Loading...
HomeMy WebLinkAboutResolution - 2012-R0375 - Contract - West Texas Paving Inc.- LPSIA Airfield Asphalt Repair - 10_11_2012 (3)Resolution No. 2012—RO375 October 11, 2012 Item No. 5.3.2. RESOLUTION BE 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, Contract No. 10675 for Lubbock Preston Smith International Airport Airfield asphalt repair, Package 2, by and between the City of Lubbock and West Texas Paving, Inc., of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on October 11, 2012 GLEN C. ROBERTSON, MAYOR ATTEST: Retie ca Garza, City Secre ry APF,ZOVED AS TO CONTENT: Loomis, Executive Director of Aviation APPROVED AS TO FORM: ,r Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract- West Texas Paving, Inc. September 24, 2012 Contract is viewable in the Office of the City Secretary BOND CHECK: BEST RATING _ LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE October 11, 2012 CITY OF LUBBOCK SPECIFICATIONS FOR Lubbock Preston Smith International Airport (LPSIA) Airfield Asphalt Repair - Package 2 ITS No. 12-10675-DT CONTRACT No. 10675 PROJECT NUMBER: 01271010 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncomppEy.com Phone: (806) 763-7770 ao ia- Ro 3 75 city of lubbock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 No Text city of o&k TEXAS ADDENDUM 1 Revised Specifications & Bid Form Pre -Bid Questions & Answers ITB 12-10675-DT LPSIA Airfield Asphalt Repair-Pkg 2 DATE ISSUED: SEPTEMBER 14, 2012 CLOSE DATE: SEPTEMBER 20, 2012, 3:00 P.AZ The following items take precedence over plans and specifications for ITB 12-10675-DT. Where any item called for in the proposal documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the Engineers ADDENDUM NO. 1, attached. 2. The Bid Form has been revised and must be submitted with the bid. The revised bid form is attached to this addendum. 3. The following bid items have been changed: Base Bid, Added Item No. 3. 4. Changes to Drawing — Replace sheet G-002 with the attached Sheet G-002. All requests for additional information or clarification must be submitted in writing and directed: D'Ana Torres, P.O. Box 2000, Lubbock, Texas 79457. Questions may be faxed to (806)775-2164 or Email to dtorresa.,mylubbock.us THANK YOU, V-Ana Torres CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Cijy of Lubbock Purchasing _Mana erg if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this bid documents to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. P.O. Box 2000 is 1625 13th Street m Lubbock, TX 79457 -- 806.775.2171 ® Purchasing and Contract Management . ...... . 1� 1`1� ?", ba-F." to—wo "PARKHILL SMITH & COOPER TO: All Prospective Bidders FROM: Mark Haberer, PE PROJECT NAME: LBB Airfield Asphalt Repair - Package 2 PROJECT NO.: 01.2718.12 DATE: September 13, 2012 4222 85th Street Lubbock, Texas 79423 806.473.2200 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Specifications and Drawings. This Addendum forms a part of, and shall be attached to the Specifications, and modifies the original Specifications dated August 2012 as noted below: This Addendum consists of two (2) pages, revised Bid Form, Section P-631 Mod, attached drawings no. G-002, and Pre -Bid Meeting Summary. I. CHANGES TO BID FORM A. Replace Bid Form with attached Bid Form in its entirety. II. CHANGES TO TECHNICAL SPECIFICATIONS: A. SECTION P-631 MODIFICATION 1. Replace Section P-631 Modifications with the attached Section P-631 "Modifications to Refined Coal -Tar Emulsion With Additive Slurry Seal Surface Treatment' in its entirety. III. CHANGES TO DRAWINGS: A. SHEET G-002 1. Replace Sheet G-002 with the attached Sheet G-002 in its entirety. B. SHEET ALT3-101 1. Add the following General Note to Sheet ALT3-101: "Contractor must allow access through perimeter road at all times. This may be achieved by phasing the panel reconstruction to allow access through half the width of the perimeter road. If more desirable for paving operations, the contractor also has the option of constructing an alternate temporary path to the side consisting of caliche base or salvaged asphalt millings and base from demolition in the base bid area. This area must be returned to preconstruction conditions after completion. Any material used in constructing the alternate route will be considered incidental to other paving items within Additive Alternate 3, and no separate payment will be made." IV. OTHER A. See Pre -Bid Meeting Minutes attached. \\DatalkProjects12012\2718.12\CLERICAL\Specs\ADDENWddendum No. 1\2718-Addendum No. 1.docm Abilene Amarillo El Paso Las Cruces Lubbock Midland team-psc.com Addendum No. 1 Page 2 September 13, 2012 END OF ADDENDUM NO. 1 NA COOP E�OFY�YtYjNI A^ i� ..................Y....«..I m d ►AADY n uA RCOFO O 19113112 Respectfully submitted, PARKHILL, SM & COOPER, INC. By: 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: By: LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modifications to ITEM P-631 REFINED COAL -TAR EMULSION WITH ADDITIVE SLURRY SEAL SURFACE TREATMENT This special specification modifies, amplifies, or amends the technical specifications and plans and takes precedence over them in the event of any discrepancy. 1. 631-2.3 Additive. Additive shall be Latex Rubber. Contractor shall identify type and formulation in the JMF. 2. 631-3.2 Job Mix Formula. The mix design shall be as shown in Table 2. No seal coat shall be produced for payment until a job mix formula has been approved by the Engineer. The formulation shall pass the fuel resistance test in Appendix A. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. REPLACE TABLE 2, with the following table: COMPOSITION OF MIXTURE, PER 100 GAL OF RFFtNFD COAL TAR FMULSION Refined Formula Rate of Coal Application of Application Tar Water Additive Aggregate Mix per Square Yard Emulsion Minimum Maximum Gallons Gallons Gallons LBS Gallons Gallons Prime Coat where required) asspecified by the coal tar emulsion manufacturer. I" Seal Coat 100 25 - 50 4 400 0.12 0.16 2nd Seal Coat 100 25 — 50 4 400 0.12 0.16 3. 631-4.2 a. Distributors. Amend paragraph by adding the following sentence to the end of this paragraph. "The distributor shall be equipped with a 14-foot minimum length spray bar and a tank with a minimum capacity of 1,500 gallons. The Contractor shall have a sufficient supply of materials, adequate, operable equipment, and a sufficient number of trained personnel available at the project site to provide an average minimum daily production of 6,000 gallons per day. 4. 631-4.2 c. Spreading Equipment. Amend paragraph by adding the following sentence to the end of this paragraph. l _.W "No spreader equipment will be allowed. Item P-631 shall be placed with an agitated, mixing distributer as described in Paragraph 631-4.2 a. above." 01271010 P-631-a ADDENDUM NO. 1 -F 08/12 1 f LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 5. 631-4.2 d. Hand Squeegee or Brush Application. Add the following sentence to this section. "The Engineer shall agree to the areas of use prior to this method of application being used." 6. 631-4.3 Preparation Of Existing Asphalt Pavement Surfaces. Add the following to the second paragraph of this Section: "All crack cleaning and sealing shall be performed, measured, and paid for in accordance with the requirements and conditions of Item P-605 JOINT SEALING FILLER." 7. 631-6.1 and 631-6.2. Delete these paragraphs and insert the following: "The Refined Coal Tar Seal Slurry Seal Surface Treatment shall be measured by the square yard of acceptable material in place and accepted by the Engineer." 8. 631-7.1. Delete this paragraph and insert the following: "Payment shall be made under: Item P-631, Refined Coal Tar Emulsion with Additive Slurry Seal Surface Treatment, complete, per square yard." 01271010 P-631-b ADDENDUM NO. 1 08/12_ li3d003 V HAVYS-nIHNUVd L <n —`— c] C f`.°CY d fs�o Gloc l O .�a Y•La_t" p U 3����� � ddJJg3� j I PAGE INTENTIONALLY LEFT BLANK I I 1 PARKHILL SMITH & COOPER "I Briefing by D'Ana Torres A. Refer to .ppt presentation (attached) B. Sign In Sheet to be posted on Bid S ync following meeting. C. Bids are due at 3:00 PM CST on September 20, 2012 D. Cut off for questions is Friday, September 14, 2012 at 1:00 PM CST. E. Award planned for October 11, 2012 council meeting. 4222 85th Street Lubbock, Texas 79423 806.473.2200 Other Items Discussed During Meeting A. PSC to re -issue P-631 spec. The new specification will require two coats instead of one. Included in this addendum. B. Badge fees will be applied as outlined in the Special Provisions, Section SP-6.3 of the specifications. C. No bonus to be paid on Bas a Bid, Items 11 and 12. D. Base Bid P-401 bonus subject to "small quantity" provisions. Fill in Item 10 based on total of Item 9 x 5%. E. Intend to pay bonus on A1-7 and A2-9 based on PWL criteria. F. No bonus will be paid on Item A3-6. G. Davis Bacon wage rates apply. H. Contractor must follow General Provisions Section 80-04.1 1. Partial payments will be made on a monthly basis and will be subject to 5% retainage. J. Payment for material on hand subject to provisions of General Provisions Section 90-07. K. Project based on calendar days. L. Valid weather days will be considered on a monthly basis. M. Contractor must keep entrance gate locked or staff with badged personnel. N. If on -site batch plant is used, material stockpile area must be paved. O. SWPPP requirements apply. P. Specified PG 64-28 asphalt binder. Q. All requirements for concrete coarse aggregate must be met. R. Only 50% payment will be made on concrete until passing 28-day breaks are received. S. Contractor required to obtain a stand of grass per the specifications. Retainage will be held until specification requirements met. T. Lump Sum utility relocation item will only be used if conflicting utilities discovered. Abilene Amarillo El Paso Las Cruces Lubbock Midland team-psc.com ,-- . . . ..... N Is REVISED BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: 12-10675-DT - LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT LBB AIRFIELD ASPHALT REPAIR — PACKAGE 2 Bid of (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 LBB AIRFIELD ASPHALT REPAIR — PACKAGE 2, 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. ITEM DESCRIPTION I UNIT ESTIMATED UNIT PRICE EXTENDED NO. I I QUANTITY AMOUNT BASE BID — NORTH HANGER ASPHALT RECONSTRUCTION 1. Item P-140, Contractor Mobilization. LS 1 $ $ 2. Item P-101, Remove and dispose of 2" asphalt, 9" granular base. SY 6,469 3. Item P-152, Excavation. CY 360 4. Item P-152, Grading and subgrade preparation, 6-inches thick. SY 6,446 5. Item P-152, Grading in unpaved areas. SY 4,550 6. Item P-156, Temporary air and water pollution, soil erosion and siltation control. LS 1 7. TxDOT Item 247, Type A, Grade 2 crushed aggregate base course, 6" thickness, furnished and installed. SY 378 8. TxDOT Item 247, Type A, Grade 2, crushed aggregate base course, 10.5" thickness, furnished and installed. SY 6,180 9. TxDOT Item 341, Type C, dense -graded hot -mix asphalt (QC/QA), 2.5" thickness, furnished and installed. TON 834 10. TxDOT Item 341, Type C, dense -graded hot -mix asphalt (QC/QA), 5% bonus. LS 1 REVISED BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. UANTITY AMOUNT 11. Item P-501, Portland cement concrete pavement, 7" thickness (including fiber mesh). SY 108 12. Item P-501, Portland cement concrete pavement, 6" thickness (including fiber mesh). SY 270 13. Item P-602, Bituminous prime coat, including herbicidal treatment 0.3 al/s . GAL 1,930 14. Item P-620, Runway and taxiway painting. SF 166 15. Item P-631, Refined coal tar emulsion with additive slurry seal surface treatment. SY 6,050 16. Item T-901, Soil preparation, seeding and fertilizing. SY 4,550 17. Item T-901, Temporary seeding. SY 4,550 18. Item MC, Utility adjustment or removal. LS 1 19. Item MC, Remove existing aircraft tie - down anchors. EA 32 20. Item MC, Furnish and install aircraft tie - down anchors. EA 18 21. Item MC, Rock riprap (including filter fabric). CY 8 TOTAL BASE BID MATERIALS $ SERVICES $ TOTAL BID ITEMS 1-21 $ (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) Bidder's Initial P ITB 12-10675-DT ADDENDUM NO. 1 �- Page 2 REVISED BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. I I UANTITY AMOUNT ALTERNATE 1 ADDITIVE - NORTH HANGAR CONCRETE RECONSTRUCTION THASE 1 AREA Al-1. Item P-140, Contractor Mobilization. LS 1 $ $ Al-2. DEDUCT TxDOT Item 247, Type A, Grade 2, crushed aggregate base course, 10.5" thickness, furnished and installed insert negative number). SY 700 Al-3. DEDUCT TxDOT Item 341, Type C, dense -graded hot -mix asphalt (QC/QA), 2.5" thickness, furnished and installed insert negative number). TON 95 Al-4. DEDUCT TxDOT Item 341, Type C, dense -graded hot -mix asphalt (QC(QA), 5% bonus (insert negative number) (Unit Price should be 5% of Al-3 Extended Amount.) LS 1 Al-5. DEDUCT Item P-631, Refined coal tar emulsion with additive slurry seal surface treatment insert negative number). SY 700 Al-6. TxDOT Item 247, Type A, Grade 2, crushed aggregate base course, 6" thickness, furnished and installed. SY 700 Al-7. Item P-501, Portland cement concrete pavement, 7" thickness, including reinforcement where applicable. SY 700 Al-8. Item P-501, Portland cement concrete pavement, 6% bonus. LS 1 TOTAL ALTERNATE 1 MATERIALS $ LABOR $ TOTAL BID ITEMS Al-1— A1-8 $ (In case of a discrepancy between the Unit Price and the extended total for it bid item, the unit price will betaken.) Bidder's Initial j ITB 12-10675-DT ADDENDUM NO. 1 Page 3 REVISED BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. I I QUANTITY AMOUNT ALTERNATE 2 ADDITIVE — NORTH HANGAR CONCRETE RECONSTRUCTION PHASE 2 AREA A2-1. Item P-140, Contractor Mobilization. LS 1 $ $ A2-2. DEDUCT TxDOT Item 247, Type A, Grade 2, crushed aggregate base course, 10.5" thickness, furnished and , installed insert negative number), SY 5,480 A2-3. DEDUCT TxDOT Item 341, Type C, dense -graded hot -mix asphalt (QC/QA), 2.5" thickness, furnished and installed insert negative number). TON 739 A24. DEDUCT TxDOT Item 341, Type C, dense -graded hot -mix asphalt (QC/QA), 5% bonus (insert negative number) (Unit Price should be 5% of A2-3 Extended Amount.. LS 1 A2-5. DEDUCT Item P-501, Portland cement concrete pavement, 7" thickness (including fiber mesh) (insert negative number). SY 108 A2-6. DEDUCT Item P-501, Portland cement concrete pavement, 6" thickness (including fiber mesh) (insert negative number). SY 270 A2-7. DEDUCT Item P-631, Refined coal tar emulsion with additive slurry seal surface treatment insert negative number). SY 5,350 A2-8. TxDOT Item 247, Type A, Grade 2, crushed aggregate base course, 6" thickness, furnished and installed. SY 5,480 A2-9. Item P-501, Portland cement concrete pavement, 7" thickness, including reinforcement where applicable. SY 5,728 A2-10. Item P-501, Portland cement concrete pavement, 6% bonus. LS 1 TOTAL ALTERNATE 2 MATERIALS $ LABOR $ TOTAL BID ITEMS A2-1— A2-10 $ (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) Bidder's Initial ITB 12-10675-DT ADDENDUM NO. 1 Page 4 P REVISED BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. I I I QUANTITY AMOUNT , ALTERNATE 3 ADDITIVE - PERIMETER. ROAD REPAIRS A3-1. Item P-140, Contractor Mobilization. LS 1 $ $ A3-2. Item P-101, Remove 8" P-501 and 5" P-209 granular base. SY 2,685 A3-3. Item P-152, Grading and subgrade preparation, 6-inches thick. SY 2,685 A3-4. TxDOT Item 247, Type A, Grade 2, crushed aggregate base course, 6" thickness, furnished and installed. SY 2,685 A3-5. Item P-602, Bituminous prime coat, including herbicidal treatment 0.3 aUs . GAL 806 A3-6. Item P-501, Portland cement concrete pavement, 7" thickness, including dowels and associated drilling and epoxy. (No bonus to be paid on Alternate 3 paving.) SY 2,685 TOTAL ALTERNATE 3 MATERIALS $ LABOR $ TOTAL BID ITEMS A3-1— A3-6 $ (in case of a atserepancy between Inc Unit rrice ana the extenaea total for a pia item, tie unit price will be taken.) Bidder's Initi ITB 12-10675-DT ADDENDUM NO. I Page 5 t REVISED BID FORM Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within sixty-six (66) calendar days (or eighty-eight (88) calendar days if alternates 1, 2 or 3 awarded) and final completion a total of eighty-one (81) calendar days (or one -hundred three (103) calendar days if alternates 1, 2 or 3 awarded) thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages for each calendar day in excess of the time set forth in the general conditions of the contract documents, the following sum of allowed construction time with liquidated damages: $900.00 66 calendar days (88 calendar days if Alternates 1, 2 or 3 awarded) for substantial completion, $900.00 81 calendar days (103 calendar days if Alternates 1, 2 or 3 awarded) for final completion. Phase 1 $500.00 21 calendar days (28 calendar days if Alternates 1, 2 or 3 awarded). Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SIXTY (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidder's Initial ITB 12-10675-DT ADDENDUM NO. l Page 6 REVISED BID FORM Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 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 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 sealed bid tha t 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 BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date. Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: - Fax: Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) ITB 12-10675-DT ADDENDUM NO. 1 Page 7 ity of $%IVu'dobbo&k Pre -Bid Meeting TEXAS 3:00 P.M. ITB 12-10675-DT LPSIA Airfield Asphalt Repair, Pkg 2 1 Pre --Bid Meeting + Please sign in. Sign -In Sheets will be posted on bidsync.com after meeting. + All persons attending the meeting will be asked to identify themselves and the prospective company they represent. + Buyer will go over the bid packet and requirements and answer questions pertaining to bid process. Department members and Project Engineers will answer questions on project specs and plans. On -Site visit (if needed) H. }�. a (notice To Bidders f BIDS ARE DUE: Thursday, September 20, 2012 at 3:00 p.m. in the Purchasing & Contract Management Department, Room 204, 1625 131h Street, Lubbock Faxed or late bids will not be accepted. Proposed City Council Meeting: October 11, 2012. Bidders may view the plans and specifications without charge at The Reproduction Company or www.bidsvnc.com 2 Addenda & Modications If any changes, additions, or clarifications of the ITB are made by ADDENDA information will be made available in BidSync or contact the buyer. Addenda issued by Purchasing Department will become part of the bid packet having the same binding effect as provisions of the original ITB. Questions, inquiries and clarifications must be submitted in writing to the buyer no later than five (5) calendar days before bid closing date. Time & Order for Completion The construction covered by the contract shall be as follows: Final' $900 15 calendar days following substantial completion Completion or a total of 81 calendar days (103 calendar days if Additive Alternate is awarded) Phase 1 $SUQ 21calendaf days (� if Additive Alternate; I awarded} Phase 2 Per substantial 45calendar days completion (60 if Additive Alternate is awarded) 3 r U Insurance Requirements ►Please share the insurance requirements with your insurance agent or broker. Insurance information is covered in the General Conditions, Section 28 in the ITI3. ;The City of Lubbock shall be named as additional insured on Auto/General Liability on a primary and non-contributory basis, to include products of completed operations endorsement, with a Waiver of Subrogation in favor of the City of Lubbock on all coverages. dt shall be the contractor's responsibilityto provide to the owner all proof of coverage insurance documents, including worker's compensation coverage, for each subcontractor. Preparation for Bid The bidder shall submit the bid on forms furnished by the City. t All blank spaces in the form shall be correctly filled in and shall be written in ink or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. Please remember to sign the bid forms and enclosed in a sealed envelope with vendors named and bid number listed on outside of envelope. Any corrections to the bid price must be made on the bid form prior to bid opening. El Contractor's Checklist Before submitting your bid, please ensure you have completed and included the documents in the order they are listed on the Contractor's Checklist. The contractor is only to submit one (1) original copy of every item listed. I/p4Y /nNr.w" '"tlY mtmY�.c .� G.Wa.u.�4laip%Y�^AKNIl p�{ Wf. aMvwL TitlNn�tn •Ilnxw Bid Form Base Bid North Hanger Asphalt Reconstruction Items 1-20 Alt 1 (Additive)North Hanger Concrete Reconstruction (Phase 1) Items Al-i 7A1,-8 All 2 (Additive) North Hanger Concrete Reconstruction (Phase 2) Items A2-1—A2-8 Alta (Additive} ';,:" Perimeter Road Repairs ItemsA3 i A3-6 1. Unit price bid contract. 2. The City shall award the bid based on the total bid for Base Bid Items 1-20 plus the sum of any alternate the City may select. 3. Bids shall be good and may not be withdrawn for a period of 60 calendar days. 4 Prevailing Wage Rates The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas, pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U.S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: > itd}ZL1�3u��+liitt.Ut 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. P 35.5 A contractor or sub -contractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. (,questions on Specifications + We will try to answer your questions as well as we can at this time. Any response or question that requires a change from the ITB documents can only be documented by Addendum. Verbal responses made at this conference have no meaning unless they are documented by the Addendum that will be issued after this meeting. 0 BID DUE DATE BIDS/PROPOSALS ARE DUE: September 20, 2012 at 3:00 p.m. In the Purchasing and Contract Management Department, Room 204, 1625 13th Street, Lubbock, TX 79401 7 Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. x Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Enter unit price, and extended cost in the columns provided. In the event of discrepancies in extension, the unit price shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. x Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. x Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. x Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. x Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. x Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. x Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITYnumber. 8. x Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. x Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. West Texas Paving Inc. (Type or Print Company Name) _, 3 No Text INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS 5 � �.•m,� g�,:., ,,.� � �, .�.. , q ,,.,.��:-� r�.,� „�,r„� �A u�a gay .w,m�.,� w... n+„, ,,,�:.,a�; 4�^" �. �- »�„��.. „e..�„ter � _,..._,. W,�e.�� NOTICE TO BIDDERS ITB 12-10675-DT Sealed bids addressed to Marta Alvarez, Director of Purchasing & Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, 3:00 P.M. CST, September 20, 2012, 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 Asphalt Repair Package 2" After the expiration of the time and date above first written, said sealed bids will be opened in the City Council Chambers and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 p.m. CST, September 20, 2012, and the City of Lubbock City Council will consider the bids on October 11, 2012, 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 $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5%,of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. 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, September 11, 2012, 3:00 p.m. CST, in Ambassador Conference Room, 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 or at www.thereproductioncompany.com. 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. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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 bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall 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 01 meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. rim! CITY OF LUBBOCK MARTA ALVAREZ DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT OFFICE R GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish "LPSIA Airfield Asphalt Repair Package 2" per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 p.m. CST, on 20'h of September, 2012 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 12-10675-DT, "LPSIA Airfield Asphalt Repair Package 2" 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: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management 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 3:00 P.M., on September 11, 2012 in Ambassador Conference Room, Lubbock Preston Smith International Airport, 5401 N Martin Luther King Blvd, 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. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.corn. 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 Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsyLic.com and will become part of the bid 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 Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. E3 l.� 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 Purchasing and Contract Management Office in writing or in this ITB a 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. ri 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 Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office 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 Purchasing and Contract Management Office 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 five (5) calendar days prior to the opening of bids. 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. 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 CONFIDENTL4L/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 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. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES 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. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, ..ry 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 g General Conditions. 110.2 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 f the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a sin le source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) 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 FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO D'Ana Torres, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: dtorres@mylubbock.us Bidsync: www.bidsyuc.com i_ 10 �d 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be as follows: Schedule Allowed Construction Time Substantial Completion 66 calendar days (88 calendar days if Additive Alternative is awarded) Final Completion 15 calendar days following substantial completion or a total of 81 calendar days (103 calendar days if Additive Alternate is awarded) Phase 1 21 calendar days (28 if Additive Alternate is awarded) 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 reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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 workinanship, 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 1 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. 1 1 1_ d 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 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. 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. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five 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. 19 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 iri progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 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. 20.2 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. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 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. 12 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 ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The 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. 25.2 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 ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 26 LABOR AND WORKING HOURS 13 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 Texas Government Code, Chapter 2258, Prevailing Wage Rates 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 the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall 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. 26.2 Before construction work requiring an inspector is to be performed on Sunday 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 Sunday 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, sixty 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 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. 14 11, 29 kill 31 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 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: 29.3.1 Bidder's name 29.3.2 Bid for LPSIA Airport Airfield Asphalt Package 2 12-10675-DT. 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(g), 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 BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. W Insurance Certificates for Contractor and all Sub -Contractors. 0) 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 I incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of l 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 15 F' 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. -a (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. (e) The safety record of the Contractor and proposed Sub -Contractors 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. Unless otherwise specified herein, the City shall award the bid based on the total bid for Base Bid Items 1 through 20 plus the sum of any Alternate Bids or Options the City may select. 32.2 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. 32.3 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. 32.4 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. 32.5 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. 32.6 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. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY- 16 I SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 35 NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 17 �1 BID SUBMITTAL FORM 11, PAGE INTENTIONALLY LEFT BLANK 1 REVISED BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: IT—,2 0 PROJECT NUMBER: 12-10675-DT - LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ��57 /LBB AIRFIELD ASPHALT REPAIR— PACKAGE 2 Bidof !,5:XAS PAVi14& JtYC. ___ _(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 LBB AIRFIELD ASPHALT REPAIR — PACKAGE 2, 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 3 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. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO, I I I QUANTITY AMOUNT BASE BID — NORTH HANGER ASPHALT RECONSTRUCTION 1. Item P-140, Contractor Mobilization. •.: Ls 1 $ 213DOa $ oob 2. Item P-101, Remove and dispose of' 2" DO S/ %,z asphalt, 9" granular base. SY 6,469 3. Item P-I52, Excavation. •v CY 360 0 ` ,� b0 d 4. Item P-152, Grading and subgrade m !' _prp aration, 6-inches thick. SY 6,446 j J8676 5. Item P-152, Grading in unpaved areas. SY 4,550 �„� 52.2 J�(7 6. Item P-156, Temporary air and water ''11 �v0� Pollution, soil erosion and siltation control. LS I 7. TxDOT Item 247, Type A, Grade 2 crushed aggregate base course, 6" thickness, d° / �/ ` furnished and installed. SY 378 1� f,5? 8. TxDOT Item 247, Type A, Grade 2, crushed aggregate base course, 10,5" thickness, furnished and installed. SY 6,180 (� d 9. TxDOT Item 341, Type C, dense -graded hot -mix asphalt (QC/QA), 2.5" thickness, �p •' furnished and installed. TON 834 / IO. fxDOT Item 341, Type C, dense -graded / 72, / 7Z hot -mix asphalt C/ A , 5% bonus. LS 1 �P b REVISED BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. UANTITY AMOUNT II, Item P-501, Portland cement concrete pavement, 7" thickness (including fiber mesh). SY 108 12. Item P-501, Portland cement concrete pavement, 6" thickness (including fiber '_' •; mesh). SY 270 ,Z 13. Item P-602, Bituminous prime coat, including herbicidal treatment (0.3 al/s . GAL 1,930 14. Item P-620, Runway and taxiway painting. v� SF 166 Is. Item P-631, Refined coal tar emulsion with 7,f' J:D additive slurry seal surface treatment. SY 6,050 16. Item T-901, Soil preparation, seeding and h fertilizing. SY 4,550 r Q 17. Item T-901, Temporary seeding. �► SY : 4,550 V 18. Item MC, Utility adjustment or removal. LS 1 15660 19, Item MC, Remove existing aircraft tie - down anchors. EA 32 15 0 4?d0 20. Item MC, Furnish and install aircraft tie - down anchors. EA 18 21. Item MC, Rock riprap (including filter 3 Do le:241 ) fabric). CY 8 TOTAL BASE BID MATERIALS $ [) 0 �• SERVICES $ c2S7 f Zx9 TOTAL BID ITEMS 1-21 $ -5 (In case of a t]lscrepancy between Inc Unit race ant] Inc extent] eo total for a hill item, the unit price will be taken.) Bidder's Initial REVISF O BID DORM III{\I 1)ESC'1211'"I'Ir.)N tt l I' (iS'rl\IA H"D UNIT I'll ICE I-N FENDED No, QUAN•Trry -AMOUNT _ ALTERNATE I ADDITIVE — NORTH HANGAR CONCREXE RECONSTRUCTION I HASF I AREA) �T AI -I, Item 1'-140. Contractor Nlohilization. t1l-2. DEDUCT TxDOT Item 347, type A. Grade ', crushed aggregate base course, 10.5" thickness. Furnished and installed �e 200 (insert negative number). SY 700 _ A 1-3. DFDIJCT TxDOT Item 341, Type C, i dense -graded hot -mix asphalt (66QA). 2.5- thickness, furnished and installed TON— 95 �.._ ( �Z"60,> (insert native number)^ __..._ �_. _. ��--.- A14. DEDUCT TxDOr Item 341, Type C. dense -graded hot -mix asphalt (QC/QA), 5% bonus (insert negative number) (Unit Price / 0 \ should be 5% ol• A IA Extended Amount.) IS 1 \ % � C� A 1-5. DF..DtJCT Item P-631, Rel teed coal tar emulsion with additive slurry seal surlace 7S' C 3 3 treatment insert negative number). SY 700 A l -6. TxDOT Item 247, 'Type A. Grade crushed aggregate base course, 6- / thickness, rurnished and installed. SY 700 1_2— AI-7. Itcm P-501, Portland cement concrete - pavement, 7" (hickness, including 4 '= reinforcement %%here applicable. SY 700 )(] AI-8. Item P-501, Portland cement concrete C pavement, 6% bonus. LS I 3 p 1 0 TOTAL ALTERNATE, 1 MATERIALS $ O LABOR $ daG.S�i , TOTA1, IDID ITEMS AI - I —AI-8 $ J 0 tv�� tin case tit it UtSerepancy Ile t"ceIII he I°ntt 1'rwr and the c%lended [total Inca hid itent, Ilse it (lit price will he tit ken.) Bidder's Initial 1111 12-10675-Dr ADDENDUM No. I Ilanc 3 _....................._._. _._................. _ ................. _. REVISED BID FORM [1 1 Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within sixty-six (66) calendar days (or eighty-eight (88) calendar days if alternates 1, 2 or 3 awarded) and final completion a total of eighty-one (81) calendar days (or one -hundred three (103) calendar days if alternates 1, 2 or 3 awarded) thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages for each calendar day in excess of the time set forth in the general conditions of the contract documents, the following sum of allowed construction time with liquidated damages: $900.00 66 calendar days (88 calendar days if Alternates 1, 2 or 3 awarded) for substantial completion, $900.00 81 calendar days (103 calendar days if Alternates 1, 2 or 3 awarded) for final completion. Phase 1 $500.00 21 calendar days (28 calendar days if Alternates 1, 2 or 3 awarded). Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SIXTY (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents• pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidder's 1TB 12-10675-DT ADDENDUM NO. 1 Page 6 1- REVISED BID FORM Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or—Cert�fied Check for Dollars ($ ) or �(' Bid Bond in the sum of Dollars ($ ), which itis 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 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 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 BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secr ary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date MAVBF. Firm: r- ALIthorized SigpAte v GJM (Printed or T d Name) WC3 T ,�XA,5 PAY�NG. �c . ,MTD)(6 ` 1 g, 7 dress fit B 0 c-h- , Cit�n1 �. Count� � � 6 State Zip Code Telephoner - _ �tJ- t q 1- Fax: 04 - 8 4 3- 35"S O FEDERAL TAX ID or SOCIAL SECURITY No. -21) 2- -f'(. 8 Ti I I Hispanic American I ✓ I Asian Pacific American I 1 Other (Snecifv) I ITB 12-10675-DT ADDENDUM NO. 1 Page 7 PAGE INTENTIONALLY LEFT BLANK 1, ....,. Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 7875"720 KNOW ALL PERSONS BY THESE PRESENTS: That BID BOND PUBLIC WORK West Texas Paving, Inc. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to (hereinafter called the Obligee) in the full and just sum of ($ 5% of GAB of Lubbock 5% of GAB Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 20th day of September 2012 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for LBB Airfield Repair II according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: By Attest: y CON 0333 AU ( ) West Texas Paving, Inc. Principal BONDING COMPANY (Mutual) Michael N. act MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, David P. Barrie, Susan Crain, Tayler K. Owen, Michael N. Rudbcrg of Dallas and State of Texas their true and lawful Attomey-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey Is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-In-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this Instrument to be signed and sealed this 27th day of August , 2012 . '•O�NG'�0�1.0•. �O?ORPOq .9 •z: b.3. s 1933 • . y STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By r President On this 27th day of August , 2012 , before me appeared Lary Taylor, to me personally known, who being by me duty sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. MARANDA GREENWALT Commission Number 770312 My Commission Expires October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 20 day of SEPTEMBER .2012- 0-0 • DING Cp,�•. A' ;�O.ORP0,9 •.y• • . . 3. s 1933 POA 0014 (11/11) Secretary ri CITY OF LUBBOCK r INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by e and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (W) business 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. i; p►2SAAL JAR►.) RG11" t-ontrActor(Original/Signature) Contractor Print (Print) CONTRACTOR'S FIRM NAME: WEST TEiXAS PAyiNG. 0J - . (Print or Type) gr'ONTRACTOR'S FIRM ADDRESS: P U POx Cbti 11�7 NOTE TO CONTRACTOR ,if the time requirement specified above is not met, the City has the right to reject this bid and award the contract another contractor. If you have any questions concerning these requirements, please contact the Director of , urchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. i_ !__:-10675-DT — LPSIA AIRFIELD ASPHALT REPAIR PACKAGE 2 PAGE INTENTIONALLY LEFT BLANK I 1 i SAFETY RECORD QUESTIONNAIRE he 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 -�52.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for -curately 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 responsibility thereof. The 'ity may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it elated or caused by environmental, mechanical, operational, supervision or any other cause or factor. a'peciflcally, the City may consider, among other things: 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 three (3) years. 