.16+1.82+0.16)/3]"n Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) 01273805 GP48 03/07 -y 4/25/2005 AC 150/5370-1OB i QL=(X-L)/Sn QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. _.J 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=(xl+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)]"n Sn = [(2.04 + 0.03 + 1.62+0.10)/3112 �3 Sn= 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) .,_. QL = (X - L) / Sn 1 QL = (3.57 - 2.00) / 1.12 I QL = 1.3992 5. Determine PI by entering Table 1 with QL = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index QU for the lot. (U= 5.0) Qu=(U-X)/Sn I QU=(5.00-3.57)/ 1.12 LA QU = 1.2702 01273805 GP49 L, 03/07 i 4/25/2005 AC 150/5370-1OB 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4. Pu = 93 8. Calculate Air Voids PWL PWL = (PL + PU) - 100 PWL =(97+93)- 100=90 EXAMPLE OF OUTLIER CALCULATION (Reference ASTM E 78) Project: Example Project Test Item: Item P401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A. arranged in descending order. A-3 99.30 A-4 98.35 A-2 97.55 A-1 96.60 2. Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: if: (measurement - average)/(standard deviation) is less than test criterion, Then: the measurement is not considered an outlier for A-3 Check if ( 99.30 - 97.95) / 1.15 greater than 1.463 1.174 is less than 1.463, the value is not an outlier b. For measurements less than the average: If (average - measurement)/(standard deviation) is less than test criterion, the measurement is not considered an outlier for A-1 Check if (97.95 - 96.60 ) 11.15 greater than 1.463 1.0 is less than 1.463, the value is not an outlier NOTE: In this example, a measurement would be considered an outlier if the density was: greater than (97.95+1.463x1.15) = 99.63 percent or, less than (97.95-1.463x1.15) = 96.27 percent 01273805 GP-50 03/07 4/25/2005 AC 150/5370-1OB TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within I Pncitive Vahiec of n (0, and n,A Limits n=3 n=4 n=5 n=6 n=7 I n=8 n=9 n=10 PL and PU 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1,8630 97 1.1496 1,4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.61t 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1,4914 93 1.1269 1.2900 { 1.3508 1.3810 1.3991 1.4112 I 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 '� 1.2300 1.2683 1.2860 1,2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 1 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0,6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0,6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0,5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0,5400 ( 0.5129 0,4999 0,4924 0.4877 M 0.4844 0.4820 67 0.5878 0,5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 ` 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 ! 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0,1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0,0900 0.0843 0.0817 0.0802 0.0793 10.0786 0.0781 52 0.0725 0,0600 j 0.0562 0.0544 0.0534 0.05248 0.0524 0.0521 51 0.0363 0.0300 0.0281 ' 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 G F 01273805 GP-51 03/07 I_ 4/25/2005 AC 150/5370-1OB TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Negative Values of Q (QL and QL) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 Limits (PL and Pu 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 42122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 1 -0.3000 -0.2822 -0.2738 1 -0.2691 -0.2660 -0.2639 1 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 11 -1.15411 -1.4700 -1.67141 -1.80081 -1.8888 -1.9520 -1.99941 -2.0362 END OF SECTION 110 01273805 GP-52 03/07 4/25/2005 AC 150/5370-IOB SECTION 120 NUCLEAR GAGES 120-01 TESTING. When the specifications provide for nuclear gage acceptance testing of material for Items P- 152, P-154, P-208, and P-209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gage shall be calibrated in accordance with Annex Al. Calibration and operation of the gage shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gage must show evidence of training and experience in the use of the instrument. The gage shall be standardized daily in accordance with ASTM D 2922, paragraph 8. 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 moisture gage shall be standardized daily in accordance with 'A ASTM D 3017, paragraph 7. The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 2922 is used. 120-02. When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for density shall be: Specification Item Number Specification Tolerance (L) for Density, (percent of laboratory maximum) Item P-152 90.5 for cohesive material, 95.5 for non -cohesive Item P-154 95.5 Item P-208 97.0 Item P-209 97.0 If the PWL is less than 90 percent, the lot shall be reworked and recompacted by the Contractor at the Contractor's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until the PWL is 90 percent or greater. 120-03 VERIFICATION TESTING. (For Items P-152 and P-154 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of, (1) compacting the material and determining the dry density and moisture -density in accordance with [ASTM D 698 for aircraft gross weights less than 60,0000 pounds] [ASTM D 1557 for aircraft gross weights 60,000 pounds or more], and (2) comparing the result with the laboratory moisture -density curves for the material being placed. This verification process is commonly referred to as a "one - point Proctor". If the material does not conform to the existing moisture -density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with [ASTM D 698 for aircraft gross weights less than 60,0000 pounds] [ASTM D 1557 for aircraft gross weights 60,000 pounds or more]. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120 01273805 GP-53 03/07 4/25/2005 AC 150/5370-1OB Intendonally Left Blank 01273805 GP-54 03/07 SPECIAL PROVISIONS THIS PAGE INTENTIONALLY LEFT BLANK TABLE OF CONTENTS SPECIAL PROVISIONS Paragraph Page SP-1 Scope of Work SP-1 SP-2 Basis of Contract Award ! SP-1 SP-3 Time and Order of Completion SP-1 SP-4 Calendar Day SP-3 SP-5 Limitation of Operation SP-3 SP-6 Airport Operations Security SP-5 SP-7 Contractor's Plant Site, Storage and Office Area(s) SP-9 SP-8 Protection of Property SP-9 SP-9 Electric Power and Natural Gas SP-10 SP-10 Lines and Grades SP-10 SP-11 Water for Construction SP-10 SP-12 Material Tests SP-10 SP-13 Barricades, Signs, and Hazard Markings SP-11 SP-14 Prevention of Air and Water Pollution SP-11 SP-15 Progress Schedule SP-12 SP-16 Public Convenience and Safety SP-12 SP-17 Final Cleaning Up SP-12 SP-18 Insurance SP-12 SP-19 Removal and Disposal of Structures, Utilities and Obstructions SP-13 SP-20 Conformity with Plans and Allowable Deviations SP-13 SP-21 Removal of Defective and Unauthorized Work SP-13 SP-22 Disputed Claims for Extra Work SP-13 SP-23 Federal Participation SP-14 SP-24 Indemnification SP-14 SP-25 Opening of Section of Airport to Traffic SP-14 SP-26 Contractor's Responsibility for Work SP-14 SP-27 Correction of Faulty Work After Final Payment SP-15 SP-28 Separate Contracts SP-15 SP-29 Shop Drawings SP-15 SP-30 Engineer SP-15 SP-31 Trench Safety SP-15 SP-32 Engineer's Field Office SP-16 SP-33 Progress Meetings SP-16 SP-34 Aircraft Rescue and Firefighting (ARFF) Notification SP-16 SP-35 Geotechnical Information SP-16 01273805 TABLE OF CONTENTS — SPECIAL PROVISIONS 03/07 I THIS PAGE INTENTIONALLY LEFT BLANK 01273805 TABLE OF CONTENTS - SPECIAL PROVISIONS 03/07 SPECIAL PROVISIONS SP-1 SCOPE OF WORK The work to be accomplished under these specifications, including the plans, consists of construction work for the Lubbock Preston Smith International Airport, including but not limited to, the demolition of existing apron pavement sections (both concrete and bituminous surfaces) of the East GA Ramp, construction of a new apron entrance from Taxiway J to the East GA Ramp, construction of new full -depth pavement sections on the East GA Ramp, regrading of portions of the Runway 17L-35R safety area, miscellaneous drainage improvements including new culverts for the apron entrance and the extension of the existing culvert in the Runway 17L-35R safety area, pavement surface sealer treatment, the installation of signage and lighting improvements, permanent pavement marking, and other -a related items of work. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by the Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. SP-2 BASIS OF CONTRACT AWARD Award of this contract will be made on the basis of the low, responsive, responsible bid, received in accordance with the General Instructions to Bidders, including the total BASE BID and any combination of ADDITIVE ALTERNATES based on the availability of funds. Additionally, the Contractor must demonstrate through references and past project experience that they have successfully constructed Portland Cement Concrete Pavement by the slip form method. SP-3 TIME AND ORDER OF COMPLETION The construction covered by these specifications shall be completed within 165 calendar days after the date of written Notice to Proceed. The Contractor may commence work upon receipt of the executed contract and shall commence work not later than the tenth (W) day after the date of the Notice to Proceed. The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his ---• own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall famish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carried out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will j be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. The Contractor shall be responsible for scheduling and implementing the various separate construction operations involved in the construction of the improvements included in this project. Completion shall be within the time frames specified below. 01273805 SP - 1 03/07 The Contractor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. Liquidated damages will be assessed for delayed completion in the amount of $800.00 per calendar day for each individual phase or subphase below. Construction phasing shall be accomplished as follows: Stormwater pollution prevention plan measures shall be in -place and complete prior to the commencement of any construction work. Staging area preparation and construction will need to be performed prior to work or as approved by the Engineer. PHASE I ■ Construction of portions of the entrance to the East GA Ramp within the Taxiway J safety area, including importing fill material, compacting, installing drainage structures, electrical, lighting and signage improvements, and all construction in this area to the top of the final grade of base material. This phase also includes the grading and drainage improvements within the Runway 17L-35R safety area • 30 days (begins at NTP or as decided on by the Contractor with approval of the Owner and the Engineer, but no later than 30 days prior to the end of Phase 2). ■ Taxiway J will remain open, but special measures will be required for construction in the taxiway safety area. At a minimum, the contractor will meet the requirements of AC 150/5370-2E for work within a taxiway safety area. ■ Runway 17L-35R closed. ■ East GA Ramp taxiing aircraft to use the existing East GA Ramp entrance (Taxiway G entrance) during this phase. ■ Contractor to maintain temporary access around construction areas for service road and "aircraft -in -tow" traffic during East GA Ramp construction. ■ Contractor to maintain continuous operation of lights along Taxiway J and in any other circuits affected by Phase I work. PHASE H ■ Demolition of portions of the existing East GA Ramp apron surface and base courses; construction of the new full -depth pavement sections on the East GA Ramp, and remaining drainage, grading, electrical, lighting and signage improvements. This phase also includes the pavement surface course construction within the Taxiway J safety area — which should be done as soon as practical after Phase I ends. ■ 120 days (begins at NTP). ■ Taxiway J open — contractor to keep clear of taxiway safety area unless the Engineer and Owner have been notified and had sufficient time to make preparations for such work. ■ Runway 17L-35R open — contractor to keep clear of runway safety area. • Contractor to maintain temporary access around construction areas for service road and "aircraft -in -tow" traffic during East GA Ramp construction. ■ East GA Ramp taxiing aircraft to use the existing East GA Ramp entrance (Taxiway G entrance) during this phase. PHASE III ■ Consists of the level -up course of the EB-35A material on designated areas of the apron area; and drainage valley gutter repair work. ■ 30 days (must begin at the same time or prior to Phase IV). f 01273805 SP - 2 i_ 03/07 4 ■ Taxiway J will remain open, but special measures will be required for construction in the taxiway safety area. At a minimum, the contractor will meet the requirements of AC 150/5370-2E for work within a taxiway safety area. ■ Runway 17L-35R open - contractor to keep clear of runway safety area. ■ Contractor to maintain proper barricading and lighting around East GA Ramp construction. ■ If East GA Ramp taxiing aircraft will use the newly constructed East GA Ramp entrance during this phase, Phase I and II work must be approved for aviation traffic by the Owner, Engineer and the Contractor; otherwise, areas of construction during this phase shall be properly barricaded and lighted and approved by the Owner and Engineer. PHASE IV ■ Consists if the application of course of the EB-35A material on the bituminous surfaced apron area, and reconstruction of a small portion of the apron directly in front of Chaparral Jet Center. ■ Construction and staging area clean-up and stormwater pollution prevention structure removal if possible (determined by the presence of sufficient vegetation). ■ 45 days ■ Taxiway J open — contractor to keep clear of taxiway safety area. ■ Runway 17L-35R open — contractor to keep clear of runway safety area. ■ Contractor to maintain communications with the Owner during this phase to allow movement of aircraft as necessary prior to, and possibly during, construction. Scheduling of this phase to be approved by the Owner and Engineer prior to commencing. ■ Contractor to maintain proper barricading and lighting around East GA Ramp construction. ■ East GA Ramp taxiing aircraft will use the newly constructed East GA Ramp entrance and apron during this phase, therefore, Phase 1 and II work must be approved for aviation traffic by the Owner, Engineer and the Contractor prior to Phase IV work commencing. In all phases of work, the contractor shall keep all equipment, personnel, etc. clear of the protected surfaces on the airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these specifications. Any deviation from the above sequences of construction must be submitted by the Contractor in writing and will require the prior approval of the Engineer and Owner. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Portions of the apron, runways and taxiways may be closed as required for proper execution of the work, but at least three (3) days notice will be required before closing any portion of a runway, taxiway or apron. SP4 CALENDAR DAY Time for completion of the project and for liquidated damages shall be in accordance with the provisions of these specifications. A calendar day is defined as every day shown on the calendar. SP-5 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall the Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of the Engineer. The Contractor shall be required to submit a schedule of operations to the Engineer for approval. The Contractor shall not commence new work to the prejudice of work already started. 01273805 SP - 3 03/07 The Contractor shall take all precautions necessary to insure the safety of operating aircraft and their passengers as well as that of his own equipment and personnel. Special considerations shall be given to flight schedules and other aircraft operations. The Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. The Contractor shall provide all such equipment with a flag on a staff so attached to the equipment that the flag will be readily visible. The flag shall be not less than three feet square consisting of a checkered pattern of international orange and white squares of not less than one foot on each side. During nighttime work, the Contractor shall provide such equipment with approved flashing lights so attached to the equipment that the lights will be readily visible. The Contractor shall make his own estimate of all, difficulties to be encountered. Equipment not actually in operation shall be kept clear of landing areas; personnel shall not enter areas of the airport where aircraft are operating without specific permission. Nighttime construction activities will not be permitted without the prior approval of the Engineer. All operations shall be coordinated, through the Engineer, with the Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of the Contractor. Construction activities will not be allowed within the safety area of any active runway. Construction activities will be allowed within the safety area of an active taxiway only after approval of the Owner and the Engineer and only with proper barricading, lighting, and construction procedures in place. The Contractor shall, at a minimum, use the procedures required in AC 150/5370-2E for construction within a taxiway safety area. The taxiway safety area for Taxiway J is the area within 85.5 feet of the centerline of the taxiway. The taxiway safety area for the taxiway parallel to Runway 17L-35R is the area within 24.5 feet of the centerline of the taxiway. The runway safety area for Runway 17L-35R is the area within 60 feet of the runway centerline and within 240 feet of the runway threshold (lengthwise). Safety areas for other runways and taxiways can be obtained from the Owner or the Engineer if necessary. The Contractor shall maintain flagmen, as may be required, to direct his construction traffic if it becomes necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities whenever possible and no traffic shall ever cross an active runway or taxiway without having proper clearance from the control tower. Trenches, "drop offs" and manhole excavations within the limits of the safety area of any airfield paving shall be backfilled as outlined in these specifications by the end of the work day or work period Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of the Engineer by the end of each work day or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the safety area of any active airfield pavement unless otherwise approved by the Owner and the Engineer. The FAA considers any deviation of more than 3-inches above or below the existing grade to be a hazard to aircraft operations. The FAA may issue warnings or fine the Airport for these violations. Such fines as may be handed out by the FAA as a result of the Contractor's activities shall be considered the Contractor's responsibility, and shall be promptly paid by the Contractor, at his sole expense. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Aprons, runways and taxiways will be closed as required for proper execution of the work as provided in above paragraphs. The Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by the Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions. Continued violations of safety rules and regulations by the Contractor, after having been notified of such violations by the Engineer, shall constitute grounds for suspending the Contractor's operations until steps are taken that will insure a safe operation. The Contractor shall be required to equip vehicles used by his project superintendent and project foremen on the project with radio receiver/transmitters for maintaining direct communication with the FAA control tower at Lubbock Preston Smith International Airport. The Contractor will provide a minimum of two (2) radios, as specified below. At the completion of the project, the Contractor shall transfer ownership of the two (2) specified radios, charirers and attachments to the Owner. The radios shall be delivered to the Owner in good working condition. The cost of the 01273805 SP - 4 03/07 two (2) radios, chargers and attachments will be considered a subsidiary obligation of the Contractor under this project, and no separate, direct payment will be made. The radios to be provided shall consist of the following: Two (2) Icom America, Model IC-A5, with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi -charger, and two (2) 760 mAH heavy rechargeable battery packs. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction bperations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the Engineer. The Contractor shall be required to provide sufficient number of radios to maintain communication in all areas of work. The Contractor shall provide an area for parking all equipment not being used for construction purposes, and for parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by the Engineer and the Director of Aviation. No unauthorized employees or unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from the Engineer and the Director of Aviation. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Engineer and the Director of Aviation. The Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To insure compliance with this requirement the Contractor shall maintain at the site not less than two dewatering pumps in good working condition at all times that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on the project at any time water is standing in open excavations. The Contractor shall maintain the pavement surfaces of runways, taxiways and aprons, which are allowed to be used as hauling routes, in a clean condition, suitable for use by aircraft, as determined by the Director of Aviation. The successful Bidder shall be subject to a pre -award review by the Office of Compliance and Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance status of the Contractor. The Contractor shall be subject to a pre -construction conference to discuss phasing and project safety control after award of contract. If the contractor would like to amend the trot)osed phasing plan it will be discussed, reviewed and approved or modified at this meeting SP-6 AIRPORT OPERATIONS SECURITY SP-6.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock Preston Smith International Airport Police Department (LBBPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SP-6.2 Airport Operations Area (AOA) 01273805 SP - 5 03/07 The Airport operations area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is. defined by the Airport's outer security fencing and other security measures at the Airport terminal building. SP-6.3 LBBPD-Issued Security Badges The Contractor shall be responsible for obtaining a photo -identification security badge issued by the LBBPD for each supervisor or foreman of each work crew working within the AOA. The Contractor shall obtain LBBPD security badges for at least one member of each work crew working in separate areas of the AOA. It is the intent of these specifications that all individuals responsible to the Contractor, including the Contractor's employees, subcontractors, suppliers or representatives, either obtain and display an LBBPD security badge, or obtain and display a Contractor -issued identification badge, as specified below, AND be escorted or directly supervised by an individual displaying a current LBBPD security badge. The Contractor may obtain LBBPD security badges from the Lubbock Preston Smith International Airport Police Department at the Lubbock Preston Smith International Airport. The LBBPD reserves the right to limit the number of security badges issued to the Contractor. The LBBPD will charge the Contractor a thirty dollar ($30.00) fee for each security badge issued. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. The LBBPD security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. The LBBPD security badge may be confiscated and all security rights revoked by the LBBPD upon the breach of any security or safety regulations at the discretion of the LBBPD. The holder of an LBBPD security badge shall surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of the LBBPD. The Contractor shall conduct a background check of each applicant for an LBBPD security badge utilizing standard background check forms provided by the LBBPD. The Contractor shall be responsible for completing the required forms, and for submitting the forms to the LBBPD for their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through the Director of Aviation's office after award of the project. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by the LBBPD. The LBBPD shall be responsible for reviewing the background checks. Only persons whose application is approved by the LBBPD shall be issued security badges. The LBBPD reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of the LBBPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LBBPD-issued security badges to the LBBPD. The LBBPD will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LBBPD-issued security badge. All LBBPD-issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all LBBPD-issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-6.4 Contractor -Issued Identification Badges The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals operate within the AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of the LBBPD, the Director of Aviation or the Engineer. 01273805 SP - 6 03/07 I The format and content of the Contractor -issued identification badge shall be approved by the LBBPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carved by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated by the Contractor and retained by the Contractor until the end of the project. It shall be the Contractor's responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by the Contractor during the project and the records of said badges shall be transferred to the possession of the LBBPD at the completion of the project. The Contractor -issued identification badge does not allow unlimited access to all areas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Every individual operating within the AOA shall display either an LBBPD-issued security badge or a Contractor -issued identification badge at all times. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LBBPD-issued security badge at all times while within the AOA. Persons within the AOA not possessing a valid LBBPD-issued security badge, or escorted or directly supervised by an individual possessing a valid LBBPD-issued security badge, shall be considered in violation of LBBPD security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LBBPD security arrangements. SP-6.5 Contractor's Entrance Gate The Contractor shall provide an entrance gate to the AOA for the Contractors employees, subcontractors, suppliers and representatives at a location directed by the Engineer. This entrance gate shall be provided, installed, and, at the end of all construction activities, shall remain at the end of the project. Adjacent to the ~' Contractor's entrance gate, outside the AOA, the Contractor shall provide a parking area for the Contractor's employee's personal automobiles. The limits of this parking/storage area shall be as directed by the Engineer. At the completion of M, this project, any damage done by the Contractor to this area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading and reseeding or repaving any damaged areas. f The Contractor shall be responsible for, and shall control all movement through the 'L.J Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance P by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and the LBBPD with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractoes entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LBBPD-issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contractor's representative and shall be responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by the Contractor's watchguard to enter the AOA. At the Contractor's option, and upon approval of the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. 01273805 SP - 7 03/07 kra SP-6.6 Vehicle Escorts All vehicles responsible to the Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LBBPD security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its operation, and shall obey all instructions from the Air Traffic Control Tower. SP-6.7 ChallenQina Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LBBPD security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LBBPD security badge, or who cannot produce a valid LBBPD security badge, or who is not under escort or under the direct supervision of a person possessing a valid LBBPD security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, the LBBPD shall be immediately notified for firther action, and the unauthorized person shall be kept under surveillance until the LBBPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LBBPD and shall be immediately confiscated by the LBBPD or the Director of Aviation. SP-6.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. information is required: When requesting approval for the use of a crane or other hoisting device, the following 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. The top of the crane or other hoisting device shall be marked with a 3-foot by 3-foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of Aviation or the Engineer. The Contractor shall notify the Engineer and Director of Aviation at least forty-ei t (48) hours prior to actual erection of the crane or other hoisting device. I 01273805 SP - 8 03/07 SP-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S) The Contractor shall make his own provisions for plant site, storage and office areas. If the Contractor desires to utilize an on -airport location, arrangements must be made with the Director of Aviation. The following specific requirements apply to on -airport plant site, storage and office areas. The Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. The Contractor will also be responsible for maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with the Director of Aviation for any areas desired. Areas used by the Contractor may be subject to rental rates and fees as identified by the Director of Aviation. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but not limited to regrading disturbed areas; complete removal of debris or any other material brought onto the site by the Contractor, complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is wom, deteriorated or damaged during the period the Contractor and his forces occupy the area. All restoration shall be to the satisfaction of the Director of Aviation. 4. Prior to moving into an unpaved area, the Contractor shall clear and grub the area, and remove and stockpile a minimum of 6-inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, the Contractor shall replace, spread and grade the salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished in accordance with applicable technical specifications of these documents including but not limited to Items P-152, P-401, T-901 and T-904. 6. No direct payment will be made to the Contractor for preparing or restoring plant site haul routes, storage or office areas. SP-8 PROTECTION OF PROPERTY The Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. The Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. 01273805 SP - 9 03/07 Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with FAA Facilities at Lubbock Preston Smith International Airport. 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. Certain runway and taxiway lights and signs and electrical cables are not scheduled to be removed or abandoned under this contract. The Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways and taxiways which will be open for night operations. 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-9 ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP-10 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. The Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. Whenever necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors which may have been made in laying out the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due the Contractor, at the discretion of the Engineer. SP-11 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. 01273805 SP - 10 03/07 SP-12 MATERIAL TESTS -, Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The City will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor. L Aggregates -Tests required, prior to use, for approval of source. Asphalt -Certifications on asphalt material used. Hot Mix -Mix design for all surface and base materials proposed, as required in the technical specifications. Cement -Certifications on cement material used. Cementitious Materials -Certifications on material used. Lime -Certifications on lime material used. Portland Cement Concrete -Mix design for all materials proposed, as required in the technical specifications. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS The Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of the work and the safety of the public for both land and air traffic. Before closing existing apron, runways or taxiways, warning signs for air traffic shall be placed at such locations and shall be visible day and night. A runway closed because of construction or other activities or hazards shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to the Contractor shall be under escort, as specified in Paragraph SP-6, AIRPORT OPERATIONS SECURITY. Taxiways closed to traffic shall be protected by effective barricades. Spacing of barricades shall be as directed by the Engineer. Barricades for aprons closed to traffic shall consist of heavy duty barricades with reflective striping and a flashing light on each end as shown in detail on the plans. Barricades shall be spaced with no more than 3' clearance between the ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, apron, taxiways and roadways. Obstructions shall be illuminated at night. The proper illumination of obstructions is critical to the safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to automatically turn on the lights at night and turn them off at daytime. The lights shall be checked daily by the Contractor to assure that batteries or cower cells are in working order. In addition. the lights shall be checked by the Contractor at night on a daily basis. Any lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced or repaired. The Engineer may suspend work on the project if the Contractor's warning lights are not maintained in an acceptable manner. A twenty-five dollar ($25.00) 01273805 SP - 11 03/07 charge will be assessed the Contractor for each light, per day, found to be inoperative by Owner's personnel or representatives. SP-14 PREVENTION OF AIR AND WATER POLLUTION The Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. The Contractor shall comply with directives given by the Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control". Item P-156, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included in the technical specifications for this project. SP-15 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SP-16 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular 150/5370-2E, "Operational Safety on Airports During Construction," included in the Appendix of these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from the Engineer and Director of Aviation. The Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt and other debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt or other debris shall be removed immediately by the Contractor. SP-17 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SP-18 INSURANCE 01273805 SP - 12 03/07 The Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. The insurance coverage indicated in the General Conditions shall also include the Engineer, Parkhill, Smith & Cooper, Inc. as an additional insured. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or which are not to be used in the new construction shall be removed as directed by the Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of the Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All materials and debris specified to be disposed of by the Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by the Contractor. SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Engineer and authorized by him in writing. SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. 01273805 SP - 13 03/07 SP-22 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by the Contractor pnd the keeping of costs by the Engineer shall not in any way be construed to prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the Engineer, who will present it to the Owner for consideration. 01273805 SP - 14 03/07 SP-23 FEDERAL PARTICIPATION The attention of the Contractor is invited to the fact that pursuant to the provisions of the Act of Congress known as the Airport Improvement Program of 1982, the United States Government may pay a portion of the cost of these improvements. The above Act of Congress provides that the construction work and labor in each state shall be done in accordance with the laws of that state subject to the inspection and approval of the FAA and in accordance with the rules and regulations made pursuant to said Act. The construction work, therefore, will be subject to such inspection by the Administrator of the Federal Aviation Administration or his agents as may be deemed necessary to meet with the above requirements when Federal funds are used, but such inspection will in no sense make the Federal Government a party to this contract and will in no way interfere with the rights of either party to the contract. SP-24 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any claimed negligent act of the Owner, Engineer, the Owner's officers, agents and employees, whether such negligent act was the sole proximate cause of the injury or damage or a proximate cause jointly and concurrently with the Contractor or the Contractor's employees, agents or subcontractors negligence, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SP-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in the opinion of the Engineer, apron, runway or taxiway is in an acceptable condition, it may be opened to traffic upon the written order of the Engineer. The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion and acceptance of the work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of the Contractor, shall be performed by and at the expense of the Contractor. SP-26 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, F; 01273805 SP - 15 03/07 whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. SP-27 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. SP-28 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. See Paragraph SP-3 for additional requirements concerning separate contracts. SP-29 SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and fiunish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineers approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineers attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. SP-30 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Amarillo, Midland, Odessa, and El Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP-31 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the Engineer for approval. 01273805 SP -16 03/07 _J. SP-32 ENGINEER'S FIELD OFFICE The Contractor shall furnish an office at the site of the work for use by the Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until the project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall be screened and a screen door provided in addition to the regular door. It is contemplated that the building will be constructed of the same kind of material as that used by the Contractor for his office and job buildings. It shall be an independent unit, detached from any office, storage or warehouse building occupied by the Contractor, and shall be at a minimum clear distance of 50 feet from any such building. The building shall be for the sole use of the Engineer and the resident force. Should the building be destroyed or damaged in any manner, except through causes due to negligence of the occupying engineering force, the Contractor shall immediately restore it to its original state. Upon the completion of the project the building will become the property of the Contractor and shall be removed from the project site. The building shall not be less than 150 square feet in floor area and shall have not less than two (2) glass windows and one (1) door. A conference table not less than 3' wide and 8' long with 6 chaos, a separate work desk with two chairs and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. The Contractor shall provide a suitable heater fired by either natural or LP gas. The Contractor shall also provide a suitable refrigerated air cooler. All fuel and electrical power for the building shall be provided by the Contractor. The Contractor shall have a private line telephone installed in the Engineer's field office for exclusive use of the Owner and Engineer. The Engineer will be responsible for subsequent monthly use charges. SP-33 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. The Contractor, Owner, Engineer and all Subcontractors active on the site shall be represented The Contractor shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. SP-34 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 firefighting route. SP-35 GEOTECHNICAL INFORMATION The subsurface geotechnical exploration for this project was constructed by Rodriquez Engineering Laboratories, Austin, Texas. Geotechnical information collected during this exploration is included in the APPENDIX of these specifications. The explorations were made in order to secure information for use during the design of the project. The fact that the geotechnical information is included herein does not constitute a waanty by the Owner or the Engineer as to the subsurface conditions which might be encountered during construction of the project. It is the responsibility of the Bidder to satisfy himself as to the subsurface conditions. 01273805 SP - 17 03/07 TECHNICAL SPECIFICATIONS THIS PAGE INTENTIONALLY LEFT BLANK TABLE OF CONTENTS TECHNICAL SPECIFICATIONS ITEM P-140 MOBILIZATION Paragraph Page Modifications 140-a 1. Description 140-1 2. Measurement and Payment 140-2 ITEM MC MISCELLANEOUS CONSTRUCTION 1. Modifications MC -a 2. Description MC-1 3. Materials and Construction MC-1 4. Method of Measurement MC-1 5. Basis of Payment MC-1 ITEM P-150 REMOVAL OF EXISTING PAVEMENT Modifications 150-a 1. Description 150-1 2. Construction Methods 150-1 3. Method of Measurement 150-1 4. Basis of Payment 150-1 ITEM P-152 EXCAVATION AND EMBANKMENT Modifications 152-a 1. Description 152-1 2. Construction Methods 152-1 3. Method of Measurement 152-6 4. Basis of Payment 152-6 6. Testing Requirements 152-7 01273805 TECHNICAL SPECIFICATIONS TOC-1 03/07 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION. SOIL EROSION. AND SILTATION CONTROL Paraeratnh Page Modifications 156-a 1. Description 156-1 2. Materials 156-1 3. Construction Requirements 156-1 4. Method of Measurement 156-2 5. Basis of Payment 156-3 ITEM ER TEMPORARY EROSION SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL 1. Modifications ER -a 2. Description ER-1 3. Materials ER-1 4. Construction Methods ER-2 5. Method of Measurement and Basis of Payment ER-4 ITEM P-208 AGGREGATE BASE COURSE 1. Modifications 208-a 2. Description 208-1 3. Materials 208-1 4. Construction Methods 208-2 5. Method of Measurement 208-5 6. Basis of Payment 208-5 7. Testing Requirements 208-5 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT Modifications 501-a 1. Description 501-1 2. Materials 501-1 3. Mix Design 5014 4. Construction Methods 501-5 5. Material Acceptance 501-19 6. Contractor Quality Control 501-23 7. Method of Measurement 501-25 8. Basis of Payment 501-25 9. Testing Requirements 501-26 10. Material Requirements 501-27 01273805 TECHNICAL SPECIFICATIONS TOC-2 03/07 8 ITEM P-602 BITUMINOUS PRIME COAT Paragraph Page Modifications 602-a 1. Description 602-1 2. Materials 602-1 3. Construction Methods 602-1 4. Method of Measurement 602-2 5. Basis of Payment 602-2 6. Material Requirements 602-3 7. Testing Requirements 602-3 ITEM P-603 BITUMINOUS TACK COAT Modifications 603-a 1. Description 603-1 2. Materials 603-1 3. Construction Methods 603-1 4. Method of Measurement 603-2 5. Basis of Payment 603-2 6. Material Requirements 603-3 ITEM P-605 JOINT SEALING FILLER Modifications 605-a 1. Description 605-1 2. Materials 605-1 3. Construction Methods 605-1 4. Method of Measurement 605-2 5. Basis of Payment 605-2 6. Testing Requirements 605-2 7. Material Requirements 605-2 ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE Modifications 610-a 1. Description 610-1 2. Materials 610-1 3. Construction Methods 610-3 4. Method of Measurement 610-6 5. Basis of Payment 610-6 6. Testing Requirements 610-6 7. Material Requirements 610-6 01273805 TECHNICAL SPECIFICATIONS TOC-3 03/07 ITEM P-620 RUNWAY AND TAXIWAY PAINTING Paragraph Page Modifications 620-a 1. Description 620-1 2. Materials 620-1 3. Construction Methods 620-3 4. Method of Measurement 620-5 5. Basis of Payment 620-5 6. Testing Requirements 620-5 7. Material Requirements 620-6 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS Modifications 701-a 1. Description 701-1 2. Materials 701-1 3. Construction Methods 701-2 4. Method of Measurement 701-4 5. Basis of Payment 701-4 6. Material Requirements 701-5 ITEM D-752 CONCRETE CULVERTS. HEADWALLS. AND MISCELLANEOUS DRAINAGE STRUCTURES Modifications 752-a 1. Description 752-1 2. Materials 752-1 3. Construction Methods 752-1 4. Method of Measurement 752-2 5. Basis of Payment 752-2 6. Testing Requirements 752-3 ITEM T-901 SEEDING Modifications 901-a 1. Description 901-1 2. Materials 901-1 3. Construction Methods 901-2 4. Method of Measurement 901-4 5. Basis of Payment 901-4 6. Material Requircments 901-4 01273805 TECHNICAL SPECIFICATIONS TOC-4 03/07 ITEM T-904 SODDING Paragraph Page Modifications 904-a 1. Description 904-1 2. Materials 904-1 3. Construction Methods 904-1 4. Method of Measurement 904-3 5. Basis of Payment 904-3 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Modifications 108-a 1. Description 108-1 2. Equipment and Materials 108-1 3. Construction Methods 108-2 4. Method of Measurement 108-5 5. Basis of Payment 108-6 ITEM L-I10 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Modifications 110-a 1. Description I10-1 2. Equipment and Materials 110-1 3. Construction Methods 110-1 4. Method of Measurement 110-4 5. Basis of Payment 110-4 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Modifications 125-a 1. Description 125-1 2. Equipment and Materials 125-2 3. Construction Methods 125-3 4. Method of Measurement 125-3 5. Basis of Payment 125-4 01273805 TECHNICAL SPECIFICATIONS TOC-5 03/07 ITEM F-162 CHAIN LINK FENCES Paragraph Page Modifications 162-a 1. Description 162-1 2. Materials 162-1 3. Construction Methods 162-3 4. Method of Measurement 162-5 5. Basis of Payment 162-5 TxDOT ITEM 340 GRADED HOT MIX ASPHALT (METHOD Modifications 340-a 1. Description 340-1 2. Materials 340-1 3. Equipment 340-3 4. Construction 340-3 5. Measurement 340-9 6. Payment 340-9 ITEM ENGINEERING BRIEF 35A THERMOPLASTIC COAL -TAR EMULSION SLURRY SEAL Modifications EB-35A-a 1. Description EB-35A-1 2. Materials EB-35A-1 3. Composition and Application EB-35A-1 4. Test Section EB-35A-2 5. Construction Methods EB-35A-2 APPENDIX 1. AC Number 150/5370-2E Operational Safety on Airports during Construction 2. Geotechnical Investigation, Rodriguez Engineering Laboratories (May 23, 2006) 01273805 TECHNICAL SPECIFICATIONS TOC-6 03/07 Modifications to ITEM P-140 MOBILIZATION Item P-140 Mobilization, of the project specifications does not require modification. 