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 Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest 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 from bodily harm or death. i_ , 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 F = )ntractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) 1 aestions and submit them with their bids: 3; QUESTION ONE 1 tas the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO f the bidder has indicated YES'for question number one above, the bidder must provide to City of Lubbock, with its bid wbmission, the following information with respect to each such citation: Fate of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty sessed. �_ Bidder's Initials QUESTION TWO 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 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, suspension/revocations of state or federal licenses, or registrations, tines assessed, pending criminal complaints. indictments. or convictions, administrative orders, draft orders. final orders, and judicial final judgments. YES NO� 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 fine, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? YES NO— J 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. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 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 information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. —/�1at4-5,U Signat re CA Title 2 I, SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or aking sub -awards under covered transactions to parties that are suspended or debarred or whose principals are ispended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub-recipients). Lontractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. i ,fore an award of $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 11 "the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. OMPANY NAME: PAvii,4cn , dNc EDERAL TAX ID or SOCIAL SECURITY No. '% " Z02 V0 82 ,gnature of Company Official: Printed name of company official signing above: MAQSVAAL RQ hGn l�,l `<. ate Signed:_al �2.D�12. w PAGE INTENTIONALLY LEFT BLANK LIST OF SUB -CONTRACTORS PAGE INTENTIONALLY LEFT BLANK 1 1 BID 12-10675-DT LPSIA AIRFIELD ASPHALT REPAIR PACKAGE 2 LIST OF SUB CONTRACTORS Company Name Location Services Provided SPC A C- LVaRoCK CcNc.tzG:rc. Company wEST TE? W Wt I IN C Address LUBBOCK Ly$s` Oor- City, County State Zip Code Telephone: )Vrp - %;>- (a - 2, t (-( 7- Fax: 10 (0 - g (0 3 - —&SSO Minority Owned Yes No ❑ MK ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 BID 12-10675-DT LPSIA AIRFIELD ASPHALT REPAIR PACKAGE 2 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB CONTRACTORS Company Name Location Services Provided SPE&C Lubbock Concrete Company West Texas Paving, Inc. Address Lubbock ,Lubbock City, County TX 79464 State Zip Code Telephone: 806 - 863-2142 Fax: 806 - 863-3550 Minority Owned Yes No ❑ X ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. 3 PAYMENT BOND PAGE INTENTIONALLY LEFT BLANK I TXC103707 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN EY THESE PRESENTS, thatWest Texas -Paying., (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (hereinafter called the Surety(s), as Surety ,are held nd f ba d tto the Cl f Lubbock (hereinafter called the Obligee), in the amount of �x Hung e�i,'itu'`,n u City $608{568 ) lawful money of the United States for the payment w ereof, the saicct F`rInci�paand 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 1 lth day October of 2, to West Texas Paving, Inc. for LPSIA Asphalt Repair Package 2 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, TM CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void;' otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined In accordance with the provisions of said Article to the same extent as if it were copied at length herein, IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ^1g dayof October 2012. Merchants Bonding Company Surety (Title) We_Ft T. exas Paving, Inc. (Company Name) 10/ 17/2012 15 ; 46 West Texas Paving {FAX)806 863 3550 P. 0131016 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Aaron Raschke 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. Merchants Bonding, Company Surety * By: )I� n, (Title) Atty—in—Fac Approved as to form: City of bo By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the bylaws 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. No Text STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Six Hundred Eight Thousand Five Hundred Sixty -Seven Dollars and Fifty Cents ($608,567.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11th day of October, 2012, to and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal l shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be detennined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 52012. Surety (Company Name) * By: (Title) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety * By: . (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office 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. 6 PERFORMANCE BOND PAGE INTENTIONALLY LEFT BLANK TXC103707 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) West Texas Paving, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (hereinafter called the Surety s), as Surety4s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of m H n �redWE t_ h 1 ►liars ($608,568 ) lawful money of the United States for the payment whereof, the said Principat 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 11 day of October 2112,toWest Texas Paving, Inc. for LPSMA AsphaT—t Repair Package 2 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 ja day of October , 2Q12. Merchants Bonding Company Surety (Title) Atty-in-Fact West Texas Paving, Inc. (Company Name) 10/ 17i 2012 15 : 46 West Texas Paving (FAX)806 863 3550 P . 015I016 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Aaron Rascahlsgnt resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bonding Company Surety c *By: h (Title) ' y-1n- ract Approved as to Form City o ub ck By: Ci Attorney * Note: If signed by an Office 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. No Text 10/ 17 /2012 15 : 46 West Texas Pav i rig (FAX)BOB 863 3550 P . 016/ 016 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this day of 2012, 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 , of the City of County of and the State of 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 12-10675-DT LPSIA AIRFIELD ASPHALT REPAIR PACKAGE 2 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 Agreement. bid dated is incorporated Into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance 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; PRINTED NAME: TITLE: COMPLETE ADDRESS: Company Address City, State, Zip ATTEST: Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: Glen C. Robertson, Mayor ATTEST: Rebecca G=a, City Secretary APPROVED AS TO CONTENT: Steve Nicholson, Owner's Representative James Loomis, Director of Aviation APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney WE ,4"� MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint, individually, David P. Barrie, Susan Crain, Tayler K. Owen, Michael N. Rudberg of Dallas and State of Texas their true and lawful Attomey-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed" In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27th day of Ausaust , 2012 . STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President On this 27th day of August , 2012 , before me appeared Larry Taylor, to me personally known, who being by me duty swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. MARANDA GREENWALT �1 Commission Number 770312 My Commission Expires ow October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 19 dayof Octnher -, 901 2• POA 0014 (11/11) v�. ZC03 a�a • • G C0!%;0 • eo�0\\POq •.9' :1 -o_ o: .z; .3• 's 1933 ; C• 'y • J' •fib. •d . Secretary No Text E STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Six Hundred Eight Thousand Five Hundred Sixty -Seven Dollars and Fifty Cents ($608,567.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. f- g WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11th day of 1 October, 2012, to and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, 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. lN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2012. Surety *By { (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety *By. (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an Office 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. a 3 Ll CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK CERTIFICATE OF LIABILITY INSURANCE 11�2�2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy((es) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certNlcate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER Sanford & Tatum Insurance Agency 6303 Indiana Ave. P.O. BOX 64790 Lubbock TX 79464 CONTACT Tammie Manley PHONE (806) 792-5564 FAX (806)792-9344 E-MAILADDRES,manleyt@sanfordtatum.aam INSURER 8 AFFORDING COVERAGE NAIC # INSURERA:National American Ins. Co. 366 INSURED West Texas Paving, Inc., DBA: Darrell Jarnagin P.O, BOX 64187 Lubbock TX 79464 INSURERB:Texas Mutual Insurance Co. 22945 INSURERC: INSURER D: INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER:2012/2013 REVISION NUMBER: THIS IS TO CERTIFY THAT THE; POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IPOLICY LTR TYPE OF INSURANCE POLtCYNUMBER F LIpYEPP MWDDIY XP LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -ME 0 OCCUR X P05310642 1/5/2012 /5/2013 EACH OCCURRENCE $ 1,000 000 $ 100,000 MEDEXP one person)$ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'LAOGREGAT> LIMIT APPLIES PER: X I POLICY PRO- LOG PRODUCTS -COMPIOPAGG $ 2 000 000 $ A AUTOMOINLE LIABILITY ANY AUTO ALLOWNEO SCHEDULED X AUTOS AUTOS X HIRED AUTOS X NAONOOSWNED X 05310642 J5/2012 /5/2013 COMBINED SINOLE(Es 01) 11000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per eaideot) $ PROPERTY DAMAGE $ Udnsured motorist combined $ A UMBRELLA IJAR EXCESS LIAR X OCCUR I CLAIMS -MADE 47190042 1/2/2012 /5/2013 EACH OCCURRENCE $ 4 000 000 X AGG" _..,......... ___.. RELATE $ 4,000,000 DED I I RETENTION B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBEREXCLUDED? Lj (Mandatory In NH) It yyeess,, dwabe under OHSGRIPTION OF OPERATIONS below A NIA 3B^0001129050 r /7/2012 /7/2013 X I WC STA7U I I OTH FR E.L. EACH ACCIDENT $ 11000,000 E.L. DISEASE - EA EMPLOYE $ 11000,000 E.L. DISEASE -POLICY LIMIT 1 $ 11000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (AUach ACORD 101, Additional Remarks Schedule, I more space Is reWlred) REP: ALL PROJECTS CITY OF LUBBOCK OFFICE OF PURCHASING P. O. PDX 2000 LUBBOCK, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Sanford/TJM ACORD 26 (2010106) 01988-2010 ACORD CORPORATION. All rights reserved. INS025 (2Dtoo6).ot The ACORD name and logo are registered marks of ACORD No Text POLICY NUMBER: • HOG 5310642 NATIONAL AMERICAN INSURANCE COMPANY ,. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARP -FULLY. This endorsement modttiss insurance provided under the following: COMMERCK GENERAL. LIABILITY COVERAGE PART SCHEDULE Noma of Person or Organization: CITY OF LU9.11OCR. no entry appears appuceore ro eras endorsement.) A. Ssctioal -Who Is An Insured b amended to include 12) Supervisory, inspection, arahitaftuai • or aeon Insuredthe person or organization shown in the emineor(n0 actt4d". Schedule. But regardless. of the terms and provbtogs of any ooabract or agnoraent or any b. "Bodfy injury' or "property dmove' occurring Other provision of this potiay, such person or after or+gaMzalloMs an addMonal Insured only with rasped (1) Ap work, Including rrmhKMls, parla or to bb* die ft related to your sole nogNgsnoe and equlmort furnished In condodon with ouch directly related to your ongoing operations portarmad work, an the pMad (ot ier than servos, forthat addifond Insured. A person or organizatton's -nm*d&nan000rmpsh)to bepeerformed by or datusesanaddpbnallnsuredunder this andomoment on behalf of fhe additional tneured(s) at the ends when your operations for that addlllonal Insured aka of the covered oporafbns has been are Gomm". Completed; or B. Wgh respect to the Insuranoe afforded to those 12) That portion of 'your work' out of whbh the addfonal Insureds, the following exclusion Is added: Injury or damage arbee has boon put to Its' 2. ftclaslons Interrdod use by any perean•or orgatbatIon otherthan anotheroontraoMror,suboontraolor This Ineuranoe does not apply to: engaged In performing operations for * a a. "Bodily Injury, "property damage" or "personal principal as a part of the game project. -- and advsrdft Injur arbktg out of the rendering c. "Bodily injury or "property damage' unlssa suoh of, or IM falture to render. any professional ' "bodily Injury or "property damaps" Is oeuaed by architaohtral, engineering or surveying services, your sole negggemoe and then only to the Went I ncludIng: Uro eddlltonadnsured May be Omrbusty liable for 11) The preparing.approving,orfalluretoprepar+e your.nogllpence. or approve, maps. shop drawlW, opinions, repo* surveys, field orders, change orders or drawings and speWicadons; and Inohtdes Copyrighted Materbi of tom mmo Seim Offluxk With Its Pam tk4m GL2042 (Ed. 3IM2) ©ISO Pmpettim Iao., 2000 AGENT COPY NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT • CAREFULLY. I I ADDITIONAL INSURED ENDORSEMENT I This endorsement modifies insurance provided under the following: COMMERCIAL AUTO COVERAGE PART TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM This endorsement changes the policy effective on the Inception date of the policy unless another date is Indicated below: NAMED INSURED: WEST TEXAS PAVING INC ENDORSEMENT NO.: POLICY NUMBER: MPO-5310642 ISSUE DATE: 01/05/2012 SCHEDULE • Name of Person or Organization: CITY OF LUBBOCK To the extent that the person(s) or organization(s) shown In the schedule Is liable for the conduct of an "Insured" arising out of the ownership, maintenance or use of a covered auto under the above policy, they are also "Insureds" but only to the extentof that liability." AU other terms and conditions of this policy remain unchanged. NAICO-25 (Ed, 6/2007) Page 1 of 1 AGENT COPY WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC42O3O4A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT . This endorsement applies only to the Insurance provided by the policy because Texas Is shown in .Item 3,A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or.organization named in the Schedule, but this waiver applies only with respect to bodily, injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown In the Schedule. Schedule 1. ( ) Specific Waiver . Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2. oo percent of the ' premium • developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described, 4. Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the pnI4 to which it is attached effeDM on the Inception date of the policy unless a different date Is Indloated below. (The folWng'atteoWng clause" need be completed only when this endorsement is Issued subsequent to preparation -of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a pit of PollcyNo. TSF-0001129050 20120407 of the Texas Mutual Insurance Company Issued to WEST TEXAS PAVING INC Premium $ WC420304A (ED.1-01-2000) Endorsement No. Authorized Representative AGENT'S COPY GUSER 4-05-2012 OCT-18-2012 11:07 From:Sanford 8. Tatum To:8633550 Page: 1-3 ACOR 7 0 CC> CERTIFICATE OF LIA ILITY INSURANCE DATE (MMIDDIYYYY► 10/19/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(le6) must be endorsed. 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 endorsements . PRODUCER Sanford 6 Tatum Insurance Agency 6303 Indiana Ave. P.O. BOX 64790 Lubbock TX 79464 Tammie Manley NE, (806)792-5564 (606)79a-93aa gCONTACT IL .manleytesanfordtatum.com INSURERS AFFORDING COVERAGE NAIL a INSURERA:National American Ins. Co. 366 INSURED Weat Texas Paving, Inc., DBA: Darrell Jarnagin P.O, Box 64187 Lubbock TX 79464 INsuRERe Texas Mutual Insurance Co. 22945 INsuRaRc! INSURER 0: INSURER E : 1 INSURER nnU`FRArFS CFRTIPICATF NI IMRFR-2012 /2011 RFVIQIABI 1N1 IMRFQ• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFCRDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE A P LICY NUMBER POUCYEPP POLICY EXP /5/2013 UNITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS4AAOE a OCCUR HP05310642 /5/2012 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ilia *Cmffww S 100,000 MED EXP one on $ LI'r—^• 5,000 PERSONAL & ADV INJURY i 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X I POLICY PRO LOG PRODUCTS - COMP/013 AGG i 2,000,000 S A AUTOMOBILE LIABILITY ANY AUTO X ALLO3INED SCHEDULED AUTX HIRED AUTOS X NON -OWNED AUTOS 05310642 1/5/2012 /5/2013 COMBINED SINGLE LIMIT 1 00 000 BODILY INJURY (Per Pelson) S BODILY INJURY (Par ausd") $ PROPERTY DAMAGE $ Uninsured motorist combined $ UMBRELLA LIAB EXCESS UAB i OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE _ 3 CEO RETENTIONSS B WORKERS COMPENSATION AND EMPLOYERS' UAMLI1Y YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFACERJMEMBEREXCLUDED? ❑ (Mandatory in NH) If ya dead a under DESCRIPTION OF OPERATIONS below NIA g&-0001129850 /7/2012 /7/Y013 X 1 5 STATrU OTH- Eft . EACH ACCIDENT EL, $ 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L DISEASE . POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Ansch ACORD 401, Addlllonal Remarks Schedute, If more space Is mgiAmd) 1al3i61171sft\ 13iLalsl�:( CITY OF LUBBOCK OFFICE OF PURCHASING P. 0. BOX 2000 LUBHOCK, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE Sanford/TJtd "_ a—rG-•-�I ACORD 25 (2010/05) (P1988-2010 ACORD CORPORATION. All rights reserved, INS025 (201005).01 The ACORD name and logo are registered marks of ACORD m ® ACORD CERTIFICATE OF: IABILITY INSURANCE DATE (MM/DD/YYYY) 6/5/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER Sanford & Tatum Insurance Agency 6303 Indiana Ave. P.O. BOX 64790 Lubbock TX 79464 CONTACT NAME: Carla Lance PHONE (806)792-5564 FA C.AX (806)792-9344 EMAIL alancec@sanfordtatum.com INSURERS AFFORDING COVERAGE NAIC # INSURERA:National American Ins. Co. 366 INSURED South Plains Paving Earth Moving & Concrete, Inc. DBA: SPE & C, Inc. BOX 3083 Lubbock TX 79452 INSURERS:Texas Mutual Insurance Co. 22945 INSURERC: INSURERD: INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER-12/13 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE D L BR POLICY NUMBER POLICY EFF POLICY EXP /DD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 X COMMERCIAL GENERAL LIABILITY A CLAIMS -MADE a OCCUR MP03700842 6/6/2012 6/6/2013 MED EXP (Any oneperson) $ 5,000 PERSONAL ✓?<ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 X POLICY PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ A ANY AUTO BODILY INJURY Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS AU43000842 6/6/2012 6/6/2013 PReOraoode DAMAGE $ NON -OWNED HIRED AUTOS AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ HCLAIMS-MADE AGGREGATE $ EXCESS LIAR RED I I RETENTION $ $ B WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? a (Mandatory In NH) N / A SF-0001180876 6/13/2012 6/13/2013 E.L. DISEASE - EAEMPLOYEF $ 1,000 000 es, describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 D ESCRIPTION OF OPERATIONS below - DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) THE GENERAL LIABILITY & AUTO POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT THAT PROVIDES ADDITIONAL INSURED STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED AND THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS. THE GENERAL LIABILITY, AUTO & WORKERS COMP POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT THAT PROVIDES THIS FEATURE ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED AND THE CERTIFICATE HOLDER THAT REQUIRES IT. CERTIFICATE HOLDER CANCFI I ATIAN (8 0 6) 8 6 3 - 3 5 5 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN WEST TEXAS PAVING INC. ACCORDANCE WITH THE POLICY PROVISIONS. ATTN: DARRELL JARNAGIN AUTHORIZED REPRESENTATIVE P.O. BOX 64187 LUBBOCK, TX 79464 Douglas Sanford/CJL AGURU 25 (2010/05) INS025 (201005).ot 01988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and loco are reair;tprad markse of ACnRn No Text From:Brynda Presnall, CIC FaxID: Page 2 of 2 Date:10/1912012 11:46 AM Page:2 of 2 LITTLA OP ID: BP T A,IC"R"�' CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 4..... * 1 10/19/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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 endorsements . PRODUCER 325-673 6414 Perry Hunter Hall, Inc. P,O, Box 1400 325-673-4413 Abilene, TX 79604 Ronny Jaye Bryant CONTACT` ONTACT Br nda Presnall PHONE FAx 325-673-6414 Arc Nd ; 325-673-4413 E'M AIL resnall err hunterhall.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Association Casualty INSURED Litt le Manufacturing Co. INSURER B:Texas Mutual Insurance Com pany 22945 P. 0. Box 2341 Abilene, TX 79604 INSURERC: INSURER 0 : INSURER E : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPE OF INSURANCE ADDL SUER POLICY POLICY EFF POLICY EXP LIMITS rA GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FXI OCCUR CMPTX0000101805 07/09/12 07/09/13 EACH OCCURRENCE $ 1,000,00 DAMAGETORENTEu— PREMISES Ea occurrence $ 100,00 MED EXP (Any one person) $ 5,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PROjFC- LOG PRODUCTS - COMPIOP AGG $ 2,000,00 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS CAPTX0000201129 07/09/12 07/09/13 COMBINED Ea accident)IN LIMIT $ 1,000,00 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ A X UMBRELLALIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUPTXOOOOSO1276 07/09/12 07/09/13 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 DED I X I RETENTIONS 10,000 1 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROVEPRIETOR/PARTNER/EXECUTIY / N OFFICER/MEMBER EXCLUDED? ❑ (Mandatory In NH) It yes. desGn6e under DESCRIPTION OF OPERATIONS below N / A TSF0001081340 08/07/12 08/07/13 X WCSTATU- OTH- ORY IMITS R E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYE $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS / LOCATIONS [VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: Lubbock International Airport, Lubbock TX Faxed to 806.863-3550 WESTTE West Texas Paving 5710 122nd. St Lubbock, TX 79424 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE i.'6^y11t © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: MP05310642 NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Orgganization: CITY OF LUBBOCK (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Sectionll-Who is An Insured Is amended to include (2) Supervisory, inspection, architectural or as an insured the person or organization shown in the engineering activities. Schedule. But regardless of the terms and b. "Bodilyin u or ' damage' g j ry' property dame a occurring provisions of any contract or agreement or any after: other provision of this policy, such person or organizationls an additional Insured only with respect (1) All work, including materials, parts or to liability directly related to your sole negligence and equipment furnished in connection with such directly related to your ongoing operations performed work, on the project (other than service, for that additional insured. A person or organization's maintenanceorrepairs)to be performed by or statusas an addidonalinsured under this endorsement on behalf of the additional insureds) at the ends when your operations for that additional insured site of the covered operations has been are completed. completed; or B. With respect to the Insurance afforded to these (2) That portion of "your work" out of which the additional Insureds, the following exclusion Is added: Injury or damage arises has been put to Its 2. Exclusions intended use by any person or organization otherthan anothercontractoror subcontractor This Insurance does not apply to: engaged in performing operations for a a. "Bodily injury', "property damage' or 'personal principal as a part of the same project. and advertising Injury" arising out of the rendering c. "Bodily injury' or 'property damage" unless such of, or the failure to render, any professional 'bodily Injury" or 'property damage" is caused by architectural, engineering or surveying services, your sole negligence and then only to the extent including: the additlonalinsured may be vicariously liable for (1) The prepadng,approving,or failure to prepare your negligence. or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and Includes Copyrighted Material of Insurance Services Office, With Its Permission GL2042 (Ed. 3/2002) ®ISO Properties, Inc., 2000 Page 1 of 1 AGENT COPY NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL AUTO COVERAGE PART TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: NAMED INSURED: WEST TEXAS PAVING INC POLICY NUMBER: MP05310642 SCHEDULE Name of Person or Organization: CITY OF LUBBOCK ENDORSEMENT NO.: ISSUE DATE: 01/05/2012 To the extent that the person(s) or organization(s) shown in the schedule is liable for the conduct of an "insured" arising out of the ownership, maintenance or use of a covered auto under the above policy, they are also "insureds" but only to the extent of that liability." All other terms and conditions of this policy remain unchanged. NAICO-25 (Ed. 5/2007) Page 1 of 1 AGENT COPY POLICY NUMBER: MP05310642 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: CITY OF LUBBOCK Information required to complete this Schedule, if not shown above, will be shown in the Declarations, The following is added to Paragraph 8, Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and included In the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. Named Insured: WEST TEXAS PAVING INC Endorsement Effective: 01/05/2011 CG 24 04 06 09 © Insurance Services Office, Inc„ 2008 Page 1 of 1 ❑ AGENT COPY NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RIGHT TO RECOVER FROM OTHERS (BLANKET WAIVER OF SUBROGATION) This endorsement modifies insurance, provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to such insurance as is afforded by the policy for bodily injury liability and property damage Ilability arising out of the ownership, maintenance or use of automobiles, we waive the right to recovery we may have under the policy against any person or entity for whom the insured is working or operating under a written contract when such contract requires a waiver of subrogation. It is further agreed that the additional premium for the endorsement is a minimum chargeand shall be retained in full by the company In the event of cancellation or termination of the endorsement of the policy. Additional Premium: $INCLUDED All other terms and conditions of the policy remain unchanged. NAICO-31 (Ed. 6/2009) Contains copyrighted material of Insurance Services Office, Inc., with its Page 1 of 1 permission. Copyright, Insurance Services Office, Inc„ 2008 AGENT COPY CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ 0 Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ 0 Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOAIOTIVE LIABILITY 0 Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) $ 0 Hired Autos Property Damage $ ❑ Non -Owned Autos 0 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ 0 Other than Auto Only: Each Accident $ Aggregate $ D BUILDER'S RISK ❑ 100% of the Total Contract Price $ 0 INSTALLATION FLOATER $ EXCESS LIABILITY 0 Umbrella Form Each Occurrence $ Aggregate $ 0 Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST 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 govermnental entity in writing by certified snail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects lie provision of coverage of any person providing services on the project; (7) post a notice on each project site infonning 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: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP 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 WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. PAGE INTENTIONALLY LEFT BLANK CONTRACT I PAGE INTENTIONALLY LEFT BLANK CONTRACT 10675 I STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 11th day of October, 2012, 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 West Texas Paving 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 12-10675-DT LPSIA AIRFIELD ASPHALT REPAIR PACKAGE 2 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 Agreement. West Texas Paving Inc.'s bid dated September 20, 2012 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance 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: COMPLETE ADDRESS: Company Address Po t CtL 81 City, State, Zip L 13 J?6 ` c" Ca q i ATTEST: i Corporate Se etary CITY OF LUBB C , TE OWNER): By: Glen ertson, Mayor n City Secretary I- Japfies Loomis, Director of Aviation AP P O D AS T ORM: Chad Weaver, Assistant City Attorhey PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK I GENERAL CONDITIONS OF THE AGREEMENT i 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. i 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to with West Texas Paving Inc. 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 of Operations and Safety so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall 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 E The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), 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". 5. 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 shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE t_ 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 Office 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. t, 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. 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 shall 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 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 snake 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 shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall 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 shall 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 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 Owners Representative to comply with this requirement, but such suspension shall 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 are 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 Owner's Representative 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 (IS) �- 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. is. 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 finished 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 (IS) 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 z 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 Office, 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 t Representative and Contractor. i__ 3 I 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. F 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 are 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 shall 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 shall 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--i 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 a _ i r r_ 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 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 a p P 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 J 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 shall 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, snake 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 Owners' 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 five (5) 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. 6 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 Offices, 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 shall be provided ten (10) 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. 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. F 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 ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND ( NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARITCULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE ' CONTRACTOR'S RESPONSIBLITY TO PROVIDE OT THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 7 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $ S,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury WITH HEAVY EQUIPMENT ENDORSEMENT B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $ 2,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. 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 406.096, 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 8 i r- 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 shall 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 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 G. (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 shall provide services on the project shall 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. 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. (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: 10 f� �__i (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; (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 Te-vas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) 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; 1 (iii) include in all contracts to provide services on the project the following language: �.t "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 Offices, 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, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 12 1 f: � 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 Offices, 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 Offices, 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 Offices, 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 perfonnance 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. 13 i 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 NINE HUNDRED DOLLARS ($900.00) , 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 t- 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 herein is 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 hannonized. 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 cant' 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 hindrance or delays from any cause during the progress of any part of the work embraced in this contract except 14_ F i 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 Offices, 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 15 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 8_ shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 16_ f g-- 46. PAYMENT WITHHELD i; 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 1- 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 17 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. 18 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 $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do jbusiness 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 CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 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, finn, 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. 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 19 the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) F 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. 57. THE CITY RIGHT TO AUDIT At any time during the tern of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 20_ m r � DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A General Decision Number: TX120007 01/06/2012 TX7 Superseded General Decision Number: TX20100008 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER ttt Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 tt LABORER l Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ I 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 ...; POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or iii less ........................$ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ........................$ 12.28 Loader/Backhoe..............$ 14.18 Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 t.; rI Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 Spreader Box ................$ 12.60 Servicer ......................... $ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................$ 14.46 Single Axle .................$ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi........................$ 12.49 ------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local - union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage E determination. The date, 07/01/2011, following these - characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the t. f rate. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on (, a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests - for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request - review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK 5_� Specifications City of Lubbock, Texas Lubbock Preston Smith International Airport LBB Airfield Asphalt Repair Package 2 City of Lubbock Bid No. 12-10675-DT August 2012 PSC Project # 01271010 F��PARKHILLSMITH&COOPER Specifications City of Lubbock, Texas Lubbock Preston Smith International Airport LBB Airfield Asphalt Repair Package 2 2. �M /N/NN/NN//�lNt/1i �We ;fj i MARKf] HARFRFR 0 08/30/12 City of Lubbock Bid No. 12-10675-DT August 2012 PARKHILLSMITH&COOPEP PSC Project # 01271010 i. LBB AIRFIELD ASPHALT REPAIR (PACKAGE TABLE OF CONTENTS FAA MANDATORY PROVISIONS GENERAL PROVISIONS SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS ITEM P-101 SURFACE PREPARATION ITEM P-140 MOBILIZATION ITEM P-152 EXCAVATION AND EMBANKMENT ITEM P-153 CONTROLLED LOW -STRENGTH MATERIAL (CLSM) ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL ITEM TxDOT 247 (2004) FLEXIBLE BASE ITEM 341 DENSE -GRADED HOT -MIX ASPHALT (QC/QA) ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT ITEM P-602 BITUMINOUS PRIME COAT ITEM P-603 BITUMINOUS TACK COAT ITEM P-605 JOINT SEALING FILLER ITEM P-620 RUNWAY AND TAXIWAY PAINTING ITEM P-631 REFINED COAL -TAR EMULSION WITH ADDITIVE SLURRY SEAL SURFACE TREATMENT ITEM T-901 SEEDING ITEM T-905 TOPSOILING ITEM MC - MISCELLANEOUS CONSTRUCTION ITEM MC - ROCK RIPRAP AND FILTER FABRIC APPENDIX A - ADVISORY CIRCULAR AC 150/5370-2F APPENDIX B - ADVISORY CIRCULAR AC 150/5210-51) APPENDIX C - GEOTECHNICAL INVESTIGATION 01271010 TABLE OF CONTENTS PAGE - 1 08/12 FAA MANDATORY 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 $ 100,000 the aforementioned criteria and requirements. H CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such ( workweek. 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 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 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 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. [1 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 ' Sponsor. delivered to the S progress, p 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. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS - 41 CFR Part 60.4.3 y 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 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 officers. The contractor is expected to make substantially uniform progress in i 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. �1 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 111 the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve 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 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. t. 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. I. Conduct, at least annually, an inventory and evaluation at least o a minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 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 IJ assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an J� obligation shall not be a defense for the contractor's noncompliance. f� 9. A single goal for minorities and a separate single goal for women have been established. The 3 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 F_ 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 I i against any person because of race, color, religion, sex, or national origin. -j 11. The contractor shall not enter into any subcontract with any person or firm debarred from f Government contracts pursuant to Executive Order 11246. i t._ i 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 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee 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). NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60-2 f 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the (_ contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: g Timetables Goals for minority participation for each trade (Vol. 45 Federal Register pg. 65984 10/3/80) Goals for female participation in each trade (6.9%) 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 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(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 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for 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. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is State of Texas, Lubbock County, City of Lubbock. 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. Notice to Prospective Subcontractors of Requirements for Certification of Non -Segregated Facilities 1. 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: 1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 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. 3. 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. 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 j 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 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 I 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 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 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or i mechanic include the amount of any costs reasonably anticipated in providing benefits under t a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, f 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 "l 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 j 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, i 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: (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 further 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 L Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's 1 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 'a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship 3 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 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 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 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. 8. Compliance With Davis -Bacon and Related Act Requirements. j 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. 1 VETERAN'S PREFERENCE r-1 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.. 9 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. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide 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 i 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, U 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) 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 City of Lubbock, Lubbock Preston Smith International. 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, 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 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. 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 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. GENERAL PROVISIONS 09/30/2011 AC 150/5370-IOF r" PART I — GENERAL PROVISIONS 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. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. Section 10 — Definition of Terms GP- I 09/30/201 l AC 150/5370-1OF 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 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. Section 10 —Definition of Terms GP-2 09/30/2011 AC 150/5370-1OF 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. 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 t ps 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. j 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. Section 10 —Definition of Terms GP-3 09/30/2011 AC 150/5370-IOF 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. 10-46 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-47 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 furnishing 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 Section 10 — Definition of Terms GP-4 09/30/2011 AC 150/5370-IOF SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). See notice and/or General Instructions to Bidders found previously in the Project Documents. 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 prequalilcation regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding.[J b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be 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 Section 20 — Proposal Requirements and Conditions GP-5 09/30/2011 AC 150/5370-1OF quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the 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. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a 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. Section 20 — Proposal Requirements and Conditions GP-6 09/30/2011 AC 150/5370-1OF 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 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 Section 20 — Proposal Requirements and Conditions GP-7 [I ` 09/30/2011 AC 150/5370-1OF Intentionally Left Blank Section 20 — Proposal Requirements and Conditions GP-8 09/30/2011 AC 150/5370-1OF 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 45 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. Section 30 — Award and Execution of Contract GP-9 09/30/2011 AC 150/5370-IOF t. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 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. Section 30 —Award and Execution of Contract GP-10 09/30/2011 AC 150/5370-10FI-, 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 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. Section 40 — Scope of Work GP-11 09/30/2011 AC 150/5370-1OF Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor 3 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, flag person, 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 I 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 used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used 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, stag, or concrete slabs within the Section 40 — Scope of Work GP-12 09/30/2011 AC 150/5370-1OF established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. 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. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 Section 40 — Scope of Work GP-13 i 09/30/2011 AC 150/5370-1OF Intentionally Left Blank Section 40 — Scope of Work GP-14 09/30/2011 AC 150/5370-1OF I. ' 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 Ievel 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 Section 50 — Control of Work GP-15 1 i--1 1..7 09/30/2011 AC 150/5370-IOF 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. From time to time, discrepancies within cited standards for testing occur due to the timing of changing, editing, and replacing of standards. In the event the Contractor discovers any apparent discrepancy within standard test methods, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 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. LIST OF SPECIAL PROVISIONS SP-1 SCOPE OF WORK SP-2 BASIS OF CONTRACT AWARD SP-3 TIME AND ORDER OF COMPLETION SP-4 CALENDAR DAY SP-5 LIMITATION OF OPERATION SP-6 AIRPORT OPERATIONS SECURITY SP-7 CONTRACTOR 'S PLANT SITE, STORAGE AND OFFICE AREAS) SP-8 PROTECTION OF PROPERTY SP-9 ELECTRIC POWER AND NATURAL GAS SP-10 LINES AND GRADES SP-11 J11ATER FOR CONSTRUCTION SP-12 MATERIAL TESTS SP-I3 BARRICADES, SIGNS, AND HAZARD MARKINGS SP-14 PREVENTION OF AIR AND WATER POLLUTION SP-15 PROGRESS SCHEDULE SP-16 PUBLIC CONVENIENCE AND SAFETY SP-17 FINAL CLEANING UP SP-18 INSURANCE SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS SP-20 CONFORMITY W[TH PLANS AND ALLOWABLE DEVIATIONS SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK SP-22 DISPUTED CLAIMS FOR EXTRA WORK SP-23 FEDERAL PARTICIPATION SP - 2 4 INDEMNIFICA TION SP-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC SP-26 CONTRA CTOR'S RESPONSIBILITY FOR WORK SP-27 CORRECTION OF FA ULTY WORK AFTER FINAL PAYMENT SP-28 SEPARATE CONTRACTS SP-29 SHOP DRAWINGS SP-30 ENGINEER SP-31 TRENCH SAFETY SP-32 ENGINEER'S FIELD OFFICE SP-33 PROGRESS MEETINGS SP34 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION SP-35 GEOTECHNICAL INFORMATION SP-36 OVERHEAD EQUIPMENT SAFETY Section 50 — Control of Work GP-16 09/30/2011 AC 150/5370-1OF ' 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. 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 1 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. Section 50 —Control of Work GP-17 q� a i 09/30/2011 AC 150/5370-IOF 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 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 t (1). All paved areas — Edge of each paving lane prior to next paving lot 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, VASIs, PAPIs, REILs, 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 in 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 (that is, 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. Section 50 — Control of Work 3 GP-18 09/30/2011 AC 150/5370-1OF 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. 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 removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. f _1) i Section 50 — Control of Work GP-19 09/30/2011 AC 150/5370-IOF s 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. 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 immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the 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 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, Section 50 — Control of Work GP-20 I 09/30/2011 AC 150/5370-1OF 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 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 Section 50 — Control of Work GP-21 09/30/201 I AC 150/5370-1OF 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 Section 50 — Control of Work GP-22 1 09/30/2011 AC 150/5370-10F f Intentionally Left Blank Section 50 — Control of Work GP-23 - 09/30/2011 AC 150/5370-1OF 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, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. 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: NOT APPLICABLE 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 Section 60 — Control of Materials GP-24 rim 09/30/2011 AC 150/5370-IOF 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. 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 Section 60 — Control of Materials GP-25 09/30/2011 AC 150/5370-1OF 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 [ FAX machine, photocopy machine, water, sanitary facilities, heat, air conditioning, and electricity ]. 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. 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 furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies 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 Section 60 — Control of Materials GP-26 1 09/30/2011 AC 150/5370-IOF � �I i Intentionally Left Blank Section 60 — Control of Materials GP-27 09/30/2011 AC 150/5370-1OF 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; and shall protect and indemnify the Owner and all s 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. j 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: FAA Refer to Electrical and Navaid Sheets Gene Leavell Lubbock Tower 7001 N. MLK Blvd. Lubbock, Texas 79403 (806)766-6400 gene. V.leave lCa, faa.P-ov 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 Section 70 — Legal Regulations and Responsibility to Public GP-28 09/30/201 I AC 150/5370-IOF agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's 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. 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 in high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, 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 Section 70 — Legal Regulations and Responsibility to Public GP-29 ,J 09/30/2011 AC 150/5370-1OF l 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. 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 non -execution 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 suits, actions, or claims for injuries or damages as aforesaid shall Section 70 — Legal Regulations and Responsibility to Public GP-30 i 09/30/2011 AC 150/5370-1OF 17, 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: Phase or Description Required Date or Sequence of Owner's Beneficial Occupancy Work Shown on Plan Sheet Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made 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. Section 70 — Legal Regulations and Responsibility to Public GP-31 I €_A _1 09/30/2011 AC 150/5370-IOF 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: 1. City of Lubbock Deputy Director: Steve Nicholson (806) 775-2036 Operations Supervisor: Gary Loftus (806) 775-3144 2. FAA Gene Leavell: (806) 766-6400 3. Lubbock Power & Light LeRoy Martinez: (806) 775-2695 4. Atmos Energy Sam Jones: (806) 798-4466 5. AT&T Rick Ward: (806) 741-6103 6. Lubbock Aero Roby Upchurch: (806) 745-5101 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. Section 70 — Legal Regulations and Responsibility to Public GP-32 09/30/2011 AC 150/5370-IOF r", Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice 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. 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. 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. The Contractor, during the prosecution of the project work, shall comply with the following: 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. c. 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. Section 70 — Legal Regulations and Responsibility to Public GP-33 i _i 09/30/2011 AC 150/5370-1OF 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 d- 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. 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 11 Section 70 — Legal Regulations and Responsibility to Public GP-34 09/30/2011 AC 150/5370-1OF Intentionally Left Blank Section 70 — Legal Regulations and Responsibility to Public GP-35 t r 09/30/2011 AC 150/5370-IOF 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. The Contractor shall perform, with his organization, an amount of work equal to at least 50 percent of the total contract cost. 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 (AOA) of the airport. When the work requires the Contractor to conduct his/her operations within an AOA of the 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 AOA 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 AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating Section 80 — Prosecution and Progress GP-36 09/30/2011 AC 150/5370-IOF ri", aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: No portion of the Air Operations will be closed or affected during this project. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). 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 requirements 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 requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Section 80 — Prosecution and Progress GP-37 rp i . 09/30/2011 AC 150/5370-IOF 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 I, Section 80 — Prosecution and Progress GP-38 s 09/30/2011 AC 150/5370-IOF ri 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. (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 I 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 Section 80 — Prosecution and Progress GP-39 I" 09/30/2011 AC 150/5370-1OF 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. SCHEDULE LIQUIDATED ALLOWED CONSTRUCTION TIME DAMAGES COST Substantial Completion $900.00 66 calendar days (88 calendar days if Additive Alternate is awarded) 15 calendar days following substantial Final Completion $900.00 completion or a total of 81 calendar days (103 calendar days if Additive Alternate is awarded) Phase 1 $500.00 21 calendar days (28 if Additive Alternate is awarded) Phase 2 Per substantial 45 calendar days (60 if Additive Alternate completion above. is awarded) The maximum construction time allowed will be the sum of the time allowed for individual schedules but not more than 81 days. If Additive Alternates 1, 2 or 3 are awarded, the maximum allowed construction time will be increased to 103 calendar days. It shall be understood that allotted time does not include necessary curing periods between phases nor cure time prior to application of the seal coat.. Time will not be charged for curing periods. However, the Engineer will monitor cure time and it is expected that the Contractor will commence the subsequent phase as soon as possible. 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 hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. Section 80 — Prosecution and Progress GP-40 09/30/2011 AC 150/5370-IOF ril"i 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 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. 80-11 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 a minimum or 500 feet from the centerline of an active runway and shall not penetrate the Threshold Siting Surface (TSS). No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 Section 80 — Prosecution and Progress GP-41 09/30/2011 AC 150/5370-1OF 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 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. 80-11 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 a minimum or 500 feet from the centerline of an active runway and shall not penetrate the Threshold Siting Surface (TSS). No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 Section 80 — Prosecution and Progress GP-41 s r ; �.i 09/30/2011 AC 150/5370-1OF } SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 sq ft (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 in. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) 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 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 (kg). 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. 1� Section 90 — Measurement and Payment GP-42 6. A 09/30/2011 AC 150/5370-1OF t� 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. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (MFBM) 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 gauge, 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 I percent of the nominal rated capacity of the scale, but not less than I 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 km) 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 I 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. Section 90 — Measurement and Payment OP-43 09/30/2011 AC 150/5370-IOF All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price ., bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF - WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 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 Ell 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 I' 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 t= 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. -i 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. Section 90 — Measurement and Payment GP-44 ._ s 09/30/2011 AC 150/5370-1OF l a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (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 to the Contractor 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 and 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 to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The ( Owner must ensure prompt and full payment of retainage from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When (. the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. 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 percent retainage shall be deducted. Section 90 — Measurement and Payment GP-45 I 09/30/2011 AC 150/5370-1OF ' 'i When at least 95 percent of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain 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 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 or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. 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 any time 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, if an Owner withholds retainage in accordance with'the methods described in subsection 90-06 PARTIAL PAYMENTS, the Section 90 — Measurement and Payment GP-46 i i_, [ 09/30/2011 AC 150/5370-IOF Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to 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 retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare 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 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. g 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 1 Section 90 — Measurement and Payment GP-47 09/30/2011 AC 150/5370-1OF Intentionally Left Blank Section 90 — Measurement and Payment GP-49 {1 09/30/2011 AC 150/5370-1OF SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off - site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 7 calendar days before the preconstruction meeting. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements Section 100 — Contractor Quality Control Program GP-49 09/30/2011 AC 150/5370-IOF E e. Quality control testing plan L Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. if necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. Section 100 — Contractor Quality Control Program GP-50 a_ {{ 09/30/2011 AC 150/5370-1OF l b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu ofNICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All Section 100 — Contractor Quality Control Program GP-51 09/30/2011 AC 150/5370-IOF equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or AASHTO test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Section 100 — Contractor Quality Control Program GP-52 09/30/2011 AC 150/5370-1OF Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. Section 100 — Contractor Quality Control Program GP-53 09/30/2011 AC 150/5370-1OF 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. 100-I1 NONCOMPLIANCE. j a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 Section 100 — Contractor Quality Control Program GP-54 P? s: f 09/30/2011 AC 150/5370-1OF 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, 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. 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+Xz+X3+...X„)/n Where: X = Sample average of all sublot values within a lot X1, xz= Individual sublot values n = Number of sublots Section 110 — Method of Estimating Percentage of Material GP-55 ( Within Specification Limits (PWL) 09/30/201 l AC 150/5370-1OF e. Find the sample standard deviation (S„) by use of the following formula: S. = [(di2 + d22 + d32 + ...d„ 2)/(n-1)] in Where: S„ = Sample standard deviation of the number of sublot values in the set d I, d2 = Deviations of the individual sublot values x1, x2, ... from the average value X that is: dl = (xj - X), d2 = (x2 - X) ... d„ = (x„ - X) n = Number of sublots E For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: 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 (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL=(X-L)/S,, AND Qu=(U-X)/S„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value Of PL or Pu. Determine the PWL by use of the following formula: PWL = (PU + PL) - 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit Section 110 — Method of Estimating Percentage of Material GP-56 Within Specification Limits (PWL) s ( 09/30/2011 AC 150/5370-IOF EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 = 96.60 A-2 = 97.55 A-3 = 99.30 A-4 = 98.35 n = 4 2. Calculate average density for the lot. X=(X1+X2+X3+...X„)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. S„ _ [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30-97.95)2 + (98.35-97.95)2)) / (4 - 1)],12 S„= [(1.82+0.16+ 1.82+0.16)/3]��2 S„ = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X-L)/S„ QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 2. Calculate the average air voids for the lot. X=(XI+X2+x3...n)/n X=(5.00+3.74+2.30+3.25)/4 X = 3.57 percent Section 110 - Method of Estimating Percentage of Material GP-57 Within Specification Limits (PWL) 09/30/2011 AC 150/5370-IOF 3. Calculate the standard deviation S„ for the lot. S„ = [((3.57 - 5.00)'- + (3.57 - 3.74)Z + (3.57 - 2.30)' + (3.57-3.25y) / (4 -1)]"Z S„=[(2.04+0.03+1.62+0.10)/3]"Z S„ = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)/S„ QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL 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)/S„ Qu = (5.00 - 3.57) / 1.12 Qu = 1.2702 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 Section 110 — Method of Estimating Percentage of Material GP-58 i Within Specification Limits (PWL) - 4' f i .i r 09/30/2011 AC 150/5370-1OF 5 7 l: EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E 178) Project: Example Project Test Item: Item P-401, 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 is greater than 1.463. Since 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, then the measurement is not considered an outlier. For A-1, check if ( 97.95 - 96.60 ) / 1.15 is greater than 1.463. Since 1.435 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 were: Greater than (97.95 + 1.463 x 1.15) = 99.63 percent OR less than (97.95 - 1.463 x 1.15) = 96.27 percent. Section 110 — Method of Estimating Percentage of Material GP-59 Within Specification Limits (PWL) i. t 09/30/2011 AC 150/5370-1OF Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Limits (PLand Pu) Positive Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 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 L5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 L5381 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 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 L0736 1.1400 1.1537 1.1587 1.1613 1.1630 L1643 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 L0800 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 OM67 0.9315 0.9281 0.92S8 0.9241 81 0.9550 0.9300 0.9123 0.9025 1 0.8966 0.8928 0,8901 0.8882 80 0.9342 0.9000 0.8799 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 03200 0,6921 0.6781 1 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 0.4844 0.4820 67 0.5878 0.5100 0.4836 0,4710 1 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 1 0.2691 02660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 02372 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 1 0.1125 1 0.1090 0.1070 1 0.1057 0.1049 0.1042 53 1 0.1087 0.0900 0.0843 0.0817 1 0.0802 0.0793 0.0786 0,0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0,0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 so 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 Section 110 - Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-60 09/30/2011 AC. 150/5370-1OF I_ Percent Within Limits (PL and Pu) Negative Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 40264 -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 41855 -0.1840 -0.1829 42 42872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.30161 -0.2964 -0.2931 -0.29081 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.32951 -0.3239 -0.3203 -0.31791 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.35751 -0.3515 -0.3477 -0.34511 -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 44001 -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 45213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.55821 -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 46008 -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 46922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 1 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 1 -0.7640 -0.7590 -0.7556 1 -0.7531 22 -0.8897 -0.8400 -0.8160 48036 -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 48625 48583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 49600 -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 -1.0037 -1.0015 -1.0000 49990 15 -1.0288 -1MOO -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 4.0789 13 -1.0597 -1.1100 -1,1173 -1.1192 -1.1199 -1.1204 -1.1208 1 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 1 -1.1653 ll -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 -1.2964 -1.3032 -1.3081 4.3118 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 -1.1405 1 -1.3500 1 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -L5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 4.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -L6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 Section 110 — Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-61 09/30/2011 AC 150/5370-1OF a Intentionally Left Blank Section 110 —Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-62 ( 09/30/2011 AC 150/5370-1OF SECTION 120 NUCLEAR GAUGES 120-01 TESTING. When the specifications provide for nuclear gauge 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 6938 using the Direct Transmission Method. The nuclear gauge shall be calibrated in accordance with ASTM D 6938. Calibration and operation of the gauge shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gauge must show evidence of training and experience in the use of the instrument. The gauge shall be standardized daily in accordance with ASTM standards. When using the nuclear method, ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards. The calibration checks shall be made at the beginning of a job and at regular daily intervals. gauge The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 6938 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 1. Section 120—Nuclear Gauges GP-63 r 1 09/30/2011 AC 150/5370-IOF 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 Section 120 —Nuclear Gauges GP-64 0 r? SPECIAL PROVISIONS 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, reconstruction of pavement adjacent to a Lubbock Aero hangar. Specifically, the project will include asphalt pavement demolition, preparation of subgrade, construction of granular base layer, construction of asphalt surface course and construction of concrete surface course. The project also includes such incidentals as marking, seeding, drainage improvements and aircraft tie -down anchors. 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 lowest responsive/responsible bidder. Refer to the City of Lubbock boiler plate documents for additional information. SP-3 TIME AND ORDER OF COMPLETION The construction covered by these specifications shall be completed (final completion) within 81 calendar days (103 calendar days if Additive Alternate is awarded) after the date of vvritten Notice to Proceed. The Contractor may commence work upon receipt of the executed contract and shall commence work not later than the tenth (10`") 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 Quality Control Plan for approval by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carried out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. 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 fi•ames specified below. The Conti -actor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. 01271010 SP - 1 08/ 12 Liquidated damages will be assessed for delayed completion in the amount listed below per calendar day for each individual phase or subphase (Refer to Plans for specific scope of each Phase). I Overall Project (Substantial Completion) — 66 calendar days $900 (88 calendar days if Additive Alternate is awarded) 2 Overall Project (Final Completion, within 15 calendar days $900 following substantial completion) (103 calendar days if Additive Alternate is awarded) 3 Phase 1— 21 calendar days (28 calendar days if Additive $500 Alternate is awarded) 4 Phase 2 — 45 calendar days (60 calendar days if Additive Based on Substantial Completion Alternate is awarded) If allotted time for the combination of Substantial or Final Completion and any phase are both exceeded, liquidated damages will be inferred for both. If allotted time for any phase is exceeded but Final Completion time is finished within its allotted time, liquidated damages will only be inferred for the phase which was exceeded. It is understood that allotted construction time does not include necessary curing periods between phases. Time will not be charged for curing periods. However, the Engineer will monitor cure time and it is expected that the Contractor will commence the subsequent phase as soon as possible. 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. L_ 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. 1 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 runways and taxiways may be closed as required for proper execution of the work, but at least fourteen (14) days notice will be required before closing any portion of a runway or taxiway. SP-4 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. Valid weather days will be considered by the Engineer. r t : 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 01271010 SP - 2 . 08/12 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. 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 must be coordinated with 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 or taxiway. The Contractor shall, at a minimum, use the procedures required in AC 150/5370-2E (or latest version) for construction within the AOA. Safety areas for 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 tine 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. 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 FOLLOWING SPECIFICATION TO PURCHASE RADIOS DOES NOT APPLY TO THIS PROJECT. 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. chargers and attachments to the Owner. The radios shall be delivered to the Owner in good working condition. The cost of the 01271010 SP - 3 08/12 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 (or latest equivalent model), 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 operations 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 which are allowed to be used as hauling routes, in a clean condition, 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 proposed 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. The following security guidelines and the rules and regulations of the Lubbock Preston Smith International Airport Operations Department (LBB Operations) and the Transportation Security Administration (TSA) 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) 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 01271010 SP - 4 08/12 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. When necessary to cross pavement surface on the airfield, the Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD), on a daily basis and prior to reopening pavement surface to air traffic. DO NOT leave access under secure fence at any time. SP-6.3 LBB Operations -Issued Security Badges The Contractor shall be responsible for obtaining a photo -identification security badge issued by the LBB Operations for each supervisor or foreman of each work crew working within the AOA. The Contractor shall obtain LBB Operations 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 LBB Operations 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 LBB Operations securit badge, The Contractor may obtain LBB Operations security badges from the Lubbock Preston Smith International Airport Operations Department at the Lubbock Preston Smith International Airport. LBB Operations reserves the right to limit the number of security badges issued to the Contractor. LBB Operations will charge the Contractor a fifteen dollar ($15.00) fee for each security badge issued. The cost for a fingerprint verification will be an additional $30.00. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. LBB Operations 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. LBB Operations security badge may be confiscated and all security rights revoked by LBB Operations upon the breach of any security or safety regulations at the discretion of LBB Operations. The holder of an LBB Operations 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 LBB Operations. The Contractor shall conduct a background check of each applicant for an LBB Operations security badge utilizing standard background check forms provided by LBB Operations. The Contractor shall be responsible for completing the required forms, and for submitting the forms to LBB Operations 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 LBB Operations. LBB Operations shall be responsible for reviewing the background checks. Only persons whose application is approved by LBB Operations shall be issued security badges. LBB Operations reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of LBB Operations, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LBB Operations -issued security badges to LBB Operations. LBB Operations will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LBB Operations -issued security badge. All LBB Operations -issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all LBB Operation - issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-6.4 Contractor -Issued Identification Badees 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 LBB Operations, the Director of Aviation or the Engineer. 01271010 SP - 5 08/12 The format and content of the Contractor -issued identification badge shall be approved by LBB Operations prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges. All expired identitication 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 LBB Operations 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 LBB Operations - 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 LBB Operations -issued security badge at all times while within the AOA. Persons within the AOA not possessing a valid LBB Operations -issued security badge, or escorted or directly supervised by an individual possessing a valid LBB Operations -issued security badge, shall be considered in violation of LBB Operations security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LBB Operations security arrangements. SP-6.5 Contractor's Entrance Gate Adjacent to the Contractor's entrance gate, outside the AOA, the Contractor shall provide a parking area for the Contractor's employee's personal automobiles. The limits of this parking/storage area shall be as directed by the Engineer. At the completion of this project, any damage done by the Contractor to this area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading and reseeding or repaving any damaged areas. The Contractor shall be responsible for, and shall control all movement through the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and the LBB Operations with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LBB Operations -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. 