01273805 140 - a 03/07 THIS PAGE INTENTIONALLY LEFT BLANK z 1 01273805 140 - b _ 03/07 i ITEM P-140 MOBILIZATION DESCRIPTION 140-1.1 The work covered under this item consists of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies and incidentals to the Project site; for the establishment of all offices, buildings, and other facilities necessary for work on the Project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the Project site. The Contractor shall demobilize within 30 days after substantial completion of the work. 140-1.2 The Contractor shall furnish an office at the site of the work for the express use by the Engineer. The building shall be provided immediately after work is begun, and shall remain in place until the project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and roofed, weather -tight, ! insulated and constructed in a workmanlike manner. All windows shall be screened and a screen door shall be -..b provided in addition to the regular door. The Engineer's field office shall be an independent unit, separate from the Contractor's office, storage building or warehouse. It shall be listed a minimum clear distance of 50' from any other Contractor's office or building. The '- Engineer's field office shall be provided by the Contractor for the sole use of the Engineer and his resident force. Should the building be destroyed or damaged in any manner, except through causes due to negligence of the M' occupying engineering force, the Contractor shall immediately restore it to its original state or replace it with a building in accordance with these requirements. Upon completion of the project, the building will become the property of the Contractor and shall be removed form the project site. The Engineer's field office shall not be less than 150 square feet in floor area and shall have no fewer than two (2) glass windows and one (1) door. One (1) table, not less than 3' wide and 6' long, one (1) desk, two (2) chairs, and one (1) filing cabinet shall be provided. A minimum of four (4) duplex electrical outlets shall be provided. The Contractor shall provide a heater and refrigerated air conditioner, suitable for heating/cooling the building. Heating and air conditioning may be provided by an appropriate combination unit. All fuel and electrical power for the building, including heating and cooling, shall be provided by the Contractor, at no additional expense to the Engineer or the Owner. The Contractor shall provide a private telephone and facsimile machine in the Engineer's field office for the exclusive use of the Engineer and the Owner. The Engineer will be responsible for subsequent monthly use charges. In lieu of a separate telephone line, at the Contractor's option a suitable cellular telephone may be provided. ' ? Regardless of the telephone type provided, the Engineer will only be responsible for the average monthly charges anticipated for a separate telephone line. 140-1.3 The Contractor shall construct a stabilized construction entrance. The entrance shall be located by the Owner at the time of construction or as directed by the Engineer, and shall consist of a minimum 12-foot wide by L] 50-feet long, improved, all-weather surface constructed of new or salvaged flexible base material. If needed to minimize dust or tracking, the surface shall receive a bituminous prime coat, in accordance with item P-602 BITUMINOUS PRIME COAT, of these specifications. If needed to provide for existing drainage, the entrance shall also include installation of a drainage culvert sized to accommodate normal stormwater runoff. At the completion of LJ the project, if the Owner so elects, the Contractor shall be responsible for removing the entrance, replacing topsoil and regarding the area as required to restore the site to its preconstruction condition or better. 140-1.4 The Contractor shall construct a new Contractor's entrance gate and any associated fence work required for the installation of the new gate. The cost for construction of the gate and appurtenances shall be included in the cost of mobilization. P-140-1 MEASUREMENT AND PAYMENT 140-2.1 All work covered by this item will be paid for at the contract lump sum price for "Mobilization". Partial payments for the item of "Mobilization" will be made with the first and second partial pay estimates paid on the contract, and will be made at the rate of 50 percent of the lump sum price for "Mobilization" on each of these partial pay estimates, less the retainage provided for in Division 90-06 of the General Provisions of these Specifications, provided the amount bid for "Mobilization" does not exceed 5 percent of the total amount bid_, for the contract. Where the amount bid for the item of "Mobilization" exceeds 5 percent of the total amount bid for the contract, 2-1/2 percent of the total amount bid will be paid on each of the first two partial pay estimates, and that portion exceeding 5 percent will be paid on the last partial pay estimate. All such payments will be made less the retainage provided for in Division 90-06 of the General Provisions. Notwithstanding any language in the "Contract Documents and Specifications" for this project, no payment of any amount will be allowed for mobilization until a construction schedule has been submitted by the Contractor and approved by the Engineer. If before or during construction, the Contractor falls behind in meeting his projected schedule, and the Engineer requires a revised construction schedule, no further payments for mobilization will be allowed until a revised construction schedule has been submitted by the Contractor and approved by the Engineer. Payment will be made under: Item P-140, Mobilization/Staging Area, including New Gate at Contractor's Construction Entrance, per lump sum. END OF ITEM P-140 P-140-2 Modifications to i ITEM MC MISCELLANEOUS CONSTRUCTION Item MC, Miscellaneous Construction, of the project specifications does not require modifications. 01273805 MC - a 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 MC - b 03/07 ITEM MC MISCELLANEOUS CONSTRUCTION DESCRIPTION MC-1 This item of the project specifications shall consist of demolition of existing drainage structures and headwalls, and removal, disposal, utility relocation and salvage as required by the Demolition Plan. MATERIALS AND CONSTRUCTION METHODS MC-2.1 General. The materials used in this item shall be as shown on the drawings and in accordance with the following requirements. MC-2.2 Demolition of Existing Drainage Structures and Headwalls. The existing drainage structures and headwalls shall be removed and disposed of in appropriate disposal areas off of the Airfield property. The exact location of the existing drainage structures to be removed is shown in the plans. No consideration shall be given to the different types of drainage structures or lengths of culverts removed. All structures to be removed shall be considered as being the same and equal and no consideration shall be given for the different types of structures found on site. MC-23 Removal, Disposal, Utility Relocation and Salvage as required by Demolition Plan. The contractor will be responsible for the removal, disposal, salvage and relocation of items as required by the Demolition Plan. This includes, but is not limited to: 1. Remove and/or relocate utilities and associated equipment (it will be the responsibility of the contractor to coordinate with owners of said utilities and make any necessary payments for the service if required.) 2. Remove and dispose of existing electrical conduit. 3. Remove and dispose of miscellaneous materials encountered during demolition phase. METHOD OF MEASUREMENT MC-3.1 The quantity of removal and disposal of existing Drainage Structures and Headwalls to be paid for under this item shall be per each for each structure or headwall, including associated storm sewer pipe, removed and disposed. MC-3.2 The quantity of removal, disposal, utility relocation and salvage as required by the Demolition Plan to be paid for under this item shall be per lump sum for all items removed. BASIS OF PAYMENT MC4.1 Payment will be made at the contract unit price per each for the removal and disposal of existing Drainage Structures and Headwalls, including associated storm sewer pipe. This price shall be full compensation for complete removal, disposal, and for all labor, equipment, tools, and incidentals necessary to complete the item. MC4.2 Payment will be made at the contract unit price for the removal, disposal, utility relocation and salvage as required by the Demolition Plan. This price shall be full compensation for complete removal, and for all labor, equipment, tools, and incidentals necessary to complete the item. MC-1 Payment will be made under: Item MC, Remove and Dispose of existing Drainage Structures and Headwalls, including associated storm sewer pipe, complete, per each: and, Item MC, Removal, Disposal, Utility Relocation and Salvage as required by the Demolition Plan (Sheet C- 101 of the Plans) excluding Items 2, 4, 5, 6, 7, 8, 19, 30 and 32 of the proposal, complete, per lump sum. END OF ITEM MC MC-2 Modifications to ITEM P-150 REMOVAL OF EXISTING PAVEMENT Item P-150, Removal of Existing Pavement, of the project specifications, shall be modified as follows: 1. Paragraph 150-1.2 CLASSIFICATION - Delete the first sentence of this paragraph and insert the following: ry "Asphaltic Concrete Pavement to be removed and disposed of shall consist of existing asphalt surface course material, granular base course material, and subgrade material. The existing asphalt surface course to be removed is approximately 2-inches thick, and the existing flexible base course is approximately 8-inches thick. Portland Cement Concrete Pavement to be removed and disposed of shall consist of existing portland cement concrete, gravel base course material, and subgrade material. The portland cement concrete to be removed is approximately 5-inches thick, and the existing gravel base material is approximately 2- inches thick. Portland Cement Concrete Drainage Valley Gutter to be removed and disposed of shall consist of existing portland cement concrete material. The portland cement concrete to be removed is approximately 6-inches thick." Paragraph 150-2 CONSTRUCTION METHODS - Delete the second and third subparagraphs, and insert the following: "All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be lawfully disposed of off Airport property unless otherwise directed by the Owner or Engineer. Removal operations shall be accomplished in such a manner to minimize disturbance of adjacent pavement structures or improvements to remain in place. Any damage to adjacent pavement structures or improvements to remain in place shall be repaired to the satisfaction of the Engineer." 3. Paragraph 150-3 METHOD OF MEASUREMENT — Delete this paragraph and insert the following: "The quantity of existing bituminous surface, base course material and subgrade to be removed shall be paid for under this item and shall be the number of square yards, measured by surface area in its original position, completed and accepted. The quantity of existing portland cement concrete, gravel base material and subgrade to be removed shall be paid for under this item and shall be the number of square yards, measured by surface area in its original position, completed and accepted. The quantity of existing portland cement concrete valley gutter to be removed shall be paid for under this item and shall be the number of square yards, measured by surface area in its original position, completed and accepted." Paragraph 150-4 BASIS OF PAYMENT — Delete this paragraph and insert the following: "Payment shall be made at the contract unit price per square yard for the removal of existing bituminous surface, base course material, and subgrade, for the removal of existing portland cement concrete, gravel base material and subgrade, and for the removal of existing portland cement concrete valley gutter. These prices shall be full compensation for all cutting or sawing; for all breaking and removing of existing pavement; for all hauling to the disposal area; and for all labor, equipment, tools and incidentals necessary to complete this item. i 01273805 150 - a 03/07 Payment will be made under: Item P-150, Remove and Salvage Existing Bituminous Surface Course (2 inches thick), complete, per square yard, and Item P-150, Remove and Salvage Existing Base Course Material (8 inches thick) and Subgrade Material, complete, per square yard, and Item P-150, Remove and Dispose of Existing Concrete Pavement (4-5 inches thick), complete, per square yard, and Item P-150, Remove and Dispose of Existing Gravel Base Material (2-3 inches thick) and Subgrade Material, complete, per square yard, and Item P-150, Remove and Dispose of Existing Concrete Drainage Valley Gutter (6 inches thick), complete, per square yard." 01273805 150 - b 03/07 ITEM P-150 REMOVAL OF EXISTING PAVEMENT DESCRIPTION 150-1.1 This item shall consists of the excavating, removal and disposal of certain portions of the existing airfield paving in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established by the Engineer. 150-1.2 CLASSIFICATION. Pavement to be removed consists of asphaltic concrete or portland cement concrete pavement. No consideration shall be given to differences in thickness of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. CONSTRUCTION METHODS 150-2.1 General. All lines separating pavement to be removed from pavement to remain in place shall be cut neatly and in a straight line. The lines shall be cut by means of sawing, or with a wheel type cutting edge attached to a motor grader or other method approved by the Engineer which will produce a satisfactory pavement edge. In no case shall the line be cut with a motor grader blade. The asphaltic surfacing to be removed shall be scarified and broken up by means of milling or other suitable equipment. No method of breaking or removing the existing surface shall be used which, in the opinion of the Engineer, removes an excess amount of existing base material. All existing asphaltic and concrete pavement removed under this contract shall remain the property of the Owner and shall be stockpiled at locations designated by the Airport Manager. METHOD OF MEASUREMENT 150-3.1 The quantity of airfield pavement to be removed shall be paid for under this item and shall be the number of square yards of each type, measured by surface area in its original position, completed and accepted. BASIS OF PAYMENT 1504.1 Payment shall be made at the contract unit price per square yard for the removal of existing airfield pavement of each type. These prices shall be full compensation for all cutting or sawing; for all milling; for all breaking and removing of existing pavement; for all hauling to the disposal area; and for all labor, equipment, tools and incidentals necessary to complete this item. END OF ITEM P-150 P-150 - 1 THIS PAGE INTENTIONALLY LEFT BLANK P-150 - 2 Modifications to ITEM P-152 EXCAVATION AND EMBANKMENT Item P-152, Excavation and Embankment, of the project specifications shall be modified as follows: 1. Paragraph 1.2, CLASSIFICATION - Delete paragraphs (b) Rock Excavation (c) Muck Excavation, (d) Drainage Excavation and (e) Borrow Excavation. All material excavated under this item shall be unclassified excavation. 2. Paragraph 2.1, GENERAL - Delete the first paragraph. Clearing and grubbing are not required. 3. Paragraph 2.1, GENERAL - Delete the second paragraph and all further references to unsuitable materials being disposed of in waste areas shown on the plans. All unsuitable material shall become the property of the Contractor and shall be disposed of in an area outside the Airport property at the Contractor's expense. 4. Paragraph 2.2, EXCAVATION - Delete the second paragraph and insert the following: "When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall become the Contractor's property and shall be disposed of off Airport property at the Contractor's expense or, if the airport desires, stockpiled on airport property at a location selected by the Airport. When the volume of excavation is not sufficient for -J constructing the fill to the grades indicated, the deficiency shall be obtained from areas of the project with excess excavation, or shall be obtained from borrow areas located on Airport —' property. In either case, any additional hauling or disposal expenses shall be the Contractor's responsibility." 5. Paragraphs 2.2(a), (b), (e) and (d) - Delete these paragraphs. 6. Paragraph 2.2(e), Compaction Requirements - The first sentence shall be revised to read: "The subgrade under areas to be paved shall be compacted to the depths and densities shown on the drawings." 7. Paragraph 2.2(e), Compaction Requirements - Add the following sentence to the second paragraph: "The compaction requirements of ASTM D1557 shall be applicable for all construction accomplished for this project. The testing frequency will be one (1) test per every 300 square yards unless otherwise directed by the Engineer." 8. Paragraph 2.2-(e), Compaction Requirements - Delete all references to blasting. Blasting will not be permitted in the construction of this project. 9. Paragraph 23, BORROW EXCAVATION - Delete the first sentence of the first paragraph and insert the following: 01273805 03107 "Borrow may be obtained from borrow areas located on the Airport property, as shown on the plans or as directed by the Engineer." 152—a 10. Paragraph 2.6, FORMATION OF EMBANKMENTS - The sixth sentence in the fourth paragraph shall be revised to read: "Samples of all embankment materials for testing, both before and after placement and compaction, will be taken at the Engineer's discretion." 11. Paragraph 2.6, FORMATION OF EMBANKMENTS - Delete the fifth paragraph and insert the following: "Rolling operations shall be continued until the embankment is compacted to not less than 95 percent.of maximum density for noncohcsive soils, and 90 percent of maximum density for cohesive soils, as determined by ASTM D 1557. Under all areas to be paved, the embankments shall be compacted to a density of not less than 95 percent of maximum density to a depth of six -inches below finished subgrade. The embanlanent material below this depth shall be compacted to a density of not less than 90 percent of maximum, as determined by ASTM D698. Testing frequency shall be one (1) test per every 300 square yard per lift unless otherwise directed by the Engineer." 12. Paragraph 2.10, TOPSOIL - in the fourth sentence of the first subparagraph, insert "500" into the first blank provided, and "250" into the second blank provided. Delete the third and fourth subparagraphs of this paragraph. 13. Paragraph 3, METHOD OF MEASUREMENT - Delete this paragraph and insert the following paragraphs. "The quantity of excavation and embankment to be paid for under this item shall be the number of cubic yards constructed and accepted. The quantity of grading and topsoil preparation in unpaved areas, and the quantity of grading and subgrade preparation under paved areas, to be paid for under this item shall be the number of square yards constructed and accepted. This item shall include, but not be limited to, excavation from borrow areas, hauling to the construction site, placing and construction of embankments, and all subgrade densification, complete, as specified. The quantities for excavation and embankment are to the top of finished grade in unpaved areas or to the top of the subgrade in paved areas. Payment for processing of material beneath this level should be included in other pay items. The Contractor will be paid based on the quantities of excavation and embankment shown on the bid form and on the plans. if the Contractor elects to contest these quantities, the Contractor must submit an actual cut/fill survey report produced by a registered surveyor in the State of Texas. The cost for the survey shall be paid for by the Contractor." 14. Paragraph 4, BASIS OF PAYMENT - Delete this paragraph and insert the following: "Payment shall be made at the contract unit price bid per cubic yard or square yard, regardless of the materials encountered. This price shall be full compensation for furnishing all materials, labor, equipment, tools and incidentals necessary to complete the item All other forms of excavation and construction of embanlanents shall be considered subsidiary obligations of the Contractor and covered under other contract items. Payment will be made under: Item P-152, Excavation and Embankment, complete, per cubic yard and; Item P-152, Grading and Topsoil Preparation in Unpaved Areas, complete, per square yard; and, Item P-152, Grading and Subgrade Preparation under Paved Areas, complete, per square yard." 01273805 152 — b 03/07 4/25/2005 AC 150/5370-1OB 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 safety areas, runways, taxiways, aprons, 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(s) shown on the plans. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. b. Rock Excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in unstratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting or using rippers. All boulders containing a volume of more than 1/2 cubic yard (0.4 cubic meter) will be classified as "rock excavation." c. Muck Excavation. Muck excavation shall consist of the removal and disposal of deposits or mixtures of soils and organic matter not suitable for foundation material. Muck shall include materials that will decay or produce subsidence in the embankment. It may be made up of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. j d. Drainage Excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet; temporary levee construction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the construction of embankment or for other portions of the work in excess of the quantity of usable material available from required excavations. Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport. 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. CONSTRUCTION METHODS 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall 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. P-152 - 1 4/25/2005 AC 150/5370-IOB 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 notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the 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 ditches shall be installed to intercept or divert surface water that 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 so that it can be measured for payment for rehandling as specified in paragraph 3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, 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 meter) for [ [. The excavated area shall be refilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. 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 that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, e.g., the utility unless otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet (60 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 [ J and to a density of not less than [ [ percent of the maximum density as determined by ASTM [ [. The material to be compacted shall be within +/_ 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). 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 the top 6 inches (150 l i P-152-2 4/25/2005 AC 150/5370-1OB mm) of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be barred 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 none to the work or property shall be repaired at the Contractor's expense. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all state and local regulations and explosive manufacturers' instructions, with applicable approved permits reviewed by the Engineer. Any approval given, however, will not relieve the Contractor of his/her responsibility in blasting operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for 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 engineering. 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. 152-2.3 BORROW EXCAVATION. Borrow area(s) within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly._ 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting; inlet or outlet, for temporary levee construction; or for any other type as 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 to a height of 4 feet (120 cm) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment P-152-3 4/25/2005 AC 150/5370-1OB is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm). This area shall then be compacted as indicated in paragraph 2.6. When the height of fill is greater than 4 feet (120 cm), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed as shown on the plans. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as 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 +/-2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to 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 materials for testing, both before and after placement and compaction, will be taken for each [ ]. Based on these tests, the Contractor shall make the necessary corrections and adjustments in 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, and 90 percent of maximum density for cohesive soils as determined by ASTM [ ]. Under all areas to be paved, the embankments shall be compacted to a depth of [ ] and to a density of not less than [ ] percent of the maximum density as determined by ASTM [ ]. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other 1_ chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. i 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. P-152 - 4 4/25/2005 AC 150/5370-1OB 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 min) in their greatest dimensions will not be allowed in the top 6 inches (150 rnm) 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. 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 nn' subgrade. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for construction of embankments will be included in the contract price for excavation, borrow, or other items. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material that will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over 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, base, 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 items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot (4.8 m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2-inch (12 mm), or shall not be more than 0.05-foot (.015 m) from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On 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. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within ( J feet of runway pavement or [ J feet of taxiway pavement and shall not be placed on areas that subsequently will require any P-152 - 5 4/25/2005 AC 150/5370-1OB excavation or embankment. 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. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil as such under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation." When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Topsoiling," as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic meters) measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 Borrow material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in its original position at the borrow pit. 152-3.3 Stockpiled material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in the stockpiled position as soon as the material has been stockpiled. 152-3.4 For payment specified by the cubic yard (cubic meter), measurement for all [excavation] [embankment] shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by [excavation] [embankment] cross sections shown on the plans, subject to verification by the Engineer. After completion of all [excavation] [embankment] operations and prior to the placing of base or subbase material, the final [excavation] [embankment] shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet (150 meters). Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavations are changed by more than plus or minus 1.0 foot (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 foot (0.15 meter). BASIS OF PAYMENT 1524.1 For "Unclassified excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 1524.2 For "Rock Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 1524.3 For "Muck Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. P-152 - 6 M 4/25/2005 AC 150/5370-10B 1524.4 For "Drainage Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 1524.5 For "Borrow Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be.full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 1524.6 For "Stockpiled Material" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 1524.7 For "Embankment in Place" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-152-4.1 Unclassified Excavation —per cubic yard (cubic meter) Item P-152-4.2 Rock Excavation —per cubic yard (cubic meter) Item P-152-4.3 Muck Excavation —per cubic yard (cubic meter) item P-I52-4.4 Drainage Excavation —per cubic yard (cubic meter) Item P-152-4.5 Borrow Excavation —per cubic yard (cubic meter) Item P-152-4.6 Stockpiled material —per cubic yard (cubic meter) Item P-152-4.7 Embankment in Place —per cubic yard (cubic meter) TESTING REQUIREMENTS ASTM D 698 Test for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-pound (2.49 kg) Rammer and 12-inch (305 mm) Drop ASTM D 1556 Test for Density of Soil In Place by the Sand -Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Test for Density and Unit Weight of Soil In Place by the Rubber Ballon Method. END OF ITEM P-152 P-152 - 7 4/25/2005 AC 150/5370-1OB THIS PAGE INTENTIONALLY LEFT BLANK P-152 - 8 Modifications to ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL Item P-156 Temporary Air and Water Pollution, Soil Erosion and Siltation Control of the project specifications shall be modified as follows: 1. Paragraph 156-1.1. Insert the following new paragraph: "The specified temporary air and water pollution, soil erosion and siltation control shall be performed in accordance with the requirements of this item and Item ER, TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL, of these specifications." 2. Paragraphs 1564.1 and 1564.2. Delete these paragraphs and insert the following: "Temporary air and water pollution, soil erosion and siltation control work required to satisfy this item shall be measured per lump sum." 3. Paragraph 156-5.1. Delete this entire paragraph and insert the following: "The performance of this work shall be paid at the contract price bid per lump sum for satisfying the requirements specified herein, and in Item ER, TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL, of these specifications. The price shall be full compensation for all necessary temporary air and water pollution, soil erosion, and siltation control measures, including maintenance and replacement of said measures as required during the project construction period. Payment will be made under: Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control, complete, per lump sum" 01273805 156 — a E_ 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 156 — b 03/07 4/25/2005 AC 150/5370-1OB ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of 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 direct 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 water impoundment. P-156-1 4/25/2005 AC 150/5370-1OB 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. METHOD OF MEASUREMENT 1564.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer. Completed and accepted work will be measured as follows: a. Temporary seeding and mulching will be measured by the square yard (square meter). b. Temporary slope drains will be measured by the linear foot (meter). c. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard (cubic meter) of excavation performed, including necessary cleaning of sediment basins, and the cubic yard (cubic meter) of embankment placed at the direction of the Engineer, in excess of plan lines and elevations. d. All fertilizing will be measured by the ton (kilogram). 1564.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured P-156-2 4/25/2005 AC 150/5370-1OB and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: Item P-156-5.1 Temporary seeding and mulching —per square yard (square meter) Item P-156-5.2 Temporary slope drains —per linear foot (meter) Item P-156-5.3 Temporary benches, dikes, dams and sediment basins —per cubic yard (cubic meter) Item P-156-5.4 Fertilizing —per ton (kilogram) Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in v accordance with Section 90-05. END OF ITEM P-156 P-156-3 4 4/25/2005 AC 150/5370-1OB THIS PAGE INTENTIONALLY LEFT BLANK P-156-4 Modifications to ITEM ER TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL Item ER Temporary Erosion, Sedimentation and Water Pollution Prevention and Control of the project specifications does not require modification. 01273805 ER — a LJ 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 5 01273 805 ER — b 03/07 ITEM ER TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL DESCRIPTION This item shall govem the measures necessary to control soil erosion, sedimentation and water pollution which may degrade receiving waters including rivers, streams, lakes, playas, reservoirs, tidal waters, groundwater and wetlands. The control measures contained herein shall be installed and maintained throughout the construction contract period, including any turf establishment period, and will be coordinated with the permanent or existing temporary pollution control features specified elsewhere in the plans and specifications to provide effective and continuous water pollution control. These control measures shall not be used as a substitute for the permanent pollution control measures unless otherwise directed by the Owner in writing. The controls may include silt fences, dikes, dams, berms, sediment basins, mats, soil retention blankets, temporary seeding, mulch, channel liners, slope drains or other structural or non-structural water pollution controls. MATERIALS 2-1 General The control measure materials will be as herein specified. The Owner may allow other materials and work as the need arises and as approved in writing. All control measure materials will be approved by the Owner prior to use on this project. 2-2 Silt Fence Silt fence materials shall consist of the following: (a) Fabric. The filter fabric shall be of nonwoven polypropylene, polyethylene or polyamide thermoplastic fibers with non -raveling edges. The fabric shall be nonbiodegradable, inert to most soil chemicals, ultraviolet resistant, unaffected by moisture or other weather conditions, and permeable to water while retaining sediment. The fabric shall be supplied in rolls with minimum width of 36 inches. The filter fabric will have the following physical characteristics: Minimum Weight: 4.5 oz./s.y. Maximum Water Flow Rate: 40 gal./s.f./minute Equivalent Opening Size (US standard sieve no.): 40 to 100 Minimum Burst Strength (ASTM D 3786): 300 psi Minimum Ultraviolet Resistance; Strength Retention (ASTM D 1682): 70 percent (b) Posts. Posts will be painted or galvanized steel Tee or Y-posts with anchor plates, not less than 5 feet in length with a minimum weight of 1.3 pounds per foot and a minimum Brinell hardness of 143. Hangars shall be adequate to secure fence and fabric to posts. Posts and anchor plates will conform to ASTM A 702. (c) Wire Fence. Wire fence will be welded wire fabric 2 x 4 - W 1.0 x W 1.0 and will conform to requirements of ASTM A 82 or A 496. ER-1 2-3 Sediment Containment Dikes Sediment containment dikes shall consist of the following: (a) Hay Bales. "Hay Bales" will be free of Johnson grass or other nocuous weeds. The bales will consist of either hay or straw in good condition and be securely tied by wire. Stakes for anchoring bales will be #4 reinforcing bars, 1/2 inch steel pickets or 2 inch x 2 inch wooden stakes. Completed dikes will be at least 18 inches in height and will have sufficient weight and stability to prevent displacement by runoff. Hay bale dikes will not be allowed on paved areas, but may be used in unpaved drainageways. (b) Sand Bags. Fabric used to contain the sand may be permeable to water, but will be able to completely contain the sand within the bags. The fabric and seams will be of sufficient strength to prevent puncture or rupture when subjected to conditions which may be encountered during placement or when in place. Completed dikes will have sufficient weight and stability to prevent displacement by runoff. Sand bag dikes may be used in paved areas and/or unpaved areas. Dikes used in concrete drainage aprons or channels shall be constructed to a minimum height of 6-inch, and shall extend the full width of the apron or channel. Dikes used in unpaved drainageways shall be constructed to a minimum height of 18-inches. CONSTRUCTION METHODS 3-1 General The Owner's Representative has the authority to limit the disturbed surface area exposed by construction operations. The Contractor shall provide control measures as required to prevent or minimize impact to receiving waters and/or as directed by the Owner's Representative. The Contractor shall effectively prevent and control erosion and sedimentation on the site at the earliest practicable time. Control measures, where applicable, will be implemented prior to the commencement of each construction operation or immediately after the area has been disturbed. Control measures will remain in place throughout the construction period and any turf establishment period. Should the control measures fail to function effectively, the Contractor shall act immediately to bring the erosion and sedimentation under control by maintaining existing controls or by providing additional controls as directed by the Owner's Representative. When in the opinion of the Owner's Representative the site is adequately stabilized, the control measures will be removed and properly disposed of by the Contractor. All erosion, sediment and water pollution controls will be maintained in good working order. The Contractor shall provide a non-freezing rain gauge to be located at the project site. Within 24 hours of a rainfall event of 0.5 inches or more as measured by the project rain gauge, the Contractor and Owner's Representative will inspect the entire project to determine the condition of the control measures. Sediment will be removed and devices repaired as soon as practicable but no later than 7 days after the surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for the repair. In the event of continuous rainfall over a 24-hour period, or other circumstances that preclude equipment operation in the area, the Contractor will hand carry and install additional backup devices as determined by the Owner's Representative. The Contractor will remove silt accumulations and deposit the spoils in an area approved by the Owner's Representative as soon as practical. Any corrective action needed for the control measures will be accomplished in the sequence directed by the Owner's Representative, however areas adjacent to waterbodies shall generally have priority followed by devices protecting storm sewer inlets. ER-2 The Contractor shall also conform to the following practices and controls: (a) Disposal areas, stockpiles, and haul roads used for this project, including areas not within the project limits, shall be constructed and maintained in a manner that will minimize and control the amount of sediment _ that may enter receiving waters. Disposal areas shall not be located in any wetland, waterbody or streambed. Construction roads may not be located in or cross any waterbody or streambed without prior approval of the Owners Representative and shall be done in compliance with applicable rules and regulations. (b) Construction operations in rivers, streams, lakes, tidal water wetlands and other waterbodies shall be restricted to those areas where it is necessary to perform the work shown on the plans. Wherever streams are crossed, temporary bridges, timber mats or other structures shall be used. (c) Protected storage for paints, chemicals, solvents, fertilizers and other potentially toxic materials will be provided by the Contractor and the location approved by the Owner's Representative. (d) Construction staging areas and vehicle maintenance areas shall be constructed by the Contractor in a manner to minimize the runoff of pollutants and their location will be approved by the Owner's Representative. The Contractor shall prevent pollution of receiving waters with petroleum products or other hazardous or regulated substances. When work areas of material sources are located adjacent to a waterbody, control measures such as dikes, gabions, or rock berms, shall be used to keep sediment and other contaminants from entering the adjacent waterbody. - Care shall be taken during the construction and removal of such barriers to minimize down -gradient sedimentation. (e) All waterways shall be cleared as soon as practicable of temporary embankment, temporary bridges, matting, falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. (f) Disturbance of vegetation shall be minimized and limited to only what is shown on the construction plans or as directed by the Owner's Representative in writing. (g) Construction entrances shall be stabilized by the use of rock, timber matting or other acceptable techniques when necessary to minimize the off -site vehicle tracking of sediment. The Contractor shall clean paved surfaces as necessary to remove sediment which has accumulated on the roadway. 3-2 Silt Fence The filter fabric will be securely attached to the posts and the wire fence with the bottom 12 inches of filter fabric buried in a trench a minimum of 6 inches keep to prevent sediment from passing under the fence. When the fence is constructed on impervious material, a 12 inch flap of fabric will be extended upstream from the bottom of the silt fence and weighted to limit particulate loss. Vertical joints will be overlapped a minimum of 12 inches with the ends sewn or otherwise securely tied. No horizontal joints will be allowed in the filter fabric. The silt fence will be a minimum of 12 inches high. Posts will be embedded in the ground a minimum of 12 inches and spaced a maximum of 8 feet apart. Posts will be placed on a slight angle toward the anticipated runoff source. Torn or punctured fabric will be repaired by the placement of a patch consisting of an additional layer of fabric over the damaged area. The patch will overlap the damaged area a minimum of 12 inches in all directions and will be securely attached to the repaired fabric. ER-3 3-3 Sediment Containment Dikes The Contractor may select either bales or sand bag materials for the dikes, unless otherwise instructed. Bales or sand bags will be placed with ends tightly abutting. If placed in unpaved areas, the dike will be embedded in the soil a minimum of 4 inches and a maximum of 6 inches. Bales will be securely anchored in place by a minimum of 2 stakes per bale. Stakes will be angled toward the previously placed bale to force the bales together. Stakes will be embedded in the soil a minimum of 18 inches. Bales will not be used when underlying material such as concrete or asphalt prevents anchorage by stakes. If placed on paved surfaces, the dike will consist of sand bags placed with the ends tightly together. The sand bags will be placed side by side to a width as required to minimize sand bag movement or displacement during rainfall occurrences. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Work performed as specified in this section will be measured and payment will be made under Item P-156, TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL, of these specifications. Payment will be full compensation for all work including the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work, including maintaining, servicing or replacing the measures as required to comply with the requirements of this specification during the construction period. If the Contractor is required to install temporary erosion, sediment and water pollution control measures due to his negligence, carelessness, lack of maintenance, or failure to install permanent controls as a part of the work as scheduled, and are ordered in writing by the Owner's Representative, such work shall be performed at the Contractor's expense. In case of failure on the part of the Contractor to prevent and control soil erosion, sedimentation and water pollution which may degrade receiving water, the Owner reserves the right to employ outside assistance or to use Owner's forces to provide the necessary corrective measures. All costs including engineering costs will be deducted from any moneys due or to become due to the Contractor. END OF ITEM ER ER-4 Modifications to ITEM P-208 AGGREGATE BASE COURSE Item P-208, Aggregate Base Course, of the project specifications shall be modified as follows: 1. Paragraph 208-1.1- Revise the first portion of the first sentence to read: "This item shall consist of a base course composed of uncrushed coarse aggregate...." 2. Paragraph 208-2.2 CRUSHED COARSE AGGREGATE - Delete this section. 3. Paragraph 208-2.3 GRADATION - Use the gradation requirements shown for 1 '/2 " maximum aggregate size in Table 1. REQUIREMENTS FOR GRADATION OF AGGREGATE. 4. Paragraph 208-3.2 PREPARING UNDERLYING COURSE - Add the following to this paragraph after the first subparagraph: "Grade control within the pavement areas shall be accomplished using grade stakes, steel pins, or forms placed in lanes parallel to the pavement centerline and at intervals sufficiently close that string lines or straight edges may be placed between the stakes, pins or forms." 5. Paragraph 208-3.5 COMPACTION In the second subparagraph, insert "D-3017" into the place provided. 6. Paragraph 208-3.6 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY - In the second sentence of the third subparagraph, insert "D-1557" into the place provided. 7. Paragraph 208-3.6 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY - Add the following to the third subparagraph: "The in -place field density shall be determined on each lift of material placed. No material shall be placed on a lift of material prior to testing and approval of the underlying lift of material. Testing frequency shall be one (1) test for every 300 square yards unless otherwise directed by the Engineer." 8. Paragraph 2084.1 METHOD OF MEASUREMENT — The quantity of aggregate base course shall be measured by the square yard. References to measurement by any other basis shall be deleted. 9. Paragraph 208-5.1 BASIS OF PAYMENT Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price per square yard for aggregate base course of the specified thickness. 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-208, Aggregate Base Course, 8-inch thickness, complete in place, per square yard." 01273805 208 - a 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 208 - b 03/07 4/25/2005 AC 150-5370-1OB ITEM P-208 AGGREGATE BASE COURSE DESCRIPTION 208-1.1 This item shall consist of a base course composed of [crushed] ]uncrushed] coarse aggregate bonded with either soil or fine aggregate or both. It shall be constructed on a prepared underlying course in accordance with these specifications and shall conform to the dimensions and typical cross section shown on the plans. MATERIALS 7 208-2.1 UNCRUSHED COARSE AGGREGATE. The base course material shall consist of hard, durable particles or fragments of stone or gravel mixed or blended with sand, stone dust, or other similar binding or filler materials produced from approved sources. All oversized stones, rocks and boulders occurring in the pit or quarry material shall be wasted; those of acceptable quality may be crushed and become a part of the base material, provided the "1 blend meets the specified gradations. The aggregate shall be free from vegetation, lumps, or excessive amounts of clay and other objectionable substances. The coarse aggregate shall have a percent of wear not more than 45 at 500 revolutions as determined by ASTM C 131. { 208-2.2 CRUSHED COARSE AGGREGATE. The aggregates shall consist of both fine and coarse fragments of _ crushed stone, crushed slag, or crushed gravel mixed or blended with sand, screenings, or other similar approved materials. The crushed stone shall consist of hard, durable particles or fragments of stone and shall be free from excess flat, elongated, soft or disintegrated pieces, dirt, or other objectionable matter. The crushed slag shall be air-cooled, blast furnace slag and shall consist of angular fragments reasonably uniform in density and quality and shall be reasonably free from thin, elongated, or soft pieces, dirt, and other objectionable matter. It shall weigh not less than 70 pounds per cubic foot (1.12 Mg/cubic meter) as determined by ASTM C 29. The crushed gravel .shall consist of hard, durable stones, rock, and boulders crushed to specified size and shall be free from excess flat, elongated, soft or disintegrated pieces, dirt, or other objectionable matter. The method used in production of crushed gravel shall be such that the fractured particles occurring in the finished product shall be as nearly constant and uniform as practicable and shall result in a minimum of 60% of the material retained on the No. 4 sieve having at least 2 fractured faces and 75% having at least 1 fractured face. If necessary to meet this requirement or to eliminate an excess of fine, uncrushed particles, the gravel shall be screened before crushing. All stones, rocks, and boulders of inferior quality in the pit shall be wasted. The crushed coarse aggregate shall have a percent of wear not more than 50 at 500 revolutions as determined by i ASTM C 131. 11 All material passing the No. 4 mesh (4.75 mm) sieve produced in the crushing operation of either stone, slag, or gravel shall be incorporated in the base material to the extent permitted by the gradation requirements. 208-2.3 GRADATION. The gradation of the uncrushed or crushed material shall meet the requirements of one of the gradations given in Table 1 when tested in accordance with ASTM C 117, ASTM C 136, and ASTM D 422. P-208-1 4/25/2005 AC 150-5370-1OB TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE Sieve Designation Percentage by weight passing sieves 2" maximum 1 1/2" maximum 1"maximum 2 inch (50.0 mm) 100 -- -- 1-1/2 inch (37.0 mm) 70-100 100 -- 1 inch (25.0 mm) 55-85 70-100 100 3/4 inch (13.0 mm) 50-80 55-85 70-100 No. 4 (4.75 mm) 30-60 30-60 35-65 No. 40 (0.45 mm) 10-30 10-30 10-25 No. 200 (0.075 mm) 5-15 5-15 5-15 The gradations in the table represent the limits that shall determine suitability of aggregate for use from the sources of supply. The final gradations decided on within the limits designated in the table shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieves, or vice versa. The amount of the fraction of material passing the No. 200 mesh (0.075 mm) sieve shall not exceed one-half the fraction passing the No. 40 mesh (0.45 mm) sieve. The aggregate blend shall not contain more than 3% material finer than 0.02 mm unless all materials are produced from crushed stone. The portion of the filler and binder, including any blended material, passing the No. 40 mesh (0.45 mm) sieve have a liquid limit not more than 25 and a plasticity index not more than 6 when tested in accordance with ASTM D 4318. The selection of any of the gradations shown in the table shall be such that the maximum size aggregate used in any course shall be not more than two-thirds the thickness of the layer of the course being constructed. 208-2.4 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 (0.45 min) sieve, or for correcting the gradation to the limitations of the specified gradation, it shall be uniformly blended with the base course material at the crushing plant or at the mixing plant. The material for such purpose shall be obtained from sources approved by the Engineer and shall be of a gradation necessary to accomplish the specified gradation in the finally processed material. The additional filler may be composed of sand, but the amount of sand shall not exceed 20% by weight of the total combined base aggregate. All the sand shall pass a No. 4 mesh (4.75 mm) sieve and not more than 5% by weight shall pass a No. 200 mesh (0.075 mm) sieve. CONSTRUCTION METHODS 208-3.1 OPERATIONS IN PITS AND QUARRIES. All work involved in clearing and stripping pits and quarries, including handling of unsuitable material, shall be performed by the Contractor. All material shall be handled in a manner that shall secure a uniform and satisfactory base product. The base course material shall be obtained from sources that have been approved. 208-3.2 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 due to improper drainage conditions, hauling, or any other cause, shall be corrected and rolled to the required density before the base course is placed thereon. To protect the underlying course and to ensure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. P-208-2 4/25/2005 AC 150-5370-IOB 208-3.3 METHODS OF PRODUCTION a. Plant Mix. When provided in the proposal, or when selected by the Contractor and approved by the Engineer, the base material shall be uniformly blended or mixed in an approved plant. The mixing plant shall include bins for storage and batching of the aggregate, pump and tanks for water, and batch mixers of either the pugmill or drum type. All mineral aggregates shall be batched into the mixer by weight. The agitation shall be such that a thorough dispersion of moisture is obtained. The size of the batch and the time of mixing shall be fixed by the Engineer and shall produce the results and requirements specified. The base course material produced by combining two or more materials from different sources shall be mixed in a mixing plant described herein. The mixture material shall be at a satisfactory moisture content to obtain maximum density. b. Travel Plant. When the use of a traveling plant is allowed, the plant shall blend and mix the materials to meet these specifications. it shall accomplish a thorough mixing in one trip. The agitation shall be such that the dispersion of the moisture is complete. The machine shall move at a uniform rate of speed and this speed shall be regulated to fix the mixing time. If a windrow -type of travel plant is employed for mixing, the aggregate shall be placed in windrows parallel to the pavement centerline. The windrow volume shall be sufficient to cover exact areas as planned. The windrow contents shall produce a mixture of the required gradation and bonding qualities. If a travel plant is used which is of the type that mixes previously spread aggregates in -place, the material shall have been spread in such thickness and proportions as may be handled by the machine to develop a base course of the thickness of each layer and of the gradation required. With either type of equipment, the mixed material shall be at a satisfactory moisture content to obtain the maximum density. c. Materials of Proper Gradation. When the entire base course material from coarse to fine is secured in a uniform and well -graded condition and contains approximately the proper moisture, such approved material may be handled directly to the spreading equipment. The material may be obtained from gravel pits, stockpiles, or produced from a crushing and screening plant with the proper blending. The materials from these sources shall meet the requirements for gradation, quality, and consistency. The intent of this section of these specifications is to secure materials that will not require further mixing. The base material shall be at a satisfactory moisture content to obtain maximum density. Any minor deficiency or excess of moisture may be corrected by surface sprinkling or by aeration. In such instances some mixing or manipulation may be required immediately preceding the rolling to obtain the required moisture content. The final operation shall be blading, if necessary, to obtain a smooth uniform surface true to line and grade. 208-3.4 PLACING. a. The aggregate base material that is correctly proportioned, or has been processed in a plant, shall be placed on the prepared underlying course and compacted in layers of the thickness shown on the plans. The depositing and spreading of the material shall commence where designated and shall progress continuously 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 having positive thickness controls that shall spread the aggregate in the required amount to avoid or minimize the need for hand manipulation. Dumping from vehicles in piles that require rehandling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. b. The aggregate base material that has been processed in a traveling plant, or mixed and blended in -place, shall be spread in a uniform layer of required depth and width and to the typical cross section. The spreading shall be 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 until a smooth, uniform surface is obtained, true to line and grade. c. 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. The aggregate, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square P-208-3 4/25/2005 AC 150-5370-1OB 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 6 layer. During the mixing and spreading process, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or shoulder material in the base course mixture. 208-3.5 COMPACTION. Immediately upon completion of the spreading operations, the aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. The moisture content of the material during placing operations shall not be below, nor more than 2 percentage points above, the optimum moisture content as determined by ASTM j 1. 208-3.6 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 material delivered to the jobsite. The specimens shall be compacted and tested in accordance with ASTM j 1. The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM 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. 208-3.7 SURFACE TEST. After the course has been completely compacted, the surface shall be Jested 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 min) from a 16-foot (4.8 m) straightedge when applied to the surface parallel with, and at right angles to, the centerline. 208-3.8 THICKNESS. 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). When the base deficiency is more than 1/2 inch (12 nun), the Contractor shall correct such areas by scarifying, adding satisfactory base mixture, rolling, sprinkling, reshaping, and finishing in accordance with these specifications. The Contractor shall replace, at his/her expense, the base material where borings have been taken for test purposes. t 208-3.9 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. 208-3.10 MAINTENANCE. Following the completion of the base course, the Contractor shall perform all i maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the P-208-4 4/25/2005 AC 150-5370-1OB 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. Before preparations begin for the application of a surface treatment or for a surface course, the base course shall be allowed to partially dry until the average moisture content of the full depth of base is less than 80% of the optimum moisture of the base mixture. The drying shall not continue to the extent that the surface of the base becomes dusty with consequent loss of binder. If during the curing period the surface of the base dries too fast, it shall be kept moist by s6rinkling until such time as the prime coat is applied as directed. The Contractor shall remove all survey and grade hubs from the base courses prior to placing any bituminous surface course. METHOD OF MEASUREMENT 2084.1 The quantity of [uncrushed] [crushed] aggregate base course to be paid for shall be the number of cubic yards (cubic meters) of base course material placed, bonded, and accepted in the completed base course. The quantity of base course material shall be measured in final position based upon depth test, or cores taken as directed -1 by the Engineer, or at the rate of i depth test for each 300 square yards (250 square meters) of base course, or by means of average end areas on the complete work computed from elevations to the nearest 0.01 foot (3 mm). On --, individual depth measurements, thicknesses more than 1/2 inch (12 mm) in excess of that shown on the plans shall be considered as specified thickness plus 1/2 inch (12 mm) in computing the yardage for payment. Base materials shall not be included in any other excavation quantities. BASIS OF PAYMENT 208-5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for aggregate base course. This price shall be full compensation for furnishing all materials and for all operations, 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-208-5.1 [Uncrushed] [Crushed] Aggregate Base Course —per cubic yard (cubic meter) TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 117 Materials Finer than 75µm (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 Analysis of Fine and Coarse Aggregates ASTM D 422 Particle Size Analysis of Soils ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12-in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort P-208-5 { 4/25/2005 AC 150-5370-1OB ASTM D 2167 Density of Soil in Place by the Rubber-Ballon Method ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF ITEM P-208 P-208-6 Modifications to ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT Item P-501 Portland Cement Concrete Pavement of the project specifications shall be modified as follows: 1. Paragraph 501-1.1. Revise the first portion of the sentence to read as follows: "This work shall consist of pavement composed of portland cement concrete, with or without reinforcement as shown on the plans, constructed on a prepared underlying surface....." 2. Paragraph 501-2.1 e. COARSE AGGREGATE. Delete the first sentence of the second paragraph and insert the following: "Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product in which the coarse aggregate shall have at least 95% by weight of particles with one or more fractured faces and 75% of particles with two or more fractured faces." 3. Paragraph 501-2.1 c. COARSE AGGREGATE. In the second sentence of the second paragraph, insert "IN" into the blank space provided. 4. Paragraph 501-2.1 c. COARSE AGGREGATE. In the first sentence of the third paragraph, insert "40" into the blank space provided. Add the following to the third paragraph: "Where the requirements for percentage of wear cannot be met, coarse aggregate with a higher wear percentage may be accepted provided the coarse aggregate can be shown to have a satisfactory service record of at least 5 years duration under similar conditions of service and exposure. Written approval of the Engineer shall be required prior to using coarse aggregate with a wear percentage higher than specified." 5. TABLE 2 GRADATION FOR COARSE AGGREGATE. Insert the following coarse aggregate gradation for the 1" to No. 4 gradation: TABLE 2. GRADATION FOR COARSE AGGREGATE Sieve From 1" to No. 4 Designations (ASTM C 33, #57) 2-1/2" --- 2" --- 1-1/2" 100 1" 95-100 3/4" ... 1 /2" 25-60 3/8" --- No. 4 0-10 No. 8 0-5 6. Paragraph 501-2.2 CEMENT. In the first sentence, insert "C 150" into the first blank space provided, and "II or ASTM C 595 Type I (MS)" into the second blank space provided. i 01273805 501-a 03/07 Paragraph 501-2.4 PREMOLDED JOINT FILLER. Insert the requirements of ASTM D 1751 or ASTM D 1752 in the space provided. 8. Paragraph 501-2.6 STEEL REINFORCEMENT. Delete this paragraph and insert the following: "Bar. mats for steel reinforcing shall conform to the requirements of ASTM A184, fabricated with bars conforming to the requirements of ASTM A615, Grade 60. Welded wire fabric for steel reinforcing shall conform to the requirements of ASTM A497, using deformed wire in both directions. ` Splices for bars shall be made where required by lapping the bars in accordance with ACI 318 for compression, bending or pure tension and securely wiring them together. Where details of spliccs are not shown or where unanticipated splices are required, they shall be made in a location approved by the Engineer and the length of lap shall be 30 bar diameters, but not less than 12-inches. Welded wire fabric shall be placed as shown on the drawings. Adequate methods for proper placing of the fabric and for maintaining proper position during placement of concrete will be required and shall be subject to approval of the Engineer. Welded wire fabric shall overlap at splices a distance not less than the spacing of the cross wires plus 2- inches." Paragraph 501-2.7 DOWEL AND TIE BARS. Delete the first sentence in the second subparagraph and insert the following: "Unless otherwise specifically shown on the plans, all dowel bars shall be plain round bars conforming to the requirements of ASTM A615, Grade 60. Dowels shall be fabricated or cut to length at the shop or mill prior to delivery to the site. Dowels shall be free of loose flaky rust and loose scale, and shall be clean and straight. Dowels shall be free of any burring or deformation." 10. Paragraph 501-2.7 DOWEL AND TIE BARS. Add the following as a fourth subparagraph: "Deformed bars shall be used for dowel bars only in the locations specifically noted on the plans. The deformed bars shall conform to the requirements of ASTM A 615, Grade 60. Deformed bars may be sheared to length." 11. Paragraph 501-3.1 PROPORTIONS. In the first paragraph, insert the requirements for flexural strength of 750 psi at 28 days in the blank space provided. 12. Paragraph 501-3.1 PROPORTIONS. In first sentence of the third paragraph, insert "517" into the blank space provided. In the second sentence of the third paragraph, insert "0.49" into the blank space provided. 13. Paragraph 501-3.1 PROPORTIONS. Delete the fourth and sixth paragraphs and insert the following: "Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit to the Engineer for approval test certificates, from an approved commercial laboratory, on the concrete mix proposed for use on this project. Certificates shall include tests made on six flexure test specimens. Three specimens for the f design shall be tested at 7 days and three at 28 days. The costs of preconstruction mix design and tests shall be borne by the Contractor. Additional test certificates shall be �- furnished by the Contractor at his expense if the material source is changed or if construction tests indicate marked variations from the original tests. Flexural strength shall r be as specified at 28 days using test specimens prepared in accordance with ASTM C31 and tested in accordance with ASTM C78. The mix determined shall be workable concrete having a slump between 1 and 2 1 /2 inches for side -form concrete and between r i 01273805 501-b 03/07 and 1 '/a inches for vibrated, slip -formed concrete as determined by ASTM C 143. If high - range water -reducing admixtures are used, the initial slump range of 1 to 2 1/2 inches shall not exceed 8 inches after the addition of the high -range water -reducing admixture. The mix design shall be submitted to the Engineer at least 14 calendar days prior to the start of operations. Production shall not begin until the mix design is approved in writing by the Engineer." 14. Paragraph 501-3.2b: GROUND SLAG. Delete this entire paragraph. 15. Paragraph 501-3.3 a. Air -Entraining. In the third sentence of this paragraph, insert "5-1/2" into the blank space provided. 16. Paragraph 501-4.1 c. Finishing Equipment. Add the following to this paragraph: "In lieu of a finishing machine, a vibratory screed, supplemented by hand-held vibrators, will be allowed provided the Contractor can demonstrate that the vibratory screed will thoroughly consolidate the concrete. An adequate number of hand-held vibrators shall be provided to insure consolidation along joints." 17. Paragraph 501-4.1 f. Side Forms. Delete this paragraph and insert the following: "Straight side forms shall be made of steel having a thickness of not less than 7/32-inch and shall be furnished in sections not less than 10 feet in length. Forms shall be in one piece for the full depth required except as hereinafter permitted. Where the drawings require several different thicknesses for the same slab, forms maybe built up with metal or wood to provide an increase in depth of not more than 25 percent. The required form depth may be obtained by securely bolting or welding to the bottom of the form a tubular metal section of the proper thickness or by securely bolting wood planks to the bottom of the form. The tubular metal section or wood planks shall completely cover the underside of the base of the form and shall extend beyond the edge of the base a sufficient distance to provide the necessary stability. The base width of the one-piece form, or built-up form, shall be not less than eight -tenths of the vertical height of the form, except that forms 8 inches or less in vertical height shall have a base width not less than the vertical height of the form. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less. Flexible or curved forms shall be of a design acceptable to the Engineer. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the height of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be removed from the work. Repaired forms shall not be used until inspected and approved. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8- inch in 10 feet, and the upstanding leg shall not vary more than 1/4-inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting." 18. Paragraph 501-4.7 b. Hot Weather. Add the following paragraph: "A retarder shall be used for concrete deposited in the forms when the temperature of the concrete exceeds 85 degrees F. Concrete shall be placed in the forms continuously and rapidly at a rate adequate to assure finishing of the concrete prior to initial set of the concrete. The finished surface of the newer laid pavement shall be kept damp by applying a waterfog or mist with approved spraying equipment until the pavement is covered by the -= curing medium." 01273805 501-c 03/07 19. Paragraph 501-4.10 b. Contraction. Delete this paragraph and insert the following: "Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed by sawing a groove into the concrete surface after the concrete has hardened. The joint shall be cut clean so that spalling will be avoided at intersections with other joints. Sawing the joint shall produce a reservoir of the width and depth shown on the plans." 20. Paragraph 501-4.10 f. Dowel Bars. In the first paragraph, insert the following after the third sentence: "Dowels shall be placed by the bonded -in -place method. Installation by removing and replacing dowels in preformed holes will not be permitted. Dowels in longitudinal and transverse construction joints shall be held securely in place parallel to the surface as indicated, by means of devices fastened to the form. Dowels in expansion joints and tie bars and dowels installed within the paving lane shall be held securely in place as indicated, by means of rigid metal bars or wires so arranged as to provide rigid support for the dowels throughout the paving operation, with a minimum of four continuous bars or wires extending across the paving lane. The dowels shall be welded to the assembly or held firmly by mechanical locking arrangements that will prevent the dowels from rising, sliding out, or becoming distorted during paving operations. The dowel assemblies shall be held securely in the proper location by means of suitable pins or anchors. The spacing of dowels in longitudinal construction joints shall be as indicated except that where the planned spacing cannot be maintained because of form length or interference with form braces, closer spacing with additional dowels shall be used. Dowels in longitudinal joints shall be omitted when the center of the dowel would be located within a horizontal distance from a transverse joint equal to one-fourth of slab thickness. The method used in holding dowels in position shall develop such accuracy that the error in alignment of any dowel from its required position after the pavement has been finished shall be not greater than 1/8-inch per foot. The Contractor shall furnish an approved template for checking the position of the dowels." 21. Paragraph 501-4.13 SKID RESISTANT SURFACES. Delete this paragraph. 22. Paragraph 501-4.14 a. Impervious Membrane Method. In the third sentence, change the rate of application from 1 gallon per 150 square feet to 1 gallon per 75 square feet and add the following. "Cover an 8 foot by 8 foot (or larger) area with 8 mil thick (or thicker) clear polyethylene barrier and seal all edges to concrete surface with duct tape. If moisture collects beneath the polyethylene barrier any time during a 72 hour time period after application of the barrier, the coverage rate shall be decreased (thicker film of curing compound) and the test repeated until the appropriate application rate is determined. The appropriate coverage rate is that at which no moisture collects beneath the barrier within the 72 hour period. Repeat this test every 10 working days (slab pour days) to reconfirm the coverage rate." 23. Paragraph 501-4.18 OPENING TO TRAFFIC. Delete this paragraph and insert the following: "The pavement shall not be opened to aircraft traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 550 pounds per square inch when tested in accordance with ASTM C78. If such tests are not conducted, the pavement shall not be opened to aircraft traffic until 14 days after the concrete was } 01273805 501-d 03/07 placed. The Contractor shall bear the cost of molding and testing additional test specimens for early opening testing. Prior to opening the pavement to aircraft traffic, the pavement shall be cleaned of loose debris." 24. Paragraph 501-5.1 ACCEPTANCE SAMPLING AND TESTING. Delete the second paragraph and insert the following: "Concrete pavement will be tested for flexural strength on a lot basis. A lot will consist of each days production. Two sets of beams consisting of four beams each will be made for each lot." 25. Paragraph 501-5.1 a. (1) Sampling. Revise the second sentence to indicate that two (2) specimens shall be taken for each sublot. Two sets of beams consisting of four beams each, for a total of eight beams, will be made for each lot. 26. Paragraph 501-5.1 b. Pavement Thickness. Add the following: "In lieu of coring, the Engineer may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on the plans at the Contractor's expense. Core holes shall be filled with non -shrink grout." 27. Paragraph 501-7.1 Delete this paragraph and insert the following: "The quantity of concrete pavement to be paid for shall be the number of square yards of concrete pavement as specified, in place, completed and accepted, less deductions as herein specified." 28. Paragraph 501-8.1 GENERAL. Delete the first sentence and insert the following: "Payment for an accepted lot of concrete pavement shall be made at the contract unit price per square yard, adjusted in accordance with Paragraphs 501-8.1 a, b and c. No additional payment over the unit contract bid price shall be made for any pavement which has an average thickness in excess of that shown on the plans." 29. Paragraph 501-8.1 b PAYMENT. Delete the entire paragraph and insert the following: "Payment will be made under: Item P-501, Portland Cement Concrete Pavement, 5-inch thickness, complete in place, per square yard; and Item P-501, Portland Cement Concrete Pavement, 9-inch thickness, complete in place, per square yard; and Item P-501, Portland Cement Concrete Pavement, 6% Bonus (includes 5" and 9" pavement), per lump sum." 30. Paragraph 501-8.2 PAYMENT FOR SAW -CUT GROOVING. Delete this paragraph. Saw -cut grooving is not included in this project. 01273805 501-e v3 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 501-f 03/07 4/25/2005 AC 150/5370-JOB ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT DESCRIPTION 501-1.1 This work shall consist of pavement composed of portland cement concrete, ( with reinforcement I j 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. Aggregates shall be tested for deleterious reactivity with alkalies in the cement, which may cause excessive expansion of the concrete. Tests of coarse and fine aggregate shall be made in accordance with ASTM C 1260. If the expansion of the coarse or fine aggregate test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 16 days from casting, the coarse or fine aggregates shall be accepted. If the expansion at 16 days is greater than 0.10%, test specimens shall be produced using all components (e.g. coarse aggregate, fine aggregate, cementitious materials, and/or specific reactivity reducing chemicals) in the proportions proposed for the mixture design. If the expansion of the proposed mixture design test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 16 days from casting, the aggregates will be accepted. if the expansion of the proposed mixture design test specimens is greater than 0.10% at 16 days, the aggregates will not be accepted unless adjustments to the mixture design can reduce the expansion to less than 0.10 % at 16 days, or new aggregates shall be evaluated and tested. 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) 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 c. Coarse Aggregate. Coarse 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. When the nominal maximum size of the aggregate is greater than I inch, the aggregates shall be furnished in two size groups. Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled blast furnace slag, crushed recycled concrete pavement, or a combination thereof. The aggregate shall be composed of clean, hard, uncoated particles and shall meet the requirements for deleterious substances contained in ASTM C 33, Class ( J. 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 a circumscribing rectangular prism exceeding 3 to 1. The percentage of wear shall be no more than j I when tested in accordance with ASTM C 131 or ASTM C 535. P-501-1 4/25/2005 AC 150/5370-1OB TABLE 2. GRADATION FOR COARSE AGGREGATE ASTM C 33 Sieve Designations (square openings) in. mm 2-1/2 2 1-1/2 1 3/4 1/2% 3/8 No. 4 No. 8 63 50.8 38.1 25.0 19.0 12.5 9.5 4.75 2.36 Percentage by Weight Passing Sieves Aggregate susceptibility to Disintegration (D) Cracking. Aggregates that have a history of D-cracking shall not be used. Prior to approval of mixture design and production of Portland cement concrete the Contractor shall submit written certification that the aggregate does not have a history of D-Cracking and that the aggregate meets the specified State requirements. (1) Crushed Stone Aggregate from Missouri. Only the Burlington, Keokuk, Callaway, and Warsaw limestone formations shall be approved unless the source has been given an acceptable rating from another State classification procedure. Aggregate from the approved formations shall meet all other quality test requirements within these specifications. Aggregate with an acceptable rating from another State classification system shall adhere to the requirements herein described for that State. (2) Crushed Stone Aggregate from Kansas. Aggregate shall be approved by the Kansas Department of Transportation (KDOT) ledge classification procedure. Ledges shall be accepted if they meet the KDOT Class 1 requirements. The sodium and magnesium sulfate soundness tests (ASTM C 88) shall not be required, however, the aggregate shall have a soundness (modified freeze -thaw) minimum of 0.90 as determined for the KDOT class I rating. The aggregate shall meet all other quality test requirements within these specifications. (3) Crushed Stone Aggregate from Iowa. Aggregate shall meet the quality requirements of Iowa Department of Transportation (IDOT) Class 3 durability rating and shall meet all other quality test requirements within these specifications. (4) Crushed Stone Aggregate from Nebraska. Aggregate shall meet the quality test requirements of these specifications or shall have an acceptable rating from another state classification system. Aggregate and aggregate sources that do not meet the Nebraska Department of Roads (NDR) Section 1006 requirements shall not be used unless approved by other accepted State classification procedures. (5) Other sources of crushed stone aggregate shall be approved if the durability factor as determined by ASTM C 666 is greater than or equal to 95 and all other quality test requirements within these specifications are fulfilled. The FAA will consider and reserves final approval of other State classification procedures. (6) Crushed gravel and sand -gravel aggregates shall not be required to meet freeze -thaw durability ratings. These aggregates shall be approved for use in concrete by the state highway agency in the state from which the aggregate originates and the state in which they are to be used and shall meet all other criteria within these specifications. P-501-2 4/25/2005 AC 150/5370-1OB 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM [ 1 Type [ 1. 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. Only cements containing less than 0.6% equivalent alkali or cements that can demonstrate a positive reduction in the expansion created by alkali -silica reactions shall be used. 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 6 percent for Class F or N. [ The supplementary opiional chemical and physical properties of Tables IA and 2A contained in ASTM C 618 shall apply. ] Fly ash such as is produced in furnace operations utilizing liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish vendor's certified test reports for each shipment of Fly Ash used in the 1 project. The vendor's certified test report can be used for acceptance or the material may be tested independently by lthe Engineer. b. Blast Furnace Slag. Ground Granulated Blast Furnace (GGBF) slag shall conform to ASTM C 989, Grade 100 or 120. GGBF shall be used only at a rate between 25 and 55 percent of the total cementitious material by mass. 501-2.4 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints shall conform to the requirements of [ ASTM D 1751 11 ASTM D 1752, Type II or III 1 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. 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of [ ] conforming to the requirements of ASTM [ I. 501-2.7 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A 615 or ASTM A 996, 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. µ Dowel bars shall be plain steel bars conforming to ASTM A 615 or ASTM A 966 and shall be free from burring or other deformation restricting slippage in the concrete. High strength dowel bars shall conform to ASTM A 714, r;a Class 2, Type S, Grade I, II or III, Bare Finish. Before delivery to the construction site each dowel bar shall be painted with one coat of paint conforming to MIL-DTL-24441/20A.SSPC Paint 5 or SSPC Paint 25.Metal or plastic Li collars shall be full circular device supporting the dowel until the epoxy hardens. 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: P-501-3 4/25/2005 AC 150/5370-1OB a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2, Class B, or Class A if wax base only. 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 the 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 water reducer admixture shall be compatible. b. Chemical Admixtures. Water -reducing, set retarding, and set -accelerating admixtures shall meet the requirements of ASTM C 494, including the flexural strength test. 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 surface temperature of the hardened concrete is below 60 degrees F (16 degrees Q. 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 that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of [ I 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 the concrete actually produced will meet or exceed the acceptance criteria for the specified strength, the mix design average strength must be 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 that that value can be estimated from historic data for the same or similar materials. The minimum cementitious material (cement plus fly ash) shall be [ pounds per cubic yard ([ kg per cubic meter). 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 [ ] by weight. 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. P-501A t 4/25/2005 AC 150/5370-1OB --, 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 [ J days prior to the start of operations. The submitted mix design shall not be more than 90 days old. Production shall not begin until the mix design is approved in writing by the Engineer. 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. For vibrated slip -form concrete, the slump shall be between 1/2 inch (13 mm) and 1 1/2 inches (38 mm). 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 be between 20 and 30 percent by weight of the total cementitious material. If fly ash is used in conjunction with ground granular blast furnace slag the maximum replacement rate shall not exceed 10 percent by weight of total cemenfitious material. b. Ground Slag. Ground blast -furnace slag may be used in a mix design containing Type I or Type I1 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. 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 [ [. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. 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. The laboratory accreditation will include ASTM C 78. A certification that it meets these requirements shall be submitted to the Engineer prior to the start of mix design. The certification shall include evidence that the laboratory is inspected/accredited for the test methods required herein by a nationally recognized laboratory inspection accreditation organization. CONSTRUCTION METHODS 5014.1 EQUIPMENT. Equipment necessary for handling materials and performing all parts of the work shall be approved by the engineer as to design, capacity, and mechanical conditions. The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved. a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. P-501-5 4/25/2005 AC 150/5370-1OB j b. Mixers and Transportation Equipment. (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 3/4 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 mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck_agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C 94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. c. Finishing Equipment. The standard method of constructing concrete pavements on FAA projects shall be with an approved slip -form paving equipment designed to spread, consolidate, screed, and float -finish the freshly placed concrete in one complete pass of the machine so a dense and homogeneous pavement is achieved with a minimum of hand finishing. The paver -finisher shall be a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. It shall weigh at least 2200 lbs. per foot of paving lane width and powered by an engine having at least 6.0 horsepower per foot of lane width. On projects requiring less than 500 square yards of cement concrete pavement or requiring individual placement areas of less than 500 square yards, or irregular areas at locations inaccessible to slip -form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. Hand screeding and float finishing may only be utilized on small irregular areas as allowed by the Engineer. d. Vibrators. Vibrator shall be the internal type. 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). The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of ACI 309, Guide for Consolidation of Concrete. 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. The contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or when requested by the Engineer. Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309, Guide for Consolidation of Concrete. e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. 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, and a base width equal to or greater than the depth. 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, P-501-6 4/25/2005 AC 150/5370-1OB except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. 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. _p 5014.2 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 a; thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the fortes. 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 1/8 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 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. 5014.3 CONDITIONING OF UNDERLYING SURFACE. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas that will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. 5014.4 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. 5014.5 HANDLING, MEASURING, AND BATCHING 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. r� l_ P-501-7 4/25/2005 AC 150/5370-1OB 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. 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. 5014.6 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. 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 approved mix design is not exceeded, and approved by the Engineer. 5014.7 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 Q. 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 shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150 degrees F (66 degrees Q. 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 90 degrees F (35 degrees Q. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. 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 t with Figure 2.1.5 in ACl 305R, Hot Weather Concreting, which takes into consideration relative humidity, wind a L_. velocity, and air temperature. P-501-8 4/25/2005 AC 150/5370-1OB 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. Prior to the start of paving operation for each day of paving, the contractor shall provide the engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: (1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. (2) Anticipated weather conditions such as ambient temperatures,. wind velocity, and relative humidity. t (3) Anticipated riming of initial sawing of joint. 5014.8 PLACING CONCRETE. The Contractor has the option of placing the concrete with either side (fixed) forms or slip -forms. 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). Backhoes and Grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used unless the contractor demonstrates that they can be used without contaminating the concrete and base course and it is approved by the Engineer. _ 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 (3 792 kPa) 1 ( a compressive strength of 3,500 psi 1, based on the average of four field cured specimens per 2,000 cubic yards (1 530 cubic meters) of concrete placed. Also, subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi. a. Slip -Form Construction. The concrete shall be distributed uniformly into final position by a self propelled slip -form paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches. The spacing of internal units shall be uniform and shall not exceed 18 inches. The term internal vibration means vibrating units located within the specified thickness of pavement section. The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit an for a distance of at least one foot. The frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be held at a uniform consistency. The slip -form paver shall be operated with as nearly a continuous forward movement as possible. And all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If for any P-501-9 4/25/2005 AC 150/5370-1OB reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, except that which is controlled from the machine. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber -tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the. pavement edge. b. Side -Form Construction. Side form sections shall be straight, free from warps, bends, indentations, or other defects. Defective forms shall be removed from the work. Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable material may be used. Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such build-up is attached to the top of metal forms, the build-up shall also be metal. Width of the base of all forms shall be equal to at least SO percent of the specified pavement thickness. Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms. Before placing side forms, the underlying material shall be at the proper grade. Side forms shall have full bearing upon the foundation throughout their length and width of base and shall be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement. Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms have been removed. Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them. Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross section with a minimum of handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery. Concrete for the full paving width shall be effectively consolidated by internal vibrators without causing segregation. Internal type vibrators' rate of vibration shall be not less than 7,000 cycles per minute. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than one foot from the vibrating element. The Contractor shall furnish a tachometer or other suitable device for measuring and indicating frequency of vibration. Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped. _ P-501-10 4/25/2005 AC 150/5370-IOB The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. c. Consolidation Testing. The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. If a lack of consolidation of the concrete is suspected by the Engineer, additional referee testing may be required. Referee testing of hardened concrete will be performed by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made based on the water content of the core as taken. ASTM C 642 shall be used for the determination of core density in the saturated -surface dry condition. Referee cores will be taken at the minimum rate of one for each 500 cubic yards of pavement, or fraction thereof. The average density of the cores shall be at least 97 percent of the original mix design density, with no cores having a density of less than 96 percent of the original mix design density. Failure to meet the above requirements will be considered as evidence that the minimum requirements for vibration are inadequate for the job conditions, and additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete as indicated by further referee testing shall conform to the above listed requirements. 5014.9 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 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. 5014.10 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 1/2 inch (13 mm) from their designated position and shall be true to line with not more than 1/4-inch (6 mm) variation in 10 feet (3 m). The surface across the joints shall be tested with a I0-foot (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. 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 slip -formed or formed against side forms with or -, 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 forming a groove or deft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. P-501-11 4/25/2005 _AC_150/5370-IOB When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 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 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. d. Keyways. Keyways (only female keys permitted) shall be formed in the plastic concrete by means of side - forms or the use of keyway liners that are inserted during the slip -form operations. The keyway shall be formed to a tolerance of 1/4 inch (6 m) in any dimension and shall be of sufficient stiffness to support the upper keyway flange without distortion or slumping of the top of the flange. The dimensions of the keyway forms shall not vary more than plus or minus 1/4 inch (6 mm) from the mid -depth of the pavement. Liners that remain in place permanently and become part of the keyed joint shall be made of galvanized, copper clad, or of similar rust -resistant material compatible with plastic and hardened concrete and shall not interfere with joint reservoir sawing and sealing. 