01271010 SP-6 _ 08/12 I 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 LBB Operations 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 Challeneing Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LBB Operations 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 LBB Operations security badge, or who cannot produce a valid LBB Operations security badge, or who is not under escort or under the direct supervision of a person possessing a valid LBB Operations 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, LBB Operations shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until LBB Operations arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of LBB Operations and shall be immediately confiscated by LBB Operations 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, wTitten 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 farms 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-eight (48) hours prior to actual erection of the crane or other hoisting device. 01271010 SP-7 08/12 -? i 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. 1. The Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. The Contractor will also be responsible for maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with the Director of Aviation for any areas desired. Areas used by the Contractor may be subject to rental rates and fees as identified by the Director of Aviation. 3. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but not limited to 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 worn, deteriorated or damaged during the period the Contractor and his forces occupy the area. All restoration shall be to the satisfaction of the Director of Aviation. 4. Prior to moving into an unpaved area, the Contractor shall 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-501, TxDOT Item 341 and T-901. 6. No direct payment will be made to the Contractor for preparing or restoring plant site haul routes, storage or office areas. 7. For all projects that have an on -site concrete or hot mix asphalt batch plant, and for projects involving pug -mill produced material, a concrete -paved material stockpile area is required. All materials to be incorporated into concrete, hot mix, CTB or other similar material must be stockpiled on a specially prepared concrete pad so that stockpile contamination does not occur. The cost associated with preparing the material stockpile pad is considered incidental to the mobilization item and should be fully removed at the end of the project. The stockpile area shall be restored to pre -project conditions as specified above. 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. pi 01271010 SP-8 (. _ 08/12 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. 01271010 SP-9 08/12 s I 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. 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 detennined 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 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 10' clearance between the ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, 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 power cells are in working order. In addition, the lights shall be checked by the Contractor at night on a daily basis. AM 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) 01271010 SP -to 08/12 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 ten (10) 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 (or latest version), "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 flee 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. 01271010 SP - 11 08/12 SP-18 INSURANCE The Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. The 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. E 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 l 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. 01271010 SP - 12 08/12 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 tiling of such notice by the Contractor and 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. 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 fiom 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 tees. The Contractor agrees that he will indemnify and save the Owner and Engineer harmless fiom 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. 01271010 SP - 13 08/12 SP-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in the opinion of the Engineer and LBB Operations, a 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, 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 furnish 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 Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission nor shall it relieve him fi•om responsibility for errors of any sort in shop drawings or schedules. 01271010 SP - 14 08/12 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, Abilene, and El Paso, Texas and Las Cruces, New Mexico, 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 provide alternate shoring details as prepared by a Licensed Professional Engineer in the State of Texas. 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 I50 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 chairs, a separate work desk with two chairs and a tiling cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. The Contractor shall provide a suitable heater Fred 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. 01271010 SP - 15 t i 08/12 _j _t 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 conducted by PaveTex Engineering and Testing, Inc., Lubbock, 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 warranty 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. SP-36 OVERHEAD EQUIPMENT SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) — OSHA A26.550 (a) (15) when operating cranes and overhead equipment in the vicinity of overhead power lines. 01271010 SP - 16 - 08/ 12 TECHNICAL SPECIFICATIONS I I LBB AIRFIELD ASPHALT REPAIR (PACKAGE Modifications to ITEM P-101 SURFACE PREPARATION Item P-101 Surface Preparation, of the project specifications shall be modified as follows. 1. Paragraph 101-3.1 REMOVAL OF EXISTING PAVEMENT b. Asphaltic Concrete. Add the following paragraph: "Remove existing asphalt concrete and granular base to depth necessary to process subgrade layer." 2. Paragraph 101-4.1 MEASUREMENT. Delete paragraphs `b.' through `f.'. Add the following as paragraphs `b.' and `c.': "b. Asphalt Pavement Removal: Removal and disposal of specified asphalt pavement sections, as shown on the plans, shall be the number of square yards removed by the Contractor for each section. Pavement sections with multiple layers to be removed will be measured as surface yardage. All layers are to be covered under a single bid item. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. c. Concrete Pavement Removal: Concrete pavement to be removed and disposed of, as shown on the plans, shall be the number of square yards removed by the Contractor." 3. Paragraph 101-5.1 PAYMENT. Add the following after the first paragraph: "Payment will be made under: Item P-101, Remove and dispose of 2" asphalt, 9" granular base, complete, per square yard." 01271010 P-101-1 08/ 12 09/30/2011 AC 150/5370-1OF ITEM P-101 SURFACE PREPARATION DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 101-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 REMOVAL OF EXISTING PAVEMENT a. Concrete: The existing concrete to be removed shall be freed from the pavement to remain unless jackhammers are used for the complete removal. This shall be accomplished by line drilling or sawing through the complete depth of the slab I ft inside the perimeter of the final removal limits or outside the load transfer devices, whichever is greater. In this case, the limits of removal would be located on joints. If line drilling is used, the distance between holes shall not exceed the diameter of the hole. The pavement between the perimeter of the pavement removal and the saw cut or line -drilled holes shall be removed with a jackhammer. Where the perimeter of the removal limits is not located on the joint, the perimeter shall be saw cut 2 in in depth or 1/4 the slab thickness, whichever is less. Again, the concrete shall be line drilled or saw cut the full depth of the pavement 6 in inside the removal limits. The pavement inside the saw cut or line shall be broken by methods suitable to the Contractor; however, if the material is to be wasted on the airport site, it shall be reduced to a maximum size designated by the airport owner. The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Any damage shall be repaired by the Contractor at no expense to the airport owner. b. Asphaltic Concrete: Asphaltic concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed in such a manner that the joint for each layer of pavement replacement is offset 1 ft from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size as designated by the airport owner. r 101-3.2 PREPARATION OF JOINTS AND CRACKS. All joints and cracks in bituminous and concrete pavements to be overlaid with asphaltic concrete shall be cleaned of joint and crack sealer, debris, and vegetation. Any excess joint or crack sealer on the surface of the pavement shall also be removed from the pavement surface. If vegetation is a problem a soil sterilant shall be applied. Cracks and joints wider than 3/8 in shall be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown in Table 1. Item P-101 Surface Preparation P-101-1 09/30/2011 AC 150/5370-1OF Table 1 Sieve Size Percent Passing No. 4 100 No. 8 90-100 No. 16 65-90 No. 30 40-60 No. 50 25-42 No. 100 15-30 No. 200 10-20 Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natural sand without approval in writing from the Engineer. The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume. The material shall be poured into the joints or cracks or shall be placed in the joint or crack and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 in of the surface. Any material spilled outside the width of the joint shall be removed from the surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the surface and vegetation in the joints need to be removed. 101-3.3 REMOVAL OF PAINT AND RUBBER All paint and rubber over 1 ft wide that will affect the bond of the new overlay shall be removed from the surface of the existing pavement. Chemicals, high- pressure water, heater scarifier (asphaltic concrete only), cold milling, or sandblasting may be used. Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 in deep. If chemicals are used, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. This specification shall not be used for removal of rubber deposits to improve skid resistance or _ obliterate traffic markings where a new overlay is not to be constructed. 101-3.4 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. a. Repair of Concrete Spalls in Areas to be overlaid with Asphalt: The Contractors shall repair all spalled concrete as shown on the plans or as directed by the Resident Engineer. The perimeter of the repair shall be sawed a minimum of 1 in deep or shall be cut with approved tools to this depth. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with asphaltic concrete with a minimum Marshall stability of 1,200 lbs. and maximum flow of 20. The material shall be compacted with equipment approved by the Resident Engineer until the material is dense and no movement or marks can be noted. The material shall not be placed in lifts over 4 in in depth. This method of repair applies only to pavement to be overlaid. b. Asphaltic Concrete Pavement Repair: The failed areas shall be removed as specified in paragraph 101-3.1b. All failed material including surface, base course, subbase course, and subgrade shall be removed. The base course and subbase shall be replaced if it has been infiltrated with clay, silt, or other material affecting the load -bearing capacity. Materials and methods of construction shall comply with the other applicable sections of this specification. Item P-101 Surface Preparation P-101-2 1 09/30/2011 AC 150/5370-1OF j 101-3.5 COLD PLANING. a. Patching: The machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the pavement to remain. The machine shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled. The area shall be laid out with straightedges in increments of 1 ft widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, Grade Correction, or Surface Correction: The machine shall have a minimum width of 10 feet. It shall be equipped with electronic grade control devices on both sides that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust control shall be provided. The machine shall be capable of discharging the millings in a truck or leaving them in a defined windrow. METHOD OF MEASUREMENT 101-4.1 MEASUREMENT. a. General: If there is no quantity shown in the bidding schedule, the work covered by this section shall be considered as a subsidiary obligation of the Contractor covered under the other contract items. Only accepted work will be measured. b. Pavement Removal: The unit of measurement for pavement removal shall be the number of square yards removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. c. Joint and Crack Repair: The unit of measurement for joint and crack repair shall be the linear ( J foot of joint. d. Paint and Rubber Removal: The unit of measurement for paint and rubber removal shall be the square foot. ri e. Spall and Failed Asphaltic Concrete Pavement Repair: (1) The unit of measure for concrete spall repair shall be the number of square feet. The average depth of the patch shall be agreed upon by the Contractor and the Resident Engineer. The quantity shall be divided in the following categories: (a) 0 to 4 in in average depth (b) 4 to 8 in in average depth (c) Greater than 8 in in average depth (2) The unit of measure for failed asphaltic concrete pavement shall be as follow: (a) Asphaltic concrete sq yd (b) Base course sq yd (c) Subbase course square yd (d) Subgrade sq yd i Item P-101 Surface Preparation P-101-3 t i i i' 09/30/2011 AC 150/5370-1OF f. Cold Planing: The unit of measure for cold planing shall be the number of square yards. The average depth of the cold planing shall be determined by the Engineer and the Contractor prior to accomplishment of the work. When surface correction is required, if the initial cut doesn't correct the condition, the Contractor shall re -plane the area and will be paid only once for the total depth of planning. The quantity shall be divided into the following categories: (a) 0 to 2 in (b) 0 to 3 in (c)0to4in (d) 0 to 5 in (e) 0 to 6 in BASIS OF PAYMENT 101-5.1 PAYMENT. Payment shall be made at contract unit price for the unit of measurement as specified hereinbefore. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. END OF ITEM P-101 Item P-101 Surface Preparation P-101-4 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modifications to ITEM P-140 MOBILIZATION Item P-140 Mobilization of the project specifications shall be modified as follows: Paragraph 140-1 DESCRIPTION. Add the following paragraphs to 140-1.1 "The mobilization item shall include the Contractor's insurance, bonds, overhead, labor, profit and all other items necessary for coordination of this work. A construction job trailer will not be required on this project. This item shall include the preparation of the Contractor's staging area, including the stabilized construction entrance, storm water best management practices, construction water supply, sanitary facilities and any other item necessary to ready the site for use. At the end of the project, the Contractor shall also clean up the staging area and restore it to preconstruction conditions or better. This item shall also include preparation of a concrete -paved material stockpile area when applicable. For all projects that have an on -site concrete or hot mix asphalt batch plant, and for projects involving pug -mill produced material, a concrete -paved material stockpile area is required. All materials to be incorporated into concrete, hot mix, CTB or other similar material must be stockpiled on a specially prepared concrete pad so that stockpile contamination does not occur. The cost associated with preparing the material stockpile pad is considered incidental to the mobilization item and should be fully removed at the end of the project. The stockpile area shall be restored to pre -project conditions as specified above." Paragraph 140-2 MEASUREMENT- AND PAYMENT. Delete Paragraph 2.1 and add the following: "140-2.1 All work covered by this item will be paid for at the contract lump sum price for "Mobilization". Mobilization will be paid for at 37.5% of the total bid amount on each of the first two partial pay estimates and the remaining 25% of the total bid amount will be paid on the final pay estimate. All such payments will be made less the retainage provided for in Division 90-06 of the General Provisions. Payment will be made under: Item P-140 Mobilization— per lump sum. 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 and a Quality Control Program have been submitted by the Contractor and approved by the Engineer. If before and during construction the Contractor falls behind in meeting his project schedule or fails to adhere to the Quality Control Program, no further payments for mobilization will be allowed until the issue is resolved to the satisfaction of the Engineer." 01271010 P-140-a 08/12 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. As a part of this item, the contractor shall be responsible for providing the engineer's RPR with an office containing telephone/fax line, fax machine and copier. This shall include the installation and monthly fees of the line and equipment to be located in the RPR's site office. 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 gomplete, 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 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 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 from 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. In lieu of a separate telephone line, at the Contractor's option a suitable cellular telephone may be provided. Engineer shall not be responsible for monthly charges or any fee. MEASUREMENT AND PAYMENT 140-2.I 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 10 percent of the total amount bid for the contract. Where the amount bid for the item of "Mobilization" exceeds 10 percent of the total amount bid for the contract, 5 percent of the total amount bid will be paid on each of the first two partial pay estimates, and that portion exceeding 10 percent will be paid on the final pay estimate. All such payments will be made less the retainage provided for in Division 90-06 of the General Provisions. P-140-1 1 r ki 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 - - per lump sum. P-140-2 _3 t �t LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modifications to ITEM P-152 EXCAVATION AND EMBANKMENT Item P-152, Excavation and Embankment, of the project specifications shall be modified as follows: Paragraph 152-1.2 CLASSIFICATION - All material excavated as a part of this project except borrow excavation shall be classified as Unclassified Excavation. Delete paragraphs (b) Rock Excavation, (c) Muck Excavation, and (d) Drainage Excavation. 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 _ s the property of the Contractor and shall be disposed of outside the Airport property at the Contractor's expense. Paragraph 2.2 EXCAVATION — The last sentence of the first paragraph shall be revised to read: "All unsuitable material shall be disposed of outside the airport property at the Contractor's expense." 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 be stockpiled on airport property at the location shown on the plans. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from areas of the project with excess excavation, shall be obtained from borrow areas located on Airport property, or shall be imported by the Contractor. In either case, any additional hauling or disposal expenses shall be the Contractor's responsibility." 6. Paragraph 152-2.2 - Delete paragraphs (a), (c) and (d). 7. Paragraph 152-2.2 - Delete the fourth, fifth and sixth sentence in paragraph (b), Undercutting, and replace with the following: "No additional compensation will be made for undercutting to a depth of 24 inches below bottom subgrade layer. The excavated area shall be refilled with suitable material obtained from grading operations or borrow areas and thoroughly compacted by rolling. No additional compensation will be made for the material, excavation of borrow material or compaction of the material used to replace the undercut material. 01271010 P-152 — a i - 08/12 s� i i_ I " LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 8. 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. The testing frequency will be one (1) test per every 400 square yard or as directed by the Engineer." 9. Paragraph 2.2(e) Compaction Requirements — Add the following sentence to the second paragraph: "Nuclear densities will be considered acceptable and shall be in accordance with ASTM D2922 using the Direct Transmission Method. The Contractor shall meet all requirements of latest version of AC 150/5370-10 Section 120." 10. Paragraph 2.2-(e) Compaction Requirements - Delete all references to blasting. Blasting will not be permitted in the construction of this project. 11. Paragraph 2.3 BORROW EXCAVATION - Delete the first sentence of the first paragraph and insert the following: "Borrow must be obtained from borrow areas located off Airport property." 12. Paragraph 2.3 BORROW AND Paragraph 2.4 DRAINAGE EXCAVATION — Delete these sections. No distinction will be made for different types of excavation. Any borrow excavation required, over and above that indicated by proposed contours in the plans, shall be considered subsidiary to embankment. 13. Paragraph 2.6 Formation of Embankments., Add the following as the second sentence in the fourth paragraph: "For embankment material with a PI>20, the moisture content of material may range from optimum to +2% above optimum." 14. 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, before or after placement and compaction, will be taken at the Engineer's discretion, but will typically consist of one (1) moisture -density test per 2,500 square yards and one (1) in -place density test per 400 square yards." 15. 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 that shown on the plans unless otherwise directed by the Engineer." 01271010 P-152 — b 08/ 12� t� LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 16. Paragraph 2.6 FORMATION OF EMBANKMENTS — The following sentence shall be added to the seventh paragraph: "Nuclear densities will be considered acceptable and shall be in accordance with ASTM D2922 using Direct Transmission Method. The Contractor shall meet the requirements of latest version of AC 150/5370-10 Section 120." 17. Paragraph 2.6 FORMATION OF EMBANKMENTS — Delete last paragraph and insert the following: "Payment will be made for "embankment in place." No separate payment will be made for excavation, borrow or other items associated with the embankment." 18. Paragraph 2.10 TOPSOIL - Delete fourth sentence of first paragraph and replace with: "Stockpiles shall be located in accordance with the most recent version of AC150/5370 Operational Safety on Airports During Construction." 19. Paragraph 2.10 TOPSOIL — Delete third and fourth paragraphs. No separate payment will be made for handling topsoil. This item is considered incidental to excavation and embankment. 20. Paragraph 3 METHOD OF MEASUREMENT — Delete this paragraph and insert the following paragraphs: "Grading in unpaved areas will be measured based on the square yards of area prepared for seeding. All area outside the specified limits of seeding disturbed by the Contractor shall be graded and seeded at the expense of the Contractor. Grading and Subgrade Preparation under paving will be measured based on square yards of area prepared for paving, including multiple layers where shown on plans. Limits are to 6-inches beyond limits (width) of paving unless otherwise shown on plans." 21. Paragraph 4 BASIS OF PAYMENT - Delete this paragraph and insert the following: "Payment shall be made at the contract unit price bid, regardless of the materials encountered. This price shall be full compensation for furnishing materials, labor, equipment, tools and incidentals necessary to complete the item. All other forms of excavation and construction of embankments shall be considered subsidiary obligations of the Contractor and covered under other contract items. Payment will be made under: Item P-152, Grading in unpaved areas, complete per square yard. Item P-152, Grading and subgrade preparation, 6 inches thick, complete per square yard." 01271010 P-152 — c 08/12 09/30/2011 AC 150/5370-1OF 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 [ 1 and to a density of not less than [ 1 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 in (100 mm) in their greatest dimension will not be permitted in the top 6 in (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be 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, , 14 and the property. All damage done to the work or property shall be repaired at the Contractor's expense. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all state and local regulations and explosive manufacturers' instructions, with applicable 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. Eli 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 i identified by instrument number and location. j These records shall be made available to the Engineer on a monthly basis or in tabulated form at other t times as required. ( 152-2.3 BORROW EXCAVATION. Borrow areas 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 f 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 Item P-152 Excavation and Embankment P-152-3 € g 09/30/2011 AC 150/5370-1OF I 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 is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 in (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 in (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 Item P-152 Excavation and Embankment P-152-4 7 [ 09/30/2011 AC 150/5370-1OF [ ]. 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 [ I 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 in (100 mm). The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 in (100 mm) in their greatest dimensions will not be allowed in the top 6 in (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. 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 a, Item P-152 Excavation and Embankment P-152-5 - x� t 09/30/2011 AC 150/5370-1OF 1! 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 ft (4.8 m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 in (12 mm), or shall not be more than 0.05 ft (0.015 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 ft (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 [ ] feet of runway pavement or [ ] feet of taxiway pavement and shall not be placed on areas that subsequently will require any 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. Item P-152 Excavation and Embankment P-152-6 09/30/2011 AC 150/5370-IOF 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) F11 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 ft (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 ft (0.15 meter). BASIS OF PAYMENT 152-4.1 For "Unclassified 'excavation' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 For "Rock Excavation' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 For "Muck Excavation' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.4 For "Drainage Excavation' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.5 For "Borrow Excavation' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Item P-152 Excavation and Embankment P-152-7 I_J 1__ 09/30/2011 AC 150/5370-1OF 152-4.6 For "Stockpiled Material' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.7 For "Embankment in Place" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-152-4.1 Unclassified Excavation -per cubic yard (cubic meter) Item P-152-4.2 Rock Excavation -per cubic yard (cubic meter) Item P-152-4.3 Muck Excavation -per cubic yard (cubic meter) Item P-152-4.4 Drainage Excavation -per cubic yard (cubic meter) Item P-152-4.5 Borrow Excavation -per cubic yard (cubic meter) Item P-152-4.6 Stockpiled material -per cubic yard (cubic meter) Item P-152-4.7 Embankment in Place -per cubic yard (cubic meter) 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 in (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 Balloon Method. ASTM D 6938 In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods END OF ITEM P-152 r ; Item P-152 Excavation and Embankment P-152-8 I LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) ' Modifications to ITEM P-153 CONTROLLED LOW -STRENGTH MATERIAL CLS Item P-153 Controlled Low -Strength Material (CLSM) of the project specifications shall be modified as follows: 1. Paragraph 153-2.1 MATERIALS (a) Portland Cement — Portland cement shall conform to the requirements of ASTM C 150 Type 1, I1. 2. Paragraph 153-6.1 METHOD OF MEASUREMENT — Delete this paragraph. Controlled Low - Strength Material will not be measured. 3. Paragraph 153-7.1 BASIS OF PAYMENT — Delete this paragraph. Controlled Low -Strength Material will be subsidiary to aircraft tie -down anchor removal or other applicable bid items. No separate payment will be made. 01271010 P-153-a 08/ 12 • 1 09/30/2011 AC 150/5370-1OF k! ITEM P-153 CONTROLLED LOW -STRENGTH MATERIAL (CLSM) DESCRIPTION 153.1.1 This item shall consist of furnishing, transporting, and placing a controlled low -strength material (CLSM) as flowable backfill in trenches or at other locations shown on the plans or as directed by the Engineer. MATERIALS 153-2.1 MATERIALS a. Portland Cement. Portland cement shall conform to the requirements of ASTM [ [ Type [ [. If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. b. Flyash. Flyash shall conform to ASTM C 618, Class C or F. c. Fine Aggregate (Sand). Fine aggregate shall conform to the requirements of ASTM C 33 except for aggregate gradation. Any aggregate gradation which produces performance characteristics of the CLSM specified herein will be accepted, except as follows. Sieve Size Percent Passing by weight 3/4 in (19.0 mm) 100 No. 200 (0.075 mm) 0 -12 d. Water. Water used in mixing shall be free of oil, salt, acid, alkali, sugar, vegetable matter, or other substances injurious to the finished product. MIX DESIGN 153-3.1 PROPORTIONS. The contractor shall submit, to the Engineer, a mix design including the proportions and source of materials, admixtures, and dry cubic yard (cubic meter) batch weights. The mix shall contain a minimum of 50 pounds of cement and 250 pounds flyash per cubic yard (30 kg of cement and 148 kg of flyash per cubic meter), with the remainder of the volume composed of sand, water, and any approved admixtures. a. Compressive Strength. CLSM shall be designed to achieve a 28-day compressive strength of 100 to 200 psi (690 to 3,680 kPa) when tested in accordance with ASTM D 4832.. There should be no significant strength gain after 28 days. Test specimens shall be made in accordance with ASTM D 4832. b. Consistency. Consistency of the fresh mixture shall be such that the mixture may be placed without segregation. A desired consistency may be approximated by filling an open-ended 3 in (75 mm) diameter cylinder, 6 in (150 mm) high to the top, with the mixture and the cylinder immediately pulled straight up. The correct consistency of the mixture will produce an approximate 8 in (205 mm) diameter circular -type spread without segregation. Adjustments of the proportions of materials should be made to achieve proper solid suspension and flowable characteristics, however the theoretical yield shall be maintained at one cubic yard (cubic meter) for the given batch weights. 1 . _ Item P-153 Controlled Low -Strength Material (CLSM) P-153-1 1> 09/30/2011 AC 150/5370-1OF CONSTRUCTION METHODS 153-4.1 PLACEMENT. a. Placement. CLSM may be placed by any reasonable means from a mixing unit into the space to be filled. Agitation is required during transportation and waiting time. Placement shall be performed in such a manner that structures or pipes are not displaced from their desired final position and intrusion of CLSM into undesirable areas is avoided. The material shall be brought up uniformly to the fill line shown on the plans or as directed to the Engineer. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in more than one layer, the base layer shall be free of surface water and loose of foreign material prior to placement of the next layer. b. Limitations of Placement. CLSM shall not be placed on frozen ground. Mixing and placing may begin when the air or ground temperature is at least 35 OF (2 °C) and rising. At the time of placement, CLSM shall have a temperature of at least 40 OF (4 °C). Mixing and placement shall stop when the air temperature is 40 OF (4 °C) and falling or when the anticipated air or ground temperature will be 35 OF (2 °C) or less in the 24 hour period following proposed placement. 153-4.2 CURING AND PROTECTION a. Curing. The air in contact with the CLSM should be maintained at temperatures above freezing for a minimum of 72 hours. If the CLSM is subjected to temperatures below 32 OF (0 °C), the material may be rejected by the Engineer if damage to the material is observed. b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction activities for a period of 48 hours or until a compressive strength of 15 psi (105 kPa) is obtained. The Contractor shall be responsible for providing evidence to the Engineer that the material has reached the desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3.1a. MATERIAL ACCEPTANCE 153-5.1 Acceptance. Acceptance of CLSM delivered and placed as shown on the plans or as directed by the Engineer shall be based upon mix design approval and batch tickets provided by the Contractor to confirm that the delivered material conforms to the mix design. The Contractor shall verify by additional testing, each 5,000 cubic yards (3,825 cubic meters) of material used. Verification shall include confirmation of material proportions and tests of compressive strength to confirm that the material meets the original mix design and the requirements of CLSM as defined in this specification. Adjustments shall be made as necessary to the proportions and materials prior to further production. METHOD OF MEASUREMENT 153-6.1 Measurement. Controlled low strength material shall be measured by the number of [cubic yards (cubic meters)l as computed from the neatline plan and section, adjusted for the quantities for any embedments, and as specified, completed, and accepted.. BASIS OF PAYMENT 153-7.1 Payment. Accepted quantities of controlled low strength material shall be paid for at the contract unit price per [cubic yard (cubic meter)]. Payment shall be full compensation for all materials, equipment, labor, and incidentals required to complete the work as specified. f- Item P-153 Controlled Locv-Strength Material (CLSM) P-153-2 l._ 09/30/2011 AC 150/5370-1OF TESTING REQUIREMENTS ASTM D 4832 Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders MATERIAL REQUIREMENTS ASTM C 33 Specification for Concrete Aggregates ASTM C 150 Specification for Portland Cement ASTM C 618 Specification for Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C 595 Specification for Blended Hydraulic Cements END OF ITEM P-153 Item P-153 Controlled LoAv-Strength Material (CLSM) P-153-3 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) ' 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: Paragraph 156-1.1 DESCRIPTION — Add the following prior to the first subparagraph: "In accordance with the current NPDES General Permit for Storm Water Discharge from Construction Sites as published in the Federal Register and in accordance with the requirements of the State of Texas Storm Water General Permit TXR150000. As a co- permittee, the Contractor shall prepare a Storm Water Pollution Prevention Plan (SW3P), file a Notice of Intent (NOI) including an NOI for the Owner as an operator, implement the control measures noted on the SW3P, provide all administration, superintendence and possibly additional control measures as necessary to prevent silt and pollution from exiting the site. The Contractor shall be responsible for implementing, updating and modifying per regulatory agency requirements, and monitoring the SW3P. For assistance in Storm Water Issues the Contractor may call the EPA's Construction Storm Water Program at (202) 564-0721 or the Texas Commission on Environmental Quality (TCEQ) at (512) 239-1000. The Contractor shall also prepare and submit a Storm Water Plan Review Application to the City of Lubbock Storm Water Management Department." 2. Paragraph 156-1.1 DESCRIPTION —Add the following to the first subparagraph as follows: "This item shall also govern for the materials to be furnished and for the methods to be followed for the installation of silt fence fabric and sand bags conforming to the requirements herein and with the design details, lines, grades and dimensions shown on the plans or as established by the Engineer. This silt fence will be used as temporary erosion control to collect silt and sediment particles." Paragraph 156-2 MATERIALS — Add new Paragraph 156-2.6 Silt Fences as follows: "156-2.6 SILT FENCES. Fabrics and fence reinforcement materials shall meet the requirements of TxDOT Departmental Materials Specifications D-9-6230, "Silt Fence". Two types of fabric and three fence reinforcement systems are described. The various types are identified as follows: Type W. Type W fabric is a woven fabric which is used in a Type I reinforcement system. Type NW. Type NW fabric is a nonwoven fabric which is used in a Type 2 or Type 3 reinforcement system. Type 1. This system is a self -supported fence. Type 2. This system is a net -reinforced fence. Type 3. This system is a triangular filter dike. 01271010 P-156—a 08/12 r :, LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) When the type of fabric or type of reinforcement system is not specified on the plans, the Contractor may select any of the described types for use in construction of the sediment control fence." 4. Paragraph 156-2 MATERIALS — Add new Paragraph 156-2.7 Sand Bags as follows: "156-2.7 SAND BAGS. Sand bags shall meet the requirements of TxDOT Specification Item 506 and as shown on the plans." 5. Paragraphs 156-3.1 GENERAL - Delete the second sentence and replace with the following: "The Contractor shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved." 6. Paragraph 156-4.1 METHOD OF MEASUREMENT — Delete the entire paragraph and insert the following: "Temporary erosion and pollution control work required will be measured as a lump sum item for all control measures as well as preparing the SWPPP and for filing the NOI for both the Contractor and Owner as operators. This shall include all cleaning or removal and replacement of control structures required to meet regulating agency requirements for Storm Water Pollution Prevention." 