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 installation for male keyways be permitted. E 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 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 and shown on the plans to receive a debonding lubricant, 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, 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. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Installation. All devices used for the installation of expansion joints 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 pouring and finishing of the concrete. The premolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. P-501-12 4/25/2005 AC 150/5370-1OB 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. When concrete is placed using slip -form pavers, 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 1/8-inch to 1/4-inch (3 to 6 mm) greater in diameter than the dowel or tie bar shall be drilled witk 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 than 10 inches (25 cm) 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 5014.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 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. Curing compound, if being used as the cure type, shall be reapplied in the initial sawcut and maintained for the remaining cure period. Curing compound shall not be applied, and used as the cure method, to any final concrete face that is to receive a sealant. 5014.11 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 501-4.8.a. 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 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 immediately between the joint and the screed or on top of the joint. c. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by a finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give to 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 IL 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 P-501-13 4/25/2005 AC 150/5370-1OB 1 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 a least 2 feet (0.6 m) longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of 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 1/8-inch (3 mm) thick shall be removed and wasted. (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 1/8-inch (3 min) thick shall be removed and wasted. Successive drags shall be lapped one-half the length of the blade. f. Straight -edge Testing and Surface Correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 16-foot (5 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 straightedge. Any excess water and laitance in excess of 1/8-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). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. 5014.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a brush or broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. 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 P-501-14 4/25/2005 AC 150/5370-1OB pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. 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, 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: 5014.13 SKID -RESISTANT SURFACES. A skid -resistant surface shall be provided by construction of [ ] 5014.14 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 for a 7-day cure period 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 1/2 hour during the curing period. When a two-sawcut method is used to construct the contraction joint, the curing compound shall be applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period. it. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not more than 150 square feet (14 square meters). The spraying equipment shall be of the fully 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. When hand spraying is approved by the Engineer, a double application rate shall be used to insure coverage. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause, 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 nun). 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 P-501-15 4/25/2005 AC 150/5370-1OB 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 position for 7 days after the concrete has been placed. (1) 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 freezing for the remainder of the curing time. 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. e. Water Method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be kept wet at all times and maintained for 7 days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase." 5014.15 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(1). 5014.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item [P-605]. 5014.17 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 watchmen 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. 5014.18 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 (3,792 kPa) when tested in accordance with ASTM C 78. if such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion. The pavement shall be cleaned before opening for normal operations. 5014.19 REPAIR, REMOVAL, REPLACEMENT OF SLABS. [ a. General. New pavement slabs that are broken or contain cracks shall be removed and replaced or repaired, as specified hereinafter at no cost to the owner. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The engineer will determine P-501-16 4/25/2005 AC 150/5370-1OB whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4-inch (100 mm) diameter, shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the owner. All epoxy resin used in this work shall conform to ASTM C 881, Type V. b. Shrinkage Cracks. Shrinkage cracks, which do not exceed 4 inches in depth, shall be cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved. Care shall be taken to assure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the Engineer. Shrinkage cracks, which exceed 4 inches in depth, shall be treated as full depth cracks in accordance with paragraphs 4.19b and 4.19c. c. Slabs With Cracks through interior Areas. Interior area is defined as that area more than 6 inches (600 mm) from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the owner, when there are any full depth cracks, or cracks greater than 4" in depth, that extend into the interior area. d. Cracks Close To and Parallel To Transverse Joints. All cracks essentially parallel to original transverse joints, extending full depth of the slab, and lying wholly within 6 inches either side of the joint shall be treated as specified hereinafter. Any crack extending more than 6 inches (600 mm) from the transverse joint shall be treated as w specified above in subparagraph "Slabs With Cracks Through Interior Area." (1) Full Depth Cracks Present, Original Joint Not Opened. When the original uncracked transverse joint has not opened, the crack shall be sawed and sealed, and the original transverse joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inch (19 mm), plus or minus 1/16 inch (1.6 mm), and to a width of 5/8 inch (16 mm), plus or minus 1/8 inch (3.2 mm). Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. if only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. if filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original transverse joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. (2) Full Depth Cracks Present, Original Transverse Joint Also Cracked. At a transverse joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length. e. Removal and Replacement of Full Slabs. Where it is necessary to remove full slabs, unless there are keys or dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If keys, dowels, or tie bars are present along any edges, these edges shall be sawed full depth 24 inches (150 mm) from the edge if only keys are present, or just beyond the end of the dowels or tie bars if they are present. These joints shall then be carefully sawed on the joint line to within 1 inch (25 mm) of the depth of the dowel or key. The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along keyed or doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 LB (14 kg) or less, or other approved similar equipment. Care shall be taken to prevent damage to the dowels, tie bars, or keys or to concrete to remain in place. The joint face below keys or dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than P-501-17 3 4/25/2005 AC 150/5370-1OB 1/2 inch (12 mm) and no gradual offset greater than 1 inch (25 mm) when tested in a horizontal direction with a 12- foot (3.6 m) straightedge. No mechanical impact breakers, other than the above hand-held equipment shall be used for any removal of slabs. if underbreak between 1-1/2 and 4 inches (37 and 100 mm) deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary. If underbreak over i4 inches (100 mm) deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels, tie bars, or keys on an edge, or where they have been damaged, dowels of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All 4 edges of the new slab shall thus contain dowels or original keys or original tie bars. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re -compacted and shaped as specified in the appropriate SECTION of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction. f. Repairing Spalls Along Joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least 1 inch (25 mm) outside the spalled area and to a depth of at least 2 inches (50 mm). Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 1/2 inch (12 nun) of visually sound concrete. The cavity thus formed shall be thoroughly cleaned with high- pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type 111, Grade 1, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu. ft. (0.014 m3) in size, and mortar SHALL BE USED FOR THE SMALLER ONES. ANY SPALL LESS THAN 0.1 CU. FT. (0.003 m3) shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type 111, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in layers not over 2 inches (50 mm) thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140oF (60oQ at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond -breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. if any shall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified. 501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR. All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface. a. Removal of Existing Pavement Slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, [unless there are dowels or keys present,] the joint between the removal area and adjoining pavement to stay in place, [including i P-501-1 S 4/25/2005 AC 150/5370-1OB dowels, tie bars or keys,] shall first be cut full depth with a standard diamond -type concrete saw. [1f keys or dowels are present at this joint, the saw cut shall be made full depth 6 inches (150 mm) from the joint if only keys are present, or just beyond the end of dowels if dowels are present. The edge shall then be carefully sawed on the joint line to within 1 inch (25 mm) of the top of the dowel or key.] Next, a full depth saw cut shall be made parallel to the joint at least 24 inches (600 mm) from the joint and at least 12 inches (300 mm) from the end of any dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lb. (14 kg) or less, or the approved light -duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place. [Where dowels or keys are present, care shall be taken to produce an even, vertical joint face below the dowels or keys. If the Contractor is _= unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels or keys flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing dowels and Tie -bars. All this shall be at no additional cost to the Owner.] (Dowels of the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing Dowels and Tie Bars".) The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2-inch (12 mm) and no gradual offset greater than 1 inch (25 mm) when tested in a horizontal direction with a 12 ft. (3.6 m) straightedge. b. Edge Repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas that are damaged during construction shall be repaired at not cost to the Owner; repair of previously existing damage areas [will be paid for as listed in the bid schedule] [will be considered a subsidiary part of concrete pavement construction[. (1) Spall Repair. Spalls shall be repaired where indicated and where directed. Repair materials and --. procedures shall be as previously specified in subparagraph "Repairing Spalls Along Joints." (2) Underbreak Repair. All underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted, without addition of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly consolidated. Care shall be taken to produce an even joint face from top to bottom. Prior to placing concrete, the underlying material shall be thoroughly moistened. After placement, the exposed surface shall be heavily coated with curing compound. (3) Underlying Material. The underlying material adjacent to the edge of an under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place. Any material under the portion of the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph "Underbreak Repair." The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. 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. [ ] cubic yards ([ ] cubic meters). ] [ J square yards ([ ] square meters). ] [ a day's production not to exceed 2,000 cubic yards (1 530 cubic meters). ] - [ a day's production not to exceed [ ] square yards ([ ] square meters). ] L P-501-19 4/25/2005 AC 150/5370-1OB 6 Testing organizations performing these tests shall meet the requirements of ASTM C 1077, including accreditation. The accreditation will include ASTM C 78. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.la(3), and coring and filling operations, per paragraph 501-5.lb(1). a. Flexural Strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample 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. Two (2) specimens shall be made from each sample. 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. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. Immediately prior to testing for flexural strength, the beam shall be weighed and measured for determination of a sample unit weight. Measurements shall be made for each dimension; height, depth, and length, at the mid -point of the specimen and reported to the nearest tenth of an inch. The weight of the specimen shall be reported to the nearest 0.1 pound. The sample unit weight shall be calculated by dividing the sample weight by the calculated volume of the sample. This information shall be reported as companion information to the measured flexural strength for each specimen. The samples will be transported while in the molds. The curing, except for the initial cure period, will be accomplished using the immersion in saturated time water method. Slump, air content, and temperature tests will also be conducted by the quality assurance laboratory for each set of strength test samples, per ASTM C 31. (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 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 sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using 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 accordance with 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. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations. 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 the 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. P-501-20 4/25/2005 AC 150/5370-1OB c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, 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. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. 501-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the completed pavement: (1) Flexural strength (4) Grade (2) Thickness (5) Edge slump (3) Smoothness (6) Dowel bar alignment Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501-5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). 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 rejected material in the presence of the Engineer, and if it can be demonstrated 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 PWL. The Contractor shall target production quality to achieve 90 PWL or higher. Ll c. Pavement Thickness. Acceptance of each lot of in -place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of Material Within Limits (PWL). The percentage of material within limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for flexural strength and thickness shall be: Lower Specification Tolerance Limit (L) Flexural Strength 0.93 x strength specified in paragraph 501-3.1 Thickness Lot Plan Thickness in inches — 0.50 inches P-501-21 i 4/25/2005 AC 150/5370-1OB e. Acceptance Criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (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 1/4 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 1/4 inch (6 min) but not exceeding 1/2 inch (13 mm) in 16 feet (5 m) shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 inch (6 mm) or less. Where the departure from correct cross section exceeds 1/2 inch (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 (30 mm) in any lane. Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (12 mm) at any point. (5) Edge Slump. When slip -form paving is used, not more than 15 percent of the total free edge of each 500 foot (150 m) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4-inch (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8-inch (10 mm). (The total free edge of 500 feet (150 m) of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; i.e., 500 feet (150 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches (457 mm) from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (6) 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, horizontal and vertical, shall not exceed 2 percent or 1/4 inch per foot (20 mm per meter) of a dowel bar. Vertical alignment of dowels shall be measured parallel to the designed top surface of the pavement, except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes, shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. L 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 damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 5014.10 shall apply to all contraction joints exposed by concrete removal. P-501-22 4/25/2005 AC 150/5370-1OB CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that effect the quality of the pavement including but not limited to: a. Mix Design b. 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. a. Fine Aggregate. (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 paving site. Material samples shall be taken in accordance with ASTM C 172. e. Four unit weight and yield tests shall be made in accordance with ASTM C 138. The samples shall be taken in accordance with ASTM C 172 and at the same time as the air content tests. 501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, and air content. P-501-23 4/25/2005 AC 150/5370-1OB 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, 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 I 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 Control Parameter Individual Measurements Range Suspension Limit Action Limit Suspension Umit Slip Form: Slum +0 to -1 inch (0-25mm) +0.5 to -1.5 inch (13-38mm +/- 1.5 inch (38 mm) Air Content +/- 1.2% +/- 1.8% +/- 2.5% Fixed Form Slum + 0.5 to -1 inch (13-25mm) +l to -1.5 inch (25-38mm) +/- 1.5 inch (38mm) Air Content +/- 1.2% +/- 1.8% +/- 2.5% The individual measurement control charts shall use the mix design target values as indicators of central tendency. 501-6.4 CORRECTIVE ACTION. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Contractor Quality Control Program shall detail what action will be taken to bring the 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 grading. 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. P-501-24 4/25/2005 AC 15015370-1OB 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 Portland cement concrete pavement shall be measured by the number of [ cubic yards (cubic meters) I [ square yards (square meters) [ of either plain or reinforced pavement as specified in -place, completed and accepted. Saw -cut grooving shall be measured by the number of square yards (square meters) of saw -cut grooving as specified in -place, completed and accepted. BASIS OF PAYMENT 501-8.1 PAYMENT. Payment for accepted concrete pavement shall be made at the contract unit price [ per cubic yard (cubic meter) J [ per square yard (square meter) ] adjusted in accordance with paragraph 501-8.la, subject to the limitation that: The total project payment for concrete pavement shall not exceed [ ] percent of the product of the contract unit price and the total number of [ cubic yards (cubic meters) ] [ square yards (square meters)] of concrete pavement used in the accepted work (See Note 2 under Table 3). 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. The pay factor for each individual lot shall be calculated in accordance with Table 3. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100 percent . TABLE 3. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Specification Limits Lot Pay Factor (Percent of Contract Unit (PWL) Price) 96 — 100 106 =} 90 — 95 PWL + 10 i 75 — 90 0.5PWL+ 55 55 — 74 IAPWL— 12 Below 55 Reject Z L_i 'ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT IN EXCESS OF 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 501-8.1. Z The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In r—� that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price AND THE TOTAL PROJECT PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITHHELD FOR THE REJECTED LOT. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.I. P-501-25 1 4/25/2005 AC 150/5370-1OB z Payment in excess of 100 percent for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment shall be made under: Item P-501-8.1a Portland Cement Concrete Pavement—jper cubic yard (cubic meter) ] j per square yard (square meter)) c. Basis of adjusted payment for Smoothness. Price adjustment for pavement smoothness will apply to the total area of concrete within a section of pavement and shall be applied in accordance the following equation and schedule: (Sq yds in section) x (original unit price per sq yds) x PFm = = reduction in payment for area within section Average Profile Index (Inches per mile) pavement strength rating_ over 30,000lb 30,000 lb or less Short Sections Contract Unit Price Adjustment PFm 0-7 0-10 0-15 0.00 7.1-9 10.1-11 15.1-16 0.02 9.1-11 11.1-12 16.1-17 0.04 11.1-13 12.1-13 17.1-18 0.06 13.1-14 13.1-14 18.1-20 0.08 14.1-15 14.1-15 20.1-22 0.10 15.1 & up 15.1 & up 22.1 & up corrective work required 501-8.2 PAYMENT FOR SAW -CUT GROOVING. Payment for saw -cut grooving shall be made at the contract unit price per square yard (square meter) for saw -cut grooving. TESTING REQUIREMENTS ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 70 Surface Moisture in Fine Aggregate ASTM C 78 Test for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) ASTM C 88 Test for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate 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 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Test for Slump of Hydraulic Cement Concrete ASTM C 172 Sampling Freshly Mixed Concrete P-501-26 4/25/2005 AC t50/5370-1OB ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Measuring Thickness of Concrete Elements Using 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 299 Potential Alkali -Silica Reactivity of Aggregates (Chemical Method) ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM C 114 Chemical Analysis of Hydraulic Cement ASTM C 535 Test for Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 566 Total Evaporable Moisture Content of Aggregates by Drying ASTM C 642 Test for Density, Absorption, and Voids in Hardened Concrete ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction And Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM D 3665 Random Sampling of Paving Materials ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate ASTM E 178 Practice for Dealing With Outlying Observations ASTM E 1274 Test for Measuring Pavement Roughness Using a Profilograph 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 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A 714 Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe ASTM A 996 Specification for Rail -Steel and Axle Steel Deformed Bars for Concrete Reinforcement ASTM C 33 Specification for Concrete Aggregates ASTM C 94 Specification for Ready -Mixed Concrete P-501-27 4/25/2005 AC 150/5370-1OB 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 Compounds for Curing Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete ' ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C 981 Specification for Epoxy -Resin Base Bonding System for Concrete ASTM C 989 Specification for Ground Granulated Blast-Fumace Slag for Use in Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Filler 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 ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309 Guide for Consolidation of Concrete MIL-DTL-24441/20a (1999)_Paint, Epoxy-Polyamide, Green Primer, Formula 150, Type III Department of Defense END ITEM P-501 P-501-28 Modifications to ITEM P-602 BITUMINOUS PRIME COAT Item P-602 Bituminous Prime Coat, of the project specifications shall be modified as follows: 1. Paragraph 602-2.1. BITUMINOUS MATERIALS - Delete the second sentence of the first paragraph. Table 1- Bituminous Material - Delete all references to emulsified asphalt materials. Add the designation MC- 30 meeting ASTM D2027 with application temperature of 70° - 150° F. 3. Paragraph 602-3.2. EQUIPMENT - Delete the first and second subparagraphs and insert the following: "The equipment used by the Contractor for applying the bituminous prime coat shall include a self - powered pressure bituminous material distributor. The Contractor shall provide equipment for heating the bituminous material. The bituminous material distributor shall have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width, and it shall be designed, equipped and operated so that bituminous material, at an even heat, may be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material shall be applied within a pressure range of 25 to 75 pounds per square inch and with an allowable variation from any specified rate not to exceed 5 percent. Bituminous material distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices, and a thermometer for reading temperatures of tank contents." 4. Insert the following new paragraph: "602-3.6 HERBICIDAL TREATMENT. After the subgrade has been completed, the Contractor shall apply a broad spectrum herbicidal treatment (soil sterilant), such as Pramitol or approved equal, to the subgrade surface in a manner approved by the Engineer. The trade name, manufacturer's name, product specifications, and manufacturer's recommended application method and rate, of the material proposed shall be submitted to the Engineer for approval not less than 14 days prior to the proposed use of the material. If approved by the Engineer, the herbicidal treatment may be applied with the bituminous prime coat, provided, however, that the only material that will be permitted to be applied by this method will be Pramitol. The Contractor shall exercise care in the application of the herbicidal treatment to minimize contact with existing turf. The herbicidal treatment will be considered subsidiary to this item, and no separate measurement or payment will be made for herbicidal treatment material or application. 5. Paragraph 6024.1 METHOD OF MEASUREMENT - Bituminous material for prime coat shall be measured by the gallon. References to measurement by any other basis shall be deleted. 6. Paragraph 602-5.1 BASIS OF PAYMENT - Payment for bituminous material for prime coat shall be paid for at the contract unit price per gallon. References to payment by any other basis shall be deleted. Delete the second paragraph and add the following: "Payment will be made under: Item P-602, Bituminous Prime Coat, including herbicidal treatment, per gallon." To the list of MATERIAL REQUIREMENTS, add ASTM D2027, Asphalt, Cutback (Medium -Curing Type). 01273805 602 —a 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 602 — b 03/07 4/25/2005 AC 150/5370-1OB ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and application temperatures for the bituminous materials are given in Table 1. The Engineer shall designate the specific material to be used. TABLE 1. BITUMINOUS MATERIAL Aimlication Temperatures \l\ Type and Grade S ecification Deg. F Deg. C Emulsified Asphalt SS-1, SS-lh ASTM D 977 70-160 20-70 MS-2, HFMS-1 ASTM D 977 70-160 20-70 CSS-1, CSS-lh ASTM D 2397 70-160 20-70 CMS-2 ASTM D 2397 70-160 20-70 Cutback Asphalt RC-30 ASTM D 2028 1 80+ 1 30+ RC-70 ASTM D 2028 120+ 50+ RC-250 ASTM D 2028 165+ 75+ \1\ The maximum temperature for cutback asphalt shall be that at which fogging occurs. CONSTRUCTION METHODS -, 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric - temperature is above 607 (15°C), and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 602-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified evs rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars g adjustable laterally and vertically. If the distributor is not equipped with an operable quick shut off valve, the prime operations shall be started and stopped on building power. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the owner. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. P-602-1 4/25/2005 AC 150/5370-1OB 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard (1.20 to 2.40 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime coat until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material. 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be acceptable. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall contain all the data required by the applicable specification. If the Contractor applies the prime material prior to receipt of the tests reports, payment for the material shall be withheld until they are received. If the material does not pass the specifications it shall be replaced at the contractor's expense. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by testing samples of materials received for use on the project. 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 6024.1 The bituminous material for prime coat shall be measured by the [gallon (liter)][ton(kg)] . Volume shall be corrected to the volume at 60°F (15°C) in accordance with ASTM D 1250 for cutback asphalt, and Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per [gallon (liter)][ton (kg)] for bituminous prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602-5.1 Bituminous Prime Coat —per [gallon (titer)][ton (kg)] i_ P-602-2 4/25/2005 AC 150/5370-IOB MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 2028 Cutback Asphalt (Rapid Curing Type) ASTM D 2397 Cationic Emulsified Asphalt TESTING REQUIREMENTS ASTM D 1250 Petroleum Measurement Tables Asphalt Institute Asphalt Pocketbook of Useful Information (Temperature -Volume Corrections Manual MS-6 for Emulsified Asphalts) Table IV-3 END OF ITEM P-602 P-602-3 4/25/2005 AC 150/5370-IOB THIS PAGE INTENTIONALLY LEFT BLANK P-6024 Modifications to ITEM P-603 BITUMINOUS TACK COAT Item P-603 Bituminous Tack Coat, of the project specifications shall be modified as follows: 7 1. Paragraph 2. MATERIALS. Bituminous Materials - Delete the second sentence of the first paragraph. F 2. TABLE 1. BITUMINOUS MATERIAL - Delete all references to tar. Add the designation RC-250 meeting the requirements of ASTM D2028 with an application temperature of 125' - 180' F. 3. Paragraph 3.2 Equipment - Delete the first and second paragraphs and insert the following: "The equipment used by the Contractor for applying the bituminous tack coat shall include a self - powered pressure bituminous material distributor. The Contractor shall provide equipment for heating the bituminous material. The bituminous material distributor shall have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width, and it shall be designed, equipped and operated so that bituminous material, at an even heat, may be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material shall be applied within a pressure range of 25 to 75 pounds per square inch and with an _J allowable variation from any specified rate not to exceed 5 percent. Bituminous material distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices, and a "1 thermometer for reading temperatures of tank contents." 4. Paragraph 4. METHOD OF MEASUREMENT - Bituminous material for tack coat shall be measured by the gallon. References to measurement by any other basis shall be deleted. Paragraph 5. BASIS OF PAYMENT - Payment for bituminous material for tack coat shall be paid for at the contract unit price per gallon. References to payment by any other basis shall be deleted. Delete the second paragraph and add the following: "Payment will be made under: Item P-603, Bituminous Tack Coat, per gallon." 01273805 603 — a `' 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 603 — b 03/07 _l 4/25/2005 AC 150-5370-1OB ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt, emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used shall be specified by the Engineer. TABLE 1. BITUMINOUS MATERIAL Application Temperature Type and Grade Specification Deg. F Deg. C Emulsified Asphalt SS-1, SS-lh ASTM D 977 75-130 25-55 CSS-1, CSS-Ih ASTM D 2397 75-130 25-55 Cutback Asphalt RC-70 ASTM D 2028 120-160 50-70 Tar RTCB 5, RTCB 6 AASHTO M 52 60-120 15-50 CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60°F (15°C). The temperature requirements may be waived, but only when so directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. If the distributor is not equipped with an operable quick shut off valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the owner. ? A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or airblast to remove all loose dirt and other objectionable material. P-603-1 4/25/2005 AC 150-5370-10B Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard (0.24 to 0.72 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall contain all the data required by the applicable specification. if the Contractor applies the material prior to receipt of the tests reports, payment for the material shall be withheld until they are received. if the material does not pass the specifications it shall be replaced at the contractor's expense. The report shall be delivered to the Engineer before permission is granted for use of the material. The famishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 6034.1 The bituminous material for tack coat shall be measured by the [gallon (liter)] [ton (kg)]. Volume shall be corrected to the volume at 60°F (15°C) in accordance with ASTM D 1250 for cutback asphalt, ASTM D 633 for tar, and Table 6034.2 IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per [gallon (liter)[ [ton (kg)] of bituminous material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Bituminous Tack Coat —per [gallon (liter)] [ton (kg)] P-603-2 `-1 4/25/2005 AC 150-5370-IOB MATERIAL REQUIREMENTS ASTM D 633 Volume Correction Table for Road Tar ASTM D 977 Emulsified Asphalt ASTM D 1250 Petroleum Measurement Tables ASTM D 2028 Cutback Asphalt (Rapid -Curing Type) ASTM D 2397 Cationic Emulsified Asphalt Asphalt Institute Asphalt Pocketbook of Useful Information (Temperature -Volume Corrections for Manual MS-6 Emulsified Asphalts) Table IV-3 END ITEM P-603 P-603-3 4/25/2005 AC 150-5370-IOB Intentionally Left Blank P-603-4 Modifications to ITEM P-605 JOINT SEALING FILLER Item P-605 Joint Sealing Filler of the project specifications shall be modified as follows: Paragraph 605-2.1 JOINT SEALERS. Delete the first paragraph and insert the following: "Joint sealing material shall meet the requirements of the following: (a) ASTM D 3405 - Joint Sealants, Hot -Poured, for Concrete and Asphalt Pavements, to be used in joints between portland cement concrete pavement and bituminous pavement shoulders. (b) Fed. Spec. SS-S-200 - Sealing compounds, Two -Component, Elastomeric, Polymer Type, Jet - Fuel -Resistant, Cold Applied, to be used for all other joints in portland cement concrete pavement. The joint sealing material shall be Type M (machine application) fast curing. Type H (hand mixed) joint sealing material will not be allowed." (c) Silicone Sealants — As approved by the Engineer for joints in portland cement concrete pavement. 2. Paragraph 605-3.1 TIME OF APPLICATION. Revise the second sentence to read as follows: "The pavement temperature shall be above 50' F at the time of installation of the poured joint sealing material." 3. Paragraph 605-3.2 PREPARATION OF JOINTS. Delete this paragraph and insert the following: "Immediately before sealing, the joints in new concrete pavement shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. The joints shall be sandblasted immediately prior to the sealing operation. The sand -blasted joints shall be cleaned out by the use of an oil free high pressure air jet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker, if required. Joints between portland cement concrete and bituminous pavement shoulders shall be sawcut to the dimensions shown on the drawings. The joint shall be cleaned out by the use of oil -free high pressure air jet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker, if required." Paragraph 605-3.3 INSTALLATION OF SEALANTS. Insert: "both non -reactive and ..." before: "... non -adhesive to the concrete..." in the second sentence of each paragraph regarding hot poured and cold applied sealant. Paragraph 6054.1. Delete this paragraph and insert the following: "Joint sealing for joints in new portland cement concrete pavement and for joints between portland cement concrete pavement and bituminous pavement shoulders will not be measured for separate payment but shall be considered subsidiary to the portland cement concrete pavement item." 01273805 605 —a 03/07 r..._.I 6. Paragraph 605-5.1. Delete this entire paragraph and insert the following: "Separate payment will not be made for joint sealing in portland cement concrete pavement or for joints between portland cement concrete pavement and bituminous pavement shoulders, but shall be included as subsidiary to the portland cement concrete pavement pay item." A 01273805 605 — b 03/07 4/25/2005 AC 150/5370-1OB 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. Joint sealing materials shall meet the requirements of [ 1. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above 140°F (4°C)]1(50°F (10°C)1 at the time of installation of the [preformed joint seaggpoured joint sealing material]. 605-3.2 PREPARATION OF JOINTS. a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more that 3 inches from it. Upon completion of cleaning, the joints shall be blown out with compressed air free of oil and water. Only air compressors with operable oil and water traps shall be used to prepare the joints for sealing. The joint faces shall be surface dry when the seal is applied. 605-3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and a shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20°F (-11°C) below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting _x pressure type extruding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement, structures and/or lighting fixtures, shall be removed immediately. Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. Sealant that does not bond to the concrete surface of the joint walls, contains voids, or falls 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 P-605-1 4/25/2005 AC 150/5370-1OB 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. Any sealant spilled on the surface of the pavement, structures and/or lighting fixtures, shall be removed immediately. METHOD OF MEASUREMENT I 6054.1 Joint sealing material shall be measured by the [gallon (liter)] [pound (kg)] f linear foot (meter)] of sealant in place, completed, and accepted. BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall be made at the contract unit price per [gallon (liter)] [pound (kg)] [linear foot (meter)]. The price shall be full compensation for furnishing all materials, for all 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-605-5.1 Joint Sealing Filler — per gallon (liter) Item P-605-5.2 Joint Sealing Filler — per pound (kg) TESTING REQUIREMENTS ASTM D 412 Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension ASTM D 1644 Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet -Fuel -Resistant Concrete Joint Sealer, Hot -Applied Elastic Type ASTM D 3406 Joint Sealants, Hot -Applied, Elastomeric-Type, for Portland Cement Concrete Pavements ASTM D 3569 Joint Sealant, Hot -Applied, Elastometric, Jet -Fuel -Resistant Type, for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot -Applied, Jet -Fuel -Resistant Type, for Portland Cement Concrete and Tar -Concrete Pavements ASTM D 5893 Standard Specifications for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D 6690 Joint and Crack Sealants, Hot -Applied, for Concrete and Asphalt Pavements FED SPEC Sealants, Joint, Two -Component, Jet -Blast Resistant, Cold Applied SS-S-200E(2) END ITEM P-605 P-605-2 Modifications to ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE Item P-610 Structural Portland Cement Concrete of the project specifications shall be modified as follows: 1. Paragraph 610-1.1. Revise the first portion of the sentence to read: t "This item shall consist of either plain or reinforced structural portland cement concrete, prepared......." 2. Paragraph 610-2.2 COARSE AGGREGATE — Delete the second paragraph and insert the following: "Coarse aggregate shall be well graded from coarse to fine, and shall meet the `No. 4 to 1 in.' gradation from Table 1, using ASTM C 136." 3. Paragraph 610-2.4 CEMENT - Revise the first sentence to read as follows: "Cement shall conform to the requirements of ASTM C 150, Type I." 4. Paragraph 610-2.7. PREMOLDED JOINT MATERIAL - Revise the first sentence to read as follows: "Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751 or ASTM D 1752." 5. Paragraph 610-2.9. STEEL REINFORCEMENT - Revise the fast sentence to read as follows: "Steel reinforcing shall consist of deformed bars of either structural, intermediate, or hard grade billet steel meeting ASTM A 615, Grade 60, or welded wire fabric meeting ASTM A 185." 6. Paragraph 610-3.2 CONCRETE COMPOSITION - Revise the first sentence to read as follows: "The concrete shall develop a compressive strength of 3,500 psi....." 7. Paragraph 610-4.1- Delete this paragraph and insert the following: "Portland Cement Concrete shall not be measured, and no separate payment will be made for this item." 8. Paragraph 610-4.2 - Delete this paragraph. 9. Paragraph 610-5.1- Delete this paragraph and insert the following: "Portland Cement Concrete shall be considered subsidiary to other items in the bid form, and no separate payment shall be made for this item. The cost for portland cement concrete shall be included in other items in the bid form." VA 01273805 610 - a 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 610 - b 03/07 4/25/2005 AC 150/5370-1OB ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of [plain][reinforced] structural portland cement concrete, prepared and constructed i in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates J will not be permitted. I Aggregates shall be tested for deleterious reactivity with alkalies in the cement that may cause excessive expansion of the concrete. Acceptance of aggregates shall be based upon satisfactory evidence furnished by the Contractor that the aggregates, combined with other mixture constituents, do not produce excessive expansion in the concrete. This evidence shall include service records of concrete of comparable properties under similar conditions or exposure and 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 1260. Test specimens shall be produced using all components (e.g. coarse aggregate, fine aggregate, cement and fly ash...) to be included in the produced concrete. If the mean expansion of the test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 16 days from casting the aggregates shall be accepted. If the mean expansion at 16 days is greater than 0.10% but less than 0.15%, the aggregate may be accepted based upon satisfactory service records and acceptance of the aggregate by a State Highway Department specifically addressing Alkali -Silica Reactivity. If the expansion is greater than 0.15%, the aggregate shall not be accepted for use. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136: P-610-1 4/25/2005 AC 150/5370-1OB TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Designation (square openings) Per centa e by eight P ssing Sieves 2" 1-1/2" 1" 3/4" 1/2" 3/8" No.4 No. 4 to 3/4 in. (4.75-19.0 mm) 100 90-100 20-55 0-10 No. 4 to I in. (4.75-25.0 mm) 100 90-100 25-60 0-10 No. 4 to 1-1/2 in. (4.75-38.1 mm) 100 95-100 35-70 10-30 0-5 TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation I Percentage by Weight (square onenines) Passine Sieves 3/8 inch (9.5 mm) No. 4 (4.75 mm.) No. 16 (1.18 mm) No. 30 (0.60 nun) No. 50 (0.30 mm) No. 100 (0.15 mm 100 95-100 45-80 25-55 10-30 2-10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of [ J Type j ] The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of ASTM C 618. Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. P-610-2 4/25/2005 AC 150/5370-1OB 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM [ [. 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of [ J conforming to the requirements of [ J. 610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane -Forming Compounds for Curing Concrete ASTM. C 309, Type 2 CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of [ ] psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches (10 cm) as determined by ASTM C 143. ` 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C '- 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94, 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40OF (4°C) without permission of the Engineer. if permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the P-610-3 4/25/2005 AC 150/5370-1OB concrete shall be placed at a temperature not less than 50°F (10°C) nor more than 100°F (38*C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. _ 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet (1.5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened P-610-4 4/25/2005 AC 15.0_/5370-10B concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.14 DEFECTIVE WORK. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40°F (4°C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50°F and I00°F (l0°C and 3 8-C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type l nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (l0°C) until at least 60% of the designed strength has been attained. 610-3.19 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. P-610-5 I _. t. 4/25/2005 AC 150/5370-1OB METHOD OF MEASUREMENT 6104.1 Portland cement concrete shall be measured by the number of cubic yards (cubic meters) of concrete complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for -forms, falsework, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete. No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. 6104.2 Reinforcing steel shall be measured by the calculated theoretical number of pounds (kg) placed, as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars of equal nominal size. if so indicated on the plans, the poundage to be paid for shall include the weight of metal pipes and drains, metal conduits and ducts, or similar materials indicated and included. BASIS OF PAYMENT 610-5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for structural portland cement concrete and per pound (kg) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation, delivery and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-610-5.1 Structural Portland Cement Concrete — per cubic yard (cubic meter) Item P-610-5.1 Steel Reinforcement — -per pound (kg) TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement P-610-6 4/25/2005 AC 150/5370-IOB ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air -Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO T 26 Quality of Water to be Used in Concrete END OF ITEM P-610 P-610-7 4/25/2005 AC 150/5370-IOB THIS PAGE INTENTIONALLY LEFT BLANK P-610-8 Modifications to ITEM P-620 RUNWAY AND TAXIWAY PAINTING Item P-620 Runway and Taxiway Painting, of the project specifications shall be modified as follows: 1. Paragraph 620-1.1- Add the following sentence: "This item shall also consist of obliterating existing or temporary runway or taxiway painting." 2. Paragraph 620-2.2 PAINT - Runway and taxiway paint shall be waterborne and meet the requirements of paragraph 2.2a. Reflective media shall be required and shall be in accordance with Paragraph 2.3 REFLECTIVE MEDIA, of this section. 3. Paragraph 620-2.3 REFLECTIVE MEDIA - Insert "Federal Specifications TT-B-1325C, Type I, gradation A" in the available space. 4. Paragraph 620-3.1 WEATHER LIMITATIONS — Paint manufacturer's recommendations should be followed in regards to maximum surface temperature for proper paint application. 5. Paragraph 620-33 PREPARATION OF SURFACE - Insert the following immediately after the first paragraph: "If paint flakes off or comes loose during the Contractor's guaranty period, the painted area shall be re- cleaned and re -painted at the Contractor's expense." 5. Paragraph 620-3.5 APPLICATION - In the third sentence of the fast subparagraph, insert "30 days" into the space provided. The first three columns of Table 1 should contain the following text: waterborne; 115 ftZ/gal. maximum; 71b./gal. minimum. 6. Insert the following new paragraph: "620-3.7 DEFECTIVE WORKMANSHIP OR MATERIAL. When any material not conforming to the requirements of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed by the Engineer, at the Contractor's expense." 7. Paragraph 6204.1 - Delete this paragraph and insert the following: "The quantity of runway and taxiway painting to be paid for under this item shall be the number of square feet of painting applied and accepted, including reflective media, regardless of the color or number of coats of the paint. The quantity of runway and taxiway painting obliterated to be paid for under this item shall be the number of square feet of painting obliterated." 8. BASIS OF PAYMENT - Delete this entire paragraph and insert the following: ,E "Payment shall be made at the contract unit price per square foot for runway and taxiway painting, including reflective media. Payment shall be made at the contract unit price per square foot for obliterating existing or temporary runway and taxiway painting. These prices shall be full compensation i for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. 01273805 620 - a 03/07 r Payment will be made under: Item P-620, Obliterate Existing Pavement Marking, complete, per square foot; and Item P-620, Permanent Pavement Marking, complete, per square foot." 01273805 620 - b 03/07 I 4/25/2005 AC 150/5370-1OB ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish 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, Epoxy, Methacrylate, or Solvent -base] in accordance with the requirements of paragraph 620-2.2 [ J. Paint shall be furnished in [ ] in accordance with Federal Standard No 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952D, [Type I or Type II]. b. EPDXY. Paint shall be a two component, minimum 99 percent solids type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type If shall be 18 percent minimum (16.5 percent minimum at 100 percent purity). (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type 11 shall be 14 to 17 percent. Organic yellow, other colors, and tinting as required to meet color standard. Epoxy resin shall be 75 to 79 percent. (2) Epoxy Content. Component A. The weight per epoxy equivalent, when tested in accordance with ASTM D 1652 shall be the manufacturer's target plus or minus 50. (3) Amine Number. Component B. When tested in accordance with ASTM D 2074 shall be the manufacturer's target plus or minus 50. (4) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. (5) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141D/GEN, Method 6121. P-620-1 4/25/2005 AC 150/5370-1OB (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 38 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141D/GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (6) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No. 141D/GEN, Method 2013. Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 15453 using both Ultra Violet (UV-B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2b(5) above. Evaluate for conformance with the color requirements. (7) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (8) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141D/GEN. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall be 0.92. (9) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2b(6) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (10) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. c. METHACRYLATE. Paint shall be a two component, minimum 99 percent solids -type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Methacrylate resin shall be 18 percent minimum. (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. Methacrylate resin shall be 18 percent minimum. (2) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. P-620-2 4/25/2005 AC 150/5370-1OB I (3) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 80 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 7 141D/GEN, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 55 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141D/GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (4) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal Test Method Standard No. 141D/GEN. Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 53 154 using both Ultra Violet (UV-B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2c(3) above. Evaluate for conformance with the color requirements. (5) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (6) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141D/GEN. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall be 0.92. (7) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2c(4) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from -, 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (8) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. d. SOLVENT -BASE. Paint shall meet the requirements of Federal Specification [A-A-2886A Type I or Type II]. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for [ ]. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. 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°F (7°C) and rising and the pavement surface temperature is at least 5°F (2.7°C) P-620-3 4/25/2005 AC 150/5370-1OB above the dew point. [Painting operations shall be discontinued when the surface temperature exceeds [ J degrees F ([ ] degrees C.] Markings shall not be applied when the pavement temperature is greater than 120°F. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall 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 that 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 without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. [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 out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. [The locations of markings to receive silica sand shall be shown on the plans.] 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 has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inches (910 mm) or less f1/2 inch 12 mm eater than 36 inches to 6 feet 910 mm to 1.85 m f 1 inch (25 mm) eater than 6 feet to 60 feet (1.85 in to 18.3 m) f 2 inches 51 mm) greater than 60 feet (18.3 m) f 3 inches (76 mm) 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 [ J shall elapse between placement of a bituminous surface course or seal coat and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Paint Glass Beads, Type I, Glass Beads, Glass Beads, Square feet per Gradation A Type III Type IV gallon, ftZ/gal Pounds per gallon Pounds per gallon Pounds per gallon of (Square meters per of paint—lb./gal. of paint—lb./gal. paint—lb./gal. Paint Type liter, m2/1) (Kilograms per liter (Kilograms per liter (Kilograms per liter of paint—kg/1) of paint—kg/l of paint—kg/)l 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 P-620-4 4/25/2005 AC 150/5370-1OB 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 AND CLEANUP. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings of paint. The Contractor shall remove from the site all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 6204.1 The quantity of runway and taxiway markings to be paid for shall be [the number of square feet (square meters) of painting and the number of pounds (kilograms) of reflective media] [one complete item in place] performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract [price per square foot (square meter)] [lump sum price] for runway and taxiway painting [, and [price per pound (kilogram)] [lump sum price] for reflective media. 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-620-5.1-1 Runway and Taxiway Painting [per square foot (square meter)] [lump sum] Item P-620-5.1-2 Reflective Media [per pound (kilogram)] [lump sum] TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates 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 1213-54(1975) Test Method for Crushing Resistance of Glass Spheres ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method P-620-5 4/25/2005 AC 150/5370-1OB ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 15453 Operating Light and Water -Exposure Apparatus (Fluorescent Light Apparatus UV -Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Standard No. 141D/GEN Inspection, Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products Code of Federal Regulations 40 CFR Part 60, Appendix A — Definition of Traverse Point Number and Location Code of Federal Regulations 29 CFR Part 1910.1200 — Hazard Communications FED SPEC TT-B-I325C Beads (Glass Spheres) Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT-P-1952D Paint, Traffic and Airfield Marking, Waterbome Commercial Item Description (CID) A-A-2886A Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement END OF ITEM P-620 P-620-6 Modifications to ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS Item D-701 Pipe for Storm Drains and Culverts of the project specifications shall be modified as follows: 1. Paragraph 701-1.1. Delete the words "reasonably close." '- 2. Paragraph 701-2.2 PIPE. Pipe for storm drains and culverts shall conform to the requirements of ASTM C 76, specifications for reinforced concrete pipe. Delete all other items in this paragraph. 3. Paragraph 701-2.3 CONCRETE. Delete this paragraph. 4. Paragraph 701-2.4 RUBBER GASKETS. Delete this paragraph and insert the following: "701-2.4 PREFORMED BITUMINOUS GASKET JOINTS. Preformed bituminous gaskets for concrete nonpressure pipe shall conform to the requirements of Fed. Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved equal." _.l 5. Paragraphs 701-2.6 through 701-2.8. Delete these paragraphs. "t 6. Paragraph 701-3.2a. Rigid Pipe. Pipe bedding shall be Class C. Delete requirements for Class A and Class B ' bedding. 7. Paragraphs 701-3.2b and 701-3.2e. Delete these paragraphs. 8. Paragraph 701-3.3 LAYING PIPE. In the first subparagraph, delete reference to flexible pipes. Delete the second and third subparagraphs and insert the following: "The Engineer shall inspect all pipe before it is laid, and reject any section that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. The Contractor shall provide for the temporary diversion of storm water in order to permit the installation of the pipe under dry conditions." 9. Paragraph 701-3A JOINING PIPE. Delete this paragraph and insert the following: "701-3.4 JOINING PIPE. Pipe joints for concrete pipe shall be of the tongue and groove type. The joints shall be water tight. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer. Mortar shall be of the desired consistency for caulking and filling between the pipe and the drainage structure. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted." 10. Paragraph 701-3.5 BACKFILLING. Delete the fifth subparagraph. 11. Paragraphs 7014.2 and 7014.3. Delete these paragraphs. Li01273805 701-a 03/07 12. Paragraph 701-5.1. In the fast subparagraph, delete references to payment for pipe cradles and for rock excavation. Delete the third subparagraph and insert the following: "Payment will be made under: Item D-701, Double Barrel, 30-inch Reinforced Concrete Pipe, in Trench, complete, per linear C foot, and Item D-701, Triple Barrel, 30-inch Reinforced Concrete Pipe, in Trench, complete, per linear foot." 01273805 701 - b 03/07 4/25/2005 AC 150/5370-1OB ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. Metallic Coated Corrugated Steel Pipe (Type 1, IR or 11) ASTM A 760 Galvanized Steel Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 761 Polymer Precoated Corrugated Steel Pipe for Sewers and Drains ASTM A 762 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 849 Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and Underdrain Pipe A885/A885M-96 Corrugated Aluminum Alloy Culvert Pipe ASTM B 745 Non -Reinforced Concrete Pipe ASTM C 14 Reinforced Concrete Pipe ASTM C 76 Reinforced Concrete D-Load Pipe ASTM C 655 Reinforced Concrete Arch Pipe ASTM C 506 Reinforced Concrete Elliptical Pipe ASTM C 507 Precast Reinforced Concrete Box Sections ASTM C 789 and C 850 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings Bituminous -Coated Corrugated Metal Pipe and Pipe Arches j- Bituminous -Coated Corrugated Aluminum Alloy Culvert Pipe .., Bituminous -Coated Structural Plate Pipe, Pipe Arch, and Arches a iJ Aluminum Alloy Structural Plate for Pipe, Pipe Arch, and Arches D 701-1 ASTM F 794 ASTM F 949 AASHTO M 190 AASHTO M 190 and M 196 AASHTO M 167 and M 243 AASHTO M 219 4/25/2005 AC 15015370-1OB Polyvinyl Chloride (PVC) Pipe ASTM D 3034 Corrugated Polyethylene Drainage Tubing (all types) AASHTO M 252 Corrugated Polyethylene Pipe 300 to 1200 mm Diameter (all types) AASHTO M 294M Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based AASHTO M 304 on Controlled inside Diameter 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C 94. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe and polyethylene pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. 701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D 1190. 701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 1701-2.8. CONTROLLED LOW STRENGTH MATERIAL (CLSM). Controlled low strength material shall conform to the requirements of Item P-153. When CLSM is used all joints shall have gaskets. CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches (300 mm) or one-half inch (12 mm) for each foot of till over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot (30 cm) greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment till shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. D 701-2 4/25/2005 AC 150/5370-1OB a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 3/8 inch (9 mm) sieve and not more than 10 percent of which passes a No. 200 (0.075 mm) sieve. t Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth in. mm in. mm 1/2 12.5 1 25.0 1 25.0 2 50.0 2 50.0 3 75.0 2-1/2 62.5 3-1/2 87.5 c. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4-inch (13 mm). For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50 percent --, of the pipe's vertical outside diameter. 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. Joints shall be made with (1) portland cement mortar, (2) portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the requirements of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. D 701-3 4/25/2005 AC 150/5370-1OB c. PVC and Polyethylene Pipe. Joints for PVC and Polyethylene pipe shall conform to the requirements of ASTM D 3212 when water tight joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M 304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252 or M 294M. 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil, granular material selected from the excavation or a source of the Contractor's choosing[, or shall meet the requirements of Item P-1531. It shall not contain frozen lumps, stones that would be retained on a 2-inch (50.0 mm) sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a 1/2 inch (12 mm) sieve, and no less than 95 percent of it shall be retained on a No. 4 (4.75 mm) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on both sides of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) and shall be brought up evenly on both sides of the pipe to 1 foot (30 cm) above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter of 12 feet (3.5 m), whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. METHOD OF MEASUREMENT 7014.1 The length of pipe shall be measured in linear feet (meters) of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. 7014.2 The volume of concrete for pipe cradles to be paid for shall be the number of cubic yards (cubic meters) of concrete that is completed in place and accepted. 7014.3 The volume of rock to be paid for shall be the number of cubic yards (cubic meters) of rock excavated. No payment shall be made for the cushion material placed for the bed of the pipe. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe of the type and size designated; at the contract unit price per cubic yard (cubic meter) of concrete for pipe cradles; and at the contract unit price per cubic yard (cubic meter) for rock excavation. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. D 7014 4/25/2005 AC 150/5370-1OB -, Payment will be made under: Item 701-5.1 [ ] inch [ ] per linear foot (meter) Item 701-5.2 Concrete for pipe cradles —per cubic yard (cubic meter) Item 701-5.3 Rock excavation —per cubic yard (cubic meter) MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains ASTM A 761 Corrugated Steel Structural Plate, Zinc Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches ASTM A 762 Corrugated Steel -Pipe, Polymer Precoated for Sewers and Drains ASTM A 849 Post -Applied Coatings, Pavings, and Linings for Corrugated Steel - Sewer and Drainage Pipe ASTM A 885/A 885M-96 Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and Underdrain Pipe i j ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C 94 Ready Mixed Concrete _ ASTM C 144 Aggregate for Masonry Mortar —, ASTM C 150 Portland Cement ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C 506 Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe - ` ASTM C 507 Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe '? ASTM C 655 Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C 1433 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers (_ ASTM D 1056 Flexible Cellular Materials —Sponge or Expanded Rubber ASTM D 3034 Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D 6690 Joint and Crack Sealants, Ilot-Applied, for Concrete and Asphalt Pavements ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe a D 701-5 4/25/2005 AC 150/5370-1OB ASTM F 794 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter ASTM F 949 Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings AASHTO M 190 Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets AASHTO M 219 Aluminum Alloy Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M 243 Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 294M Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter END ITEM D-701 D 701-6 Modifications to ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES Item D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures, of the project specifications, shall be modified as follows: 1. Paragraph 752-1.1- In the first sentence, insert "reinforced" into the space provided. Add the following sentence to this paragraph: "This item shall also include a reinforced concrete drainage valley gutter and new grate inlets along portions of the existing valley gutter running parallel to Runway 17L-35R, as shown on the drawings." 2. Paragraph 752-2.1- Revise the first sentence to read as follows: "Reinforced concrete shall meet the requirements of Item P-610 STRUCTURAL PORTLAND CEMENT CONCRETE, of these specifications." 3. Paragraph 752-3.3 WEEP HOLES - Delete this entire paragraph. 4. Paragraph 752A, METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "The quantity of reinforced concrete headwalls to be paid for under this item shall be the number of headwalls constructed and accepted. The quantity of reinforced concrete drainage valley gutter to be paid for under this item shall be the number of square yards of valley gutter constructed and accepted, measured on the ground in place. The quantity of new airport trench drains to be paid for under this item shall be the number of airport trench drains constructed and accepted." 5. Paragraph 752-5, BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price per each for reinforced concrete headwalls, complete and in place; at the contract unit price per square yard for reinforced concrete drainage valley gutter, complete in place; and at the contract unit price per each for new airport trench drains, complete and in place. These prices shall be full compensation for furnishing all materials, and for all preparation, excavation, backfilling and placing of the materials; furnishing and installing of reinforcing and anchor bolts; fiunishing and installing of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans or as specified; and for all labor, equipment, tools, and incidentals necessary to complete the items. Payment will be made under: Item D-752, Reinforced Concrete Headwall for Double Barrel 30" RCP Culvert, including Rock Rip Rap where applicable, complete, per each; 01273805 752 - a 03107 01273805 03/07 Item D-752, Reinforced Concrete Headwall for Triple Barrel 30" RCP Culvert, complete, per each; and Item D-752, Reinforced Concrete Drainage Valley Gutter (6-inch thick), complete, per square yard; and Item D-752, Airport Trench Drain (12-foot length), complete, per each." 752 - b 4/25/2005 AC 150/5370-JOB i ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES DESCRIPTION 752-1.1 This item shall consist of [plain][reinforced) concrete culverts, headwalls, and miscellaneous drainage structures constructed in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. t MATERIALS 752-2.1 CONCRETE. [Plain] [reinforced] concrete shall meet the requirements of Item P-610. CONSTRUCTION METHODS 752-3.1 UNCLASSIFIED EXCAVATION. a. Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades or elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete.or reinforcing steel is to be placed. ' c. The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. d. Unless otherwise provided, bracing, sheathing, or shoring involved therewith shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar .,. i finished concrete. The cost of removal shall be included in the unit price bid for excavation. Wry e. After each excavation is completed, the Contractor shall notify the Engineer to that effect, and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. F 6 752-3.2 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted. The field density of the compacted material shall be at least 90 percent of the maximum density for cohesive soils and 95 percent of the maximum density for noncohesive soils. The maximum density shall be determined in accordance with ASTM D 698. The field density shall be determined in accordance with ASTM D 1556. b. No backfilling shall be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under the supervision of the Engineer establish that the concrete has attained sufficient strength to D-752-1 4/25/2005 AC 150/5370-1OB provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. c. Fill placed around concrete culverts shall be deposited on both sides at the same time and to approximately the same elevation. Care shall be taken to prevent any wedging action against the structure, and all slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action. d. Backfill will not be measured for direct payment. Performance of this work under the contract is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for "unclassified excavation for structures." 752-3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 7524.1 The quantity of unclassified excavation for structures to be paid for shall be the number of cubic yards (cubic meters), measured in original position, of material excavated in accordance with the plans, or as directed by the Engineer; but in no case shall any yardage be included in the measurement for payment which is outside of a volume bounded by vertical planes 18 inches (45 cm) outside of and parallel to the neat lines of the footings. 7524.2 Concrete shall be measured by the number of cubic yards (cubic meters) of concrete, complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, false work, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete. No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. 7524.3 The quantity of reinforcing steel to be paid for shall be the calculated theoretical number of pounds (kilograms)placed as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars, as the case may be, of equal nominal size. BASIS OF PAYMENT 752-5.1 Payment will be made at the* contract unit price per cubic yard (cubic meter) for unclassified excavation for structures; at the contract unit price per cubic yard (cubic meter) for concrete for the structures; and at the contract unit price per pound (kilogram) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and placing the materials, and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under: Item D-752-5.1 Unclassified Excavation for Structures —per cubic yard (cubic meter) Item D-752-5.2 Structural Concrete —per cubic yard (cubic meter) Item D-752-5.3 Reinforcing Steel —per pound (kilogram) D-752-2 4/25/2005 AC 150/5370-1OB TESTING REQUIREMENTS ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12-in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method I END OF ITEM D-752 D-752-3 4/25/2005 AC 150/5370-1OB Intentionally Left Blank D-752-4 Modifications to ITEM T-901 SEEDING Item T-901, Seeding, of the project specifications shall be modified as follows: I . Paragraph 901-1.1 - Delete this paragraph and insert the following: "This item shall consist of soil preparation, seeding and fertilizing the areas as directed by the Engineer in accordance with these specifications. Areas of soil preparation, seeding and fertilizing under this item shall include, but not be limited to, unpaved areas within the limits of grading as shown on the plans or as designated by the Engineer, any areas of existing turf disturbed during construction, excavated areas, Contractor haul routes or travel paths, and Contractor plant and office areas, and stockpile areas." _ J 2. Paragraph 901-2.1 SEED - Add this sentence at the beginning of the first subparagraph: "Seed shall be labeled and shall meet the requirements of the Texas seed law." 3. Paragraph 901-2.1 SEED - Delete the third and fourth subparagraphs and insert the following: "The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. QUANTITY OF PURE LIVE SEED COMMON NAME SCIENTIFIC NAME FOR MIXTURE Green Sprangletop Leptochloa dubia 4.0 lbs/acre Sideoats Grama Bouteloua 8.0 lbs/acre (El Reno) curtipendula Blue Grama Bouteloua gracilis 10.0 lbs/acre (Texas Grown) Buffalograss Buchloe dactyloides 6.0 lbs/acre i (treated) 1 Common Bermudagrass 16.0 lbs/acre (hulled) + Rye (temporary cover crop) 60.0 lbs/acre Seeding shall be performed during the period between January 15 and June 15, inclusive, unless otherwise approved by the Engineer. Payment will not be made for soil preparation, seeding; and fertilizing prior to planting and establishing an acceptable stand of grass.' 4. Paragraph 901-2.2 LIME - Delete this paragraph. l 01273805 901 -a 03/07 5. Paragraph 901-2.3 FERTILIZER - Delete this paragraph and insert the following: 11901-2.3 FERTILIZER All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark, and warranty. Fertilizer shall be free flowing and uniform in composition. Fertilizer is subject to testing by the State chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 16-20-0 or 16-8-8 (representing respective percentages of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists, and shall be spread at a minimum rate of 400 pounds per acre. Fertilizer composition and rate of application shall be as recommended by the fertilizer manufacturer for the seed planted and allowing for local soil conditions, and shall be approved by the Engineer prior to application." 6. Paragraph 901-3.2 DRY APPLICATION METHOD - Delete subparagraph (a) LIMING. Application of lime will not be required under this item. 7. Paragraph 901-3.3 WET APPLICATION METHOD - Delete all references to lime application. Application of lime will not be required under this item. Fertilizer shall be uniformly applied at a rate specified in Paragraph 901-2.3. 8. Paragraph 901-3.4 MAINTENANCE OF SEEDED AREAS - Add the following: "The Contractor shall be responsible for watering and maintaining seeded areas for a minimum period of 45 calendar days after seeding, or until establishing an acceptable stand of grass, unless otherwise directed by the Engineer." 9. Paragraph 9014.1 METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: r "9014.1 The quantity of soil preparation, seeding and fertilizing to be paid for under this item `-- shall be the actual number of acres completed and accepted, measured on the ground surface within the limits shown on the drawings or as directed by the Engineer." 10. Paragraph 901-5.1 BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "901-5.1 Payment shall be made at the contract unit price per acre for soil preparation, seeding and fertilizing. This price shall be full compensation for furnishing and placing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment for this item will not be made prior to planting and establishing an acceptable stand of grass. Payment will be made under: Item T-901, Soil Preparation, Seeding and Fertilizing, per acre." 01273805 901 - b 03/07 4/25/2005 AC 150/5370-1OB i ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding [ J 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. A-A-2671. 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 _,j 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. `7 Seeds shall be applied as follows: `J Seed Minimum Seed Minimum Germination Rate of Application Purity (Percent) (Percent) lb./acre (or Ib./1,000 S.F.) Seeding shall be performed during the period between [ ] and [ ] inclusive, unless otherwise approved by the Engineer. 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of [ J. 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 y„ applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. A-A-1909 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. LJ 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 [ ] commercial fertilizer and shall be spread at the rate of [ ]. t 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 Fa. T 901-1 4/25/2005 AC 150/5370-1OB 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 2 inches (50 mm) in any diameter, sticks, stumps, and other debris that 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 5 inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. a. Liming. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds that have previously been prepared as described above. The lime shall then be worked into the top 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 that 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. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. T 901-2 4/25/2005 AC 150/5370-1OB 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 that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 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 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. 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 that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. -' d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches (8 cm), after which the 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 that 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 that 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. T 901-3 4/25/2005 AC 150/5370-1OB 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 9014.1 The quantity of seeding to be paid for shall be the number of units [1,000 square feet (square meters)][ acres (square meters)] measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per 11,000 square feet (square meters)l[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. Payment will be made under: Item 901-5.1 Seeding —per 11,000 square feet (square meters)][acre (square meters)] MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials ASTM D 977 Emulsified Asphalt FED SPEC A-A-1909 Fertilizer FED SPEC A-A-2671 Seeds, Agriculture END OF ITEM T-901 T 901-4 Modifications to ITEM T-904 SODDING Item T-904, Sodding, of the project specifications shall be modified as follows: Paragraph 904-2.1 SOD. - Delete the fifth and sixth sentences in this paragraph and insert the following: "At least 95% of the plants in the cut sod shall be composed of common bermuda grass, and any vegetation more than 6-inches in height shall be mowed to a height of 3-inches or less before the i sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, A shall be cut to a uniform thickness not less than that necessary to provide live grass." 7 2. Paragraph 904-2.2 LIME. - Delete this entire paragraph and all further references to lime or ground limestone I for soil treatment. 3. Paragraph 904-2.5 SOIL FOR REPAIRS. - Delete this entire paragraph. 4. Paragraph 904-3.1 GENERAL. - Delete the first subparagraph and insert the following: - } "Areas to be solid sod shall be as directed by the Engineer, but shall generally consist of the 3-feet immediately adjacent to the paved shoulder areas constructed under this project." 5. Paragraph 904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE. - Delete this entire paragraph and insert the following: "904-3.3 APPLYING FERTILIZER. Following ground surface preparation, fertilizer shall be uniformly spread at the rate specified in Item T-901 SEEDING, of these specifications. The fertilizer shall be incorporated into the soil to a depth of not less than 2-inches by discing, raking a or other approved methods. Any stones larger than 2-inches in any dimension, large clods, roots and other liter brought to the surface by this operation shall be removed." 6. Paragraph 904-5.1 - Delete this paragraph and insert the following: "904-5.1 Payment shall be made at the contract unit price per square yard for soil preparation, sodding and fertilizing. This price shall be full compensation for furnishing and placing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item_ Pavment for this item will not be made Drior to nlantine and establishine an acceptable stand of Payment will be made under: Item T-904, Soil Preparation, Sodding and Fertilizing, per square yard." 01273805 904 - a 03/07 a t. THIS PAGE INTENTIONALLY LEFT BLANK 01273805 904 - b 03/07 4/25/2005 AC 150/5370-IOB ITEM T-904 SODDING DESCRIPTION 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 904-2.1 SOD. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod shall be composed of the species stated in the special provisions, and any vegetation more than 6 inches (150 mm) in height shall be mowed to a height of 3 inches (75 mm) or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions. 904-2.2 LIME. Lime shall conform to the requirements of 901-2.2. 904-2.3 FERTILIZER. Fertilizer shall conform to the requirements of 901-2.3. 904-2.4 WATER. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall conform to the requirements of 901-2.4. CONSTRUCTION METHODS 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas 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. 904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE. Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the special provisions. If use of ground limestone is required, it shall then be spread at a rate that will provide not less than the minimum quantity stated in the special provisions. These materials shall be incorporated into the soil to a depth of not less than 2 inches (50 mm) by discing, raking, or other methods T-904-1 4/25/2005 AC 150/5370-1OB acceptable to the Engineer. Any stones larger than 2 inches (50 mm) in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches (50 mm). Sod sections or strips shall be cut in uniform widths, not less than 10 inches (250 mm), and in lengths of not less than 18 inches (45 cm), but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must �be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches (100 mm) immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and 'insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen when replacing it shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately 1 inch (25 mm) below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than 1 vertical to 2-1/2 horizontal and in v-shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches (300 mm) in length and have a cross -sectional area of not less than 3/4 square inch (18 square millimeter). The pegs shall be driven flush with the surface of the sod. 904-3.6 WATERING. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 ESTABLISHING TURF. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. T-904-2 4/25/2005 AC 150/5370-1OB 904-3.8 REPAIRING. When the surface has become bullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in 904-3.5. METHOD OF MEASUREMENT 9044.1 This item shall be measured on the basis of the area in square yards (square meters) of the surface covered with sod and accepted. BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard (square meter) for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-5.1 Sodding —per square yard (square meter) END OF ITEM T-904 T-904-3 4/25/2005 AC 150/5370-IOB Intentionally Left Blank T-904-4 Modifications To ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Item L-108 Installation of Underground Cable for Airports, of the project specifications, shall be modified as follows: Paragraph 108-2.2 CABLE - Dclete the third paragraph and insert the following: "All underground power cable shall be Type C, single conductor, with 600-volt or 5,000 volt cross -linked (XLP) polyethylene insulation. Type C cable shall be used for 5,000 volt installation. All cable for airport lighting service shall be stranded: 600 volt - 7 strand; 5,000 volt - 7 or 19 strand. For power cable, conductor size shall not be smaller than No.8 AWG." 2. Paragraph 108-2.3 BARE COPPER WIRE (COUNTERPOISE OR GROUND) AND GROUND RODS — Modify this paragraph to read "... and shall be bare copper wire conforming to the requirements of ASTM D 33." at the end of the first paragraph. Delete the first sentence of the second paragraph and replace with the following: "Ground rods shall be copper - clad steel." 3. Paragraph 108-2.4 CABLE CONNECTIONS - Delete paragraph (d), taped splices shall not be used on this project. 4. Paragraph 108-3.1- Delete second paragraph in its entirety. 5. Paragraph 108-3.3 c. Restoration—Deletc the third sentence and replace with the following" "The restoration shall include work as shown on the plans." 6. Paragraph 108-3.5 SPLICING - Delete paragraph (d). 7. Paragraph 108-3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING - Installation of bare counterpoise wire and grounding rods is a requirement of this project. Bare counterpoise wire and grounding rods shall be installed as specified herein except ground rods shall be 10- feet in length and 3/4-inch in diameter. 8. Paragraph 4, METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "The quantity of underground cable to be paid for under this item shall be the actual number of linear feet of underground cable system installed, measured in place, completed, ready for operation, and accepted as satisfactory. Systems shall include conduit, cable, spare conduits, trenching, backfilling, dewatering and restoration regardless of the type of material encountered, counter poise and ground rods." Paragraph 5, BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price for underground cable systems identified, per linear foot, installed, complete and in place. This price shall be full compensation for furnishing all materials, and for all preparation and installation of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the items. The cost of grounding rods, trenching and backfilling shall be considered a subsidiary cost of the project. 01273805 108 - a 03/07 Payment will be made under: Item L-108, Underground Electrical Cable, 1/c, #8 AWG, 5KV, installed in conduit, duct or structure, per linear foot; and Item L-108, Counterpoise Wire, #8 AWG, in direct bury, including grounding rods, per linear foot." 01273805 108 - b 03/07 i 4/25/2005 AC 150/5370-1OB ITEM L-108 UNDERGROUND POWER CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of fumishing and installing power cables direct buried and furnishing and/or installing power cables within conduit or duct banks -in accordance with these specifications at the locations shown. on —the plans. It includes excavation and backfill of trench for direct -buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, 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 duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of any cable for FAA facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is covered under Item L-1 10 "Airport Underground Electrical Duct Banks and Conduits." EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345-53, current version. 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. c. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non - pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. [The Contractor's submittals shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section.] The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. L All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least [twelve (12) months] from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain an insulation resistance of 50 megohms minima, (I OOOV megger) with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. L-108-1 4/25/2005 AC 150/5370-IOB 108-2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall be g Type C, No. [8) or No. [6) AWG, copper, 7 strand, single conductor cable with 5,000 volt cross -linked polyethylene insulation and shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification J-C- 30 and shall be type THWN-2. Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans. 108-2.3 BARE COPPER WIRE (COUNTERPOISE OR GROUND) AND GROUND RODS. Wire for counterpoise or ground -installations for airfield lighting systems shall be No. 6 AWG solid for counterpoise and or No. 6 AWG stranded for ground wire conforming to ASTM B 3 and ASTM B 8, and shall be [bare copper wire] [tinned copper] conforming to the requirements of ASTM D 33. Ground rods shall be [solid stainless steel] [copper] or [copper -clad steel]. The ground rods shall be of the length and diameter specified on 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. 108-2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--B, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, or equivalent, is used for potting the splice is acceptable. b. 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 acceptable —for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. d. The Taped or Heat-Shrinked Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D 4388 and the plastic tape should comply with Mil Spec. MIL-I-24391or Fed. Spec. A-A-55809. Heat shrinkable tubing shall be heavy -wall, self-sealing tubing rated for the voltage of the wive being spliced and suitable for direct -buried installations. The tubing shall be factory coated with a thermoplastic adhesive -sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt -proof seal. Additionally, heat shrinkable tubing for multi -conductor cables, shielded cables, and armored cables shall be factory kits designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. e. 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. All L-823/L-824 splices and terminations shall be made in accordance with the manufacturer's recommendations and listings. E All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except the base can ground clamp connector shall be used for attachment to the base can. All exothermic connections shall be made in accordance with the manufacturer's recommendations and listings. 108-2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on cables rated above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked on. Cable L-108-2 4/25/2005 AC 150/5370-1OB splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.6 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete." 108-2.7 FLOWABLE BACKFILL. Flowable material used to backfill trenches for power cable trenches shall conform to the requirements of Item P-153 "Controlled Low Strength Material". 108-2.8 CABLE IDENTIFICATION TAGS. Cable identification tags shall by made from a non -corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans. 108-2.9 TAPE. Electrical tapes shall be Scotch Electrical Tapes — number Scotch 88 (1-1/2" wide) and Scotch 130C linerless rubber splicing tape (2" wide), as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.10 ELECTRICAL COATING. Scotchkote shall be as manufactured by Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.11 EXISTING CIRCUITS. Whenever the scope of work requires, connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed in accordance with this item and prior to any activity affecting the respective circuit. The Contractor shall record the results on forms acceptable to the engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation 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 on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot vertically above the top of the access structure. This requirement also applies where primary cable passes through empty base cans, junction and access structures to allow for future connections, or as designated by the Engineer. 108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in - duct banks or conduit as described below. The maximum number and voltage ratings of cables installed in each i L-108-3 4/25/2005 AC 150/5370-1OB 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 or authority having jurisdiction. The Contractor shall make no connections or splices -of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and interferences are avoided. Duct banks or conduits shall be installed as a separate item in accordance with Item L-110, "Airport Underground Electrical Duct Banks and Conduit." The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous and clear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out all conduits/ducts and clean base can, manhole, etc, interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing 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 conduit, all cable shall be pulled in the conduit -at the same time. The pulling of a cable through duct banks or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Maximum pulling -tensions shall -be governed by cable manufacturer's recommendations. A non -hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or utilize other appropriate means to prevent abrasion to the cable jacket. 