7. Paragraph 156-5.1 BASIS OF PAYMENT — Delete the entire paragraph and insert the following: "The work performed and materials furnished as prescribed by this Item, measured as provided under `Measurement", will be paid for at the lump sum price bid for "Item P- 156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control (SWPPP), which price shall be full compensation for preparing the SWPPP, for filing the NOI for both the Contractor and the Owner as operators, for furnishing, placing, maintaining and removing the control structures; for all required administration and superintendence; for all labor, tools, equipment and incidentals necessary to complete the work; and for any fees required by the regulating agency. Payment will be made under: Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control, per lump sum." 01271010 P-156—b 08/12 09/30/2011 AC 150/5370-IOF r 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 g Item P-156 Temporary Air and Water Pollution, P-156-1 Soil Erosion, and Siltation Control l -1 1 09/30/2011 AC 150/5370-1OF { 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. 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 embankinent 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. Item P-156 Temporary Air and Water Pollution, P-156-2 Soil Erosion, and Siltation Control i- _, € s' 09/30/2011 AC 150/5370-1OF METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer. Completed and accepted work will be measured as follows: a. Temporary seeding and mulching will be measured by the square yard (square meter). b. Temporary slope drains wil[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 (kg). 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the t 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 (kg) Where other directed work fails within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05. END OF ITEM P-156 Item P-156 Temporary Air and Water Pollution, P-156-3 Soil Erosion, and Siltation Control i_ s _.' LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modifications to TxDOT ITEM 247 (2004) FLEXIBLE BASE TxDOT Item 247 (2004) Flexible Base of the project specifications shall be modified as follows: 1. TxDOT Item 247, Paragraph 247.2(a) Materials, Add the following to this paragraph: "Material supplied for this project shall be in accordance with TxDOT Item 247, Grade 2, Type A." 2. Paragraph 247.2(a) Table 1, Material Requirements. Insert the following paragraph in its entirety. "Quality Control. The following list will be a guideline for the number of tests required for a sequence of construction. The Engineer shall direct the required tests and reserves the right to adjust, modify or waive the required test. Base Material. Retest of gradation, liquid limits and plasticity index, for each 10,000 square yards of base material laid. Test to be performed at Owner's expense. Triaxial Test. A minimum of one test shall be required for each project. Test to be performed at Owner's expense." 3. Paragraph 247.4(b) Placing. Add the following sentence as third paragraph: "Upon completion, the finished base shall conform with the typical section as shown on the plans and the established lines and grades. The Contractor should avoid overworking the base course and working excess fines to the top of the finished surface. If this occurs, the Contractor will be required to remove the excess fines by power brooming or other mechanical means prior to placing the prime coat" 4. Paragraph 247.4(C)(2) Density Control — Density will be determined in accordance with ASTM D 698 instead of TEX-113-E. Material shall be f 2% optimum moisture. Density tests will be taken at one test per 400 square yards of material installed per lift or as directed by Engineer. Verification of thickness will be once per every 400 square yards of material installed or as directed by Engineer. 5. Paragraph 247.5 Measurement — Delete this paragraph. Replace with the following: "Flexible base will be measured as square yards of the total specified thickness of base material. No measurement consideration is given to multiple lift installations." 6. Paragraph 247.6 — PAYMENT. Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price per square yard for TxDOT 247 flexible base. This price shall be full compensation for securing and furnishing all materials, including royalty and freight involved; for furnishing scales and labor involved in weighing the material when required; for loading all materials; for all hauling and delivering and for all manipulations; sprinkling; for rolling; sprinkling for dust control; for shaping and fine grading; for spreading, f 01271010 TxDOT 247 — a -- 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) mining, blading, compacting, shaping, finishing and curing the base material; for labor, tools and incidentals necessary to complete the work. Payment will be made under: TxDOT Item 247, Type A, Grade 2, Crushed Aggregate Base Course, 10.5" Thickness, furnished and installed, complete, per square yard. TxDOT Item 247, Type A, Grade 2, Crushed Aggregate Base Course, 6" Thickness, fiirnished and installed, complete, per square yard." 01271010 TxDOT 247 — b 08/12 ITEM 247 FLEXIBLE BASE 247.1. Description. Construct a foundation course composed of flexible base. 247.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project l to assure specification compliance. Use Tex-100-E material definitions. A. Aggregate. Furnish aggregate of the type and grade shown on the plans and conforming to the requirements of Table 1. Each source must meet Table I requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the plans. Table 1 Material Requirements Property Test Method Grade I Grade 2 Grade 3 Grade 4 Master gradation sieve size (% retained) Tex -I 10-E Ass own on the plans 2-1/2 in. - 0 0 1-3/4 in. 0 0-10 0-10 7/8 in. 10-35 - - 3/8 in. 30-50 - - No.4 45-65 45-75 45-75 No. 40 70-85 60-85 50-85 Liquid limit, % max.' Tex- 104-E 35 40 40 As shown on the plans Plasticity index, max.' 10 12 t_ 12 As owplans Tex-lO6-E on the Plasticity index, min. As shown on the plans Wet ball mill, % max. Tex- 116-E 40 45 - As shown Wet ball mill, %max. increase passing the 20 20 - on the plans No. 40 sieve Classification' 1.0 1.1 2.3 - As shown on the plans Min. compressive strength', psi Tex-1 17-E As shown lateral pressure 0psi 45 35 - on the plans lateral pressure 15 psi 175 175 - 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the plans, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the plans. 1. Material Tolerances. The Engineer may accept material if no more than I of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. The Engineer may accept material if no more than I of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 2. Material Types. Do not use tillers or binders unless approved. Furnish the type specified on the plans in accordance with the following. TxDOT-247-1 a. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. b. Type B. Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. c. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex-460-A, Part I. Blending of 2 or more sources is allowed. d. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.A.3.b, "Recycled Material (Including Crushed Concrete) Requirements," and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. e. Type E. As shown on the plans. 3. Recycled Material. Recycled asphalt pavement (RAP) and other recycled materials may be used when shown on the plans. Request approval to blend 2 or more sources of recycled materials. a. Limits on Percentage. When RAP is allowed, do not exceed 20% RAP by weight unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. b. Recycled Material (Including Crushed Concrete) Requirements. (1) Contractor Furnished Recycled Materials. When the Contractor furnishes the recycled materials, including crushed concrete, the final product will be subject to the requirements of Table 1 for the grade specified. Certify compliance with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines," for Contractor furnished recycled materials. In addition, recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex-413-A. For RAP, do not exceed a maximum percent loss from decantation of 5.0% when tested in accordance with Tex-406-A. Test RAP without removing the asphalt. (2) Department Furnished Required Recycled Materials. When the Department furnishes and requires the use of recycled materials, unless otherwise shown on the plans: • Department required recycled material will not be subject to the requirements in Table 1, • Contractor furnished materials are subject to the requirements in Table l and this Item, • the final product, blended, will be subject to the requirements in Table 1, and • for final product, unblended (100% Department furnished required recycled material), the liquid limit, plasticity index; wet ball mill, classification, and compressive strength is waived. • Crush Department -furnished RAP so that 100% passes the 2 in. sieve. The Contractor is responsible for uniformly blending to meet the percentage required. (3) Department Furnished and Allowed Recycled Materials. When the Department furnishes and allows the use of recycled materials or allows the Contractor to furnish recycled materials, the final blended product is subject to the requirements of Table 1 and the plans. c. Recycled Material Sources. Department -owned recycled material is available to the Contractor only when shown on the plans. Return unused Department -owned recycled materials to the Department stockpile location designated by the Engineer unless otherwise shown on the plans. The use of Contractor -owned recycled materials is allowed when shown on the plans. Contractor - owned surplus recycled materials remain the property of the Contractor. Remove Contractor -owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. Do not intermingle Contractor -owned recycled material with Department -owned recycled material unless approved by the Engineer. B. Water. Furnish water free of industrial wastes and other objectionable matter. C. Material Sources. When non-commercial sources are used, expose the vertical faces of all strata of material proposed for use. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. TxDOT-247-2 247.3. Equipment. Provide machinery, tools, and equipment necessary for proper execution of the work. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. 247.4, Construction. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise shown on the plans. After construction and acceptance of the stockpile, loading fiom the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor's estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100-ft. station or designated f stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100-ft. station, i manipulate in accordance with the applicable Items. A. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, "Removing Stabilized Base and Asphalt Pavement," when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. When shown on the plans or directed, proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying. Correct soft spots as directed. B. Placing. Spread and shape flexible base into a uniform layer with an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed, at no additional expense to the Department. Place successive base courses and finish courses using the same construction methods required for the first course. C. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. On superelevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. 1. Ordinary Compaction. Roll with approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 2. Density Control. Compact to at least 100% of the maximum density determined by Tex-113-E unless otherwise shown on the plans. Determine the moisture content of the material at the beginning and during compaction in accordance with Tex-103-E. The Engineer will determine roadway density of completed sections in accordance with Tex -I 15-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. TxDOT-247-3 D. Finishing. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 in. in 16 ft. measured longitudinally or greater than 1/4 in. over the entire width of the cross-section. Correct by loosening, adding, or removing material. Reshape and recompact in accordance with Section 247.4.C, "Compaction." E. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 247.5. Measurement. Flexible base will be measured as follows: • Flexible Base (Complete In Place). The ton, square yard, or any cubic yard method. • Flexible Base (Roadway Delivery). The ton or cubic yard in vehicle. • Flexible Base (Stockpile Delivery). The ton, cubic yard in vehicle, or cubic yard in stockpile. Measurement by the cubic yard in final position and square yard is a plans quantity measurement. The quantity to be paid for is the quantity shown in the proposal unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Measurement is further defined for payment as follows. A. Cubic Yard in Vehicle. By the cubic yard in vehicles of uniform capacity at the point of delivery. B. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position by the method of average end areas. C. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of base course is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines, grades, and slopes of the accepted base course as shown on the plans. D. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base as shown on the plans. E. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex-103-E from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment." 247.6. 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 the types of work shown below. No additional payment will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid for in accordance with Item 216, "Proof Rolling." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this project, correction of soft spots in the subgrade will be paid in accordance with pertinent Items or Article 4.2, "Changes in the Work." A. Flexible Base (Complete In Place). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. TxDOT-247-4 --= i l_ _i B. Flexible Base (Roadway Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. C. Flexible Base (Stockpile Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle" or "In Stockpile" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing and disposing of materials, preparing the stockpile area, temporary or permanent stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials to the stockpile, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. TxDOT-247-5 -t LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modifications to ITEM 341 DENSE -GRADED HOT -MIX ASPHALT (Q Q ) C/ A ' Item 341 Dense -Graded Hot -Mix Asphalt of the project specifications shall be modified as follows: i 1. Section 341.2(D) ASPHALT BINDER. Asphalt binder shall be PG 64-28. 2. Section 341.4(D)(1) DESIGN REQUIREMENTS. Delete the last sentence of the second paragraph. The Contractor will be responsible for the mix design. 3. Section 341.4(D)(2)(a)(3) SUBMITTING JMFI. The Contractor will be required to submit Hamburg Wheel Test results as part of the mix design. The Engineer may, at his discretion, verify the Hamburg results during the trial batch. 1 4. Section 341.4(D)(2)(b)(3) HAMBURG WHEEL TESTING OF JMFI. The Contractor shall provide Hamburg Wheel Test results. The Engineer may, at his discretion, verify the Hamburg results during the trial batch. i S. Section 341.6 PAYMENT. Prime coat will be paid for under the appropriate bid items. Tack coat is subsidiary to Item 341. 01271010 341-a 08/12 J ITEM 341 DENSE -GRADED HOT -MIX ASPHALT (QC/QA) 341.1. Description. Construct a pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. 341.2. 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 specification requirements 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 specification 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 a coarse aggregate or tine 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 i 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 as 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 Aggregate Quality Monitoring Program (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 differ 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 2-in. 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. 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 g1 t 341-1 decantation in accordance with the laboratory method given in Tex-406-A, Part I. 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 tine 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 I for coarse aggregate angularity (Tex460-A) and flat and elongated particles (Tex-280-F). Table 1 Aggregate Quality Requirements Property Test Method I Requirement Coarse Aggregate SAC AQMP As shown on tans Deleterious material %, max Tex-217-F, Part I 1.5 Decantation, %, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, %, max Tex-461-A Note 1 Los Angeles abrasion, %, max Tex-4 I O-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex-41 I -A 30 Coarse aggregate angularity, 2 crushed faces %, Min Tex 460-A, Part I 85 Flat and elongated particles @ 5:1, %, max Tex-280-F l0 Fine Aggregate Linear shrinkage, %, Max I Tex- 107-E 3 Combined Aggregate' Sandequivalent, %, Min I Tex-203-17 45 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Only applies to crushed gravel. 3. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Requirements for Fine Aggregate Sieve Size % 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-107-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 55-100 341- 2 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt binder specified on the plans in accordance with Section 300.2.J, "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. The Engineer will obtain at least 1 sample of the tack coat binder per project and test it to verity 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. 341.3. Equipment. Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 341.4. Construction. Produce, haul, place, and compact the specified paving mixture. Schedule and participate in a prepaving meeting with the Engineer as required in the Quality Control Plan (QCP). A. Certification. Personnel certified by the Department -approved hot -mix asphalt certification program must conduct all mixture designs, sampling, and testing in accordance with Table 4. Supply the Engineer with a list of certified personnel and copies of their current certificates before beginning production and when personnel changes are made. Provide a mixture design that is developed and signed by a Level II certified specialist. Provide a Level IA certified specialist at the plant during production operations. Provide a Level IB certified specialist to conduct placement tests. 341 - 3 I Table 4 Test Methods, Test Responsibility, and Minimum Certification Levels 1. Aggregate Testing Test Method Contractor Engineer Level Sampling Tex-400-A ✓ ✓ IA Dr sieve Tex-200-F, Part I ✓ ✓ IA Washed sieve Tex-200-F, Part II ✓ ✓ IA Deleterious material Tex-217-F, Part I ✓ ✓ II Decantation Tex-217-F, Part II ✓ ✓ lI Los Angeles abrasion Tex-410-A ✓ Magnesium sulfate soundness Tex-411-A ✓ Micro-Deval abrasion Tex-461-A ✓ Coarse aggregate angularity Tex-460-A ✓ ✓ [I Flat and elongated particles Tex-280-F ✓ ✓ II Linear shrinkage Tex-107-13 ✓ ✓ II Sandequivalent Tex403-F ✓ ✓ !I Organic impurities Tex-408-A ✓ ✓ II 2. Mix Design & Verification Test Method Contractor Engineer Level Design and JMF changes Tex-204-F ✓ ✓ II Mixing Tex-205-F ✓ ✓ II Molding (TGC) Tex-206-F ✓ ✓ IA Laboratory -molded density Tex-207-F ✓ ✓ IA VMA (calculation only) Tex-207-F ✓ ✓ 11 Rice gravity Tex-227-F ✓ ✓ IA Ignition oven calibration Tex-236-17 ✓ ✓ II Indirect tensile strength Tex-226-F ✓ ✓ II Hamburg wheel test Tex-242-F ✓ ✓ 11 Boil test Tex-530-C ✓ ✓ IA 3. Production Testing Test Method Contractor Engineer Level Random sampling Tex-225-F ✓ IA Mixture sam lin Tex-222-F ✓ ✓ IA Molding TGC Tex-206-F ✓ ✓ IA Laboratory -molded density Tex-207-F ✓ ✓ IA VMA calculation only) Tex-207-F ✓ ✓ IA Rice gravity Tex-227-F ✓ ✓ IA Gradation & asphalt content Tex-236-17 ✓ ✓ IA Control charts Tex-233-F ✓ ✓ IA Moisture content Tex-212-F ✓ ✓ IA Table 4 (continued) Test Methods, Test Responsibility, and Minimum Certification Levels 3. Production Testing Test Method Contractor Engineer Wheel test Tex-242-F ✓ ✓ Micro-Deval abrasion Tex-461-ABoil test Tex-530-C ✓ ✓ MLevelHanibur A in ratio Tex-211-F4. Placement Testin Test Method Contractor En ineer Random Sampling Tex-225-F ✓ IA In -Place air voids Tex-207-F ✓ ✓ IA Establish rolling pattern Tex-207-F ✓ IB Control charts Tex-233-17 ✓ ✓ IA Ride quality measurement Tex-1001-S ✓ ✓ 1B Segregation(density profile) Tex-207-F, Part V ✓ ✓ IB Longitudinal joint density Tex-207-F, Part VII ✓ ✓ IB Thermal profile Tex-244-17 ✓ ✓ IB Tack coat adhesion Tex-243-F ✓ IB 1. Refer to Section 341.4.I.2.c for exceptions to using an ignition oven. s 341 - 4 t--} E) B. Reporting, Use Department -provided software to record and calculate all test data. The Engineer and the Contractor shall provide any available test results to the other party when requested. The maximum allowable time for the Contractor and Engineer to exchange test data is as given in Table 5 unless otherwise approved. The Engineer and the Contractor shall immediately report to the other party any test result that requires production to be suspended, a payment penalty, or fails to meet the specification requirements. Use the approved communication method (e.g., email, diskette, hard copy) to submit test results to the Engineer. Table 5 Reporting Schedule Description RepBorted Reported To Be Reported Within ProductionQuality Control Gradation Asphalt content' Laboratory -molded Contractor Engineer I working day of completion of the density' sublot Moisture content' Boil test' Production Quality Assurance Gradation Asphalt contene Laboratory -molded density' Engineer Contractor I working day of completion of the hamburg wheel test' sublot Boil test' Binder tests' Placement Qualit Control In -Place air voids Segregation' I hr. of performing the test for Longitudinal joint density' Contractor Engineer segregation, longitudinal joint Thermal rofile' density, and thermal profile Placement ualit Assurance In -Place air voids Segregation' Longitudinal joint density' Engineer Contractor 1 working day of receipt of the Thermal profile trimmed cores for in -place air voids° Aging ratio' 2 working days or performing all Pay Adjustment Summary Engineer Contractor required tests and receiving Contractor test data 1. These tests are required on every sublot. 2. Optional test. To be reported as soon as results become available. 3. To be performed at the frequency shown in Table 12. 4. Additional time is allowed if cores cannot be dried to constant weight within I day. a The Engineer will use the Department -provided software to calculate all pay adjustment factors for the lot. Sublot samples may be discarded after the Engineer and Contractor sign off on the pay adjustment summary documentation for the lot. Use the procedures described in Tex-233-F to plot the results of all quality control (QC) and quality assurance (QA) testing. Update the control charts as soon as test results for each sublot become available. Make the control charts readily accessible at the field laboratory. The Engineer may suspend production for failure to update control charts. C. QCP. Develop and follow the QCP in detail. Obtain approval from the Engineer for changes to the QCP made during the project. The Engineer may suspend operations if the Contractor fails to comply with the QCP. Submit a written QCP to the Engineer before the mandatory prepaving meeting. Receive the Engineer's approval of the QCP before beginning production. Include the following items in the QCP. 1. Project Personnel. For project personnel, include: • a list of individuals responsible for QC with authority to take corrective action and • contact information for each individual listed. 2. Material Delivery and Storage. For material delivery and storage, include: 341-5 • the sequence of material processing, delivery, and minimum quantities to assure continuous plant operations; • aggregate stockpiling procedures to avoid contamination and segregation; • frequency, type, and timing of aggregate stockpile testing to assure conformance of material requirements before mixture production; and • procedure for monitoring the quality and variability of asphalt binder. 3. Production. For production, include: • loader operation procedures to avoid contamination in cold bins, • procedures for calibrating and controlling cold feeds, • procedures to eliminate debris or oversized material, • procedures for adding and verifying rates of each applicable mixture component (e.g., aggregate, asphalt binder, RAP, lime, liquid antistrip), • procedures for reporting job control test results, and • procedures to avoid segregation and drain -down in the silo. 4. Loading and Transporting. For loading and transporting, include: • type and application method for release agents and • truck loading procedures to avoid segregation. S. Placement and Compaction. For placement and compaction, include: • proposed agenda for mandatory prepaving meeting including date and location; • type and application method for release agents in the paver and on rollers, shovels, lutes, and other utensils; • procedures for the transfer of mixture into the paver while avoiding segregation and preventing material spillage; • process to balance production, delivery, paving, and compaction to achieve continuous placement operations; • paver operations (e.g., operation of wings, height of mixture in auger chamber) to avoid physical and thermal segregation and other surface irregularities; and • procedures to construct quality longitudinal and transverse joints. D. Mixture Design. 1. Design Requirements. 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 1, 2, 3, 6, 7, and 8. 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. The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the laboratory 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. When shown on the plans, the Engineer will provide the mixture design. Provide the Engineer with a mixture design report using Department -provided software. Include the following 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 lI person or persons that performed the design; • the date the mixture design was performed; and • a unique identification number for the mixture design. 341 - 6 Table 6 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 - - - - V 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" - %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 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 1 2.0-7.0 2.0-7.0 Desi n VMAi, % Minimum - 12.0 13.0 1 14.0 15.0 1&0 Plant -Produced VMA, % Minimum - 11.0 1 12.0 1 13.0 1 14.0 15.0 1. voids in mineral aggregates. Table 7 LahnrnMry Mixture nexian Prnnertiec Mixture Property Test Method Requirement Target laboratory -molded density, % Tex-207-F 96.0 Tensile Strength (dry), psi (molded to 93%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 8 Hnmhnra Wheel Text RerrnirementO Minimum # of fligh-Temperature Binder Grade Passes= Q 0.5" Rut Depth, Tested 122OF PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with 1 ex-2424. 2. May be decreased or waived when shown on the plans. 2. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for hot mix production. JMFI is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMFI 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 1. a. Contractor's Responsibilities. (1) Providing Texas Gyratory Compactor. If molding production samples, use a Texas Gyratory Compactor (TGC) calibrated in accordance with Tex-914-F. When allowed, the Contractor may use the Department's TGC. (2) Gyratory Compactor Correlation Factors. Use Tex-206-F, Part II, to perform a gyratory compactor correlation when the Engineer uses a different TGC. Apply the correlation factor to all subsequent production test results. 341 - 7 (3) Submitting JMF1. Furnish the Engineer a mix design report (JMF1) and request approval to produce the trial batch. If opting to have the Department perform the Hamburg Wheel test on the laboratory mixture, provide the Engineer with approximately 10,000 g of the design mixture and request that the Department perform the Hamburg Wheel test. (4) Supplying Aggregates. Provide the Engineer with approximately 40lb. of each aggregate stockpile unless otherwise directed. (5) Supplying Asphalt. Provide the Engineer at least 1 gal. of the asphalt material and sufficient quantities of any additives proposed for use. (6) Ignition Oven Correction Factors. Determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. Provide the Engineer with split samples of the mixtures and blank samples used to determine the correction factors. (7) Boil Test. Perform the test and retain the tested sample from Tex-530-C. Use this sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. (8) Trial Batch Approval. Upon receiving conditional approval of JMF1 from the Engineer, provide a plant -produced trial batch for verification testing of JMF1 and development of JMF2. (9) Trial Batch Production Equipment. To produce the trial batch, use only equipment and materials proposed for use on the project. (10)'Trial Batch Quantity. Produce enough quantity of the trial batch to ensure that the mixture is representative ofJMF L (11) Number of Trial Batches. Produce trial batches as necessary to obtain a mixture that meets the requirements in Table 9. (12) Trial Batch Sampling. Obtain a representative sample of the trial batch and split it into 3 equal portions in accordance with Tex-222-F. Label these portions as "Contractor," "Engineer," and "Referee." Deliver samples to the appropriate laboratory as directed. (13) Trial Batch Testing. Test the trial batch to ensure the mixture produced using the proposed JMFI meets the verification testing requirements for gradation, asphalt content, laboratory - molded density, and voids in mineral aggregates (VMA) listed in Table 9 and is in compliance with the Hamburg Wheel test requirement in Table 8. Use an approved laboratory to perform the Hamburg Wheel test on the trial batch mixture or request that the Department perform the Hamburg Wheel test. The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the trial batch. Provide the Engineer with a copy of the trial batch test results. (14) Development of JMF2. After the Engineer grants full approval of JMF1 based on results from the trial batch, evaluate the trial batch test results, determine the optimum mixture proportions, and submit as JMF2. (15) Mixture Production. After receiving approval for JMF2 and receiving a passing result from the Department's or an approved laboratory's Hamburg Wheel test on the trial batch, use JMF2 to produce Lot I as described in Section 341.4.I.3.a(1), "Lot I Placement." As an option, once JMF2 is approved, proceed to Lot 1 production at the Contractor's risk without receiving the results from the Department's Hamburg Wheel test on the trial batch. If electing to proceed without Hamburg Wheel test results from the trial batch, notify the Engineer. Note that the Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor's expense. (16) Development of JMF3. Evaluate the test results from Lot 1, determine the optimum mixture proportions, and submit as JMF3 for use in Lot 2. (17) JMF Adjustments. If necessary, adjust the JMF before beginning a new lot. The adjusted JMF must: • be provided to the Engineer in writing before the start of a new lot, • be numbered in sequence to the previous JMF, 341- 8 • meet the master gradation limits shown in Table 6, and • be within the operational tolerances of JMF2 listed in Table 9. (18) Requesting Referee Testing. If needed, use referee testing in accordance with Section 341.4.1.1, "Referee Testing," to resolve testing differences with the Engineer. Table 9 Operational Tolerances Allowable Allowable Difference Difference Description Test Method from between Current Contractor JMFTarget and En ineeO Individual % retained for #8 sieve and larger Tex-200-F t5.0- t5.0 Individual % retained for sieves smaller than #8 f3.0' f3.0 and larger than #200 or Tex-236-F passin the #200 sieve t2.0 t1.6 Asphalt content, % Tex-236-F tiO.31 30.3 Laboratory -molded density, % Tex-207-F ±L0 f1.0 In -Place air voids, % N/A t1.0 Laboratory -molded bulkspecific gravi N/A t0.020 VMA, %, min Note 4 N/A Theoretical maximumspecific (Rice) gravity I Tex-227-F N/A f0.020 1. Contractor may request referee testing only when values exceed these tolerances. 2. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the % passing the #200 will be considered out of tolerance when outside the master grading limits. 3. Tolerance between JMFI and JMF2 may exceed t0.3%. 4. Test and verify that Table 6 requirements are met. b. Engineer's Responsibilities. (1) Gyratory Compactor. The Engineer will use a Department TGC, calibrated according to Tex-914-F, to mold samples for trial batch and production testing. The Engineer will make the Department TGC and the Department field laboratory available to the Contractor for molding verification samples, if requested by the Contractor. (2) Conditional Approval of JMFI. Within 2 working days of receiving the mixture design report (JMFI) and all required materials and Contractor -provided Hamburg Wheel test results, the Engineer will review the Contractor's mix design report and verify conformance with all aggregates, asphalt, additives, and mixture specifications. The Engineer may perform tests to verify the aggregates meet the requirements listed in Table 1. The Engineer will grant the Contractor conditional approval of JMFI if the information provided on the paper copy of JMFI indicates the Contractor's mixture design meets the specifications. When the Contractor does not provide Hamburg Wheel test results with laboratory mixture design, a total of 10 working days is allowed for conditional approval of JMF I. Full approval of JMF 1 will be based on the Engineer's test results on mixture from the trial batch. (3) Hamburg Wheel Testing of JMFI. If the Contractor requests the option to have the Department perform the Hamburg Wheel test on the laboratory mixture, the Engineer will mold samples in accordance with Tex-242-F to verify compliance with the Hamburg Wheel test requirement in Table 8. (4) Authorizing Trial Batch. After conditionally approving JMFI, which will include either Contractor- or Department -supplied Hamburg Wheel test results, the Engineer will authorize the Contractor to produce a trial batch. (5) Ignition Oven Correction Factors. The Engineer will use the split samples provided by the Contractor to determine the aggregate and asphalt correction factors for the ignition oven in accordance with Tex-236-F. (6) Testing the Trial Batch. Within 1 full working day, the Engineer will sample and test the trial batch to ensure that the gradation, asphalt content, laboratory -molded density, and VMA meet the requirements listed in Table 9. If the Contractor requests the option to have the Department 341-9 perform the Hamburg Wheel test on the trial batch mixture, the Engineer will mold samples in accordance with Tex-242-17 to verify compliance with the Hamburg Wheel test requirement in Table 8. The Engineer will have the option to perform the following tests on the trial batch: • Tex-226-17 to verify that the indirect tensile strength meets the requirement shown in Table 7; • Tex-461-A to determine the need for additional magnesium sulfate soundness testing; and • Tex-530-C to retain and use for comparison purposes during production. (7) Full Approval of J1VMF1. The Engineer will grant full approval of JMFI and authorize the Contractor to proceed with developing JMF2 if the Engineer's results for gradation, asphalt content, laboratory -molded density, and VMA confirm that the trial batch meets the requirements in Table 9. The Engineer will notify the Contractor that an additional trial batch is required if the trial batch does not meet the requirements in Table 9. (8) Approval of JMF2. The Engineer will approve JMF2 within 1 working day if it meets the master grading limits shown in Table 6 and is within the operational tolerances of JMF1 listed in Table 9. (9) Approval of Lot 1 Production. The Engineer will authorize the Contractor to proceed with Lot I production as soon as a passing result is achieved from the Department's or a Department - approved laboratory's Hamburg Wheel test on the trial batch. As an option, the Contractor may at their own risk, proceed with Lot 1 production without the results from the Hamburg Wheel test on the trial batch. If the Department's or Department -approved laboratory's sample from the trial batch fails the Hamburg Wheel test, the Engineer will suspend production until further Hamburg Wheel tests meet the specified values. The Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test be removed and replaced at the Contractor's expense. (10) Approval of JMF3. The Engineer will approve JMF3 within 1 working day if it meets the master grading limits shown in Table 6 and is within the operational tolerances of JMF2 listed in Table 9. E. Production Operations. Perform a new trial batch when the plant or plant location is changed. Take corrective action and receive approval to proceed after any production suspension for noncompliance with this Item. 1. 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. 2. 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 fro n the mixture before discharging from the plant. If requested, determine the moisture content by oven -drying in accordance with Tex-212-F, Part II, and verify that the mixture contains no more than 0.2% of moisture by weight. Obtain the sample immediately after discharging the mixture into the truck, and perform the test promptly. F. 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. Cl 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 341-10 �n 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 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 10 unless otherwise shown on the plans or allowed. Table 10 Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum Untrimmed Core Height (in.) Eligible for Testing Minimum (in.) Maximum (in.) A 3.00 6.00 2.00 B 2.50 5.00 1.75 C 2.00 4.00 1.50 D 1 1.50 3.00 1.25 F 1 1.25 1 2.50 1.25 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. 3. Lay -Down Operations. Use the guidelines in Table 11 to establish the temperature of mixture delivered to the paver. Record the information on Department QC/QA forms and submit the forms to the Engineer. a. Thermal Profile. For each sublot, obtain a thermal profile using Tex-244-F. The Engineer may reduce the testing frequency based on a satisfactory test history. The Engineer may also obtain as many thermal profiles as deemed necessary. If the temperature differential is greater than 250F, the area will be deemed as having thermal segregation. Evaluate areas with thermal segregation by performing a density profile in accordance with Section 341.4.I.3.c(2), "Segregation (Density Profile)." Take corrective action to eliminate areas that have thermal segregation. Unless otherwise directed, suspend operations if the maximum temperature differential exceeds 50°F. Resume operations when the Engineer determines that subsequent production will meet the requirements of this Item. b. 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 11 Suggested Minimum Mixture Placement Temperature High Temperature Binder Grade Minimum Placement Temperature (Before Entering Paver) PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher 290°F H. Compaction. Uniformly compact the pavement to the density requirements of this Item. Use the control strip method given in Tex-207-F, Part IV, to establish the rolling pattern. Do not use pneumatic -tire rollers if excessive pickup of fines by roller tires occurs. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Where specific air void requirements are waived, furnish and operate compaction equipment as approved. 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 rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. i_ 341-11 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. I. Acceptance Plan. Pay adjustments for the material will be in accordance with Article 341.6, "Payment." Sample and test the hot mix on a lot and sublot basis. If the production pay factor given in Section 341.6.A, "Production Pay Adjustment Factors," for 3 consecutive lots or the placement pay factor given in 341.6.13, "Placement Pay Adjustment Factors," for 3 consecutive lots is below 1.000, suspend production until test results or other information indicate to the satisfaction of the Engineer that the next material produced or placed will result in pay factors of at least 1.000. 1. Referee Testing. The Construction Division is the referee laboratory. The Contractor may request referee testing if a "remove and replace" condition is determined based on the Engineer's test results, or if the differences between Contractor and Engineer test results exceed the maximum allowable difference shown in Table 9 and the differences cannot be resolved. Make the request within 5 working days after receiving test results and cores from the Engineer. Referee tests will be performed only on the sublot in question and only for the particular test in question. Allow 10 working days from the time the samples are received at the referee laboratory for test results to be reported. The Department may require the Contractor to reimburse the Department for referee tests if more than 3 referee tests per project are required and the Engineer's test results are closer than the Contractor's test results to the referee test results. The Construction Division will determine the laboratory -molded density based on the molded specific gravity and the maximum theoretical specific gravity of the referee sample. The in -place air voids will be determined based on the bulk specific gravity of the cores, as determined by the referee laboratory, and the Engineer's average maximum theoretical specific gravity for the lot. With the exception of remove and replace conditions, referee test results are final and will establish pay adjustment factors for the sublot in question. Sublots subject to be removed and replaced will be further evaluated in accordance with Article 341.6, "Payment." 2. Production Acceptance. a. Production Lot. A production lot consists of 4 equal sublots. Lot l will be 1,000 tons. The Engineer will select subsequent lot sizes based on the anticipated daily production. The lot size will be between 1,000 and 4,000 tons. The Engineer may change the lot size before the Contractor begins any lot. (1) Small -Quantity Production. When the anticipated daily production is less than 500 tons or the total production for the project is less than 5,000 tons, the Engineer may waive all quality control and quality assurance (QC/QA) sampling and testing requirements. If the Engineer waives QC/QA sampling and testing, both production and placement pay factors will be 1.000. However, the Engineer will retain the right to perform random acceptance tests for production and placement and may reject objectionable materials and workmanship. When the Engineer waives all QC/QA sampling and testing requirements: • produce, haul, place and compact the mixture as directed by the Engineer; • control mixture production to yield a laboratory -molded density of 96.0%f1.0% as tested by the Engineer; and • compact the mixture to yield in -place air voids that are greater than or equal to 2.7% and less than or equal to 9.9% as tested by the Engineer. (2) Incomplete Production Lots. If a lot is begun but cannot be completed, such as on the last day of production or in other circumstances deemed appropriate, the Engineer may close the lot. Adjust the payment for the incomplete lot in accordance with Section 341.6.A, `'Production Pay Adjustment Factors." b. Production Sampling. (1) Mixture Sampling. At the beginning of the project, the Engineer will select random numbers for all production sublots. Determine sample locations in accordance with Tex-225-F. Obtain hot mix samples from trucks at the plant in accordance with Tex-222-F. For each sublot, take 1 sample at the location randomly selected. For each lot, the Engineer will randomly select and test a "blind" sample from at least 1 sublot. The location of the Engineer's "blind" sample will 341-12 not be disclosed to the Contractor. The Engineer will use the Contractor's split sample for sublots not sampled by the Engineer. The sampler will split each sample into 3 equal portions in accordance with Tex-200-F, and label these portions as "Contractor," "Engineer," and "Referee." Deliver the samples to the appropriate party's laboratory. Deliver referee samples to the Engineer. Discard unused samples after accepting pay adjustment factors for that lot. (2) Asphalt Binder Sampling. Obtain a I-qt. sample of the asphalt binder for each sublot of mixture produced. Obtain the sample at approximately the same time the mixture random sample is obtained. Sample from a port located immediately upstream from the mixing drum or pug mill. Take the sample in accordance with the pipeline sampling procedure given in Tex-500-C, Part I1. Label the can with the corresponding lot and sublot numbers, and deliver the sample to the Engineer. The Engineer may also obtain independent samples. If the Engineer chooses to obtain an independent asphalt binder sample, the Engineer will split a sample of the asphalt binder with the Contractor. The Engineer will test at least 1 asphalt binder sample per project to verify compliance with Item 300, "Asphalts, Oils, and Emulsions." c. Production Testing. The Contractor and Engineer must perform production tests in accordance with Table 12. The Contractor has the option to verify the Engineer's test results on split samples provided by the Engineer. Determine compliance with operational tolerances listed in Table 9 for all sublots. If the aggregate mineralogy is such that Tex-236-17 does not yield reliable results, the Engineer may allow alternate methods for determining the asphalt content and aggregate gradation. Unless otherwise allowed, the Engineer will require the Contractor to provide evidence that results from Tex-236-F are not reliable before permitting an alternate method. If an alternate test method is allowed, use the applicable test procedure as directed. Table 12 Production and Placement Testing Frequency Minimum Minimum Description Test Contractor Engineer Method Testing Testing Frequency Frequency Individual % retained for #8 sieve and larger Individual % retained for sieves smaller than Tex-200-17 or 1 sublot 1 per 12 #8 and larger than #200 Tex-236-F per sublots passing the #200 sieve Asphalt content Tex-236-F 1 per sublot l periot Laboratory -molded density VMA In -Place air voids Tex-207-F N/A t per sublot Laboratory -molded bulk specific gravity Theoretical maximumspecific (Rice) gravity Tex-227-F NIA 1 per sublot Hambur Wheel test Tex-242-F NIA l per project Boil test Tex-530-C I perlot 1 per project Moisture content Tex-212-F, When 1 per project Part II directed Asphalt binder sampling and testing' Tex-500-C I per sublot (sample only) I per project Thermal profile Tex-244-F 1 per sublot 1 per project Segregation (density profile) Tex-207-11, 1 per sublot I per project Part V Longitudinal joint density Tex-207-F, I per sublot 1 per project Part VII 1. The Engineer may reduce or waive the sampling and testing requirements based on a satisfactory test history. d. Operational Tolerances. Control the production process within the operational tolerances listed in Table 9. When production is suspended, the Engineer will allow production to resume when test results or other information indicates the next mixture produced will be within the operational tolerances. 341 - 13 (1) Gradation. Unless otherwise directed, suspend production when either the Contractor's or the Engineer's test results for gradation exceed the operational tolerances for 3 consecutive sublots on the same sieve or 4 consecutive sublots on any sieve. The consecutive sublots may be from more than 1 lot. (2) Asphalt Content. No production or placement bonus will be paid for any lot that has 2 or more sublots within a lot that are out of operational tolerance for asphalt content based on either the Contractor's or the Engineer's test results. Suspend production and shipment of mixture if the asphalt content deviates from the current JMF by more than 0.5% for any sublot. (3) Hamburg Wheel Test. The Engineer may perform a Hamburg Wheel test at any time during production, including when the boil test indicates a change in quality from the materials submitted for JMF1. In addition to testing production samples, the Engineer may obtain cores and perform Hamburg Wheel tests on any areas of the roadway where rutting is observed. When the production or core samples fail the Hamburg Wheel test criteria in Table 8, suspend production until further Hamburg Wheel tests meet the specified values. Core samples, if taken, will be obtained from the center of the finished mat or other areas excluding the vehicle wheel paths. The Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor's expense. If the Department's or approved laboratory's Hamburg Wheel test results in a "remove and replace" condition, the Contractor may request that the Department confirm the results by retesting the failing material. The Construction Division will perform the Hamburg Wheel tests and determine the final disposition of the material in question based on the Department's test results. e. Individual Loads of Hot Mix. The Engineer can reject individual truckloads of hot mix. When a load of hot mix is rejected for reasons other than temperature, the Contractor may request that the rejected load be tested. Make this request within 4 hr. of rejection. The Engineer will sample and test the mixture. If test results are within the operational tolerances shown in Table 9, payment will be made for the load. if test results are not within operational tolerances, no payment will be made for the load and the Engineer may require removal. 3. Placement Acceptance. a. Placement Lot. A placement lot consists of 4 placement sublots. A placement sublot consists of the area placed during a production sublot. (1) Lot l Placement. Placement bonuses for Lot 1 will be in accordance with Section 341.6.13, "Placement Pay Adjustment Factors." However, no placement penalty will be assessed for any sublot placed in Lot 1 when the in -place air voids are greater than or equal to 2.7% and less than or equal to 9.9%. Remove and replace any sublot with in -place air voids less than 2.7% or greater than 9.9%. (2) Incomplete Placement Lots. An incomplete placement lot consists of the area placed as described in Section 341.4.I.2.a(2), "Incomplete Production Lot," excluding miscellaneous areas as defined in Section 344.4.1.3.a(4), "Miscellaneous Areas." Placement sampling is required if the random sample plan for production resulted in a sample being obtained from an incomplete production sublot. (3) Shoulders and Ramps. Shoulders and ramps are subject to in -place air void determination and pay adjustments unless otherwise shown on the plans. (4) Miscellaneous Areas. Miscellaneous areas include areas that are not generally subject to primary traffic such as driveways, mailbox turnouts, crossovers, gores, spot level -up areas, and other similar areas. Miscellaneous areas also include level -ups and thin overlays if the layer thickness designated on the plans is less than the compacted lift thickness shown in Table 10. Miscellaneous areas are not eligible for random placement sampling locations, and will receive a 1.000 placement pay factor. Compact areas that are not subject to in -place air void determination in accordance with Section 341.4.H, "Compaction." b. Placement Sampling. At the beginningof the project, the Engineer will select random numbers for all placement sublots. The Engineer will provide the Contractor with the placement random numbers immediately after the sublot is completed. Mark the roadway location at the completion of each sublot 341-14 and record the station number. Determine I random sample location for each placement sublot in accordance with Tex-225-F. If the randomly generated sample location is within 2 ft. of a joint or pavement edge, adjust the location by no more than necessary to achieve a 2-ft. clearance. Shoulders and ramps are always eligible for selection as a random sample location. However, if a random sample location falls on a shoulder or ramp that is designated on the plans as not subject to in - place air void testing, cores will not be taken for the sublot and a 1.000 pay factor will be assigned to that sublot. Unless otherwise determined, the Engineer will witness the coring operation and measurement of the core thickness. Unless otherwise approved, obtain the cores within 1 working day of the time the placement sublot is completed. Obtain two 6-in.-diameter cores side -by -side from within 1 ft. of the random location provided for the placement sublot. Mark the cores for identification. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer. If an adequate bond does not exist between the current and underlying layer, take corrective action to insure that an - adequate bond will be achieved during subsequent placement operations. For Type D and Type F mixtures, 4-in.-diameter cores are allowed. Immediately after obtaining the cores, dry the core holes and tack the sides and bottom. Fill the hole with the same type of mixture and properly compact the mixture. Repair core holes with other methods when approved. If the core heights exceed the minimum untrimmed values listed in Table 10, trim and deliver the cores to the Engineer within 1 working day following placement operations unless otherwise approved. If the core height before trimming is less than the minimum untrimmed value shown in Table 10, decide whether to include the pair of cores in the air void determination for that sublot. If the cores are to be included in air void determination, trim the cores before delivering to the Engineer. If the cores will not be included in air void determination, deliver untrimmed cores to the Engineer. The placement pay factor for the sublot will be 1.000 if cores will not be included in air void determination. c. Placement Testing. Perform placement tests in accordance with Table 12. After the Engineer returns the cores, the Contractor has the option to test the cores to verify the Engineer's test results for in -place air voids. Re -dry the cores to constant weight before testing. The allowable differences between the Contractor's and Engineer's test results are listed in Table 9. (1) In -Place Air Voids. The Engineer will measure in -place 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 average the values obtained for all sublots in the production lot to determine the theoretical maximum specific gravity. The Engineer will use the average air void content of the 2 cores to calculate a placement pay adjustment factor. The Engineer will use paraffin coating or vacuum methods to seal the core if required by Tex-207-F. The Engineer will use the test results from the unsealed core to determine the placement pay adjustment factor if the sealed core yields a higher specific gravity than the unsealed core. After determining the in -place air void content, the Engineer will return the cores and provide test results to the Contractor. (2) Segregation (Density Profile). Test for segregation using density profiles in accordance with Tex-207-F, Part V. Provide the Engineer with the results of the density profiles as they are completed. Areas defined in Section 341.4.I.3.a(4), "Miscellaneous Areas," are not subject to density profile testing. Unless otherwise approved, perform a density profile every time the screed stops, on areas that are identified by either the Contractor or the Engineer as having thermal segregation, and on any visibly segregated areas. If the screed does not stop, and there are no visibly segregated areas or areas that are identified as having thermal segregation, perform a minimum of 1 profile per sublot. Reduce the test frequency to a minimum of 1 profile per lot if 4 consecutive profiles are within established tolerances. Continue testing at a minimum frequency of 1 per lot unless a profile fails, at which point resume testing at a minimum frequency of 1 per sublot. The Engineer may further reduce the testing frequency based on a consistent pattern of satisfactory results. 341- 15 The density profile is considered failing if it exceeds the tolerances in Table 13. No production or placement bonus will be paid for any sublot that contains a failing density profile. The Engineer may make as many independent density profile verifications as deemed necessary. The Engineer's density profile results will be used when available. Investigate density profile failures and take corrective actions during production and placement to eliminate the segregation. Suspend production if 2 consecutive density profiles fail, unless otherwise approved. Resume production after the Engineer approves changes to production or placement methods. Table 13 Segregation (Density Profile) Acceptance Criteria Maximum Allowable Maximum Allowable Mixture Type Density Range Density Range (Highest to Lowest (Average to Lowest Type A & Type B 8.0 PCf 5.0 pcf Ty e C, Type D & Type F 6.0 pef 3.0 pef (3) Longitudinal Joint Density. (a) Informational Tests. While establishing the rolling pattern, perform joint density evaluations and verify that the joint density is no more than 3.0 pcf below the density taken at or near the center of the mat. Adjust the rolling pattern if needed to achieve the desired joint density. Perform additional joint density evaluations at least once per sublot unless otherwise directed. (b) Record Tests. For each sublot, perform a joint density evaluation at each pavement edge that is or will become a longitudinal joint. Determine the joint density in accordance with Tex-207-F, Part VII. Record the joint density information and submit results, on Department forms, to the Engineer. The evaluation is considered failing if the joint density is more than 3.0 pcf below the density taken at the core random sample location and the correlated joint density is less than 90.0%. The Engineer may make independent joint density verifications at the random sample locations. The Engineer's joint density test results will be used when available. Investigate joint density failures and take corrective actions during production and placement to improve the joint density. Suspend production if 2 consecutive evaluations fail unless otherwise approved. Resume production after the Engineer approves changes to production or placement methods. (4) Recovered Asphalt Dynamic Shear Rheometer (DSR). The Engineer may take production samples or cores from suspect areas of the project to determine recovered asphalt properties. Asphalt binders with an aging ratio greater than 3.5 do not meet the requirements for recovered asphalt properties and may be deemed defective when tested and evaluated by the Construction Division. The aging ratio is the DSR value of the extracted binder divided by the DSR value of the original unaged binder (including RAP binder). DSR values are obtained according to AASHTO T 315 at the specified high temperature PG of the asphalt. The binder from RAP will be included proportionally as part of the original unaged binder. The Engineer may require removal and replacement of the defective material at the Contractor's expense. The asphalt binder will be recovered for testing from production samples or cores using Tex-211-F. (5) 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 allow placement to continue for at most I day of production while taking appropriate action. If the problem still exists after that day, suspend paving until the problem is corrected to the satisfaction of the Engineer. 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 341-16 is �_ f 1 r, 4. Ride Quality. Unless otherwise shown on the plans, measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces." 341.5. 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." 341.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under Article 341.5, "Measurement," will be paid for at the unit price bid for "Dense -Graded Hot -Mix Asphalt (QC/QA)" of the type, surface aggregate classification, and binder specified. Pay adjustments for bonuses and penalties will be applied as determined in this Item. 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 included in pavement work approved by the Department. Pay adjustment for ride quality will be determined in accordance with Item 585, "Ride Quality for Pavement Surfaces." A. Production Pay Adjustment Factors. The production pay adjustment factor is based on the laboratory -molded density using the Engineer's test results. A pay adjustment factor will be determined from Table 14 for each sublot using the deviation from the target laboratory -molded density defined in Table 7. The production pay adjustment factor for completed lots will be the average of the pay adjustment factors for the 4 sublots sampled within that lot. Table 14 Production Pay Adjustment Factors for Laborato -Molded Density Absolute Deviation from Target Laborato -Molded Density Production Pay Ad'ustment Factor 0.0 1.050 0.1 1.050 0.2 1.050 0.3 1.044 0.4 1.038 0.5 1.031 0.6 1.025 0.7 1.019 0.8 1.013 0.9 1.006 1.0 1.000 1.1 0.965 1.2 0.930 1.3 0.895 1.4 0.860 1.5 0.825 1.6 0.790 1.7 0.755 1.8 0.720 > L8 Remove and replace 1. Incomplete Production Lots. Production pay adjustments for incomplete lots, described under Section 341.4.I.2.a(2), "Incomplete Production Lots," will be calculated using the average production pay factors from all sublots sampled. A production pay factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples. 2. Production Sublots Subject to Removal and Replacement. If after referee testing, the laboratory -molded € density for any sublot results in a "remove and replace" condition as listed in Table 14, the Engineer may require removal and replacement, or may allow the sublot to be left in place without payment. Replacement t- material meeting the requirements of this Item will be paid for in accordance with this Article. B. Placement Pay Adjustment Factors. The placement pay adjustment factor is based on in -place air voids using the Engineer's test results. A pay adjustment factor will be determined from Table 15 for each sublot that requires in -place air void measurement. A placement pay adjustment factor of 1.000 will be assigned to the 341-17 entire sublot when the random sample location falls in an area on a ramp or shoulder not subject to in -place air void testing. A placement pay adjustment factor of 1.000 will be assigned to quantities placed in miscellaneous areas as described in Section 341.4.I.3.a(4), "Miscellaneous Areas." The placement pay adjustment factor for completed lots will be the average of the placement pay adjustment factors for the 4 sublots within that lot. 1. Incomplete Placement Lots. Pay adjustments for incomplete placement lots described under Section 341.4.I.3.a(2), "Incomplete Placement Lots," will be calculated using the average of the placement pay factors from all sublots sampled and sublots where the random location falls in an area on a ramp or shoulder not eligible for testing. A placement pay adjustment factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples. 2. Placement Sublots Subject to Removal and Replacement. If after referee testing the placement pay adjustment factor for any sublot results in a "remove and replace" condition as listed in Table 15, the Engineer will choose the location of 2 cores to be taken within 3 ft. of the original failing core location. The Contractor will obtain the cores in the presence of the Engineer. The Engineer will submit the cores to the Materials and Pavements Section of the Construction Division where they will be tested for bulk specific gravity within 10 working days of receipt. The average bulk specific gravity of the cores will be divided by the Engineer's average maximum theoretical specific gravity for that lot to determine the new pay adjustment factor of the sublot in question. If the new pay adjustment factor is 0.700 or greater, then the new pay adjustment factor will apply to that sublot. If the new pay adjustment factor is less than 0.700, no payment will be made for the sublot. Remove and replace the failing sublot. Replacement material meeting the requirements of this Item will be paid for in accordance with this Article. 1 C. Total Adjustment Pay Calculation. Total adjustment pay (TAP) will be based on the applicable pay adjustment factors for production and placement for each lot. T4P = (A+B)/2 i where: A = Bid price x production lot quantity x average pay adjustment factor for the production lot B = Bid price x placement lot quantity x average pay adjustment factor for the placement lot + (bid price x miscellaneous quantities x 1.000) [A , 341-18 L..3 Table 15 Placement Pay Adjustment Factors for In -Place Air Voids In -Place Air Voids Placement Pay Adjustment Factor In -Place Air Voids Placement Pay Adjustment Factor < 2.7 Remove and Replace 6.4 1_042 2.7 0.705 6.5 1.040 2.8 0.720 6.6 1.038 2.9 0.735 6.7 1.036 3.0 0.750 6.8 1.034 3.1 0.765 6.9 1.032 3.2 0.780 7.0 1.030 3.3 0.795 7.1 1.028 3.4 0.810 7.2 1.026 3.5 0.825 7.3 1.024 3.6 0.840 7.4 1.022 3.7 0.855 7.5 1.020 3.8 0.870 7.6 1.018 3.9 0.885 7.7 1.016 4.0 0.900 7.8 1.014 4.1 0.915 7.9 1.012 4.2 0.930 8.0 1.010 4.3 0.945 8.1 1.008 4.4 0.960 8.2 1.006 4.5 0.975 8.3 1.004 4.6 0.990 8.4 1.002 4.7 1.005 8.5 1.000 4.8 1.020 8.6 0.998 4.9 1.035 8.7 0.996 5.0 1.050 8.8 0.994 5.1 1.050 8.9 0.992 5.2 1.050 9.0 0.990 5.3 1.050 9.1 0.960 5.4 1.050 9.2 0.930 5.5 1.050 9.3 0.900 5.6 1.050 9.4 0.870 5.7 1.050 9.5 0.840 5.8 1.050 9.6 0.810 5.9 1.050 9.7 0.780 6.0 1.050 1 9.8 1 0.750 6.1 1 N8 9.9 0.720 6.2 1.046 > 9.9 Remove and Replace 6.3 1.044 341 -19 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 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 DESCRIPTION. Revise the first portion of the sentence to read as follows: "This work shall consist of pavement composed of Portland cement concrete, with and without reinforcement as shown on the plans, constructed on a prepared underlying surface ....." 2. Paragraph 501-2.1 AGGREGATES c. Coarse Aggregate. Delete the first sentence in the second subparagraph 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.I AGGREGATES c. Coarse Aggregate. In the second sentence of the second paragraph, insert "W' into the blank space provided. 4. Paragraph 501-2.1 AGGREGATES c. Coarse Aggregate. Add the following sentence to end of second paragraph: "Aggregate shall be tested and considered acceptable according to ASTM C666, Resistance of Concrete to Rapid Freezing and Thawing." 5. Paragraph 501-2.1 AGGREGATES c. Coarse Aggregate. In the first sentence of the third subparagraph, insert the value "40" into the first blank provided. 6. TABLE 2 GRADATION FOR COARSE AGGREGATE. Insert the following coarse aggregate gradation for the I" 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" --- 1-2" 100 1" 95-100 3/4" --- 1 /2" 25-60 3/8" --- No. 4 0-10 No. 8 0-5 7. Paragraph 501-2.2 CEMENT. In the first sentence, insert "C 150" into the first blank space provided, and "II" into the second blank space provided. r 1 i r� 01271010 P-501-a 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Paragraph 501-2.3. CEMENTITIOUS MATERIALS a. Fly Ash or Natural Pozzolan. Class C Fly Ash will only be allowed if air content of batched concrete remains consistent and if the reactivity results of the combined materials meets the requirements of 501-2. La. 9. Paragraph 501-2.3. CEMENTITIOUS MATERIALS b. Blast Furnace Slag (Slag Cement). Delete all references to blast furnace slag. This material will not be allowed on this project. 10. Paragraph 501-2.4 PREMOLDED JOINT FILLER. In the first sentence, materials meeting ASTM D1751 will be acceptable. 11. 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 Al84 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 and shall be provided in flat sheets only. Splices for bars shall be made where required by lapping the bars in accordance with ACI 318 for compression, bending or pure tension, and securely wiring them together. Where details of splices are 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 1 _ 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." 12. Paragraph 501-2.6 STEEL REINFORCEMENT. Where shown on the plans, fiber reinforcement will be used in lieu of steel reinforcement. Fiber shall adhere to the following: " When shown on plans or as specified, fiber reinforcement that is 100% virgin polypropylene, collated fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olyin materials and conforming to ASTM C1116, Type III may be used. Fibers shall have a specific gravity of .91, a tensile strength of 70,000 psi to 100,000 psi and must be 2 inches in length. Rate shall be as recommended by the manufacturer but not less than 3 lb/cy." 13. 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." i 01271010 1 01112 P-501-b LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 14. Paragraph 501-2.10 ADMIXTURES b. Chemical Admixtures. Add the following to the end of this paragraph: "High -range water -reducing admixtures (super plasticizer) shall meet the requirements of ASTM C 494, Type F or Type G. The high -range water -reducing admixture and the air - entraining agent shall be compatible." 15. Paragraph 501 3.1 PROPORTIONS. In the first subparagraph, insert "650" in the space provided. 16. Paragraph 501-3.1 PROPORTIONS. In the first sentence of the third paragraph, insert"564" into the blank space provided. In the second sentence of the third paragraph, insert "0.45" into the blank space provided. Add the following to this paragraph: "Minimum water -cement ratio shall be 0.41 by weight." 17. 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 (6) flexure test specimens. Three (3) specimens for the design shall be tested at 7 days and three (3) shall be tested at 28 days. The costs of preconstruction mix design and tests shall be borne by the Contractor. Additional test certificates shall be furnished by the Contractor at his expense if the material source is changed or if construction tests indicate marked variations from the original tests. Flexural strength shall be as specified at 28 days using test specimens prepared in accordance with ASTM C192 and tested in accordance with ASTM C78. The mix determined shall be workable concrete having a slump between I- and 2 1/2-inches for side -form concrete and between''/z- and I'/Z-inches for vibrated, slip -form concrete, as determined by ASTM C 143. If high -range or mid -range water -reducing admixtures are used, the initial slump range of I- to 2-1/2-inches for side -form concrete, measured before addition of the water -reducing agent, shall not exceed 8-inches after the addition of the high -range or mid -range water -reducing admixture. The mix design shall be submitted the Engineer at least 14 calendar days prior to the start of paving operations. Production of concrete shall not begin until the mix design is approved in writing by the Engineer." 18. Paragraph 501-3.2 CEMENTITIOUS MATERIALS a. Fly Ash. Delete third sentence and insert the following: "The replacement rate shall be determined from laboratory trial mixes, but shall be no more than 20 percent by weight of the total cementitious material. 19. Paragraph 501-3.2 CEMENTITIOUS MATERIALS b. Ground Slag. Delete all references to blast furnace slag. This material will not be allowed on this project. 20. Paragraph 501-3.3 ADMIXTURES a. Air -Entraining. Insert "55' into the blank in the third sentence. 21. Paragraph 501-4.1 EQUIPMENT b. Mixers and Transportation Equipment (1) General. Add the following to this paragraph: "A central plant will be required on all projects with concrete volume exceeding 2,500 cubic yards." 01271010 P-501-c 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 22. Paragraph 501-4.1 EQUIPMENT a. Batch Plant and Equipment. Insert the following as the second sentence: "The Contractor must submit documentation showing that the plant is certified according to the National Ready Mix Concrete Association's Plant Certification Program." 23. Paragraph 501-4.1 EQUIPMENT 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 Rill depth required except as hereinafter permitted. Where the drawings require several different thicknesses for the same slab, forms may be built up with metal or wood to provide an increase in depth of not more than 25%. 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 or wood shall completely cover the underside of the form base and shall extend beyond the edge of the base a sufficient distance to provide 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 securely setting them in place so that they will withstand, without visible displacement 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, bent, twisted, broken or otherwise damaged forms shall be removed from the project site. Repaired forms shall not be used until inspected and approved by the Engineer. Built-up forms shall not be used, except as approved by the Engineer. The top surface 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 inch. 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." 24. Paragraph 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. Add the following sentence to the end of the first paragraph: "It is required on all projects with an onsite concrete batch plant that materials (aggregates) be stockpiled on a specially prepared concrete pad to prevent contamination." 25. Paragraph 501-4.6 MIXING CONCRETE. Add the following as the third paragraph: "Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. Batch ticket shall also indicate batching operation variances according to ACI 304R. a. Cement and supplementary cementitious material within 11% of desired weight. b. Aggregates measured within f2% of desired weight (t 1 % when cumulative weight is taken). C. Allowable water adjusted for free moisture in aggregates. d. Admixtures discharged separately within a volumetric tolerance off3% using a method that does not allow concentrated admixtures to contact each other." 01271010 P-501-d 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 26. Paragraph 501-4.7 LIMITATIONS ON MIXING AND PLACING a. Cold Weather. Add the following to the first subparagraph: "When not in conflict with other sections of this specification, requirements of ACI 306R, Cold Weather Concreting shall apply." 27. Paragraph 501-4.8 PLACING CONCRETE. Where length -of -run and spacing will allow, all concrete on this project shall be placed by slip -form method. 28. Paragraph 501-4.8 PLACING CONCRETE. Modify the first sentence of the second paragraph. The concrete must reach a minimum of 550 psi flexural strength before construction equipment can be placed on the new concrete. Regardless, the Contractor will be responsible for damage to new pavement by prematurely placing construction equipment on it. 29. Paragraph 501-4.10 JOINTS d. Keyways.. Delete this entire paragraph. Keyways are not to be used on this project. 30. Paragraph 5014.10 JOINTS f . Dowel Bars. In the second paragraph, add the following sentence: "Wet -stabbing and automatic insertion of dowel bars into longitudinal construction joints will not be allowed." 31. Paragraph 501-4.13 SKID -RESISTANT SURFACES SAW -CUT GROOVING. Delete this paragraph and replace with the following: "If shown on the plans, skid resistant surfaces for new Portland cement concrete pavements shall be provided by construction of saw -cut grooves meeting requirements of Item P-62I." 32. Paragraph 501-4.14 CURING a. Impervious Membrane Method. In the third sentence, change the rate of application from I 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." 33. 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 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 01271010 P-501-e 08/12 i LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) cleaned of loose debris." 34. Paragraph 501-4.19 REPAIR, REMOVAL AND REPLACEMENT OF SLABS. Delete all further references to "4 inches in depth" and replace with "the lesser of 4 inches in depth or'/a the total slab thickness". 35, Paragraph 501-4.19 REPAIR, REMOVAL AND REPLACEMENT OF SLABS b. Shrinkage Cracks. Delete the first sentence and insert the following: "Shrinkage cracks, which do not exceed the lesser of 4 inches in depth or''/a the total slab thickness, shall be cleaned and pressure injected with epoxy -resin, Type IV, Grade 1, using procedures as approved." 36. Paragraph 501-4.19 REPAIR, REMOVAL AND REPLACEMENT OF SLABS b. Shrinkage Cracks. Delete the last sentence and insert the following: "The Engineer will verify by taking cores that the epoxy pressure injection ofthe crack is full depth. Any panel where full depth pressure injection was not achieved shall be removed and replaced in accordance with 4.19.e. Shrinkage cracks, which exceed the lesser of 4 inches in depth or %a the total slab thickness, shall be treated as full -depth cracks in accordance with paragraphs 4.19.c. and 4.19A." 37. Paragraph 501-4.19 REPAIR, REMOVAL, REPLACEMENT OF SLABS. Add the following paragraph: "g. Clay Balls, Mud Balls, Dirt Balls and Other Deleterious Contamination. Any panel with observable contamination beyond reasonable expectation, whether from stockpile contamination or other means, shall be fully removed and replaced. "Reasonable Expectation" shall be considered not more than 3 points of contamination per 225 SF or no foreign matter greater than 2-inches in diameter. The Contractor will be responsible for repairing isolated points of contamination in a manner approved by the Engineer." 38. Paragraph 501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR. a. Removal of Existing Pavement Slab. Delete this paragraph and insert the following: "When it is necessary to remove existing concrete pavement and leave adjacent concrete pavement in place, the Contractor shall saw -cut the joint dowels or keys flush with the joint. The existing concrete shall be carefully removed in a manner not to damage adjacent slab. 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". 39. Paragraph 501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR b. Edge Repair. Delete the second sentence and insert the following: "Areas damaged during construction shall be repaired at no cost to the Owner using methods herein specified." i 01271010 P-501-f 08/12 I . �-1 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 40. 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 day's production, not to exceed 200 cubic yards." 