108-3.3 INSTALLATION OF DIRECT -BURIED CABLE IN TRENCHES. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable(s) shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable(s) shall not be unreeled and pulled into the trench from one end. Stack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3-inch vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, handholes, pullboxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than '/a inch in size. The cable circuit identification shall match the circuits noted on the construction plans. a. 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 L-108-4 4/25/2005 AC 150/5370-IOB trenches shall be essentially vertical so that a minimum of surface is disturbed. 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 below j finished grade, except as follows: (1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified. (2) Minimum cable depth when crossing under a railroad track, shall be 42 inches unless otherwise specified. Dewatering necessary for cable installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay items as part of Item L-108. The cost of all excavation j regardless of type of material encountered, shall be included in the unit price bid for the L-1081tem. The Contractor shall excavate all cable trenches to a width not less than 6 inches. Unless otherwise specified on the —t i plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches 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 sieve. Flowable backfill material may alternatively be used. The Contractor shall ascertain J the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P-152. 7 Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. .J It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where -, existing active cable(s) cross proposed installations, the Contractor shall insure that these cable(s) are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement. _i b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall be 3 inches deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. This layer shall not be compacted. The second layer shall be 5 i inches deep, loose measurement, and shall contain no particles that would be retained on a 1-inch sieve. The •- remaining 3`d and subsequent layers of backfill shall not exceed 8 inches of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 inches maximum diameter. 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 contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of in accordance with the plans and specifications. L-108-5 4/25/2005 AC 150/5370-1OB Underground electrical warning (caution) tape shall be installed in the trench above all direct -buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. if not shown on the plans, the warning tape shall be located six inches above the direct -buried cable or the counterpoise wire if present. A 4-6 inch wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans. The tape shall be installed 8 inches minimum below finished grade. c. Restoration. Where soil and'sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall include the [sodding] [topsoiling] [fertilizing] [liming] [seeding] [sprigging] [mulching] as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions and compaction shall meet the requirements of Item P-152. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 CABLE MARKERS FOR DIRECT -BURIED CABLE. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4-6 inches (100-150 mm) thick, extending approximately 1 inch (25 mm) above the surface. Each cable run from a -line of lights and signs to the equipment vault shall 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 direct -buried cable shall be marked in the same manner. Cable markers shall be installed directly -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 isolation -transformers, or power adapters shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "SPLICE" on each slab. The Contractor -also shall impress additional circuit identification symbols on each slab as directed -by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. Furnishing and installation of cable markers is incidental to the respective cable pay item. 108-3.5 SPLICING. Connections of the type shown on -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. 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 be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. c. Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. d. Taped or Heat-Shrinked Splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors L-108-6 4/25/2005 AC 150/5370-IOB by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high -voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as 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 I 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. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat -shrink application shall be clean and free of contaminates prior to application. 108-3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. If shown on -the plans or included -in the job specifications, bare counterpoise copper wire shall be installed for lightning protection of the underground cables. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. Where the cable or duct/conduit trench runs parallel to the edge of pavement, the counterpoise shall be installed in a separate trench located half the distance between the pavement edge and the cable or duct/conduit trench. In trenches not parallel to pavement edges, counterpoise wire shall be installed continuously a minimum of 4 inches above the cable, conduit or duct bank, or as shown on the plans if greater. Additionally, counterpoise wire shall be installed at least 8 inches below the top of subgrade in paved areas or 10 inches below finished grade in un-paved areas. This dimension may be less than 4 inches where conduit is to be embedded in existing pavement. Counterpoise wire shall not be installed in conduit. The counterpoise wire shall be routed around to each light fixture base, mounting stake, or junction/access structures. The counterpoise wire shall also be exothermically welded to -ground rods installed as shown on the plans but not more than 500feet (150 m) apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode grounding system. The connections shall be made as shown on -the plans and in the specifications. If shown on the plans or in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods: (1) A ground rod installed at and securely attached to each light fixture base, mounting stake if painted, and to all metal surfaces at junction/access structures. (2) Install an insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base and to all metal surfaces at junction/access structures. This equipment ground conductor shall also be exothermically welded to ground rods installed not more than 500 feet (150 m) apart around the circuit. a. Counterpoise Installation Above Multiple Conduits and Duct Banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete cone of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22'/2 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. L-108-7 4/25/2005 AC 150/5370-1OB b. Counterpoise Installation at Existing Duct Banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108-3.7 EXOTHERMIC BONDING. Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: All slag shall be removed from welds. For welds at light fixture base cans, all galvanized coated surface areas and "melt" areas, both inside and outside of base cans, damaged by exothermic bond process shall be restored by coating with a liquid cold -galvanizing compound conforming to U.S. Navy galvanized repair coating meeting Mil. Spec. MIL- P-21035. Surfaces to be coated shall be prepared and compound applied in accordance with manufacturer's recommendations. All buried copper and weld material at weld connections shall be thoroughly coated 6 mil of 3M "Scotchkote," or approved equivalent, or coated with coal tar bitumastic material to prevent surface exposure to corrosive soil or moisture." 108-3.8 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the -Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. b. That all affected circuits (existing and new) are free from unspecified grounds. c. That the insulation resistance to ground of all new non -grounded series circuits or cable segments is not less than 50 megohms. d. That the insulation resistance to ground of all non -grounded conductors of new multiple circuits or circuit segments is not less than 50 megohms. e. That all affected circuits (existing and new) are properly connected in accordance with applicable wiring diagrams. L-108-8 4/25/2005 AC 150/5370-1OB L That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1 /2 hour. g. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall -of -potential ground impedance test shall be utilized, as described by ANSI/IEEE Standard 81, to verify this requirement. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved "repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 1084.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths. The cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. 1084.2 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, duct bank or conduit, including ground rods and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item [shall] [shall not] include additional quantities required for slack. 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 (direct -buried), or cable and equipment ground installed in duct bank or conduit, 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, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: Item L-108-5.1 Trenching for direct -buried cable —per linear foot (meter) Item L-108-5.2 [No. 8 AWG] [No. 6 AWG] L-824C Cable, installed in trench, duct bank or conduit —per liner foot (meter) Item L-108-5.3 Bare Counterpoise Wire, installed in trench, duct bank or conduit, including ground rods and ground connectors —per linear foot (meter) Item L-108-5.4 Bare or insulated equipment ground, installed in duct bank or conduit including ground rods and ground conductors — per linear foot (meter). L-108-9 4/25/2005 AC 150/5370-1OB 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 (cancelled; replaced by A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation)) FED SPEC A-A-55809 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic ASTM B 3 Soft or Annealed Copper Wire ASTM D 4388 Rubber tapes, Nonmetallic Semiconducting and Electrically Insulating REFERENCE DOCUMENTS NFPA No. 70 National Electrical Code (NEC) MIL-S-23586C Sealing Compound, Electrical, Silicone Rubber Building Industry Consulting Service International (BICSI) ANSI/IEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L-108 L-108-10 Modifications To ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS Item L-110 Installation of Airport Underground Electrical Duct, of the project specifications, shall be modified as follows: i 1. Paragraph 110-3.2 DUCT BANKS - Delete the fourth paragraph. 2. Paragraph 110-3.7 RESTORATION — Delete the third sentence and replace with the following: "The restoration shall include work as shown on the plans." 3. Add the following new paragraph: "110-3.8 MOISTURE BARRIER AND LUBRICANT - At all sign bases, junction boxes and gasketed manholes, the Contractor shall apply a silicone moisture barrier and lubricant equal to "4 Electrical Insulating Compound" meeting MIL-S-8660 to each manhole bolt and gasket. A sufficient amount of lubricant, as approved by the Engineer, shall be applied to effectively seal and lubricate the bolt or gasket." 4. Paragraph 5.1 BASIS OF PAYMENT - Delete this paragraph and insert the following: "Payment shall be made at the contract unit price for each type and size of duct system installed, per linear foot. This price shall be full compensation for furnishing all materials, and for all preparation and installation of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-110, Remove and Dispose of Existing Underground Electrical Conduit, complete, per linear foot, and Item L-110, 2-way, 4-inch Concrete Encased Duct, installed in trench, complete, per linear foot, and Item L-110, 1-way, 2-inch Underground Electrical Conduit, installed in trench, complete, per linear foot." 01273805 110 - a 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273805 110 - b 03/07 4/25/2005 AC 150/5370-IOB ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete) installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turted areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. a. 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. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable'to this project. Indicate all optional equipment and delete non - pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. [The Contractor's submittals shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section.] The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least [twelve (12) months] from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 STEEL CONDUIT. Rigid galvanized steel conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standard 6, 514B, and 1242. 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings -shall conform to the requirements of Fed. Spec. W--C- 1094, Underwriters Laboratories Standards UL-651 and Article 347 of the current National Electrical Code shall be one of the following, as shown on the plans: L-110-1 4/25/2005 AC 150/5370-1OB a. Type I —Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II —Schedule 40 PVC suitable for either above ground or underground use. The type of adhesive shall be as recommended by the conduit/fitting manufacturer. 110-2.4 SPLIT CONDUIT. Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic. , 110-2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using [ ] inch maximum size coarse aggregate with a minimum 28 day compressive strength of [ ] psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A 615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.7 FLOWABLE BACKFILL. Flowable material used to back fill conduit and duct bank trenches shall conform to the requirements of Item P-153 "Controlled Low Strength Material". 110-2.8 DETECTABLE WARNING TAPE Plastic, detectable, color as noted magnetic tape shall be polyethylene film with a metallized foil core and shall be 4-6 inches (75-150 MM) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, 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 bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4-inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans, manhole, pull boxes, etc. and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are L-110-2 4/25/2005 AC 150/5370-1OB installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminate from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on the plans, concrete encased duct banks shall be utilized when crossing under pavements expected to carry aircraft loads. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. I When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required conduit or duct bank 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 sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P-152. 7 Underground electrical warning (caution) tape shall be installed in the trench above all underground duct banks and j conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located six inches above the ducticonduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared in accordance with the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one -quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed in accordance with Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of off site. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted in accordance with item P-152. I It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall insure that these cable(s) are adequately L-110-3 4/25/2005 AC 150/5370-IOB protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred [ (2) Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to $L minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the bottom of the base or stabilized base course layers 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. Unless otherwise shown on the plans, duct banks 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 that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, proper provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 nun) thick prior to its initial set. Where two or more conduits in the duct bank are intended to carry conductors of equivalent voltage insulation rating, the Contractor shall space the conduits not less than 1-1/2 inches (37 mm) apart (measured from outside wall to outside wall). Where two or more conduits in the duct bank are intended to carry conductors of differing voltage insulation rating, the Contractor shall space the conduits not less than 3 inches apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. End bells or couplings shall be installed flush with the concrete encasement at access points. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 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 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. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 4-6 inch (75-150mm) wide tape 8 inches (200mm) minimum below grade above all underground conduit or duct lines not installed under pavement. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single -conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for 2 or more conduits installed L-110-4 4/25/2005 AC 150/5370-1OB at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, 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 conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4-inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least 18 inches (45 cm) below the finished grade. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating 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. Where two or more individual conduits intended to carry conductors of differing voltage 7 insulation rating are installed in the same trench without concrete encasement, they shall spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 _..J inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. .J Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 MARKERS. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4-6 inches (100-150 mm) thick extending approximately 1 inch (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches (100 nun) high and 3 inches (75 mm) wide with width of stroke 1/2-inch (12 mm) and 1/4-inch (6 nun) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 BACKFILLING FOR CONDUITS. For conduits, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted in accordance with Item P-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches in diameter. Flowable backfill may alternatively be used Trenches shall not contain pools of water during back, filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where 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. L-110-5 4/25/2005 AC 150/5370-1OB 110-3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted in accordance with Item P-152 "Excavation and Embankment" except that the material used for backfill shall be select maternal not larger than 4 inches in diameter. In addition to the requirements of P- 152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where 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. 110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include [sodding] [topsoiling] [fertilizing] [liming] [seeding] [sprigging] [mulching] shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. METHOD OF MEASUREMENT 1104.1 Underground conduits and duct banks shall be measured by the linear feet (meter) of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated, resolution, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. 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 in accordance with the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 Electrical Duct Bank, [# and Size] —per linear foot (meter) Item L-110-5,2 Electrical Conduit [# and size] —per linear foot (meter) MATERIAL REQUIREMENTS Fed.Spec.W-C-1094 Conduit and Conduit Fittings; Plastic, Rigid (cancelled; replaced by UL 514 Boxes, Nonmetallic Outlet, Flush Device Boxes, & Covers, and UL 651 Standard for Conduit & Hope Conduit, Type EB & A Rigid PVC) Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Cable and Conduit Standard 514B L-110-6 I 4/25/2005 AC 150/5370-1OB Underwriters Laboratories Intermediate Metal Conduit Standard 1242 Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Standard 651 Underwriters Laboratories Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete Standard 6 5 1 A encasement) END OF ITEM L-110 L-110-7 4/25/2005 AC 150/5370-IOB THIS PAGE INTENTIONALLY LEFT BLANK L-110-8 Modifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Item L-125, Installation of Airport Lighting Systems, of the project specifications, shall be modified as follows: 1. Delete Paragraphs 125-1.1,125-1.3, 125-1.5,125-1.6,125-1.7,125-1.8,125-1.10,125-1.11, 125-1.12, 125-1.13, 125-1.14,125-1.8 and 125-1.16. 2. Paragraph 125-1.2 - Delete this paragraph and insert the following: "Item L-114, Installation of Taxiway lighting with base mounting. All taxiway lighting shall utilize LED type lamp sources." 3. Paragraph 125-1.4 - Add the following: "125-1.4 All internally lighted guidance signs shall utilize fluorescent lamp sources." 4. Paragraph 125-2.1(a) -Delete this paragraph and insert the following: "(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 latest revision of FAA Advisory Circular 150/5345-53B, Airport Lighting Equipment Certification Program." 5. Paragraph 125-2.3 CONCRETE - Delete this entire paragraph and insert the following: "125-2.3 CONCRETE Concrete and reinforcing for sign slabs and L-867 base encasement shall meet the requirements of Item P-610, STRUCTURAL PORTLAND CEMENT CONCRETE, of these specifications. Concrete shall not be placed until all forms and reinforcement have been inspected and approved by the Engineer. All concrete shall be properly cured and protected by the Contractor. The Contractor shall be held responsible for any defective work resulting from freezing or injury in any manner during concrete placing and curing, and shall replace such defective work at the Contractor's expense." 6. Paragraph 125-2.5 SQUEEZE CONNECTORS and Paragraph 125-2.6 TEES -Delete these entire paragraphs. 7. Add the following new paragraph: "125-2.5 CABLE. Underground electrical cable shall be furnished and installed in accordance with the requirements of Item L-108, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, of these specifications." 8. Add the following new paragraph: "125-2.6 NEW INTERNALLY LIGHTED SIGNS. All new internally -lighted signs shall be base mounted. Directional signs shall be FAA Designation L-8585Y, Size 2, Style 2, Class 1, with black text on a yellow background. Mandatory signs shall be FAA Designation L-858R, Size 2, Style 2, Class 1, with white text on a red background. All new signs shall be provided and installed at the locations indicated on the drawings or as directed by the Engineer, and in accordance with this specification and the details on the drawings. Text for each sign shall be as shown on the drawings. For each new sign, the Contractor shall provide and install a new concrete -encased FAA Designation L-867, Class 1, Size B base. Each installation shall also include a new series isolation transformer, new light bulbs, concrete slab (as detailed in drawings), underground conduit, trenching and backfilling, cutting and repairing existing pavement, boring under existing pavement, junction boxes, wiring and connections, grounding, and all other incidental items or work necessary to complete the item. F:.::1 01273805 125-a 03107 New internally -lighted signs shall be from the same manufacturer as all the directional, designation, and mandatory signs on airport property." 9. Add the following new paragraph: "125-2.7 L-867 PULLCAN PULL BOX OR JUNCTION BOX. FAA L-867 Designation pullcans, pull boxes or junction boxes shall be installed in accordance with the details and locations shown on the drawings or as directed by the Engineer. Pullcans, pull boxes or junction boxes shall be L-867 Class 1, Size B. " 10. Add the following new paragraph: "125-2.8 NEW SIGN PANEL. All new internally -lighted signs shall be base mounted. Directional signs shall be FAA Designation L-8585Y, Size 2, Style 2, Class 1, with black text on a yellow background. Mandatory signs shall be FAA Designation L-858R, Size 2, Style 2, Class 1, with white text on a red background. All new sign panels shall be purchased from the manufacturer of the sign base. All new sign panels shall be provided and installed at the locations indicated on the drawings or as directed by the Engineer, and in accordance with this specification and the details on the drawings. Text for each sign shall be as shown on the drawings. For each new sign panel, the Contractor shall blow out sign housing with compressed air when new panels are installed." 11. Paragraph 125-4.1 - Delete this entire paragraph and insert the following: "125-4.1 The new L-867 junction boxes shall be considered incidental to the electrical items for which they are installed. Underground electrical cable shall be measured and paid for under Item L-108, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, of these specifications. Each sign installed and accepted under this section of the specifications will be measured for payment." 12. Paragraph 125-5. L - Delete this entire paragraph and insert the following: "125-5.1. Payment shall be made at the contract unit price for the various items described herein and in the Proposal per each. These prices shall be full compensation for furnishing all materials, except those relocated, and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-125, Remove and Salvage Existing Base Mounted Taxiway Edge Light, including Base, Fixture and Transformer, complete, per each; and, Item L-125, Medium Intensity Taxiway Edge Light, LED with Transformer and Base Can, complete, per each; and, Item L-125, Two -Panel Intemally Lighted Sign, base mounted, complete in place, per each; and, Item L-125, Four -Panel internally Lighted Sign, base mounted, complete in place, per each." 01273805 125-b 03/07 .lo/24/74 IM4 L-125 iENSTALd.ATION OF AIRPORT LIGHTING SYS`I'ENS Description AC 150/5370-10 12 1.1 This item cancels and replaces the items listed in paragraphs 125-1. 2--1?5-L.8. 125-1. 2 Item L-114, laotallatign of Medium Intensity Runway and. 'Taxiway Lights with Stake Mounting. 225-1.3 Item L-116, Installation of Medium Intensity Runway and Taxiway Lights with Stake Mounting. 12 1.4 Item L-120, Installation of Internally Lighted 'Taxiway Guidance signs. 12 1. Item L-121, Installation of High Intensity Runway Lights. 12ki.6 Item L-122, Installation of Airport Low Intensity Lighting System. 12 =lj Item L-123, Inat&1latien of Touchdown Zone Lights, Inset and .Base i ;3 iIted. 12 1.8 Item L.-124, Installation of Runway CenterlIze and T odway Turnoff Lights. 125-1.9 This item shall consist of airport lighting systems furnished and installed in accordance math this specification, the referenced specification and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimensions, dOeign, and details sho,m in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the dyateu in operation as Completed units to the satisfaction of the engineer. 125-1 AC 150/5370-10 10/244/74 ITEM L-125 INSTALLATION OF AIRPORT L10HTIM SYSTEMS 12�-1.10 Additional details pertaining to a specific system covered in this item are contained in the advisory circulars listed in paragraphs 1255-1.11---125`1.16. 12 1.11 AC 150/$340-4. Installation Details for Runway Centerline and Tauchdoun Zone Lighting Systems. 12�-1.42 AC 150/53W-13, High Intensity Runway Lighting Syvt n. 12 1.1 AC 150/5340-14, EconoW Approach Lighting Aids. 12 1.14 AC 150/5340-15, Taxiway Edge Lighting System. 1_ 5 1.1 5 AC 150/53140-16, Medium Intensity Runway lighting System. 12 1.16 AC 15o/5340- , Taxiway Guidance Sign System. Equipment and Materials I 125-2.1 GENERAL. (a) Airport lighting equApment 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 Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. (b) A21 other equipment and materials covered by other referenced specifications shall be eubject to acceptance through the me►uufacturer's certification of compliance frith the applicable specifications. (c) Lists of the equipment and materials required for a partioular system are contained in the applicable advisory circulars. 125-2 10/24/74 ITEM Lr-125 IMTAII ATION OP AIRPORT LIGiBTIM SYSTEMS AC 150/5370-10 125--2.2 TAPX. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. 125-2. 3 CONC_R M. Concrete for backfill shall be proportioned not leaner than a 1-3-6 mix ^hy volume and shall have a cempreesive strength of not less than 2,000 PSI. Approved clean aggregate shall be used to produce the oonerete. 12kZ._ _ CONW1T. Rigid steel conduit and fittings shall conform to the requirements of Pod. Spec. WV-0-5B1. 125-2. 5 _ SS CONNMTORS. Squeeze eonnectara, if specified, shall be equal to Crouse -Hinds Company, type COB cable connector with neoprene rubber bushing. 12S-2.6 TEES. Large radios bend tees, if specified, shall be equal to Crouse -Hinds Company No. ET-4 j. Construction Methods 125�-3.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 12k3.2 KAC1W LIOfi'I`S. The light fixtures shall be installed at the approximate location indicated in the plane. Zhe exact location shall be as directed by the engineer. Method of Measurement 12 4.1 The quantity of lights to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation, and accepted by the engineer. 125-3 AC 150/5370-10 ITEM L-125 DLWAUArtTION OF AIMRT L,IGHTI N SYS'!`E S Basis of Payment 10/24/74 125-5.1 Payment will be made at the contract unit price for each complete light Ynstalled in place by the contractor and accepted by the engineer. This price shall be full compensation for furnishing all materials and for all preparationo assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made Linder: Item L-12�>-5.1 Medium Intensity Runway Lights, base Mounted in Place ---per each. Item L-125-5.1 Taxiway Lights, Base Mounted in Place -�- per each. Item L-1.25-5.1 Medium Intensity Runway Lights, Stake Mounted in Place ---per each. Item L-125-5.1 Taxiway Lights, Stake Mounted in Place --per each Item L-125-5.1 High Intensity Runway Lights, in Place --per each. Item L-125-5.1 Touchdown Zane Lights in P1acs---per each. Item L-125-5.1 Runway Centerline Lights, in: Place --per each. Item L►-125~5.1 Medium Intensity Approach Lights, in Place— per each. Item 1-125-5.1 Runway Snd Identification I.,ighta, in Place -- per eaoh. Item L-125--5.1 Abbreviated Visual Approach Slope Indicator, in Place --per each. Item L-125-5.1 Airport Taxi Guidance Signs, in glace ---per unit of like size. 125-4 i 10/24/74 AC 150/5370-10 ITEM L-125 INSTAU A,TTON OF AIRPORT LIGH'nM SYSTEM ! Federal Specifications Referenced in Item L-125 WW--C•-581 Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc -Coated. FAA $J�eaifications Referenced in Item L-125 Number Title U 150/534o-4 Installation Details for Centerline and Touchdotui Zone Lighting Systems. AC 1:50/5340-13 High Intensity Runway Lighting System. AC 150/5340-14 Econow Approach Lishting Aids. AC 150/534o-15 Taxiway Lighting Systa+a. AC 150/5340-'l6 Medium intensity Runway Lighting system. AC 150/5340- Taxiway Guidance Sign System. 125-5 Modifications to ITEM F-162 CHAIN LINK FENCES Item F-1 62 Chain Link Fences, of the project specifications shall be modified as follows: 1. Paragraph 162-2.1 FABRIC. - Delete this paragraph, and insert the following: "All chain link fabric shall be 9-gauge, zinc -coated steel fabric, and shall conform to the applicable requirements of Fed. Spec. RR-F-191/1C. The fabric shall be zinc -coated after weaving. Minimum weight of zinc shall be 1.8 ounces per square foot." 2. Paragraph 162-2.2 BARBED WIRE — Delete this sentence and replace with the following: "Barbed wire shall be 2-strand 12-1/2 gauge zinc -coated wire with 4-point barbs and shall conform to the requirements of ASTM A 121, Class 3 Chain Link Fence Grade." 3. Paragraph 162-2.3 POSTS, RAILS AND BRACES. - Delete all text in brackets, and insert the following: "Posts, rails and braces shall be of zinc -coated steel, and shall conform to the applicable requirements of Fed. Spec. RR-F-191/3C. Chain link fence posts, top rails and braces shall be of the following types and classes: Type I - Posts: Class 1 - Steel Pipe Type R - Top Rails: Class I - Steel Pipe Type III - Braces: Class 1 - Steel Pipe End, corder and pull posts shall be as specified in Fed. Spec. RR-F-191-3C." 4. Paragraph 162-2.4 GATES. —Delete this paragraph and all further references to gates. There will be no gates constructed as part of this project. 5. Paragraph 162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. - The requirements of miscellaneous fittings and hardware shall apply. 6. Paragraph 162-3.6 ELECTRICAL GROUNDS. - Delete this entire paragraph. Electrical grounding of the new chain link fence will not be required. 7. Paragraph 1624.1 - Delete this entire paragraph and insert the following: "Chain Link Fences and Gates will not be measured." 9. Paragraph 162-5.1 - Delete this entire paragraph and insert the following: "No separate payment shall be made for Chain Link Fences and Gates. The cost for these items shall be included in the cost of mobilization." 01273805 162 - a 03/07 THIS PAGE INTENTIONALLY LEFT BLANK 01273 805 162 - b 03/07 4/25/2005 AC 150/5370-1OB ITEM 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. MATERIALS 162-2.1 FABRIC. [The fabric shall be woven with a 9-gauge [galvanized steel wire] [polyvinyl chloride (PVC) -coated steel] [aluminum alloy] [zinc-5% aluminum mischmetal] wire in a 2-inch (50 mm) mesh and shall meet the requirements of [ ].J [The fabric shall be woven from a [ J gauge aluminum -coated steel wire in a 2-inch (50 mm) mesh and shall conform to the requirements of ASTM A 491.] 162-2.2 BARBED WIRE. Barbed wire shall be 2-strand 12-1/2 gauge [zinc -coated) [aluminum -coated) wire with 4-point barbs and shall conform to the requirements of [ ]. 162-2.3 POSTS, RAILS AND BRACES. Line posts, rails, and braces shall conform to the requirements of ASTM F-1043 or ASTM F 1083 as follows: [Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40) coatings conforming to Type A, or Group IC ( High Strength Pipe), External coating Type B, and internal coating Type B or DJ [Roll Formed Steel Shapes ( C-Sections) shall conform to the requirements of Group HA, and be galvanized in accordance with the requirements of F 1043, Type A.] [Hot -Rolled Shapes ( H Beams) shall meet the requirements of Group III, and be galvanized in accordance with the requirements of F 1043, Type A.] [Aluminum Pipe shall conform to the requirements of Group IB.] [Aluminum Shapes shall conform to the requirements of Group IIB.] [Vinyl or polyester coated steel shall conform to the requirements of ASTM F 1043, Paragraph 7.3 Optional Supplemental Color Coating.] [Composite posts shall conform to the strength requirements of ASTM F 1043 or ASTM F 1083. The strength loss of composite posts shall not exceed 10 percent when subjected to 3,600 hours of exposure to light and water in accordance with ASTM G 23, ASTM G 26, and ASTM G-53.] Posts, rails, and braces furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy or composite. Posts, rails, and braces, with the exception of galvanized steel conforming to F 1043 or ASTM F 1083, Group IA, Type A, or aluminum alloy, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: External: 1,000 hours with a maximum of 5% red rust. Internal: 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. F-162-1 4/25/2005 AC 150/5370-1OB 162-2.4 GATES. Gate frames shall consist of [galvanized steel pipe[ [polymer -coated steel pipe] [aluminum alloy pipe] [composite posts] 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-191/4. 162-6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with [zinc -coated] f aluminum -coated] [zinc-5% alumin um-mischmetal alloy -coated] 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 zinc coating applied in conformance with ASTM A 153.1 [Miscellaneous aluminum fittings for use with aluminum alloy fabric shall be wrought or cast aluminum alloy.] 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 of a commercial grade with a minimum 28-day compressive strength of 2500 psi (17 240 kPa). 162-2.8 MARKING. 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 locatiorq 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 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. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches (50 mm) larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches (300 mm). After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be, filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 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. F-162-2 4/25/2005 AC 150/5370-1OB 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and tumbuckles, shall be installed at all terminal posts. 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. _ t 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 5/8 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 1624.1 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. 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-162-5.2 Driveway Gates —per each Item F-162-5.3 Walkway Gates —per each MATERIAL REQUIREMENTS ASTM A 121 Zinc -Coated (Galvanized) Steel Barbed Wire ASTM A 123 Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 392 Zinc -Coated Steel Chain -Link Fence Fabric F-162-3 4/25/2005 AC 150/5370-1OB t ASTM A 491 Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A 572 High -Strength Low -Alloy Columbium -Vanadium Steels of Structural Steel Quality ASTM A 653 Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process ASTM A 824 metallic -Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM A 1011 Steel Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability ASTM B 117 Standard Practice for Operating Salt Spray (Fog) Apparatus ASTM B 221 Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire Shapes and Tubes ASTM B 429 Aluminum -Alloy Extruded Structural Pipe and Tube ASTM F 668 Poly(vinyl Chloride)(PVC) and other Organic Polymer -Coated Steel Chain -Link Fence Fabric ASTM F 1043 Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework ASTM F 1083 Pipe, Steel, Hot -Dipped Zinc -coated (galvanized) Welded, for Fence Structures ASTM F 1 183 Aluminum Alloy Chain Link Fence Fabric ASTM F 1345 Zinc-5% Aluminum-Mischmetal Alloy -Coated Steel Chain Link Fence Fabric ASTM G 152 Operating Open Flame (Carbon -Arc) Light Apparatus for Exposure of Nonmetallic Materials ASTM G 153 Operating Enclosed Carbon -Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G 154 Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials ASTM G 155 Operating (Xenon- Arc) Light Apparatus for Exposure of Nonmetallic Materials FED SPEC Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) RR-F-I91/3 FED SPEC Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) RR-F-191 /4 END OF ITEM F-162 F-162-4 Modifications to TxDOT ITEM 340 DENSE -GRADED HOT MIX ASPHALT (METHOD) T7ie intent of tleia:specyk . ' n Is to replace o d Hot M,7 ,4sphalt Cbncre�e (H1iit1Q. wide new HMAC over e ng, proof roUe4 44se It rnuy not be plosstble tp ptchMV-9 n 4u>ae density tn` Al `avpenent patch"greg4c TxDOT Item 340 Dense -Graded Hot Mix Asphalt (Method) of the project specifications shall be modified as follows: 1. Unless otherwise stated, references to Item numbers in this specification refer to TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (2004). 2, Delete all references to RAP. RAP will not be allowed on this project. 3. Delete all references to the Engineer performing acceptance testing on proposed materials. The Contractor is responsible for providing documentation from a competent commercial laboratory that proposed material meets these specifications. 4. Paragraph 340.2.A.1. COARSE AGGREGATE — Delete the first and second sentences of the second sub- paragraph and insert the following: "The mix shall be Type D according to Table 4. Furnish Surface Aggregate Class A for the Type D Mix." 5. Paragraph 340.2.A. TABLE 1— AGGREGATE QUALITY REQUIREMENTS — Magnesium sulfate soundness loss will not be greater than 20% when Class A aggregate is required. 6. Paragraph 340.2.A.3. FINE AGGREGATE — Add the following sub -paragraph: "That portion of the fine aggregate including any blended filler, passing a No. 40 sieve shall have a plasticity index of not more than 6, as determined by AASHTO Designation T-91, and a liquid limit of not more than 25, as determined by AASHTO Designation T-89," 7. Paragraph 340.2.D. ASPHALT BINDER — Delete this paragraph and insert the following: "Provide a binder with a performance grade of 70-22 (PG 70-22) for the Type D Mix in accordance with TxDOT Section 300.2.J, Performance -Graded Binders." 8. Paragraph 340.2.E. TACK COAT — Delete this paragraph and insert the following: "Furnish a tack coat and prime coat in accordance with Items P-602 and P-603 of these specifications." 9. Paragraph 340.4. CONSTRUCTION — Delete the third and fourth sentences and insert the following: "All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer, except as noted, at no cost to the Contractor, except that the costs for all failing tests shall be borne by the Contractor at no additional expense to the project." 10. Paragraph 340.4.A.1. DESIGN REQUIREMENTS — Delete the last half of the fourth sentence. A commercial laboratory must document the Hamburg Wheel test. 11. Paragraph 340A.B. JOB -MIX FORMULA APPROVAL — Delete all references to the Engineer performing testing. The Contractor is responsible for all sample testing. Test Method TEX-530-C (Boil Test) will not be required. 01273805 340 - a 03/07 12. Paragraph 340.4.F.2. TACK COAT — Delete the third sentence. Tack coats and prime coats shall be applied at the rates specified in Items P-602 and P-603 of these specifications. 13. Paragraph 340.4.J. RIDE QUALITY — Delete this paragraph. Ride Quality will not be tested. 14. Paragraph 340.4. Add the following new paragraph: "340.4.K. Smooth ess — The final surface shall be free from roller marks. The finished surfaces of each course of pavement, excep the finished surface of the final course, shall not vary more than 3/8-inch when evaluated with a 16-foot straightedge. The finished surface of the final course of pavement shall not vary more than '/- inch when evaluated with a 16-foot straight edge. Readings shall be made in accordance with requirements in Item P-401, Paragraph 401-5.2.b.(5) of these specifications." 15. Paragraph 340.4. Add the following new paragraph: "340.4.L. Testing Laboratory — "The Contractor shall provide a building or trailer located at the plant or job site in accordance with these specifications. The building shall be utilized by the Engineer or testing laboratory personnel to perform quality control and acceptance tests on project materials. The building may be jointly used by the Engineer and the Contractor, however the Engineer shall have priority in use of the building during the implementation of testing. The Contractor will not be required to furnish asphaltic testing equipment in the building." 16. Paragraph 340.6. PAYMENT — Change "Dense -Grade Hot -Mix Asphalt (Method)" in first sentence to "Hot Mix Asphaltic Concrete Pavement." 17. Paragraph 340.6. PAYMENT — Delete the last two sub -paragraphs and insert the following: "Payment will be made for: TxDOT Item 340, Type D Hot Mix Asphaltic Concrete Pavement, furnished and installed, complete, per ton." 01273805 340 - b 03/07 TxDOT ITEM 340 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 340.1. Description. Construct a pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. 340.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify compliance. A. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engineer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part 11. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested by the Engineer and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for nonlisted sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. The SAC for sources on the Department's AQMP is listed in the BRSQC. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates duffer by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 24n. sieve. RAP from either Contractor- or Department -owned sources, including RAP generated during the project, is permitted only when shown on the plans. Department -owned RAP, if allowed for use, will be available at the location shown on the plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. When RAP is allowed by plan note, use no more than 30% RAP in Type A or B mixtures unless otherwise shown on the plans. For all other mixtures, use no more than 20% RAP unless otherwise shown on the plans. TxDOT 340-1 Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part 1. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor -owned RAP stockpiles with Department -owned RAP stockpiles. Remove unused Contractor -owned RAP material from the project site upon completion of the project. Return unused Department -owned RAP to the designated stockpile location. 3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). Table 1 Aggregate Quality Requirements Property Test Method -Requirement Coarse Aggre Yate SAC AQMP As shown on fans Deleterious material, %, max Tex-217-F, 1.5 Part I Decantation, %, max Tex-217-F, 1.5 Part II Micro-Deval abrasion, %, max Tex-461-A Note 1 Los Angeles abrasion, %, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, Tex411-A 30' %, max Coarse aggregate angularity, 2 crushed Tex 460-A, 853 faces, %, min Part I Flat and elongated particles @ 5:1, %, Tex-280-F 10 max Fine Aggregate Linear shrinkage, %, max I Tex-107-E 3 Combined Aggregate Sand equivalent, %, min I Tex-203-F 45 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). TxDOT 340-2 11 Table 2 Gradation Requirements for Fine Aggregate Sieve Size 1 % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 B. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: • is sufficiently dry, free -flowing, and free from clumps and foreign matter; • does not exceed 3% linear shrinkage when tested in accordance with Tex-] 07-E; and • meets the gradation requirements in Table 3. Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 55-100 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Fumish the type and grade of performance -graded (PG) asphalt binder specified on the plans in accordance with Section 300.2.1, "Performance -Graded Binders." E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS- 1H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. if required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain at least 1 sample of the tack coat binder per project and test it to verify compliance with Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 340.3. Equipment. Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 340.4. Construction. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Unless otherwise shown on the plans, provide the mix design. The Department will perform quality assurance (QA) testing. Provide quality control (QC) testing as needed to meet the requirements of this Item. TxDOT 340-3 A. Mixture Design. 1. Design Requirements. Use a Level II specialist certified by a Department -approved hot -mix asphalt certification program to develop the mixture design. Have the Level 11 specialist sign the design documents. Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables I through 6. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Construction Division maintains a list of approved laboratories. Furnish the Engineer with representative sample§ of all materials used in the mixture design. The Engineer will verify the mixture design. If the design cannot be verified by the Engineer, furnish another mixture design. The Contractor may submit a new mixture design at anytime during the project. The Engineer will approve all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report using Department -provided software. Include the following items in the report: • the combined aggregate gradation, source, specific gravity, and percent of each material used; • results of all applicable tests; • the mixing and molding temperatures; • the signature of the Level II person or persons who performed the design; • the date the mixture design was performed; and • a unique identification number for the mixture design. Table 4 Master Gradation Bands (% Passing by Weight or Volume) and Volumetric Properties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1/2" 98.0-100.0 — — — — I" 78.0-94.0 98.0-100.0 — — — 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 — — 1/2" 50.0-70.0 — — 98.0-100.0 — 3/8" — 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 1 6.0-20.0 1 7.0-21.0 7.0-20.0 6.'0-19.0 #200 2.0-7.0 2.0-7.0 1 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA % Minimum — 12.0 13.0 1 14.0 115.0 16.0 Plant -Produced VMA, % Minimum — 11.0 12.0 13.0 14.0 15.0 1. Voids in Mineral Aggregates. TxDOT 3404 Table 5 Laboratory Mixture Design Properties Test Requirem Property Method ent Target laboratory -molded density, % Tex-207-F 96.0 Tensile strength (dry), psi (molded tp 93% 2 tl% density)Tex-226-F 85-200 Boil test Tex-530-C — 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Requirements' High -Temperature Binder Grade Minimum # of Passes 0.51' Rut Depth, Tested @ 122°F PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. B. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for mixture production. JMF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF based on plant - produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF. If the JMF is not verified by the Engineer from the trial batch, adjust the JMF or redesign the mix and produce as many trial batches as necessary to verify the JMF. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. The Engineer will use a Texas gyratory compactor calibrated in accordance with Tex-914-F in molding production samples. The Engineer will perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved JMF. If, during initial days of production, the Contractor or Engineer determines that adjustments to the JMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory redesign of the mixture. The Engineer will adjust the asphalt content to maintain desirable laboratory density near the optimum value while achieving other mix requirements. TxDOT 340-5 Table 7 Operational Tolerances Test Allowable I Description Method Difference from JMF Target Individual % retained for #8 sieve and t5 01 j I larger Tex-200-F f Individual % retained for sieves smaller or [than #8 and larger than #200 Tex-236-F t3.0I j %passing the #200 sieve ± 01-- _ �iAsphalt content, % Tex-236-F 0 33 Laboratory -molded density, % 1 f 1.0 VMA, %, min Tex-207-F I Note 2 j 1. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements are met. D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 1. Operational Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: • 3 consecutive tests on any individual sieve, • 4 consecutive tests on any of the sieves, or • 2 consecutive tests on asphalt content. , Begin production only when test results or other information indicate, to the satisfaction of the Engineer, that the next mixture produced will be within Table 7 tolerances. 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Department will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the Construction Division. F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course TxDOT 340-6 coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place mixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. Table S Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum in. Maximum in. A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60°F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatic -tire roller when directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. G. Lay -Down Operations. 1. Minimum Mixture Placement Temperatures. Use Table 9 for suggested minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 9 Suggested Minimum Mixture Placement Temperature High -Temperature Minimum Placement Binder Grade Temperature Before Entering Paver PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF H. Compaction. Use air void control unless ordinary compaction control is specified on the plans. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory TxDOT 340-7 rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense -graded hot -mix asphalt to contairi`from 5% to 9% in -place air voids. Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in -place air void determination. The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. e. Air Voids Out of Range. If the in -place air void content in the compacted mixture is below 5% or greater than 9%, change the production and placement operations to bring the in -place air void content within requirements. The Engineer may suspend production until the in -place air void content is brought to the required level, and may require a test section as described in Section 340A.H.l.d, "Test Section." d. Test Section. Construct a test section of 1 lane -width and at most 0.2 mi. in length to demonstrate that compaction to between 5% and 9% in -place air voids can be obtained. Continue this procedure until a test section with 5% to 9% in -place air voids can be produced. The Engineer will allow only 2 test sections per day. When a test section producing satisfactory in -place air void content is placed, resume full production. 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. When such changes occur, establish a new rolling pattern. Compact the pavement to meet the requirements of the plans and specifications. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected. At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. J. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. TxDOT 340-8 340.5. Measurement. Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 340.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Dense -Graded Hot -Mix Asphalt (Method)" of the type, surface aggregate classification, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are incorporated into pavement work approved by the Department. Pay adjustment for ride quality, when required, will be determined in accordance with Item 585, "Ride Quality for Pavement Surfaces." END OF TxDOT ITEM 340 TxDOT 340-4 THIS PAGE INTENTIONALLY LEFT BLANK TxDOT 340-10 Modifications to ENGINEERING BRIEF 35A THERMOPLASTIC COAL -TAR EMULSION SLURRY SEAL Engineering Brief 35A — Thermoplastic Coal -Tar Emulsion Slurry Seal or the project specifications shall be modified as follows: 1. 1.1 Add the following to this paragraph: Multiple applications of the slurry seal shall be applied during the completion of this project. The differing courses will be defined as "level -up", "first -course", and "second -course" and each will be further detailed in this specification. 2. 2.1 AGGREGATE. Delete TABLE 1. GRADATION OF AGGREGATES and replace with the following: TABLE 1. GRADATION OF AGGREGATES Sieve Size Percentage by Weight Passing Sieves Level-Un Course First Course Second Course No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 100 100 100 80-90 80-90 80-90 55-70 10-90 55-70 35-60 5-20 35-60 2545 0 2545 15-25 0 15-25 5-20 0 5-20 3. 3.1 COMPOSITION. Delete this paragraph and replace with the following: "The aggregate shall be mixed with the thermoplastic coal -tar emulsion at the rate shown in Table 2 into a homogeneous slurry mixture." TABLE 2. COMPOSITION lbs of aggregate per gallon of emulsion Level -Up Course First Course Second Course 21-25 1 8-10 21-23 4. 3.2 APPLICATION. Delete this paragraph and replace with the following: "Each application of the thermoplastic emulsion slurry seal shall be applied at the rate shown in Table 3." TABLE 3. APPLICATION lbs of slurry per square yard Level -Up Course First Course Second Course as necessary as necessary to fillF7-8 for level -up of area cracks in pavement 01273805 EB-35A — a 03l07 5. 5.3 PREPARATION OF PAVEMENT. Add the following sentence at the end of this section: "Contractor shall apply an approved herbicide to any vegetation growing in areas to receive the slurry seal treatment. Vegetation shall be removed from these areas after the herbicidal treatment has had sufficient time for treatment and the vegetation is dead." G. Add the following sections after Paragraph 5.7 CONTRACTOR'S CERTIFICATION: " METHOD OF MEASUREMENT The quantity of thermoplastic coal -tar emulsion slurry seal shall be measured by the square yard. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for thermoplastic coal -tar emulsion slurry seal. 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 EB-35A, Thermoplastic Coal -Tar Emulsion Slurry Seal, Level -up Application, complete, per square yard, and Item EB-35A, Thermoplastic Coal -Tar Emulsion Slurry Seal, Two -Course Application, complete, per square yard." 01273805 03/07 EB-35A — b ENGINEERING BRIEF 35A THERMOPLASTIC COAL -TAR EMULSION SLURRY SEAL EB 35 Dated 1986 (Revised September 1994 EB 35A) DESCRIPTION 1.1 This item shall consist of an application of a thermoplastic resin coal -tar emulsion slurry seal, with mineral aggregate, applied on an existing, previously prepared asphalt surface, in accordance with these specifications. MATERIALS 2.1 AGGREGATE. The aggregate shall consist of sound, durable crushed igneous type stone (crushed basalt, - granite, trap rock, etc.) with a hardness greater than 5 on the MOH hardness scale and shall show no more wear than 25 percent when tested in accordance with ASTM C 131. The aggregate shall be free from coatings of clay, organic matter, and other deleterious materials and shall meet the gradation in Table 1 when tested in accordance with ASTM C 136. Samples of aggregates shall be submitted by the Contractor at least 14 days prior to the start of production. During production, the sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval from the standpoint of the quality requirements of this section.. TABLE 1. GRADATION OF AGGREGATES Sieve Size Percentage By Weight Passing Sieves No. 4 100 No. 8 80-90 No. 16 (1.18mm) 55-70 No. 30 (0.60mm) 35-60 No. 50 (0.3mm) 2545 No. 100 (0.15nun) 15-25 No. 200 (0.075mm) 5-20 2.2 BITUMINOUS MATERIALS. The emulsion material shall be a thermoplastic coal tar emulsion made up of plastic resin and emulsified coal -tar pitch conforming to the requirements of ASTM D 3320. The thermoplastic coal -tar emulsion shall be manufactured as a complete product which can be tested at the manufacturing plant. The water content of the emulsion shall not exceed 48 percent +/- I percent when tested in accordance with ASTM D 244, paragraph 3. A dried film of combination of plastic resin and coal -tar with the remaining percentage being inorganic filler. The dried emulsion shall have a softening point greater than 212 degrees F (100 degrees C) when tested in accordance with ASTM D 36. A film of the dried emulsion material, 8 mils thick, shall stretch to 5 times its original length at 70 degrees F (21 degrees C) without breaking, and recover 35 percent of this length in one minute. COMPOSITION AND APPLICATION 3.1 COMPOSITION. The aggregate shall be mixed with the thermoplastic coal -tar emulsion at the rate of 21-23 lbs per gallon of emulsion into a homogeneous slurry mixture. 3.2 APPLICATION. The thermoplastic emulsion slurry seal shall be applied in one coat at an application rate of 7- 8 pounds of slurry per square yard. EB-35A-1 TEST SECTION Prior to full production, the Contractor shall prepare a quantity of mixture sufficient to place a test section of approximately 16 feet wide by 100 feet long at the application rate specified in paragraph 3.2. The area to be tested will be designated by the Engineer and will be located on the existing pavement. The test section should be used to verify the adequacy of the mixture and to determine the exact application rate. The same equipment and method of operations shall be used on the test section as will be used on the remained of the work. If the test section should proved to be unsatisfactory, the necessary adjustments to the mix composition, application rate, placement operations and equipment shall be made. Additional test sections shall be placed and evaluated if required. CONSTRUCTION METHODS 5.1 WEATHER LIMITATIONS. The slurry seal shall be applied only when the surface is dry and the air temperature is above 50 degrees F (10 degrees C). It should not be applied when the humidity or impending weather conditions will not allow proper curing. 5.2 EQUIPMENT AND TOOLS. Descriptive information on the mixing and application equipment proposed for use shall be submitted to the Engineer not less than 10 days before work starts. All methods employed in preforming the work and all equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started. (1) Slurry Machine. The slurry machine shall be a truck -mounted mobile mixing plant with a towed -type spreader box. It shall have a water tank and water pump capable of delivering a constant volume of water. The slurry machine shall have an agitated storage tank for the thermoplastic emulsion and a non -shearing peristaltic pump with variable rate of flow for the delivery of this material. The slurry machine shall have a hopper for holding aggregate, supplying this material to the mixing chamber by a conveyor belt. The rate of aggregate delivery shall be volumetrically controlled by an adjustable gate opening. The speed of the conveyor shall be mechanically dependent upon the speed of the peristaltic pump. The slurry machine shall be a continuous -flow mixing unit capable of delivering predetermined quantities of thermoplastic emulsion, aggregate, and if necessary water, to the mixing chamber and discharging the thoroughly mixed slurry on a continuous basis. The slurry machine shall deliver the materials to the mixing chamber in a constant proportion in a manner not dependent on power plant or vehicle speed. The machine shall be equipped with a water spraybar capable of fogging the pavement surface with up to 0.05 gallons of water per square yard. (2) Batch -Mixing Machine. The batch -mixing machine shall be a truck -mounted 500 to 1000 gallon tank containing suitably driven mixing blades to combine predetermined quantities of thermoplastic emulsion, aggregate, and, if necessary, water into a homogeneous slurry. It shall be equipped with a water tank and pump capable of delivering a constant volume of water to a spraybar. The spraybar shall be capable of fogging the pavement surface with up to 0.05 gallons of water per square yard. (3) Spreading Equipment. Attached to the mixing machine shall be a mechanical -type squeegee distributor, equipped with flexible material in contact with the surface to prevent loss of slurry from the distributor. It shall be maintained to prevent loss of slurry on varying grades and adjusted to assure uniform spread. There shall be a lateral control device and a flexible strike -off capable of being adjusted to lay the slurry at the specified rate of application. The spreader box shall have an adjustable width. The box shall be kept clean; dried slurry build-up on the box shall not be permitted. (4) Auxiliary Equipment. Other tools or equipment such as power brooms, power blowers, air compressors, hand brooms hand squeegees, etc., shall be provided as required. EB-35A-2 5.3 PREPARATION OF PAVEMENT. Prior to placing the slurry seal, unsatisfactory areas shall be repaired and the surface shall be cleaned of dust, dirt or other loose foreign matter. Any standard cleaning method will be acceptable except that water flushing will not be permitted in areas where considerable cracks are present in the pavement surface. Remove vegetation growing in cracks with compressed air (hot air lance). Any painted stripes on surface to be treated, shall be removed before applying slurry seal. Small oil spots are to be treated by scraping off excess oil, heating with a torch, brushing loosened material away and primed with a solution containing one part water and one part thermoplastic emulsion. When large oil or grease soiled areas are present, the area shall be cleaned of the contaminants by chemical or mechanical abrasion. All oil spot areas shall be prime sealed with thermoplastic coal -tar emulsion diluted with 50 percent water applied to the areas at the rate of 0.10 gallons per square yard. Cracks wider than 1/4 inch shall be routed and sealed with compatible crack filler prior to applying the slurry seal. A minimum period of 30 days shall elapse between the placement of a bituminous surface course and the application of the slurry seal. 5.4 APPLICATION OF TACK COAT. Following preparation of the pavement, a tack coat of thermoplastic coal tar emulsion diluted with 50 percent water shall be applied to the pavement at the rate of 0.05 gallons per square yard. 5.5 APPLICATION OF SLURRY SEAL. The Surface shall be prewet by fogging ahead of the spreader box. Water used in prewetting the surface shall be applied at such a rate that the entire surface is damp with no apparent flowing water in front of the spreader box. The mixture shall be of the desired consistency when deposited on the surface, and no additional elements shall be added. A sufficient amount of mixture shall be carried in the spreader box at all times so that even distribution is obtained. No clumped or unmixed aggregate shall be permitted. No segregation of the emulsion and aggregate fines from the coarse aggregate will be permitted. If the coarse aggregate J settles to the bottom of the slurry, the applied slurry will be removed from the pavement surface. Upon completion of the work, the slurry shall have no pin holes, bare spots or cracks through which liquids or foreign matter could penetrate to the underlying pavement. No excessive buildup, uncovered aggregate, or unsightly appearance shall be permitted on longitudinal or transverse joints. The finished surface shall present a uniform texture. In areas where the spreader box cannot be used, the slurry shall be applied by means of a hand squeegee. 5.6 CURING. The slurry shall be permitted to dry a minimum of 24 hours before opening to traffic and shall be sufficiently cured to drive over without damage to the slurry seal. 5.7 CONTRACTOR'S CERTIFICATION. The Contractor shall furnish the manufacturer's certification that each consignment of thermoplastic emulsion shipped to the project meets the requirements of paragraph 2.2. The Contractor shall submit a certification that the material proposed has been in field use for a minimum of 2 years. The Contractor shall furnish a certification demonstrating their experience in the application of a thermoplastic coal tar emulsion slurry seal for a minimum of two years. END OF EB-35A -} EB-3 5A-3 THIS PAGE INTENTIONALLY LEFT BLANK EB-3 5 A-4 APPENDIX THIS PAGE INTENTIONALLY LEFT BLANK U.S. Department m of Transportation Federal Aviation Administration Subject: OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION 1. THE PURPOSE OF THIS ADVISORY CIRCULAR (AC). Aviation safety is the primary consideration at airports, especially during construction. This AC sets forth guidelines for operational safety on airports during construction. It contains major changes to the following areas: "Runway Safety Area," paragraph 3-2; "Taxiway Safety Areas/Object-Free Areas," paragraph 3-3; "Overview," paragraph 3-4; "Marking Guidelines for Temporary Threshold," paragraph 3-5; and "Hazard Marking and Lighting," paragraph 3-9. 2. WHAT THIS AC CANCELS. This AC cancels AC 150/5370-2D, Operational Safety on Airports During Construction. dated May 31, 2002. 3. READING MATERIAL RELATED TO THIS AC. Appendix 1 contains a list of reading materials on airport construction, design, and potential safety hazards during construction, as well as instructions for ordering these documents. Many of them, including this AC, are available on the Federal Aviation Administration (FAA) Web site. 61/t"tL-,)e DAVID L. BENNETT Director, Office of Airport Safety and Standards Advisory Circular Date: 1/17/03 AC No: 150/5370-2E Initiated by: AAS-300 Change: 4. WHO THIS AC AFFECTS. This AC assists airport operators in complying with 14 Code of Federal Regulations (CFR), part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, and with the requirements of airport construction projects receiving funds under the Airport Improvement Program or from the Passenger Facility Charge Program. While the FAA does not require noncertificated airports without grant agreements to adhere to these guidelines, we recommend that they do so as it will help these airports maintain a desirable level of operational safety during construction. 5. ADDITIONAL BACKGROUND INFORMATION. Appendix 2 contains definitions of terms used in this AC. Appendix 3 provides airport operators with boilerplate format and language for developing a safety plan for an airport construction project. Appendix 4 is a sample Notice to Airmen form. 6. HAZARD LIGHTING IMPLEMENTATION TIME LINE. Supplemental hazard lighting must be red in color by October 1, 2004. See paragraph 3-9 for more information. 1 /17/03 AC 15015370-2E CONTENTS Paragraph Paste CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES.................................................1 1-1. Overview..................................................................................................................................................................1 1-2. Who Is Responsible for Safety During Construction...............................................................................................1 CHAPTER2. SAFETY PLANS................................................................................................................................ 3 Section 1. Basic Safety Plan Considerations.......................................................................................................3 2-1. Overview.................................................................................................................................................................. 3 2-2. Safety Plan Checklist................................................................................................................................................ 3 Section 2. Safety and Security Measures.............................................................................................................4 2-3. Overview.................................................................................................................................................................. 4 2-4. Vehicle Operation and Marking and Pedestrian Control..........................................................................................4 2-5. Construction Employee Parking Areas.....................................................................................................................5 2-6. Construction Vehicle Equipment Parking................................................................................................................5 2-7. Radio Communication Training...............................................................................................................................5 2-8. Fencing and Gates....................................................................................................................................................5 Section 3. Notification of Construction Activities................................................................................................ 5 2-9. General. 2-10. Assuring Prompt Notifications.................................................................................................................................6 2-11. Notices to Airmen(NOTAMs).................................................................................................................................6 2-12. Aircraft Rescue and Fire Fighting (ARFF) Notification...........................................................................................6 2-13. Notification to the FAA............................................................................................................................................6 2-14. Work Scheduling and Accomplishment...................................................................................................................6 CHAPTER 3. SAFETY STANDARDS AND GUIDELINES......................................................................................7 Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas ......................7 3-1. Overview.................................................................................................................................................................. 7 3-2. Runway Safety Area (RSA)/Obstacle-Free Zone(OFZ)..........................................................................................7 3-3. Taxiway Safety Areas/Object-Free Areas........................................................................ ........7 ................................ Section 2. Temporary Runway Thresholds.......................................................................................................... a 3-4. Overview.................................................................................................................................................................. 8 3-5. Marking Guidelines for Temporary Threshold......................................................................................................... 8 3-6. Lighting Guidelines for Temporary Threshold.........................................................................................................9 Section 3. Other Construction Marking and Lighting Activities......................................................................10 3-7. Overview................................................................................................................................................................10 3-8. Closed Runway and Taxiway Marking and Lighting.............................................................................................10 3-9. Hazard Marking and Lighting................................................................................................................................10 3-10. Construction Near Navigational Aids(NAVAIDs)................................................................................................11 3-11. Construction Site Access and Haul Roads..............................................................................................................11 3-12. Construction Material Stockpiling..........................................................................................................................11 3-13. Other Limitations on Construction.........................................................................................................................11 3-14. Foreign Object Debris (FOD) Management...........................................................................................................12 Section 4. Safety Hazards and Impacts..............................................................................................................12 3-15. Overview................................................................................................................................................................12 AC 15015370-2E 1/17/03 Appendices APPENDIX I. RELATED READING MATERIAL................................................................................................... A-1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC.................................................................................. A-2 APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE.............................................................. A-3 APPLNDIX4. SAMPLE NOTAM............................................................................................................................ A-7 iv 1/17/03 AC 150/5370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1-1. OVERVIEW. Hazardous practices and marginal conditions created by construction activities can decrease or jeopardize operational safety on airports. To minimize disruption of normal aircraft operations and to avoid situations that compromise the airport's operational safety, the airport operator must carefully plan, schedule, and coordinate construction activities. While the guidance in this AC is primarily used for construction operations, some of the methods and procedures described may also enhance day- to-day maintenance operations. 1-2. WHO IS RESPONSIBLE FOR SAFETY DURING CONSTRUCTION. An airport operator has overall responsibility for construction activities on an airport. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on these responsibilities can be found throughout this AC. a. Airport operator's responsibilities (1) Develop internally or approve a construction safety plan developed by an outside consultant/contractor that complies with the safety guidelines in Chapter 2, "Safety Plans," and Appendix 3, "Airport Construction Safety Planning Guide," of this AC. (2) Require contractors to submit plans indicating how they intend to comply with the safety requirements of the project. (3) Convene a meeting with the construction contractor, consultant, airport employees, and, if appropriate, tenant sponsor to review and discuss project safety before beginning construction activity. (4) Ensure contact information is accurate for each representative/point of contact identified in the safety plan. (5) Hold weekly or, if necessary, daily safety meetings to coordinate activities. (6) Notify users, especially aircraft rescue and fire fighting (ARFF) personnel, of construction activity and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAMs) or other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure that construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure that construction contractors and subcontractors undergo training required by the safety plan. (9) Develop and/or coordinate a construction vehicle plan with airport tenants, the airport traffic control tower (ATCT), and construction contractors. Include the vehicle plan in the safety plan. See Chapter 2, section 2, of this AC for additional information. (10) Ensure tenants and contractors comply with standards and procedures for vehicle lighting, marking, access, operation, and communication. (11) At certificated airports, ensure that each tenant's construction safety plan is consistent with 14 CFR part 139, Certification and Operations: Land Airports Serving Certain Air Carriers. (12) Conduct frequent inspections to ensure construction contractors and tenants comply with the safety plan and that altered construction activities do not create potential safety hazards. (13) Resolve safety deficiencies immediately. (14) Ensure construction access complies with the security requirements of 49 CFR part 1542, Airport Security. (15) Notify appropriate parties when conditions exist that invoke provisions of the safety plan (e.g., implementation of low -visibility operations). b. Construction contractor's responsibilities— (1) Submit plans to the airport operator on how to comply with the safety requirements of the project. (2) Have available a copy of the project safety plan. (3) Comply with the safety plan associated with the construction project and ensure that construction personnel are familiar with safety procedures and regulations on the airport. (4) Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (5) Provide a safety officer/construction inspector familiar with airport safety to monitor construction activities. (6) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate. AC 150I5370-2E 1117/03 (7) Ensure that no construction employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations areas (AOAs) from the construction site unless authorized. c. Tenant's responsibilities if planning construction activities on leased property— (1) Develop a safety plan, and submit it to the airport operator for approval prior to issuance of a Notice to Proceed. (2) Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (3) Ensure that no tenant or construction employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (4) Restrict movement of construction vehicles to construction areas by flagging and barricading or erecting temporary fencing. 2 1117103 AC 15015370-2E CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations 2-1. OVERVIEW. Airport operators should coordinate safety issues with the air carriers, FAA Airway Facilities, and other airport tenants before the design phase of the project. The airport operator should identify project safety concerns, requirements, and impacts before making arrangements with contractors and other personnel to perform work on an airport. These safety concerns will serve as the foundation for the construction safety plan and help maintain a high level of aviation safety during the project. The airport operator should determine the level of complexity of the safety plan that is necessary for each construction project and its phases. The safety plan may be detailed in the specifications included in the invitation for bids, or the invitation for bid may specify that the contractor develop the safety plan and the airport operator approve it. In the latter case, the invitation for bid should contain sufficient information to allow the contractor to develop and determine the costs associated with the safety plan. In either case, safety plan costs should be incorporated into the total cost of the project. The airport operator has final approval authority and responsibility for all safety plans. Coordination will vary from formal predesign conferences to informal contacts throughout the duration of the construction project. Details of a specified safety plan, or requirements for a contractor -developed safety plan, should be discussed at the predesign and preconstruction conferences and should include the following, as appropriate: a. Actions necessary before starting construction, including defining and assigning responsibilities. b. Basic responsibilities and procedures for disseminating instructions about airport procedures to the contractor's personnel. c. Means of separating construction areas from aeronautical -use areas. d. Navigational aid (NAVAID) requirements and weather. e. Marking and lighting plan illustrations. f. Methods of coordinating significant changes in airport operations with all the appropriate parties. 1 2-2. SAFETY PLAN CHECKLIST. To the extent applicable, the safety plan should address the fallowing: a. Scope of work to be performed, including proposed duration of work. b. Runway and taxiway marking and lighting. c. Procedures for protecting all runway and taxiway safety areas, obstacle -free zones (OFZs), object -free areas (OFAs), and threshold citing criteria outlined in AC 15015300-13, Airport Design, and as described in this AC. This includes limitations on equipment height and stockpiled material. d. Areas and operations affected by the construction activity, including possible safety problems. e. NAVAIDs that could be affected, especially critical area boundaries. f. Methods of separating vehicle and pedestrian construction traffic from the airport movement areas. This may include fencing off construction areas to keep equipment operators in restricted areas in which they are authorized to operate. Fencing, or some other form of restrictive barrier, is an operational necessity in some cases. g. Procedures and equipment, such as barricades (identify type), to delineate closed construction areas from the airport operational areas, as necessary. h. Limitations on construction. 1. Required compliance of contractor personnel with all airport safety and security measures. j. Location of stockpiled construction materials, construction site parking, and access and haul roads. k. Radio communications. 1. Vehicle identification. m. Trenches and excavations and cover requirements. AC 150/5370-2E 1 /17/03 n. Procedures for notifying ARFF personnel if water lines or fire hydrants must be deactivated or if emergency access routes must be rerouted or blocked. o. Emergency notification procedures for medical and police response. p. Use of temporary visual aids. q. Wildlife management. r. Foreign object debris (FOD) control provisions. s. Hazardous materials (HAZMAT) management. t. NOTAM issuance. w. Procedures for contacting responsible representatives/points of contact for all involved parties. This should include off -duty contact information so an immediate response may be coordinated to correct any construction -related activity that could adversely affect the operational safety of the airport. Particular care should be taken to ensure that appropriate Airways Facilities personnel are identified in the event that an unanticipated utility outage or cable cut occurs that impacts FAA NAVAIDs. x. Vehicle operator training. y. Penalty provisions for noncompliance with airport rules and regulations and the safety plan (e.g., if a vehicle is involved in a runway incursion). u. Inspection requirements. z. Any special conditions that affect the operation of the airport and will require a portion of the safety plan v. Procedures for locating and protecting existing to be activated (e.g., low -visibility operations, snow underground utilities, cables, wires, pipelines, and other removal). underground facilities in excavation areas. Section 2. Safety and Security Measures 2-3. OVERVIEW. Airport operators are responsible for closely monitoring tenant and construction contractor activity during the construction project to ensure continual compliance with all safety and security requirements. Airports subject to 49 CFR part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction, contractor and tenant personnel. In addition, airport operators should use safety program standards, as described in Chapter 3 of this AC, to develop specific safety measures to which tenants and construction contractors must adhere throughout the duration of construction activities. General safety provisions are contained in AC 150/5370-10, Standards for Specking Construction of Airports, paragraphs 40-05, "Maintenance of Traffic"; 70-08, "Barricades, Warning Signs, and Hazard Markings"; and 80-04, "Limitation of Operations." At any time during construction, aircraft operations, weather, security, or local airport rules may dictate more stringent safety measures. The airport operator should ensure that both general and specific safety requirements are coordinated with airport tenants and ATCT personnel. The airport operator should also include these parties in the coordination of all bid documents, construction plans, and specifications for on -airport construction projects. 2-4. VEHICLE OPERATION AND MARKING AND PEDESTRIAN CONTROL. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. This includes aircraft movement and nonmovement areas. The airport operator should develop and coordinate a construction -vehicle plan with airport tenants, contractors, and the ATCT. The safety plan or invitation for bid should include specific vehicle and pedestrian requirements. The vehicle plan should contain the following items: a. Airport operator's rules and regulations for vehicle marking, lighting, and operation. b. Requirements for marking and identifying vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. c. Description of proper vehicle operations on movement and nonmovement areas under normal, lost communications, and emergency conditions. d. Penalties for noncompliance with driving rules and regulations. e. Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. f. Provisions for radio communication training for construction contractor personnel engaged in construction activities around aircraft movement areas. Some drivers, 4 1/17/03 AC 150/5370-2E such as construction drivers under escort, may not require this training. g. Escort procedures for construction vehicles requiring access to aircraft movement areas. A vehicle in the movement area must have a working aviation -band, two-way radio unless it is under escort. Vehicles can be in closed areas without a radio if the closed area is properly marked and lighted to prevent incursions and a NOTAM regarding the closure is issued. h. Monitoring procedures to ensure that vehicle drivers are in compliance with the construction vehicle plan. i. Procedures for, if appropriate, personnel to control access through gates and fencing or across aircraft movement areas. 2-5. CONSTRUCTION EMPLOYEE PARKING AREAS. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the airport movement area. These areas should provide reasonable contractor employee access to the job site. 2-6. CONSTRUCTION VEHICLE EQUIPMENT PARKING. Construction employees must park and service all construction vehicles in an area designated by the airport operator outside the runway safety areas and OFZs and never on a closed taxiway or runway. Employees should also park construction vehicles outside the OFA when not in use by construction personnel (e.g., overnight, on weekends, or.during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigational aids. The FAA must also study those areas to determine effects on 14 CFR part 77, Objects Affecting Navigable Airspace, surfaces (see paragraph 2-13 for further information). 2-7. RADIO COMMUNICATION TRAINING. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement 2-9. GENERAL. areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCTs. Training of contractors on proper communication procedures is essential for maintaining airport operational safety. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact with airport operations, ATCT, or the Common Traffic Advisory Frequency, which may include UNICOM, MULTICOM, or one of the FAA Flight Service Stations (FSS), as directed by airport management. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position when given clearance to cross a runway. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure (see the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings"). This safety placard may be ordered through the Runway Safety Program Web site at http://www.faarsp.org or obtained from the Regional Airports Division Office. 2-8. FENCING AND GATES. Airport operators and contractors must take care to maintain a high level of safety and security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and people (especially minors). Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR-00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. Section 3. Notification of Construction Activities In order to maintain the desired levels of operational safety on airports during construction activities, the safety plan should contain the notification actions described below. 5 AC 150/5370-2E 1 /17/03 2-10. ENSURING PROMPT NOTIFICATIONS. The airport operator should establish and follow procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of an airport. 2-11. NOTICES TO AIRMEN (NOTAMS). The airport operator must provide information on closed or hazardous conditions on airport movement areas to the FSS so it can issue a NOTAM. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, and Appendix 4 in this AC for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA -owned facilities. Only the airport operator or an authorized representative may issue or cancel NOTAMs on airport conditions. (The airport owner/operator is the only entity that can close or open a runway.) The airport operator must file and maintain this list of authorized representatives with the FSS. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. 2-12. AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) NOTIFICATION. The safety plan must provide procedures for notifying ARFF personnel, mutual aid providers, and other emergency services if construction requires shutting off or otherwise disrupting any water line or fie hydrant on the airport or adjoining areas and if contractors work with hazardous material on the airfield. Notification procedures must also be developed for notifying ARFF and all other emergency personnel when the work performed will close or affect any emergency routes. Likewise, the procedures must address appropriate notifications when services are restored. 2-13. NOTIFICATION TO THE FAA. For certain airport projects, 14 CFR part 77 requires notification to the FAA. In addition to applications made for Federally funded construction, 14 CFR part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Regional Airports Division Office or Airports District Office. Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR part 77 must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e., cranes, graders, etc.). FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the FAA Regional Airports Division Office or Airports District Office. (See AC 70/7460-2, Proposed Construction or Alteration of Objects that May Affect the Navigable Airspace.) If construction operations require a shutdown of an airport owned NAVAID from service for more than 24 hours or in excess of 4 hours daily on consecutive days, we recommend a 45-day minimum notice prior to facility shutdown. Coordinate work for a FAA owned NAVAID shutdown with the local FAA Airways Facilities Office. In addition, procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs must be addressed. 2-14. WORK SCHEDULING AND ACCOMPLISHMENT. Airport operators —or tenants having construction on their ]eased properties —should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences forAirport Grant Projects). The airport operator, tenants, and construction contractors should integrate operational safety requirements into their planning and work schedules as early as practical. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. The contractor and airport operator should carry out onsite inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 11 1 /17/03 AC 150/5370-2E CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas 3-1. OVERVIEW. Airport operators must use these safety guidelines when preparing plans and specifications for construction activities in areas that may interfere with aircraft operations. The safety plan should recognize and address these standards for each airport construction project. However, the safety plan must reflect the specific needs of a particular project, and for this reason, these safety guidelines should not be incorporated verbatim into project specifications. For additional guidance on meeting safety and security requirements, refer to the planning guide template included in Appendix 3 of this AC. 3-2. RUNWAY SAFETY AREA (RSA)/ OBSTACLE -FREE ZONE (OFZ). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13, Airport Design). Construction activities within the standard RSA are subject to the following conditions: a. Runway edges. (1) No construction may occur closer than 200 feet (60m) from the runway centerline unless the runway is closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA width available during construction, or 400 feet, whichever is less (see AC 150/5300-13, Tables 3-1 through 3-3). (2) Personnel, material, and/or equipment must not penetrate the OFZ, as defined in AC 150/5300- 13. (3) The airport operator must coordinate the construction activity in the RSA as permitted above with the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM. b. Runway ends. (1) An RSA must be maintained of such dimensions that it extends beyond the end of the runway a distance equal to that which existed before construction activity, unless the runway is closed or restricted to aircraft operations for which the reduced RSA is adequate (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may help provide the necessary RSA. In addition, all personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13.' Consult With the appropriate FAA Regional Airports Division Office or Airports District Office to determine the appropriate approach surface required. (2) Personnel, material, and/or equipment must not penetrate the OFZ, as defined in AC 150/5300- 13. (3) The safety plan must provide procedures for ensuring adequate distance for blast protection, if required by operational considerations. (4) The airport operator must coordinate construction activity in this portion of the RSA with the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM. c. Excavations. (1) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (2) Open trenches or excavations are not permitted within 200 feet (60m) of the runway centerline and at least the existing RSA distance from the runway threshold while the runway is open. If the runway must be opened before excavations are backfilled, cover the excavations appropriately. Coverings for open trenches or excavations must be of sufficient strength to support the weight of the heaviest aircraft operating on the runway. 3-3. TAXIWAY SAFETY AREAS/OBJECT- FREE AREAS. a. Unrestricted construction activity is permissible adjacent to taxiways when the taxiway is restricted to aircraft such that the available taxiway safety area is equal 'If a full safety area cannot be obtained through declared distances and partial closures, or other methods such as alternate runway use, construction activity may operate in the RSA as long as conditions cited in paragraph 3-lb(2) thru (4) are met. In addition, various surfaces outlined in AC 150/5300-13 and Terminal Instrument Procedures (TERPS) must be protected through an aeronautical study. 7 AC 150/5370-2E 1 /17/03 to at least'/z of the widest wingspan of the aircraft expected to use the taxiway and the available taxiway object -free area is equal to at least .7 times the widest wingspan plus 10 feet. (See AC 15015 300-13 for guidance on taxiway safety and object -free areas.) Construction activity may be accomplished closer to a taxiway, subject to the following restrictions: (1) The activity is first coordinated with the airport operator. (2) Appropriate NOTAMs are issued. (3) Marking and lighting meeting the provisions of paragraph 3-9 are implemented. (4) Adequate clearance is maintained between equipment and materials and any part of an aircraft. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its 3-4. OVERVIEW. main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for each passing aircraft. In these situations, flag persons'will be used to direct construction equipment, and wing walkers may be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. b. Construction contractors must prominently mark open trenches and excavations at the construction site, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness c. Excavations and open trenches may be permitted up to the edge of a structural taxiway and apron pavement provided the dropoff is marked and lighted per paragraph 3-9, "Hazard Marking and Lighting." Section 2. Temporary Runway Thresholds Construction activity in a runway approach area may result in the need to partially close a runway or displace the existing runway threshold. In either case, locate the threshold in accordance with Appendix 2 of AC 150/5300-13, Airport Design. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate these objects with the FAA's Regional Airports Office or appropriate Airports District Office, as necessary. Refer to the current edition of AC 150/5300-13 for guidance on threshold siting requirements. The partial runway closure, the displacement of the runway threshold, as well as closures of the complete runway and other portions of the movement area also requires coordination with appropriate ATCT personnel and airport users. Caution regarding partial runway closures: When filing a NOTAM for a partial runway closure, clearly state to FSS personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). Example NOTAM: "North 1,000 feet of Runway 18/36 is closed; 7,000 feet remain available on Runway 18 and Runway 36 for arrivals and departures." There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition. Caution regarding displaced thresholds: Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate -stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, etc. within the RSA of any usable runway end, we do not recommend a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 3-5. MARKING GUIDELINES FOR TEMPORARY THRESHOLD. Ensure that markings for temporary displaced thresholds are clearly visible to pilots approaching the airport to land. When construction personnel and equipment are located close to any threshold, a temporary visual NAVAID, such as runway end identifier lights (REIL), may be required (even on unlighted runways) to define the new beginning of the runway clearly. A visual vertical guidance device, such as a visual approach slope indicator (VASI), pulse light approach slope indicator (PLASI), or precision approach path indicator (PAPI), may be necessary to assure landing clearance over personnel, vehicles, equipment, and/or above -grade stockpiled materials. If such devices are installed, ensure an appropriate descriptive NOTAM is issued to inform pilots of these conditions. The current edition of AC 150/5340-1, Standards for Airport Markings, describes standard marking colors and layouts. In addition, we recommend that a temporary runway threshold be marked using the following guidelines: a. Airport markings must be clearly visible to pilots; not misleading, confusing, or deceptive; secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents; and constructed of 1/17/03 AC 150/5370-2E that could be distracting, confusing, or alarming to pilots during aircraft operations. s. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. t. Spillage from vehicles (gasoline, diesel fuel, oil, etc.) on active pavement areas, such as runways, taxiways, ramps, and airport roadways. u. Failure to maintain drainage system integrity during construction (e.g., no temporary drainage provided when working on a drainage system). 1 v. Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits. w. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. x. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. y. Site burning, which can cause possible obscuration. z. Construction work taking place outside of designated work areas and out of phase. 13 1/17/03 AC 150/5370-2E APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/arp/. In addition, these ACs are available by contacting the U.S. Department of Transportation, Subsequent Distribution Office, SVC- 121.23, Ardmore Egst Business Center, 3341 Q 75th Avenue, Landover, h4l) 20785. a. AC 150/5200-28, Notices to Airmen (NOTAM) for Airport Operators. Provides guidance for the use of the NOTAM System in airport reporting. b. AC 150/5200-30, Airport Winter Safety and Operations. Provides guidance to airport owners/operators on the development of an acceptable - airport snow and ice control program and on appropriate field condition reporting procedures. c. AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports. Provides guidance on locating certain land uses having the potential to attract hazardous wildlife to public -use airports. d. AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. Provides guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. e. AC 150/52204, Water Supply Systems for Aircraft Fire and Rescue Protection. Provides guidance for the selection of a water source and standards for the design of a distribution system to support aircraft rescue and fire fighting service operations on airports. f. AC 150/5340-1, Standards for Airport Markings Contains FAA standards for markings used on airport runways, taxiways, and aprons. g. AC 150/5340-14B, Economy Approach Lighting Aids. Describes standards for the design, selection, siting, and maintenance of economy approach lighting aids. h. AC 150/5340-18, Standards for Airport Sign Systems. Contains FAA standards for the siting and installation of signs on airport runways and taxiways. i. AC 150/5345-28, Precision Approach Path Indicator (PAPI) Systems. Contains the FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. j. AC 150/5380-5, Debris Hazards at Civil Airports. Discusses problems at airports, gives information on foreign objects, and explains how to eliminate such objects from operational areas. k. AC 70/7460-2, Proposed Construction or Alteration of Objects that May Affect the Navigable Airspace. Provides information to persons proposing to erect or alter an object that may affect navigable airspace and explains the need to notify the FAA before construction begins and the FAA's response to those notices, as required by 14 CFR part 77. 2. Obtain copies of the following publications from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402. Send a check or money order made payable to the Superintendent of Documents in the amount stated with your request. The Government Printing Office does not accept C.O.D. orders. In addition, the FAA makes these ACs available at no charge on the Web site at http://www.faa.gov/arp/. a. AC 15015300-13, Airport Design. Contains FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter, and contains the object -free area and the obstacle free -zone criteria. ($26. Supt. Does.) SN050-007-01208-0. b. AC 150/5370-10, Standards for Specking Construction of Airports. Provides standards for construction of airports. Items covered include earthwork, drainage, paving, turfing, lighting, and incidental construction. ($18. Supt. Docs.) SN050-007- 0821-0. A-1 AC 150/5370-2E 1/17/03 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIR OPERATIONS AREA (AOA). Any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, or aprons. 2. CONSTRUCTION. The presence and movement of construction -related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. 3. CERTIFICATED AIRPORT. An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, or its subsequent revisions. 4. FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION. The form submitted to the FAA Regional Air Traffic or Airports Division Office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR part 77, Objects Affecting Navigable Airspace (see AC 70/7460-2, Proposed Construction or Alteration of Objects that May Affect the Navigable Airspace, found at http://www.fan.gov/arp/). 5. FAA FORM 7480-1, NOTICE OF LANDING AREA PROPOSAL. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport (found at http://www.faa.gov/arp/). 6. MOVEMENT AREA. The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and aircraft parking areas (reference 14 CFR part 139). 7. OBSTRUCTION. Any objectlobstacle exceeding the obstruction standards specified by 14 CFR part 77, subpart C. 8. OBJECT -FREE AREA (OFA). An area on the ground centered on the runway, taxiway, or taxilane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes (see AC 150/5300-13, Airport Design, for additional guidance on OFA standards and wingtip clearance criteria). 9. OBSTACLE -FREE ZONE (OFZ). The airspace below 150 feet (45m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches (refer to AC 150/5300-13 for guidance on OFZs). 10. RUNWAY SAFETY AREA (RSA). A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13. 11. TAXIWAY SAFETY AREA. A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300- 13. 12. THRESHOLD. The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. 13. DISPLACED THRESHOLD. The portion of pavement behind a displaced threshold that may be available for takeoffs in either direction or landing from the opposite direction. 14. VISUAL GLIDE SLOPE INDICATOR (VGST). This device provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAPIs), visual approach slope indicators (VASIs), and pulse light approach slope indicators (PLASIs). A-2 1 /17/03 AC 150/5370-2E materials that would minimize damage to an aircraft in the event of inadvertent contact. (1) Pavement markings for temporary closed portions of the runway should consist of yellow chevrons to identify pavement areas that are unsuitable for takeoff/landing (see AC 150/5340-1). If unable to paint the markings on the pavement, construct them from any of the following materials: double -layered painted snow fence, colored plastic, painted sheets of plywood, or similar materials. They must be properly conAgured and secured to prevent movement by prop wash, jet blast, or other wind currents. (2) It may be necessary to remove or cover runway markings, such as runway designation markings and aiming point markings, depending on the length of construction and type of activity at the airport. (3) When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, use a white threshold bar of the dimensions specified in AC 150/5340-1. (4) If temporary outboard elevated or flush threshold bars are used, locate them outside of the runway pavement surface, one on each side of the runway. They should be at least 10 feet (3m) in width and extend outboard from each side of the runway so they are clearly visible to landing and departing aircraft. These threshold bars are white. If the white threshold bars are not discemable on grass or snow, apply a black background with appropriate material over the ground to ensure the markings are clearly visible. (5) A temporary threshold may also be marked with the use of retroreflective, elevated markers. One side of such markers is green to denote the approach end of the runway; the side that is seen by pilots on rollout is red. See AC 150/5345-39, FAA Specification L- 853, Runway and Taxiway Retroreflective Markers. (6) At 14 CFR part 139 certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR part 139.309). However, at noncertifrcated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39. b. The application rate of the paint to mark a short- term temporary runway threshold may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10, Standards for Speciing Construction of Airports), but the dimensions must meet the existing standards, unless coordinated with the appropriate offices. c. When a runway is partially closed, the distance remaining signs for aircraft landing in the opposite direction should be covered or removed during the construction. 3-6. LIGHTING GUIDELINES FOR TEMPORARY THRESHOLD. A temporary runway threshold must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. We recommend that temporary threshold lights and related visual NAVAIDs be installed outboard of the edges of the full-strength pavement with bases at grade level or as low as possible, but not to exceed 3 inches (7.6cm) above ground. When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage (see AC 150/5370-10). We recommend that the following be observed when using temporary runway threshold lighting: a. Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-24, Runway and Taxiway Edge Lighting System. Battery -powered, solar, or portable lights that meet the criteria in AC 150/5345-50, Specification for Portable Runway Lights, may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operation but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. b. When the runway has been partially closed, disconnect edge and threshold lights with associated isolation transformers on that part of the runway at and behind the threshold (i.e., the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. c. Secure, identify, and place any temporary exposed wiring in conduit to prevent electrocution and fire ignition sources. d. Reconfigure yellow lenses (caution zone), as necessary. If the runway has centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. e. Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI; other airport lights, such as REIL; and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, 9 AC 150/5370-2E 1 /17/03 coordinate its installation or disabling with the local Airway Facilities Systems Management Office. 3-7. OVERVIEW. f. Issue a NOTAM to inform pilots of temporary lighting conditions. Section 3. Other Construction Marking and Lighting Activities Ensure that construction areas, including closed runways, are clearly and visibly separated from movement areas and that hazards, facilities, cables, and power lines are identified prominently for construction contractors. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking and lighting aids remain in place and operational. Routine inspections must be made of temporary construction lighting, especially battery - powered lighting since weather conditions can limit battery life. 3-8. CLOSED RUNWAY AND TAXIWAY MARKING AND LIGHTING. Closed runway markings consist of a yellow "X" in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. A very effective and preferable visual aid to depict temporary closure is the lighted "X" signal placed on or near the runway designation numbers. This device is much more discernible to approaching aircraft than the other materials described. If the lighted "X" is not available, construct the marking of any of the following materials: double -layered painted snow fence, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and secured to prevent movement by prop wash, jet blast, or other wind currents. In addition, the airport operator may install barricades, traffic cones, activate stop bars, or other acceptable visual devices at major entrances to the runways to prevent aircraft from entering a closed portion of runway. The placement of even a single reflective barricade with a "do not enter" sign on a taxiway centerline can prevent an aircraft from continuing onto a closed runway. If the taxiway must remain open for aircraft crossings, barricades or markings, as described above or in paragraph 3-9, should be placed on the runway. a. Permanently closed runways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place "X's" at each end and at 1,000-foot (300-m) intervals. For taxiways, place an "X" at the entrance of the closed taxiway. b. Temporarily closed runway and taxiways. For runways that have been temporarily closed, place an "X" at the each end of the runway. With taxiways, place an "X" at the entrance of the closed taxiway. c. Temporarily closed airport. When the airport is closed temporarily, mark the runways as closed and turn off the airport beacon. d. Permanently closed airports When the airport is closed permanently, mark the runways as permanently closed, disconnect the airport beacon, and place an "X" in the segmented circle or at a central location if no segmented circle exists. 3-9. HAZARD MARKING AND LIGHTING. Provide prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Using appropriate hazard marking and lighting may prevent damage, injury, traffic delays, and/or facility closures. Hazard marking and lighting must restrict access and make specific hazards obvious to pilots, vehicle drivers, and other personnel. Barricades, traffic cones (weighted or sturdily attached to the surface), or flashers are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Provide temporary hazard marking and lighting to prevent aircraft from taxiing onto a closed runway for takeoff and to identify open manholes, small areas under repair, stockpiled material, and waste areas. Also consider less obvious construction -related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport. a. Nonmovement areas. Indicate construction locations on nonmovement areas in which no part of an aircraft may enter by using barricades that are marked with diagonal, alternating orange and white stripes. Barricades may be supplemented with alternating 10 1/17/03 AC 150/5370-2E CONTENTS Paragraph Paste CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES.................................................1 ` 1-1. Overview. 1-2. Who Is Responsible for Safety During Construction............................................................................................... I CHAPTER 2. SAFETY PLANS................................................................................................................................3 Section 1. Basic Safety Plan Considerations.......................................................................................................3 2-1. Overview.................................................................................................................................................................. 3 2-2. Safety Plan Checklist................................................................................................................................................3 t Section2. Safety and Security Measures.............................................................................................................4 2-3. Overview..................................................................................................................................................................4 2-4. Vehicle Operation and Marking and Pedestrian Control..........................................................................................4 2-5. Construction Employee Parking Areas.....................................................................................................................5 2-6. Construction Vehicle Equipment Parking................................................................................................................5 2-7. Radio Communication Training............................................................................................................................... 5 2-8. Fencing and Gates....................................................................................................................................................5 Section 3. Notification of Construction Activities................................................................................................ 5 2-9. General..................................................................................................................................................................... 2-10. Assuring Prompt Notifications.................................................................................................................................6 s 2-11. Notices to Airmen(NOTAMs).................................................................................................................................6 2-12. Aircraft Rescue and Fire Fighting (ARFF) Notification...........................................................................................6 2-13. Notification to the FAA............................................................................................................................................6 2-14. Work Scheduling and Accomplishment...................................................................................................................6 CHAPTER 3. SAFETY STANDARDS AND GUIDELINES......................................................................................7 Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas ......................7 3-1. Overview.................................................................................................................................................................. 7 3-2. Runway Safety Area (RSA)/Obstacle-Free Zone(OFZ)..........................................................................................7 3-3. Taxiway Safety Areas/Object-Free Areas................................................................................................................7 Section 2. Temporary Runway Thresholds.......................................................................................................... 8 3-4. Overview.................................................................................................................................................................. 8 3-5. Marking Guidelines for Temporary Threshold......................................................................................................... 8 3-6. Lighting Guidelines for Temporary Threshold.........................................................................................................9 Section 3. Other Construction Marking and Lighting Activities......................................................................10 3-7. Overview................................................................................................................................................................10 3-8. Closed Runway and Taxiway Marking and Lighting.............................................................................................10 3-9. Hazard Marking and Lighting................................................................................................................................10 3-10. Construction Near Navigational Aids(NAVAIDs)................................................................................................11 3-11. Construction Site Access and Haul Roads..............................................................................................................11 3-12. Construction Material Stockpiling..........................................................................................................................11 3-13. Other Limitations on Construction.........................................................................................................................11 3-14. Foreign Object Debris (FOD) Management...........................................................................................................12 Section 4. Safety Hazards and Impacts..............................................................................................................12 3-15. Overview................................................................................................................................................................12 AC 150/5370-2E 1 /17/03 Appendices APPENDIX 1. RELATED READING MATERIAL................................................................................................... A-1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC.................................................................................. A-2 APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE.............................................................. A-3 APPENDIX4. SAMPLE NOTAM............................................................................................................................ A-7 iv 1/17/03 AC 150/5370-2E APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction PURPOSE. This appendix provides airport operators with boilerplate format and language for developing a safety plan,for an airport construction project. Adapt this appendix, as applicable, to specific conditions found on the airport for which the plan is being developed. Consider including a copy of this safetyplan in the construction drawings for easy access by contractor personnel. Plans should contain the following: 1. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the following safety and operational practices should be observed: • Operational safety should be a standing agenda item during progress meetings throughout the construction project. • The contractor and airport operator must perform onsite inspections throughout the project, with immediate remedy of any deficiencies, whether caused by negligence, oversight, or project scope change. • Airport runways and taxiways should remain in use by aircraft to the maximum extent possible. • Aircraft use of areas near the contractor's work should be controlled to minimize disturbance to the contractor's operation. • Contractor, subcontractor, and supplier employees or any unauthorized persons must be restricted from entering an airport area that would be hazardous. • Construction that is within the safety area of an active runway, taxiway, or apron that is performed under normal operational conditions must be performed when the runway, taxiway, or apron is closed or use -restricted and initiated only with prior permission from the airport operator. • The contracting officer, airport operator, or other designated airport representative may order the contractor to suspend operations; move personnel, equipment, and materials to a safe location; and stand by until aircraft use is completed. 2. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. Before begin' ning any construction activity, the contractor must, through the airport operator, give notice [using the Notice to Airmen (NOTAM) System] of proposed location, time, and date of commencement of construction. Upon completion of work and return of all such areas to standard conditions, the contractor must, through the airport operator, verify the cancellation of all notices issued via the NOTAM System. Throughout the duration of the construction project, the contractor must — a. Be aware of and understand the safety problems and hazards described in AC 150/5370-2, Operational Safety on Airports During Construction. b. Conduct activities so as not to violate any safety standards contained in AC 150/5370-2 or any of the references therein. c. Inspect all construction and storage areas as often as necessary to be aware of conditions. d. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe conditions as soon as they are discovered. 3. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide an unobstructed approach surface over equipment and materials. (Refer to Appendix 2 in AC 150/5300-13, Airport Design, for guidance in this area.) 4. RUNWAY AND TAXIWAY SAFETY AREA (RSA AND TSA). Limit construction to outside of the approved RSA, as shown on the approved airport layout plan —unless the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA that is equal to the RSA available during construction (see AC 150/5370-2 for exceptions). Construction activity within the TSA is permissible when the taxiway is open to aircraft traffic if adequate wingtip clearance exists between the aircraft and cquipment/material; evacuations, trenches, or other conditions are conspicuously marked and lighted; and local NOTAMs are in effect for the activity (see AC 150/5300-13 for wingtip clearance requirements). The NOTAM should state that, "personnel and equipment are working adjacent to Taxiway_." a. Procedures for protecting runway edges. • Limit construction to no closer than 200 feet (60m) from the runway centerline —unless the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA A-3 AC 150/5370-2E 1 /17/03 that is equal to the RSA available during • Coordinate construction activity with the construction. Airport Traffic Control Tower (ATCT) and FAA Regional Airports Division Office or • Prevent personnel, material, and/or Airports District Office, and through the equipment, as defined in AC 15015300-13, Paragraph 306, "Obstacle Free Zone airport operator, issue an appropriate (OFZ)," from penetrating the OFZ. NOTAM. Complete the following chart to determine the area that must he protected along the runway edges: Runway Aircraft Approach Category* A, B, C, or D Airplane Design Group* I,11, III, or IV RSA Width in Feet Divided by 2* 17L/35R B II 75 17R/35L D IV 250 8/26 D IV 250 ILE] I I *See AC 150/5300-13, Airport Design, to complete the chart for a specific runway. b. Procedures for protecting runway ends. Maintain the RSA from the runway threshold to a point at least the distance from the runway threshold as existed before construction activity —unless the runway is closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA length available during construction in accordance with AC 150/5300-13. This may involve the use of declared distances and partial runway closures (see AC 150/5370-2 for exceptions). • Ensure all personnel, materials, and/or equipment are clear of the applicable threshold siting criteria surface, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. • Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, from penetrating the obstacle -free zone. • Ensure adequate distance for blast protection is provided, as needed. • Coordinate construction activity with the ATCT and FAA Regional Airports Division Office or Airports District Office, and through the airport operator, issue an appropriate NOTAM. • Provide a drawing showing the profile of the appropriate surfaces of each runway end where construction will take place. Where operations by turbojet aircraft are anticipated, review takeoff procedures and jet blast characteristics of aircraft and incorporate safety measures for construction workers in the contract documents. A-4 1/17/03 AC 150/5370-2E Complete the following chart to determine the area that must be protected before the runway threshold. Runway End Airplane Aircraft Minimum Safety Area Minimum Unobstructed Number Design Group* Approach Prior to the Threshold* Approach Slope Category* 1,1I, III, or IV A,B,C,orD 17L/35R II B 300 : FEET 20 : 1 to (threshold) 17R/35L IV D 1,000 : FEET : 1 to (threshold) 50:1 (17R) / 34:1 (35L) 8/26 IV D 1,000 : FEET : 1 to (threshold) 34:1 8 / 50:1 26 FEET : 1 to (threshold) *See AC 150/5300-13, Airport Design, to complete the chart for a specific runway. 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and lighting for a temporary threshold is_/is not required. The airport owner or contractor, as specified in the contract, will furnish and maintain markings for temporary thresholds. Precision approach path indicators (PAPIs) or runway end identification lights (REIL) are —/are not required. The airport owner or contractor, as specified in the contract, will furnish and install all temporary lighting. Include appropriate items per AC 150/5370-2, Chapter 3, "Safety Standards and Guidelines." If marking and lighting for the temporary threshold is not required, delete this section of the safety plan. If visual aids and/or markings are necessary, provide details. (Include applicable 14 CFR part 77 surfaces in the contract documents) 6. 'CLOSED RUNWAY MARKINGS AND LIGHTING. The following must be specified for closed runways. Closed runway marking are X /are not required. Closed runway markings will be as shown on the plans X /as furnished by the airport owner_/other (specify). Barricades, flagging, and flashers are_/are not required at Taxiway_ and Runway_and will be supplied by the airport /other X (specify). THE CONTRACTOR 7. HAZARDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement area will be marked with barricades, traffic cones, flags, or flashers (specify). These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, identify hazardous areas with red flashing or steady -burning lights (specify). The hazardous area marking and lighting will be supplied by the airport operator/contractor, as specified in the contract, and will be depicted on the plans. 8. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signs will be altered in the following manner (specify) during the period from * to . The alterations are depicted on the plans. * REFER TO THE PLANS. 9. VEHICLE OPERATION MARKING AND CONTROL. Include the following provisions in the construction contract, and address them in the safety plans: a. When any vehicle, other than one that has prior approval from the airport operator, must travel over any portion of an aircraft movement area, it will be escorted and properly identified. To operate in those areas during daylight hours, the vehicle must have a flag or beacon attached to it. Any vehicle operating on the movement areas during hours of darkness or reduced visibility must be equipped with a flashing dome -type light, the color of which is in accordance with local or state codes. b. It may be desirable to clearly identify the vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at minimum 8-inch (20-cm) block -type characters of a contrasting color and easy to read. They may be applied either by using tape or a water-soluble paint to facilitate removal. Magnetic signs are also acceptable. In addition, vehicles must display identification media, as specified in the approved security plan. (This section should be revised to conform to the airport operator's requirements) A-5 AC 150/5370-2E 1 /17103 e. Employee parking shall be b. Prominently marking open trenches, excavations, * (specify and stockpiled materials at the construction and lighting location), as designated by the airport manager / these obstacles during hours of restricted visibility -and project engineer " /other (specify). darkness. * REFER TO THE SPECIAL PROVISIONS. d. Access to the job site shall be via CONTRACTOR'S GATE C. Marking and lighting closed, deceptive, and (specify route), as shown on the plans_/designated hazardous areas on airports, as appropriate. by the engineer /designated by the superintendent /designated by the airport d. Constraining stockpiled material to prevent its manager /other. (specify). movement as a result of the maximum anticipated aircraft blast and forecast wind conditions. e. At 14 CFR part 139 certificated and towered airports, all vehicle operators having access to the movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences of noncompliance. f. If the airport is certificated and/or has a security plan, the airport operator should check for guidance on the additional identification and control of construction equipment. 10. NAVIGATIONAL AIDS. The contractor must not conduct any construction activity within navigational aid restricted areas without prior approval from the local FAA Airway Facilities sector representative. Navigational aids include instrument landing system components and very high -frequency omnidirectional range, airport surveillance radar. Such restricted areas are depicted on construction plans. 11. LIMITATIONS ON CONSTRUCTION. Additional limitations on construction include- a. Prohibiting open -flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the airport operator (as tailored to conform to local requirements and restrictions). 12. RADIO COMMUNICATIONS. Vehicular traffic located in or crossing an active movement area must have a working two-way radio in contact with the control tower or be escorted by a person in radio contact with the tower. The driver, through personal observation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the area and the area is properly marked to prevent incursions. Two-way radio communications are X /are not required between contractors and the Airport Traffic Control Tower X /FAA Flight Service Station /Airport Aeronautical Advisory Stations (UNICOM/CTAF) . Radio contact is ) /is not required between the hours of * and Continuous monitoring is required /or is required only when equipment movement is necessary in certain areas__. (This .section may be tailored to suit the specific vehicle and .safety requirements of the airport sponsor.) * 24 HOURS PER DAY 13. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed continuously during the work project. A-6 1/17/03 AC 150/5370-2E FAA NOTAM # . AIRPORT I.D. # NOTAM TEXT: NOTIFICATON: ####TOWER PHONE # ####FSS APPENDIX 4. SAMPLE NOTAM AIRPORT DATE: _ TIME: INITIALS TIME PHONE # INITIALS TIME AIRLINES CANCELLED: NOTIFICATON: ####TOWER PHONE# ####FSS PHONE # INITIALS TIME INITIALS TIME AIRLINES CALLED IN BY CALLED IN BY CALLED IN BY CALLED IN BY A-7 Rodriguez Engineering Laboratories ; May 23, 2006 John T. Hamilton, P.E. Parkhill, Smith & Cooper, Inc. 4222 85th Street Lubbock, TX 79423 RE: Supplemental Report of Geotechnical Investigation for Lubbock Preston Smith International Airport Lubbock, Texas Dear Mr. Hamilton: We have completed the supplement to geotechnical investigation report for Lubbock Preston Smith International Airport dated November 9, 2005. This, report describes the investigative procedures and presents the findings of our investigation. We appreciate the opportunity of working with you on this phase of this project. If you have any questions regarding this report, or if we can be of further service to you, please do not hesitate to call. Respectfully Submitted, Oscar H. Rodrigo 13809 i Urbine Drive • Austin. T'X, 78728 f512) 251-4454 - Fax,512_) 251-1380 0 Rodriguez Engineering Laboratories Construction Materials Engineering Testing Geotechnical Investigation For Lubbock Preston Smith International Airport "Supplemental Report" Lubbock, Texas Submitted to: John T. Hamilton, P.E. Parkhill, Smith & Cooper, Inc. 4222 851h Street Lubbock, TX 79423 May 23, 2006 13609 Turbine Dr. Austin, Texas 78728 Ph: (512) 251-4454 Fax: (512) 251.1380 Geotechnical Investigation For Lubbock Preston Smith International Airport "Supplemental Report" Lubbock,Texas Submitted to: John T..Hamilton, P.E. Parkhill, Smith & Cooper, Inc. 4222 85th Street Lubbock, TX 79423 Submitted by: Rodriguez Engineering Laboratories 13809 Turbine Drive Austin, TX 78728 May 23, 2006 Jose Melendez, P.E. ENGINEERING 'Committed to Excellence" jpUoRIGJEZ ENGINEERING Geotechnical Investigation for Lubbock Preston Smith International Airport "Supplemental Report" Lubbock, Texas Table of Contents 1. Introduction 1 II. Subsurface Investigation 1 111. Laboratory Testing 1 IV. Site and Subsurface Conditions 2 V. Site Conditions 2 VI. Subsurface Conditions 2 Vll. Conclusions and Recommendations 3 Vlll. Limitations 9 IX. Appendices 1. Appendix A Bore Log Data A-1 2. Appendix B Proctor and CBR Data B-1 3. Appendix C Map of Borehole Locations C-1 4. Appendix D Pavement Design D-1 5. Appendix E Recycled Base/RAP Test Data and Results E-1 "Committed to Excellence" JRODRIGUEZ ENGINEERING Geotechnical Investigation For Lubbock Preston Smith International Airport "Supplemental Report" Lubbock, Texas INTRODUCTION The purpose of this investigation is to determine the characteristics of the subsurface soils for the proposed improvements of GA Ramp Phase 11 at the Lubbock Preston Smith International Airport. The investigation included a subsurface investigation (drilling boreholes) to obtain information by securing representative soil samples that will be used to determine the appropriate pavement design. The samples collected were tested in the laboratory to determine the engineering properties. The results of those laboratory tests were then analyzed and summarized in this report. SUBSURFACE INVESTIGATIONS The subsurface investigation was performed under the supervision of Jose Melendez, P.E. Arturo Nunez provided the inspection and logging, for the subject investigation of subsurface conditions for the proposed improvements of Lubbock Preston Smith International Airport. Seven borings were drilled at 10 feet depth below existing grade in location selected by Parkhill, Smith & Cooper, Inc. Appendix C contains a map of the borehole locations. Appendix A , contains the information on each borehole along with the laboratory results for Moisture Content, Atterberg Limits, Sieve Analysis and Unified Soil Classification. The borings were drilled with a Giddings trailer mounted drill rig with a six-(6) inch diameter flight auger at the selected locations. LABORATORY TESTING The soil samples obtained during the exploration were sealed at the site and transported to the laboratory. A testing program was conducted on the sealed samples to aid in classification and evaluation of the engineering properties required for analysis. The laboratory tests were performed by experienced laboratory technicians and monitored by the geotechnical engineer. The parameters were determined by the following laboratory tests: Potential volumetric shrinkage characteristics of the cohesive soils were determined by the Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils (ASTM D 4318). Lubbock Preston Smith International Airport 1 5/23/2006 Supplemental Report "Committed to Excellence" IsODRIGUEZ (. ENONEE~RIAJG • Material gradation for soil classification was determined by the Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487). • Material moisture content was determined by the standard test method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass (ASTM D 2216). The data can be found in Appendix A. • The Moisture -Density relationship of the natural subgrade soils was determined by the standard test method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3(600 kN-m/m3)) (ASTM D 698). • An index of strength and deflection characteristics of the natural subgrade soils was determined by performing the standard test method for CBR (California Bearing Ratio) of Laboratory -Compacted Soils (ASTM D 1883). The data can be found in Appendix B. • The mixing of the material was determined by the standard test method for Laboratory Mixed Soil -Cement Testing (TEX-120-E). • The Moisture -Density relationship of the mixed material was determined by the standard test method for Laboratory Compaction Characteristics and Moisture - Density Relationship of Base Materials (TEX•113-E). • The Compressive Strength of the mixed material was determined by performing the standard test method for Triaxial Compression for Disturbed Soils and Base Materials (TEX-117-E). SITE AND SURFACE CONDITIONS Site Conditions The Lubbock Preston Smith International Airport is located in Lubbock, Texas. The topography in the area is generally flat. Appendix C includes a site map of the boring locations. Subsurface Conditions Borings to depth were generally advanced with ease; the material sampled varied from low to medium plasticity Sandy Clays. The particular subsurface stratigraphy, as determined by the exploration, is shown in detail in the boring logs. Lubbock Preston Smith International Airport 2 5/23/2006 j Supplemental Report l "Committed to Excellence" 1'. JP. 0ORIGIJE7 Aj.N E��•u:N;.E G No Groundwater was encountered during drilling operations. However, the. short- term field observations generally do not permit an accurate evaluation of the subsurface water levels. Subsurface water levels might vary with seasonal moisture changes. This is detailed in Appendix A. CONCLUSIONS AND RECOMMENDATIONS The following conclusions and recommendations are based upon the data obtained from the borings and laboratory testing of the soil samples, the project information provided to us by Parkhill, Smith & Cooper, Inc. (PSC) and experience with similar soils and site conditions. Proposed CBR Design Value The laboratory CBR design value, based on a 95% maximum dry density compaction level and a soaking period of 96 hours, the specified subgrade soils are as follows: CI9R Sams t:bmpscthre Laboratory Maximum Optimum. COMPKted - Dry Den ty No. Location Effort lsed Soaked COR (PCF ) Moisture (% ) i Infield Area #2 ASTM D-1557 4.7 121.2 10.9 2 Concrete Apron ASTM D-1557 6.5 125.7 9.4 1A Infield Area #2 ASTM D-698 4.3 111.5 13.4 The soil classification for the subgrade materials used on CBR tests are: C13R No. Soil Group Symbol! Liquid Llmlt ftstic Index Moisture Con nt Ma 11,01 Passlng No.40 Material Passing -No.2W 1 CL 26 16 6.8 % 93.0 % 51.7 % 2 SC 26 16 6.7 % 90.8 % 45.6 % Compressive Strength Results Samples of existing base and HMAC material were taken by PSC and shipped to REL (April 3, 2006) to perform compressive strength test using different percentages of cement. Base material was separated by size and HMAC material was crushed to obtain Recovered Asphalt Pavement (RAP) with a maximum size of 1-3/4°. Resulting material was recombined according to the given proportions (approx. 25% RAP and 75% Recycled Base) and mixed with cement according to Test Method Tex-120-E. Moisture -{tensity relationship using Tex-113-E was performed on the mixed material with 6% cement (based on the dry mass of the soil/RAP material). After obtaining the optimum moisture content for the material with 6% cement, three specimens were molded. Lubbock Preston Smith Internatlonal Akport 3 5/23/2006 Supplemental Report "Committed to Excellence"