41. Paragraph 501-5.1 ACCEPTANCE SAMPLING AND TESTING b. Pavement Thickness. Add the following: "In lieu of coring, the Engineer may elect to measure the thickness of the concrete pavement prior to placement based on measurements from a string line across the forms or in the plastic concrete behind the placing operations. Areas found deficient in thickness in excess of 0.5 inches 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." 42. Paragraph 501-7.1 METHOD OF MEASUREMENT. Delete this paragraph and insert the following: "For all new pavement sections where a constant thickness section is specified, the quantity of concrete pavement to be paid for under this item shall be the number of square yards of concrete pavement, of the various thicknesses, as specified, in place, completed and accepted, less applicable deductions. 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. For the unbonded overlay, the concrete material will be measured based on the volumetric cubic yardage of concrete installed to form specified section. Waste concrete will not be included. Labor for constructing the overlay will be based on the measured square yardage of constructed pavement. Joint sealing of new Portland cement concrete pavement shall not be measured, but shall be considered subsidiary to P-50 L" 43. Paragraphs 501-8.1 PAYMENT. Delete the first paragraph and insert the following: "Payment for accepted lot of concrete pavement shall be made at the contract unit price per square yard adjusted in accordance with paragraph 501-8.1 a and b. No additional payment shall be made over the contract unit price for pavement thickness in excess of that shown on the plans. Reduction in Payment Due to PWL = unit price x constructed quantity x (100—LPF ) iuo where LPF <100. Bonus due to PWL = unit price x constructed quantity x (LPF—100 ) 1,00 where LPF > 100. Only 50% payment will be made on P-501 until 28-day strength results are obtained. Bonus will only be paid on concrete pavement in Alternates 1 and 2. 01271010 P-501-g 08/12 it I LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) ` Payment for joint sealing of new Portland cement concrete pavement shall be considered subsidiary to P-501." 44. Paragraph 501-8.1 PAYMENT b. Payment. Delete the entire paragraph and replace with the following: "Item P-501, Portland Cement Concrete Pavement (6-inch thickness) (including fibermesh), complete, per square yard; and Item P-501, Portland Cement Concrete Pavement (7-inch thickness) (including fibermesh), complete, per square yard, and Item P-501, Portland Cement Concrete Pavement, Maximum 6% Bonus, per lump sum." 4 45. Paragraph 501-8.1 PAYMENT c. Basis of adjusted payment for Smoothness. Delete the entire paragraph. F, -` 0127I010 P-501-h 08/ 12 09/30/2011 AC 150/5370-1OF ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT DESCRIPTION 501-1.1 This work shall consist of pavement composed of Portland cement concrete, [ with reinforcement [ [ without reinforcement 1 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 alkalis in the cement, which may cause excessive expansion of the concrete. Separate tests of coarse and fine aggregate shall be made in accordance with ASTM C 1260. If the expansion of coarse or fine aggregate test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 28 days (30 days from casting), the coarse or fine aggregates shall be accepted. If the expansion of any aggregate, coarse or fine, at 28 days is greater than 0.10%, tests of combined materials shall be made in accordance with ASTM C 1567 using the aggregates, cementitious materials, and/or specific reactivity reducing chemicals in the proportions proposed for the mixture design. If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C 1567, does not exceed 0.10 % at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10 % at 28 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 6 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) l00 No. 4 (4.75 mm) 95-100 No. 8 (2.36 mm) 80-100 No. 16 (1.18 mm) 50-85 No. 30 (600 µm) 25-60 No. 50 (300 µm) 10-30 No. 100 (150 µm) 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 1 in, the aggregates shall be furnished in two size groups. Item P-501 Portland Cement Concrete Pavement P-501-1 09/30/2011 AC 150/5370-1OF s 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 [ 1. 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 5 to 1. The percentage of wear shall be no more than [ ] when tested in accordance with ASTM C 131 or ASTM C 535. 1 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) 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. (2) 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. 1 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM [ ] Type [ ]. If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. 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. Flyash or Natural Pozzolan. Flyash shall meet the requirements of ASTM C 618, Class F or N with the exception of loss of ignition, where the maximum shall be less than 6 percent. [The following tests in Supplementary Optional Physical Requirements of Table 3 contained in ASTM C 618 shall apply: Select the appropriate tests when project specific conditions or exposures dictate (Increase of drying shrinkage of mortar bar); (Effectiveness in Contributing to Sulfate Resistance Procedure A) or (Effectiveness in Contributing to Sulfate Resistance Procedure B). Select either sulfate resistance test, but not both.] Class F or N flyash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13 percent and a total equivalent alkali content less than 3 percent. Flyash such as is produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C-618 reports for each source of flyash proposed in the mix design, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the Engineer. f Item P-501 Portland Cement Concrete Pavement P-501-2 09/30/2011 AC 150/5370-IOF 1< b. Blast Furnace Slag (Slag Cement). 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 17511 [ ASTM D 1752, Type II or III ] 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-604] [Item P-605] and shall be of the type specified in the plans. 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of [ conforming to the requirements of ASTM [ ]. 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. 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, 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 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 in (50 mm to 75 min) of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least 1 in (25 mm) from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. 501-2.8 WATER. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water will be tested in accordance with the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 501-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications: a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2, Class B, 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 Item P-501 Portland Cement Concrete Pavement P-501-3 1- 09/30/2011 AC 150/5370-1OF complete test data from an approved laboratory showing that the material to be furnished meets all of the t 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 °F (16 °C). 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 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 [ ] psi. The mix shall be designed using the procedures contained in Chapter 9 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 flyash, or GGBFS) 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. 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, flyash, 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 [ ] 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. Item P-501 Portland Cement Concrete Pavement P-501-4 09/30/2011 AC 150/5370-IOF t Flexural strength test specimens shall be prepared in accordance with ASTM C 192 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 in (25 mm and 50 mm) as determined by ASTM C 143. For vibrated slip - form concrete, the slump shall be between 1/2 in (13 mm) and 1 1/2 in (38 mm). 501-3.2 CEMENTITIOUS MATERIALS. a. Flyash. Flyash may be used in the mix design. When flyash is used as a partial replacement for cement, the minimum cement content may be met by considering Portland cement plus flyash 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 flyash is used in conjunction with ground granular blast furnace slag the maximum replacement rate shall not exceed 10 percent by weight of total cementitious material. b. Ground Slag. Ground blast -furnace slag may be used in a mix design containing Type I or Type II cement. The slag, or slag plus flyash 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 °F (13 °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 CONCRETE MIX DESIGN LABORATORY. The Contractor's laboratory used to develop the concrete mix design shall meet the requirements of ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. CONSTRUCTION METHODS 501-4.1 EQUIPMENT. Equipment necessary for handling materials and performing all pants 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. b. Mixers and Transportation Equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in pant 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. Item P-501 Portland Cement Concrete Pavement P-501-5 09/30/2011 AC 150/5370-1OF (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 in (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 sq yd of cement concrete pavement or requiring individual placement areas of less than 500 sq yd, or irregular areas at locations inaccessible to slip -form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment using stationary side forms. Hand screeding and float finishing may only be used 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 in (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 ft (31 m) radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 in (3 mm) in 10 ft (3 m), and the upstanding leg shall not vary more than 1/4 in (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. Item P-501 Portland Cement Concrete Pavement P-501-6 09/30/2011 AC 150/5370-1OF g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. 501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/8 in (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. 501-4.3 CONDITIONING OF UNDERLYING SURFACE. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 ft (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. 501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE -FORM AND FILL-IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. i Item P-501 Portland Cement Concrete Pavement P-501-7 t u 09/30/2011 AC 150/5370-1OF The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-4.5 HANDLING, MEASURING, AND 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. 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. 501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C 94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non - agitating 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 non - agitating 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. 501-4.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 °F (4 °C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 °F (2 °C). The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 °F (10 °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 °F (66 °C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Item P-501 Portland Cement Concrete Pavement P-501-8 09/30/2011 AC 150/5370-IOF 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 I ft 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. 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. 501-4.9 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete, it shall be struck off to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one 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. Item P-501 Portland Cement Concrete Pavement P-501-1 1 _1 09/30/2011 AC 150/5370-IOF Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire - brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 in (13 mm) from their designated position and shall be true to line with not more than 1/4 in (6 mm) variation in 10 ft (3 m). The surface across the joints shall be tested with a 10 ft (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 in (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 cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. 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 in (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 in (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 in (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 Item P-501 Portland Cement Concrete Pavement P-501-12 09/30/2011 AC 150/5370-IOF 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. f. Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints in the manner as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal, or other type, dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps shall be substantial enough to prevent collapse and shall be placed on the 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. Stich 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. 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 in to 1/4 in (3 to 6 mm) greater in diameter than the dowel or tie bar shall be drilled with rotary -type core drills that must be held securely in place to drill perpendicularly into the vertical face of the pavement slab. Rotary -type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the Engineer. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. Installation procedures shall be adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of the hole and displaced by the insertion of the dowel bar. Bars shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar. The Contractor shall furnish a template for checking the position and Item P-501 Portland Cement Concrete Pavement P-501-13 09/30/2011 AC 150/5370-IOF alignment of the dowels. Dowel bars shall not be less than 10 in (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 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 in (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. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. 501-4.11 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISHING. a. Sequence. The sequence of operations shall be the strike -off, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations will not be permitted. b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load -transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in paragraph 501-4.8.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 in (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 uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. c' Item P-501 Portland Cement Concrete Pavement P-501-14 09/30/2011 AC 150/5370-1OF [i 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 in (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 in (3 mm) thick shall be removed and wasted. (2) Mechanical method. The Contractor may use a machine composed of a cutting and smoothing floats, 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 in (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 in (3 mm) 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 ft (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 in (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. 501-4.12 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 to the satisfaction of the Engineer. a. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of I in (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 ft (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 in (2 mm) in depth. Item P-501 Portland Cement Concrete Pavement P-501-15 09/30/2011 AC 150/5370-IOF 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 inch -long polyethylene turf blades per square foot. The corrugations shall be uniform in appearance and approximately 1/16 in (2 mm) in depth. SKID -RESISTANT SURFACES SAW -CUT GROOVING. If shown on the plans, skid resistant surfaces for asphalt pavements shall be provided by construction of saw -cut grooves. Saw -cut grooves must meet the requirements of Item P-621. 501-4.14 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured 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. a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not more than 150 sq ft (14 sq m). 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 in (457 mm). The sheeting shall be placed and g. 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 in (457 mm). The paper shall be placed and -- weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that a - Item P-501 Portland Cement Concrete Pavement P-501-16 09/3012011 AC 15015370-IOF 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 °F (10 °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." 501-4.15 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4.14. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item [P- 605]. 501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include 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. 501-4.18 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C 31 have attained a flexural strength of 550 lb / sq in (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. i Item P-501 Portland Cement Concrete Pavement P-501-17 ' 09/30/2011 AC 150/5370-IOF 501-4.19 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 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 in (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 in 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 in 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 in (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 Joints. All cracks essentially parallel to original joints, extending full depth of the slab, and lying wholly within 6 in either side of the joint shall be treated as specified hereinafter. Any crack extending more than 6 in (600 mm) from the joint shall be treated as specified above in subparagraph "Slabs With Cracks Through Interior Area." (1) Full Depth Cracks Present, Original Joint Not Opened. When the original uncracked joint has not opened, the crack shall be sawed and sealed, and the original 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 in (19 mm), plus or minus 1/16 in (1.6 mm), and to a width of 5/8 in (16 mm), plus or minus 1/8 in (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 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 Joint Also Cracked. At a 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 -, Item P-501 Portland Cement Concrete Pavement P-501-18 09/30/2011 AC 150/5370-IOF edges shall be sawed full depth 24 in (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 I in (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 1/2 in (12 mm) and no gradual offset greater than 1 in (25 mm) when tested in a horizontal direction with a 12 ft (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 in (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 4 in (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 in (25 mm) outside the spalled area and to a depth of at least 2 in (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 in (12 mm) 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 III, Grade I, 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 III, 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 in (50 mm) thick. The time interval between placement of additional layers shall be such that the Item P-501 Portland Cement Concrete Pavement P-501-19 i— t� 3 09/30/2011 AC 150/5370-IOF temperature of the epoxy resin material does not exceed 140 °F (60 °C) 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 spall 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 dowels, tie bars or keys,] shall first be cut full depth with a standard diamond - type concrete saw. [If keys or dowels are present at this joint, the saw cut shall be made full depth 6 in (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 in (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 in (600 mm) from the joint and at least 12 in (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 in (12 mm) and no gradual offset greater than 1 in (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 no 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. Item P-501 Portland Cement Concrete Pavement P-501-20 09/30/2011 AC 150/5370-1OF (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 necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the Engineer at no cost to the Contractor. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1a(3), and coring and filling operations, per paragraph 501-5.1b(l). Testing organizations performing these tests shall meet the requirements of ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of: [ ] cubic yards ([ ] cubic meters). ] [ ] 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). ] 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 1/10`h in. 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 lime water method. Item P-501 Portland Cement Concrete Pavement P-501-21 09/30/2011 AC 150/5370-IOF 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 °F (16 'to 27 °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. 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, that is, 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 (1) Flexural strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump (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) Item P-501 Portland Cement Concrete Pavement P-501-22 09/30/2011 AC 150/5370-IOF 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. 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 in 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 ft (5 m) straightedge or other specified device. Surface smoothness deviations shall not exceed 1/4 in (6 mm) from a 16 ft (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 in (6 mm) but not exceeding 1/2 in (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 in (6 mm) or less. Where the departure from correct cross section exceeds 1/2 in (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. The finish grade will be determined by running levels at intervals of 50 ft (15.2 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 ft) to determine the elevation of the completed pavement. The Contractor shall pay the costs of surveying the level runs, and this work shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. Item P-501 Portland Cement Concrete Pavement P-501-23 j 09/30/2011 AC 150/5370-1OF it Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 ft (30 mm) in any lane. Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 ft (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 ft (150 m) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 in (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8 in (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; that is, 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 in (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 in per ft (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. f. Removal and Replacement of Concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. Removal and replacement shall be in accordance with paragraph 501-4.19 of this specification. 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 affect 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 Item P-501 Portland Cement Concrete Pavement P-501-24 09/30/2011 AC 150/5370-1OF F, 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. 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. g. , Item P-501 Portland Cement Concrete Pavement P-501-25 " 09/30/2011 AC 150/5370-1OF a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in Tables 1 and 2 shall be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (that is, 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 Limit Slip Form: Slump +0 to -1 in (0-25 mm) +0.5 to -1.5 in (13-38 mm) +/- 1.5 in (38 mm) Air Content +/- 1.2% +/-1.8% +/- 2.5% Fixed Form: Slump + 0.5 to -1 in 03-25 mm) +1 to -1.5 in (25-38 mm) +/- 1.5 in (38 mm) 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 Table 1 and Table 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 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. Item P-501 Portland Cement Concrete Pavement P-501-26 09/30/2011 AC 150/5370-1OF 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) ] [ 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 concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2 Acceptance Criteria shall be based on results of [smoothness,] strength and thickness tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1 a for strength and thickness and 501-8.1 c for smoothness, 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 l 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. 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 Schedulel Percentage of Materials Within Specification Limits Lot Pay Factor (Percent of Contract Unit Price) (PWL) 96 — 100 106 90 — 95 PWL + 10 75-90 0.5PWL +55 55 —74 1.4 PWL— 12 Below 55 Rejece 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. 2The lot shall be removed and replaced. However, the engineer may decide to allow the rejected lot to remain. In 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. 1_ Item P-501 Portland Cement Concrete Pavement P-501-27 09/30/2011 AC 15015370-1OF 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 501-8.1. 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 — [per cubic yard (cubic meter) 1 [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 yd in section) x (original unit price per sq yd) x PFm = reduction in payment for area within section Average Profile Index (Inches Per Mile) Pavement Strength Rating Contract Unit Price Adjustment (PFm) Over 30,000 lb 30,000 lb or Less Short Sections 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 and up 15.1 and up 22.1 and up Corrective work required 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 Item P-501 Portland Cement Concrete Pavement P-501-28 I " 09/30/2011 AC 150/5370-1OF 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 289 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 C 1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Cementitious Materials and Aggregates (Accelerated 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 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 ASTM C 150 Specification for Portland Cement Item P-501 Portland Cement Concrete Pavement P-501-29 09/30/2011 AC 150/5370-1OF 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 Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C 881 Specification for Epoxy -Resin Base Bonding System for Concrete ASTM C 989 Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint 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 Department of (1999)_Paint, Epoxy-Polyamide, Green Primer, Formula 150, Type III Defense MIL- DTL-24441 /20a END ITEM P-501 Item P-501 Portland Cement Concrete Pavement P-501-30 LBB AIRFIELD ASPHALT REPAIR (PACKAGE Modifications to ITEM P-602 BITUMINOUS PRIME COAT Item P-602 Bituminous Prime Coat, of the project specifications shall be modified as follows: 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 602-3.6 HERBICIDAL TREATMENT. 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 Pmmitol 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. 4. Paragraph 602-4.1 METHOD OF MEASUREMENT - Bituminous material for prime coat shall be measured by the gallon. References to measurement by any other basis shall be deleted. 5. Paragraph 602-5.1 BASIS OF PAYMENT — Payment for bituminous material for prime coat shall be made at the contract unit price per gallon. References to payment by any other method shall be deleted. Delete the second paragraph and add the following: "Payment shall be made under: Item P-602, Bituminous Prime Coat, including herbicidal treatment, complete, per gallon." 6. To the list of MATERIAL REQUIREMENTS, add ASTM D2027, Asphalt, Cutback (Medium -Curing Type). 01271010 P-602 — a 08/12 09/30/2011 AC 150/5370-1OF 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 Type and Grade Specification Application Temperatures' 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 80+ 30+ RC-70 ASTM D 2028 120+ 50+ RC-250 ASTM D 2028 165+ 75+ ' 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 1 atmospheric temperature is above 60 °F (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 rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gauges, 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. I. Item P-602 Bituminous Prime Coat P-602-1 I " 09/30/2011 AC 150/5370-1OF 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. 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 y 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 f 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. i Item P-602 Bituminous Prime Coat P-602-2 i L A 09/30/2011 AC 150/5370-1OF E METHOD OF MEASUREMENT 602-4.1 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. a Payment will be made under: Item P-602-5.1 Bituminous Prime Coat -per [gallon (liter)] [ton (kg)] TESTING REQUIREMENTS ASTM D 1250 Petroleum Measurement Tables Asphalt Institute Asphalt Pocketbook of Useful Information (Temperature -Volume Corrections Manual MS-6 Table for Emulsified Asphalts) IV-3 MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 2028 Cutback Asphalt (Rapid Curing Type) ASTM D 2397 Cationic Emulsified Asphalt END OF ITEM P-602 Item P-602 Bituminous Prime Coat P-602-3 1 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modifications to ITEM P-603 BITUMINOUS TACK COAT Item P-603 Bituminous Tack Coat, of the project specifications shall be modified as follows: 1. Paragraph 603-2.1 BITUMINOUS MATERIALS — Delete the second sentence of the first paragraph. 2. Paragraph 603-2.1 TABLE 1. BITUMINOUS MATERIAL - Delete all references to tar. 3. Paragraph 603-4.1. METHOD OF MEASUREMENT — Bituminous tack coat shall be considered subsidiary to paving items and will not be measured. 4. Paragraph 603-5.1 BASIS OF PAYMENT —No separate payment will be made for bituminous tack coat. It will be considered subsidiary to paving items. 01271010 P-603 - a 08/12 09/30/2011 AC 150/5370-1OF 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 Type and Grade Specification Application Temperature Deg. F Deg. C Emulsified Asphalt SS-1, SS- lh ASTM D 977 75-130 25-55 CSS-1, CSS-lh 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 gauges, 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. Item P-603 Bituminous Tack Coat P-603-1 09/30/2011 AC 150/5370-1OF 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 air blast to remove all loose dirt and other objectionable material. 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 furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. Item P-603 Bituminous Tack Coat P-603-2 ii` 09/30/2011 AC 150/5370-1OF METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat shall be measured by the [gallon (liter)] [ton (kg)]. Volume shall be corrected to the volume at 60 °F (15 °C) in accordance with ASTM D 1250 for cutback asphalt, ASTM D 633 for tar, and Table IV 3 of The Asphalt Institute's Manual MS 6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per [gallon (liter)] [ton (kg)] of bituminous 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)] 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 Manual Asphalt Pocketbook of Useful Information (Temperature -Volume MS-6 Table IV-3 Corrections for Emulsified Asphalts) END ITEM P-603 - Item P-603 Bituminous Tack Coat P-603-3 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modifications to ITEM P-605 JOINT SEALING FILLER Item P-605 Joint Sealing Filler, of the project specifications shall be modified as follows: 1. Paragraph 605-1.1 — Add the following: "This item shall include sawing, cleaning and preparing the joint prior to application of the joint sealing materials. References to 'joints' shall be interpreted to include 'cracks."' 2. 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 D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Asphalt Pavements (formerly ASTM D3405). ASTM D6690 material shall be approved for crack filling in existing bituminous pavements. (b) ASTM D5893 — Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements, may be used for joints in Portland cement concrete, and shall meet the following material requirements: Test Method MIL-S-8802 MIL-S-8802 ASTM D2240 ASTM D412 (Die C) ASTM D412 (Dec) MIL-S-8802 ASTM C719 Test Flow Tack Free Time Durometer Hardness I/ Modulus, at 150% Elongation 1/ Elongation I/ Adhesion to concrete Movement Requirement 0.3 maximum 90 minutes, maximum 10 —25 75 psi, maximum 800%, minimum 20 lbs, minimum + 50%, minimum" Paragraph 605-3.1 TIME OF APPLICATION - Delete the second sentence of this paragraph and insert the following: "Joint sealant material may be applied when the air temperature and the pavement temperature are above 50' F and rising or as recommended by the manufacturer. Joint sealant material may not be applied when the weather is foggy or when rain threatens." 01271010 P-605 - a 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 4. Paragraph 605-3.2 PREPARATION OF JOINTS (b.) Sealing. Revise second sentence to read "cleaning shall be accomplished by sand blasting or other approved means." 5. Insert the following new paragraph: "605 3.3 PREPARATION OF CRACKS TO BE SEALED. The Engineer will determine and designate in the field which cracks are to be filled. All cracks will be prepared and filled in a manner which meets the intent of these specifications and which meets the manufacturer's suggested methods of application. All methods employed in performing the work and all equipment, tools and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer, and whenever found unsatisfactory they shall be either improved to satisfactory condition or removed from the job site. All cracks 1/4" wide and wider as designated by the Engineer will be cleaned with a heat lance or brushed with a power wire brush and cleaned with compressed air. Prior to filling, the cracks shall be free from dust, dirt, loose foreign matter, grease, oil, vegetation, and any other form of objectionable material. Existing crack filler which is loose shall be removed and the crack shall then be prepared as specified above. In no case shall water be used to clean the cracks. Cracks shall be surface dry when sealant is applied." 6. Paragraph 605-3.3 INSTALLATION OF SEALANTS. Revise Paragraph number to 605-3.4 INSTALLATION OF SEALANTS. Remove brackets from second and third paragraphs. 7. Paragraph 605-3.4 INSTALLATION OF SEALANTS - Insertthe following new paragraphs after the second paragraph: "The top surface of the cured sealant shall be 1/8-inch below surface of pavement. After completion of the work, all debris resulting from the construction shall be cleaned up and removed from the site of the work to an approved place of disposal. Areas which have been disturbed during the construction shall be raked or graded as required and left in a clean and neat condition. The entire premises of the work shall be left in a clean condition satisfactory to the Engineer, and all costs of cleanup shall be included in the contract unit prices for the items of work involved." Paragraph 605-3.3 INSTALLATION OF SEALANTS. Insert: "both non -reactive and" Before: "non -adhesive to the concrete" in the second sentence of each subparagraph. I 01271010 P-605 - b 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 9. Paragraph 605-4.1. Delete this paragraph and insert the following: "Joint sealing and related material for joints in new Portland cement concrete pavement will not be measured for separate payment but shall be considered subsidiary to the Portland cement concrete pavement item. Joint sealing and related material for joints between Portland cement concrete pavement and bituminous pavement will not be measured for separate payment but shall be considered subsidiary to the Portland cement concrete pavement item." 10. 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, but shall be included as subsidiary to the Portland cement concrete pavement pay item." 01271010 P-605 - c 08/12 09/30/2011 AC 150/5370-1OF 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 11. [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 [40 OF (4 °C)] [(50 OF (10 1C)1 at the time of installation of the [preformed joint seal] [poured 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 than 3 in 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 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 OF (-I I °C) below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting 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.] Item P-605 Joint Sealing Filler P-605-1 09/30/2011 AC 150/5370-1OF [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 fails to set to a tack -free condition will be rejected and replaced by the Contractor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint seal. This shall include the preparation of two small batches and the application of the resulting material. Any sealant spilled on the surface of the pavement, structures and/or lighting fixtures, shall be removed immediately.] METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall be measured by the [gallon (liter)] [pound (kg)] [linear foot (meter)] of sealant in place, 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 Item P-605 Joint Sealing Filler P-605-2 i H [ Z 09/30/2011 AC 150/5370-1OF ASTM D 6690 Joint and Crack Sealants, Hot -Applied, for Concrete and Asphalt Pavements FED SPEC SS-S-200E(2) Sealants, Joint, Two -Component, Jet -Blast Resistant, Cold Applied END ITEM P-605 �...: Item P-605 Joint Sealing Filler P-605-3 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 1`_1? 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 620-2.2 PAINT - 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. Paint shall be Type II. Paint shall be furnished in White (37925), Yellow (33538 or 33655) and Black (37038) in accordance with the Federal Standard No. 595. 2. Paragraph 620-2.3 REFLECTIVE MEDIA - Insert "Federal Specification TT-B-1325D, Type I, Gradation A" into the blank provided. 3. Paragraph 620-3.1 WEATHER LIMITATIONS — The Contractor shall follow the paint manufacturer's recommendations regarding maximum surface temperature for proper application. 4. Paragraph 620-3.3 PREPARATION OF SURFACE —Remove brackets from last sentence and insert the following after the first paragraph: "If paint flakes off, comes loose or otherwise performs unsatisfactorily 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 - Delete the last sentence of the second paragraph and add the following: "A minimum period of 30 days shall elapse between placement of a bituminous surface course, fog seal or seal coat and application of the paint. Paint shall be applied in both directions on two separate passes at the rate of 50/50. If the airport operations require pavement marking prior to the recommended waiting period, the paint may be applied in a temporary light coat application rate of 30% for temporary markings. Glass beads are not required for temporary markings. The final application should occur after the waiting period has passed. The final marking application must be at full strength in order to adequately set the glass bead." 01271010 P-620 - a 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 6. Paragraph 620-3.5 APPLICATION - Replace TABLE 1 with the following table: TABLE 1 APPLICATION OF RATES FOR PAINT AND GLASS BEADS Paint Type Paint Glass Beads, Type I, Square feet per gallon, ftz/gal. Gradation A (Square meters per liter, m2/1) Pounds per gallon of paint — lb./gal. Waterborne 115 Fe/Gal. Maximum 7 Lb./Gal. Minimum 7. Insert the following new paragraph: "620-3.8 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," 8. Paragraph 620-4.1 METHOD OF MEASUREMENT - Delete this paragraph and insertthe following: "The quantity of 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." 9. PARAGRAPH 620-5.1 BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price per square foot for runway and taxiway painting, including 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, Runway and Taxiway Painting, complete, per square foot." 1' 01271010 P-620 - b I_ 08/12 09/30/2011 AC 150/5370-1OF 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, solvent -base, or preformed thermoplastic] in accordance with the requirements of paragraph 620-2.2 [ ]. Paint shall be furnished in [ ] in accordance with Federal Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, [Type I, Type II, or Type III]. b. Epoxy. 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 11 shall be 18 percent minimum (16.5 percent minimum at 100 percent purity). (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type lI 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 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (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. (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 Item P-620 Runway and Taxiway Painting P-620-1 LA I 09/30/2011 AC 150/5370-1OF 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 in (0.33 mm) to four 3 by 6 in (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No. 141 D/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 °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. 141 D/GEN. The wet film thickness shall be 0.015 in (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 in (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 lI 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 in amounts exceeding permissible limits as specified in relevant Federal Regulations. IItem P-620 Runway and Taxiway Painting P-620-2 09/30/2011 AC 150/5370-1OF (3) 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. 141 D/GEN, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141 D/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 in (0.33 mm) to four 3 by 6 in (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal Test Method Standard No. 141 D/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'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 in (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 in (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: 5 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]. e. Preformed Thermoplastic Airport Pavement Markings. Markings must be composed of ester modified resins in conjunction with aggregates, pigments, and binders that have been factory produced as a finished product. The material must be impervious to degradation by aviation fuels, motor fuels, and lubricants. (1) The markings must be able to be applied in temperatures as low as 35 °F without any special storage, preheating, or treatment of the material before application. (a) The markings must be supplied with an integral, non-reflectorized black border. Item P-620 Runway and Taxiway Painting P-620-3 -- �j 09/30/2011 AC 150/5370-1OF (2) Graded Glass Beads. (a) The material must contain a minimum of thirty percent (30%) intermixed graded glass beads by weight. The intermixed beads shall conform to [Federal Specification. TT-B-1325D, Type I, gradation A] [Federal Specification. TT-B-1325D, Type IV]. (b) The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of 1 lb. (f 10%) per 10 sq. ft. These factory applied coated surface beads shall have a minimum of 90% true spheres, minimum refractive index of 1.50, and meet the following gradation. Size Gradation Retained, % Passing, % US Mesh µm 12 1700 0 - 2% 98 -100% 14 1400 0 - 3.5% 96.5 - 100% 16 1180 2 - 25% 75 - 98% 18 1000 28 - 63% 37 - 72% 20 850 63 - 72% 28 - 37% 30 600 67 - 77% 23 - 33% 50 300 89 - 95% 5 - 11% 80 200 97 - 100% 0 - 3% (3) Heating Indicators. The top surface of the material (same side as the factory applied surface beads) shall have regularly spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so satisfactory adhesion and proper bead embedment has been achieved and a post -application visual cue that the installation procedures have been followed. (4) Pigments. Percent by weight. (a) White: - Titanium Dioxide, ASTM D 476, type 1I shall be 10 percent minimum. (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 1 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. (5) 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 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (6) 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. 141 D/GEN, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45 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: Item P-620 Runway and Taxiway Painting P-620-4 1 09/30/2011 AC 150/5370-IOF { S x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (7) Skid Resistance. The surface, with properly applied and embedded surface beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E303. (8) Thickness. The material must be supplied at a nominal thickness of 65 mil (1.7 mm). (9) Environmental Resistance. The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to aviation fuels, gasoline, and oil. (10) Retroreflectivity. The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform level of nighttime retroreflection when tested in accordance to ASTM E 1710. (11) Packaging. A protective film around the box must be applied in order to protect the material from rain or premature aging. (12) Manufacturing Control and ISO Certification. The manufacturer must be ISO 9001:2000 certified and provide proof of current certification. The scope of the certification shall include manufacture of reflective markings. a. The markings must be a resilient thermoplastic product with uniformly distributed glass beads throughout the entire cross -sectional area. The markings must be resistant to the detrimental effects of aviation fuels, motor fuels and lubricants, hydraulic fluids, de-icers, anti-icers, protective coatings, etc. Lines, legends, and symbols must be capable of being affixed to bituminous and/or Portland cement concrete pavements by the use of a large radiant heater. Colors shall be available as required. b. The markings must be capable of conforming to pavement contours, breaks, and faults through the action of airport traffic at normal pavement temperatures. The markings must be capable of fully conforming to grooved pavements, including pavement grooving per FAA AC 150/5320-12, current version. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastics when heated with a heat source per manufacturer's recommendation. c. Multicolored markings must consist of interconnected individual pieces of preformed thermoplastic pavement marking material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each large marking segment (typically more than 20 ft. long) must be factoiy assembled with a compatible material and interconnected so that in the field it is not necessary to assemble the individual pieces within a marking segment. Obtaining multicolored effect by overlaying materials of different colors is not acceptable due to resulting inconsistent marking thickness and inconsistent application temperature in the marking/substrate interface. e. The marking material must set up rapidly, permitting the access route to be re -opened to traffic a maximum of 15 minutes after application. E The marking material shall have an integral color throughout the thickness of the marking material. 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. Paint Color Glass Beads, Type I, Gradation A Glass Beads, Type III Glass Beads, Type IV White See Table 1. See Table 1. See Table 1. Yellow See Table 1. See Table 1. See Table 1. Red See Table 1 and Note. Not used. See Table 1 and Note. i' Item P-620 Runway and Taxiway Painting P-620-5 3, I 09/30/201 l AC 150/5370-IOF Pink See Table 1 and Note. Not used. See Table 1 and Note. Black Not used. Not used. See Table 1 and Note. 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) above the dew point. [Painting operations shall be discontinued when the surface temperature exceeds [ I degrees F ([ ] degrees C.j Markings shall not be applied when the pavement temperature is greater than 120 °F (49 °C). ' 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 or airless -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. 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 in (12 mm) in 50 ft (15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 in (910 mm) or less f 1/2 in (12 mm) greater than 36 in to 6 ft (910 mm to 1.85 m) f 1 in (25 mm) greater than 6 ft to 60 ft (1.85 in to 18.3 m) f 2 in (51 mm) greater than 60 ft (18.3 m) f 3 in (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 shown in Table 1. The addition of thinner will not be permitted. A period of [ ] shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Item P-620 Runway and Taxiway Painting P-620-6 09/30/2011 AC 150/5370-1OF Table I Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Paint Glass Beads, Type 1, Glass Beads, Glass Beads, Gradation A Type III Type IV Paint Sq ft per gallon, ft /gal. Pounds per gallon of Pounds per gallon of Pounds per gallon of Type paint-lb./gal. paint-lb./gal. paint-lb./gal. (Sq ms per liter, M2/1) (Km per liter of paint- (Km per liter of (Km per liter of kg/1) paint-kg/1) paint-kg/l) Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb./gal. (0.24 kg/1) for Type I and Type IV beads. Type III beads shall not be applied to Red or Pink paint. 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 that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 APPLICATION --PREFORMED AIRPORT PAVEMENT MARKINGS. a. Asphalt and Portland cement To ensure minimum single -pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self- propelled mobile heater with an effective heating width of no less than 16 ft (4.88 m) and a free span between supporting wheels of no less than 18 ft (5.49 m). The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 in (5.08 cm) wide linear segments in the direction of heater travel must be within 5 percent of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35 °F (2 °C) without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-VOC sealer with a maximum applied viscosity of 250 centiPoise (ASTM D 2393) must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package. 620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area 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 620-4.1 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 (km) of reflective media] [the number of Item P-620 Runway and Taxiway Painting P-620-7 09/30/2011 AC 150/5370-IOF square feet (square meters) of preformed markings] [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 (km)] [lump sum price] [price per square foot (square meter)] [lump sum price] for preformed markings] 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 (km)] [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 ofNonplastic 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 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 Inspection, Standard No. 141D/GEN 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 Item P-620 Runway and Taxiway Painting P-620-8 09/30/2011 AC 150/5370-IOF FED SPEC TT-B-1325D Beads (Glass Spheres) Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description Paint, Traffic, Solvent Based (CID) A-A-2886B FED STD 595 Colors used in Government Procurement END OF ITEM P-620 Item P-620 Runway and Taxiway Painting P-620-9 e LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modifications to ITEM P-631 REFINED COAL -TAR EMULSION WITH ADDITIVE SLURRY SEAL SURFACE TREATMENT This special specification modifies, amplifies, or amends the technical specifications and plans and takes precedence over them in the event of any discrepancy. 1. 631-2.3 Additive. Additive shall be Latex Rubber. Contractor shall identify type and formulation in the JMF. 2. 631-3.2 Job Mix Formula. The mix design shall be as shown in Table 2. No seal coat shall be produced for payment until a job mix formula has been approved by the Engineer. The formulation shall pass the fuel resistance test in Appendix A. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. REPLACE TABLE 2, with the following table: COMPOSITION OF MIXTURE PER 100 GAL OF REFINED COAL TAR EMULSION Refined Formula Rate of Coal Application of Application Water Additive Aggregate Tar Mix per Square Yard Emulsion Minimum MaximumGallons Gallons Gallons Gallons LBS Gallons Prime Coat (where required) asspecified by the coal tar emulsion manufacturer. Fe—alCoat 100 25 - 50 4 400 0.14 0.18 3. 631-4.2 a. Distributors. Amend paragraph by adding the following sentence to the end ofthis paragraph. "The distributor shall be equipped with a 14-foot minimum length spray bar and a tank with a minimum capacity of 1,500 gallons. The Contractor shall have a sufficient supply of materials, adequate, operable equipment, and a sufficient number of trained personnel available at the project site to provide an average minimum daily production of 6,000 gallons per day. 4. 631-4.2 c. Spreading Equipment. Amend paragraph by adding the following sentence to the end of this paragraph. "No spreader equipment will be allowed. Item P-631 shall be placed with an agitated, mixing distributer as described in Paragraph 631-4.2 a. above." 5. 631-4.2 d. Hand Squeegee or Brush Application. Add the following sentence to this section. "The Engineer shall agree to the areas of use prior to this method of application being used" 01271010 P-631-a { - 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 6. 631-4.3 Preparation Of Existing Asphalt Pavement Surfaces. Add the following to the second paragraph of this Section: "All crack cleaning and sealing shall be performed, measured, and paid for in accordance with the requirements and conditions of Item P-605 JOINT SEALING FILLER." 7. 631-6.1 and 631-6.2. Delete these paragraphs and insert the following: "The Refined Coal Tar Seal Slurry Seal Surface Treatment shall be measured by the square yard of acceptable material in place and accepted by the Engineer." 8. 631-7.1. Delete this paragraph and insert the following: "Payment shall be made under: Item P-631, Refined Coal Tar Emulsion with Additive Slurry Seal Surface Treatment, complete, per square yard." 01271010 P-631-b 08/1211-1 09/30/2011 AC 150/5370-1OF c� ITEM P-631 REFINED COAL TAR EMULSION WITH ADDITIVES, SLURRY SEAL SURFACE TREATMENT DESCRIPTION 631-1.1 GENERAL. This item shall consist of a mixture of refined coal tar emulsion, mineral aggregate, additives, and water properly proportioned, mixed and applied as a slurry seal on new or existing (aged) asphalt concrete pavement. MATERIALS 631-2.1 Refined Coal Tar Emulsion. A refined coal tar emulsion prepared from a high temperature refined coal tar conforming to the requirements of ASTM specification D 490 for grade 11-12. The use of oil and water gas tar is not allowed. Base refined coal tar emulsion must conform to all requirements of Federal Specification R-P-355. 631-2.2 Aggregate. The aggregate shall be washed dry silica sand or boiler slag free of dust, trash, clay, organic materials or other deleterious substances. The aggregate shall meet the gradation in Table 1, when tested in accordance with ASTM C 136. Table 1. Gradation Of Aggregates* Sieve Size Percent Retained Minimum Maximum #20 or coarser (0.850 mm) 0 2 930 (0.600 mm) 0 12 #40 (0.425 mm) 2 60 #50 (0.300 mm) 5 60 #70 (0.212 mm) 5 60 #100 (0.150 mm) 5 30 9140 (0.106 mm) 0 10 #200 (0.075 mm) 0 2 Finer than #200 0 0.3 * Table I represents the maximum range of aggregate gradations. In all cases the refined coal tar emulsion supplier is to give written approval of the aggregate used in the mix design. 631-2.3 Additive. As specified by the coal tar emulsion manufacturer. 631-2.4 Water. Water for mixing shall be potable, free of harmful soluble salts, and at least 50 °F (10 -C). 631-2.5 Crack Sealant. Crack sealant shall be certified for compatibility with the refined coal tar emulsion by the manufacturer of the refined coal tar emulsion, and approved by the engineer. Item P-631 Refined Coal Tar Emulsion With Additives, Slurry Seal Surface Treatment P-631-1 09/30/2011 AC 150/5370-IOF 631-2.6 Oil Spot Primer. Oil spot primer shall be certified for compatibility with the refined coal tar emulsion by the manufacturer of the refined coal tar emulsion, and approved by the engineer. 631-2.7 Pavement Primer. Pavement primer shall be certified for compatibility with the refined coal tar emulsion by the manufacturer of the refined coal tar emulsion, and approved by the engineer.] COMPOSITION AND APPLICATION 631-3.1 Composition. The refined coal tar emulsion seal coat is to consist of a mixture of refined coal tar emulsion, water, additive and aggregate, and be proportioned as shown in Table 2. The composition must have written approval of the coal tar emulsion manufacturer. 631-3.2 Job Mix Formula. The contractor shall submit the recommended formulation of water, emulsion, aggregate and application rate proposed for use to a testing laboratory together with sufficient materials to verify the formulation at least [ ] days prior to the start of operations. The mix design shall be within the range shown in Table 2. No seal coat shall be produced for payment until a job mix formula has been approved by the Engineer. The formulation shall pass the fuel resistance test in Addendum A. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Table 2. Composition Of Mixture Per 100 Gal Of Refined Coal Tar Emulsion Formula Rate of Application Refined Coal of Mix per Square Yard Tar Water Additive Aggregate (Liters) Application Emulsion Gallons Gallons Pounds Gallons (Liters) (Liters) (Liters) Minimum Maximum (Liters) Gallons Gallons (Liters) (Liters) Prime Coat (where required) as specified by the coal tar emulsion manufacturer 1st Seal 100 25-70 2-6 300-700 0.12 0.20 Coat (379) (95-265) (7.6-22.7) (136-318) (0.54) (0.91) 2nd Seal 100 25-70 2-6 300-700 0.12 0.20 Coat (379) (95-265) (7.6-22.7) (136-318) (0.54) (0.91) 631-3.3 Application Rate. Application rates are not to exceed 0.20 gal/yd. 2/coat (0.91 liters/m2/coat), and at no time are total coats to exceed 0.51 gal/yd2 (2.3 liters/m2). 631-3.4 Test Section. Prior to full production, the Contractor shall prepare a quantity of mixture in the proportions shown in the approved mix design. The amount of mixture shall be sufficient to place a test section a minimum of 250 sq yd at the rate specified in the job mix formula. The area to be tested will be designated by the Engineer and will be located on a representative section of the pavement to be seal coated. The actual application rate will be determined by the Engineer during placement of the test section and will depend on the condition of the pavement surface. The test section shall be used to verify the adequacy of the mix design and to determine the application rate. The same equipment and method of operations shall be used on the test section as will be used on the remainder of the work. �3 Item P-631 Refined Coal Tar Emulsion With Additives, Slurry Seal Surface Treatment P-631-2 09/30/2011 AC 150/5370-10F t If the test section should prove to be unsatisfactory, the necessary adjustments to the job mix formula, mix composition, application rate, placement operations, and equipment shall be made. Additional test f - sections shall be placed and evaluated, if required. Full production shall not begin without the Engineer's approval. Acceptable test sections shall be paid for in accordance with paragraph 631-7.1. CONSTRUCTION METHODS 631-4.1 Weather Limitations. The seal coat shall not be applied when the surface is wet or when the humidity or impending weather conditions will not allow proper curing. The seal coat shall be applied only when the atmospheric or pavement temperature is 50 °F (10 °C) and rising and is expected to remain above 50 °F (10 °C) for 24 hours, unless otherwise directed by the Engineer. 631-4.2 Equipment and Tools. The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of the work. a. Distributors. Distributors or spray units used for the spray application of the seal coat shall be self- propelled and capable of uniformly applying 0.12 to 0.55 gallons per square yard (0.54 to 2.5 liters per square meter) of material over the required width of application. Distributors shall be equipped with removable manhole covers, tachometers, pressure gauges, and volume -measuring devices. The mix tank shall have a mechanically powered, full -sweep, mixer with sufficient power to move and homogeneously mix the entire contents of the tank. The distributor shall be equipped with a positive placement pump so that a constant pressure can be maintained on the mixture to the spray nozzles. b. Mixing Equipment. The mixing machine shall have a continuous flow mixing unit capable of accurately delivering a predetermined proportion of aggregate, water, and emulsion, and of discharging the thoroughly mixed product on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients together and discharging the material to the spreader box without segregation. c. Spreading Equipment. Spreading equipment shall be a mechanical -type squeegee distributor attached to the mixing machine, equipped with flexible material in contact with the surface to prevent loss of slurry from the spreader box. 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; coal -tar emulsion and aggregate build-up on the box shall not be permitted. d. Hand Squeegee or Brush Application. The use of hand spreading application shall be restricted to places not accessible to the mechanized equipment or to accommodate neat trim work at curbs, etc. Material that is applied by hand shall meet the same standards as that applied by machine. e. Calibration. The Contractor shall furnish all equipment, materials and labor necessary to calibrate the equipment. It shall be calibrated to assure that it will produce and apply a mix that conforms to the job mix formula. Commercial equipment should be provided with a method of calibration by the manufacturer. All calibrations shall be made with the approved job materials prior to applying the seal coat to the pavement. A copy of the calibration test results shall be furnished to the Engineer. 631-4.3 Preparation Of Existing Asphalt Pavement Surfaces. Existing asphalt pavements indicated to be seal coated shall be prepared as follows. Patch bituminous pavement surfaces that have been softened by petroleum derivatives or have failed due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new bituminous concrete similar to that of the existing pavement. If a solvent containing cold -applied material Item P-631 Refined Coal Tar Emulsion With Additives, Slurry Seal Surface Treatment P-631-3 09/30/2011 AC 150/5370-IOF is used, complete patching a minimum of 90 days prior to the planned application of the sealer to permit solvent to escape before sealing. Remove all vegetation and debris from cracks to a minimum depth of I". If extensive vegetation exists treat the specific area with a concentrated solution of a water -based herbicide approved by the engineer. Fill all cracks, ignoring hairline cracks (< 1/4" wide) with a crack sealant. Wider cracks (over 1'/z" wide (38.4 mm)), along with soft or sunken spots, indicate that the pavement or the pavement base should be repaired or replaced as stated above. Clean pavement surface immediately prior to placing the prime coat or seal coat by sweeping, flushing well with water leaving no standing water, or a combination of both, so that it is free of dust, dirt, grease, vegetation, oil or any type of objectionable surface film. Remove oil or grease that has not penetrated the asphalt pavement by scraping or by scrubbing with a detergent, then wash thoroughly with clean water. After cleaning, treat these areas with the oil spot primer. To insure adhesion to sound but oxidized pavements, mix and apply a prime coat of a type and at a rate recommended by the coal tar emulsion manufacturer, after all loose aggregate is removed. 631-4.4 Preparation Of New Asphalt Pavement Surfaces. New asphalt pavements indicated to be seal coated shall be prepared as follows. Cure new asphalt pavement surfaces so that there is no concentration of oils on the surface. A period of at least 60 days at +70 °F daytime temperatures must elapse between the placement of a hot mixed asphalt concrete surface course and the application of the seal coat. Perform a water -break -free test to confirm that the surface oils have degraded and dissipated. (Cast one gallon of clean water out over the surface. The water should sheet out and wet the surface uniformly without crawling or showing oil rings.) If asphalt does not pass this test, additional time must be allowed for extra curing and retesting prior to sealing. Where oil spot priming is needed, remove oil or grease that has not penetrated the asphalt pavement by scraping or by scrubbing with a detergent, then wash thoroughly with clean water. After cleaning, treat these areas with the oil spot primer. To ensure adhesion to sound but oxidized pavements, mix and apply a prime coat of a type and at a rate recommended by the coal tar emulsion manufacturer, after all loose aggregate is removed. 631-4.5 MIXING. Blend the coal tar emulsion mixture in the equipment described in paragraph 631-4.2 using the ingredients described in Table 2. The mixing must produce a smooth homogeneous mixture of uniform consistency. (Consult coal tar emulsion supplier for its recommended order of addition of the ingredients.) During the entire mixing and application process, no breaking, segregating or hardening of the emulsion, nor balling or lumping of the sand is to be permitted. Continue to agitate the seal coating mixture in the mixing tank at all times prior to and during application so that a consistent mix is available for application. Small additional increments of water may be needed to provide a workable consistency, but in no case is the water content to exceed the specified amount. Item P-631 Refined Coal Tar Emulsion With Additives, Slurry Seal Surface Treatment P-631-4 09/30/2011 AC 150/5370-1OF 631-4.6 Application of Slurry Seal Coat. The aggregate filled slurry seal coat shall be applied at a uniform rate determined in paragraph 631-3.4. In order to provide maximum adhesion, the pavement shall be dampened with a fog spray of water if recommended by the supplier. No standing water shall remain on the surface. If a prime coat is required, mix and apply the prime coat as specified in paragraph 631-4.3 for existing pavements or paragraph 631-4.4 for new pavements. Apply the first coat uniformly to obtain the rate determined in paragraph 631-3.4. Each coat shall be allowed to dry and cure initially before applying any subsequent coats. The initial drying shall allow evaporation of water of the applied mixture, resulting in the coating being able to sustain light foot traffic. The initial curing shall enable the mixture to withstand vehicle traffic without damage to the seal coat. Apply the second coat in the same manner as outlined for the first coat. Additional coats shall be applied over the entire surface as directed by the engineer. The finished surface shall present a uniform texture. The final coat shall be allowed to dry a minimum of eight hours in dry daylight conditions before opening to traffic, and initially cure enough to support 4ehicular traffic without damage to the seal coat. Where marginal weather conditions exist during the eight hour drying time, additional drying time shall be required. The length of time shall be as specified by the supplier. The surface shall be checked after the additional drying time for trafficability before opening the section to vehicle traffic. Where striping is required, the striping paint used shall meet the requirements of P-620, shall be compatible with the seal coat and as recommended by the coal tar emulsion manufacturer. QUALITY CONTROL 631-5.1 CONTRACTOR'S CERTIFICATION. The Contractor shall furnish the manufacturer's certification that each consignment of emulsion shipped to the project meets the requirements of Federal specification R-P-355, except that the water content shall not exceed 50 percent. The certification shall also indicate the solids and ash content of the emulsion and the date the tests were conducted. The certification shall be delivered to the Engineer prior to the beginning of work. The manufacturer's - certification for the emulsion shall not be interpreted as a basis for final acceptance. Any certification received shall be subject to verification by testing samples received for project use. The Contractor shall also furnish a certification demonstrating a minimum of three years experience in the application of coal -tar emulsion seal coats. '1 631-5.2 INSPECTION. The Owner shall have an independent technical consultant on the job site at the beginning of operations for application of coal -tar emulsion seal coats. The consultant shall have knowledge of the materials, procedures, and equipment described in this specification and shall assist the Contractor regarding proper mixing of the component materials and application of the seal coat. The consultant shall have a minimum of 3 years experience in the use of coal -tar seal coats. Documentation of a- Item P-631 Refined Coal Tar Emulsion With Additives, Slurry Seal Surface Treatment P-631-5 t i 09/30/2011 AC 15015370-IOF this experience shall be furnished to the Engineer prior to the start of operations. The cost of the technical consultant shall be paid for by the Owner. 631-5.3 SAMPLING. A minimum of one sample per day shall be tested for the properties of Table 2. A random sample of approximately one -quart of the composite mix will be obtained daily by the contractor and stored in a glass container. The containers shall be sealed against contamination and retained in storage by the Owner for a period of six months. Samples shall be stored at room temperature and not be subjected to freezing temperatures. A sample of undiluted coal -tar emulsion shall be obtained from each consignment shipped to the job. 631-5.4 ENGINEER'S RECORDS. The Engineer will keep an accurate record of each batch of materials used in the formulation of the seal coat. METHOD OF MEASUREMENT 631-6.1 The refined coal tar emulsion with additives shall be measured by the [gallon (liter)] [ton (kg)l. Only the actual quantity of undiluted refined coal tar emulsion with additives will be measured for payment. 631-6.2 Aggregate shall be measured by the ton (kg) of dry aggregate. BASIS OF PAYMENT 631-7.1 Payment shall be made at the contract unit price per [gallon (liter)l (ton (kg)] for the refined coal tar emulsion with additives and at the contract price per ton (kg) for aggregate. These prices shall be full compensation for furnishing all materials, preparing, mixing, and applying these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-631-7.1 Refined Coal Tar Emulsion with Additives for Slurry Coat -per [gallon (liter)] [ton (kg)] Item P-631-7.2 Aggregate -per ton (kg) of dry aggregate. TESTING REQUIREMENTS ASTM C 67 Sampling and Testing Brick and Structural Clay Tile ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D 160 Practice of Sampling Bituminous Materials i ASTM D 2939 Standard Test Methods for Emulsified Bitumens used as Protective Coatings. g MATERIAL REQUIREMENTS ASTM D 490 Standard Specification for Road Tar & -1 Item P-631 Refined Coal Tar Emulsion With Additives, Slurry Seal Surface Treatment P-631-6 i t i. 09/30/2011 AC 150/5370-1OF ASTM D 692 Standard Specification for Coarse Aggregate for Bituminous Paving Mixtures ASTM C 3699 Kerosene ASTM D 4866 Standard Performance Specification for Coal Tar Pitch Emulsion Pavement Sealer Mix Formations Containing Mineral Aggregates and Optional Polymeric Admixtures FED SPEC R-P-355 Pitch, Coal -tar Emulsion (Coating for Bituminous Pavements) ASTM D 5727 Emulsified Refined Coal Tar (Mineral Colloid Type) ADDENDUM A ITEM P-631 FUEL RESISTANCE TEST AND CRITERION Scope. This method determines the resistance of the coal tar emulsion seal coat to kerosene. Apparatus. • 2 6" X 6" square 16 gauge sheet metal masks with a 4" x 4" square center removed • 6" X 6" unglazed white ceramic tile with an absorption rate of 10-18 percent (determined in accordance with ASTM C 67 • Brass ring, 2" diameter and 2" high • Kerosene meeting requirements of ASTM D 3699 • Silicone rubber sealant Procedure. Immerse the ceramic tile in distilled water for a minimum of ten minutes. Remove excess water from the tile to produce a damp surface before applying the seal coat. Using the mask described in 2.1 apply one layer of the coal tar emulsion mixture to the tile. Spread even with the top of the mask using a spatula or other straight edge. Allow the sample to cure for 96 hours at 77 ± 2 OF. and 50 + 10 percent relative humidity. Position a second mask on top of the first mask. Apply a second coat of coal tar emulsion mixture. Spread even with the top of the second mask. Cure as in step 3.4. After curing, affix the brass ring to the seal coat on the tile with silicone rubber sealant. Fill the brass ring with kerosene. After 24 hours, remove the kerosene from the brass ring, blot dry and immediately examine the film for softness and loss of adhesion. Immediately after the film is examined, break the tile in half, exposing that part of the tile whose film was subjected to the kerosene. Evaluate for penetration of kerosene through the sealer and loss of adhesion. Report. Report the results as pass or fail. Visible evidence of leakage or discoloration shall constitute failure of the fuel resistance test. Criterion. A "pass" rating in the fuel resistance test is required prior to full production. END OF ITEM P-631 Item P-631 Refined Coal Tar Emulsion With Additives, Slurry Seal Surface Treatment P-631-7 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Modification to ITEM T-901 SEEDING Item T-901, Seeding, of the project specifications shall be modified as follows: 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." 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 Sideoats Grama (El Reno) Blue Grama (Texas Grown) Buffalograss (treated) Common Bermudagrass (hulled) Rye (temporary cover crop) Leptochloa dubia 0.9 lbs/acre Bouteloua 2.8 lbs/acre curtipendula Bouteloua gracilis 0.8 lbs/acre Buchloe dactyloides 8.0 lbs/acre 16.0 lbs/acre 60.0 lbs/acre Seeding shall be performed during the period between February 1 and May 15, inclusive, unless otherwise approved by the Engineer. If seeding is to occur outside the stated time period, Contractor will temporarily seed the area with rye (temporary cover crop). Contractor will then reseed with the specified mix during the acceptable tirne period as specified above. a 01271010 T-901- a 08/ 12 i LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) Payment will not be made for soil preparation, seeding and fertilizing prior to planting and establishing stand of grass covering a minimum of 70% of the seeded area in comparison to the surrounding grassed area. The project will not be accepted until bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of area seeded." 4. Paragraph 901-2.2 LIME - Delete this paragraph. 5. Paragraph 901-2.3 FERTILIZER - Delete this paragraph and insert the following: "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." Paragraph 901-3.2 DRY APPLICATION METHOD - Delete subparagraph (a) LIMING. Application of lime will not be required under this item. 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 as the third paragraph: "The Contractor shall be responsible for watering and maintaining seeded areas for a minimum period of 45 calendar days after seeding, and/or until establishing a stand of grass as defined above, unless otherwise directed by the Engineer. If beneficial to the establishment of an acceptable stand of grass, the Contractor may overcoat the seeded area with emulsion. The cost of the emulsion will be considered subsidiary to the bid item for seeding" 9. Paragraph 901-4.1 METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "The quantity of soil preparation, seeding and fertilizing to be paid for under this item shall be the actual number of square yards 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: "Payment shall be made at the contract unit price per square yard for soil preparation, seeding and fertilizing. This price shall be frill 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 a 70% stand of grass in comparison to the surrounding grassed area. 01271010 T-901- b 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 1 Payment will be made under: Item T-901, Soil Preparation, Seeding and Fertilizing, complete, per square yard; and Item T-901, Temporary Seeding, complete, per square yard." 012710I0 T-901- c 08/12 (` t 09/30/2011 AC 150/537040F ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding [ ] the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 SEED The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seeds shall be applied as follows: Minimum Rate of Seed Minimum Seed Germination Application Purity (Percent) (Percent) lb./acre (or lb./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 [ ]. All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. 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. I_ Item T-901 Seeding T-901-1 4 .. 09/30/2011 AC 150/5370-1OF Y. 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 [ 1 commercial fertilizer and shall be spread at the rate of [ J. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 in (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 in (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 in (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 in (125 mm). Clods shall be broken and the top 3 in (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 in (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. Item T-901 Seeding T-901-2 i-- 09/30/2011 AC 150/5370-1OF d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, 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. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 lb / sq in (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 in (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 ft (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 ft (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. N Item T-901 Seeding T-901-3 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) a Modifications to ITEM T-905 TOPSOILING Item T-905, Topsoiling of the project specifications, shall be modified as follows: 1. Paragraph 905 3.1 GENERAL. Delete the first paragraph and insert the following: "Areas to be topsoiled shall be as defined in Item P-152, EXCAVATION AND EMBANKMENT, of these specifications, and shall be equal to the unpaved area within the limits of grading, as shown on the plans or as designated by the Engineer. Topsoil meeting this specification may be salvaged from areas within the limits of grading. These areas may be stripped to a maximum depth of 4-inches and stockpiled for later rehandling." 2. Paragraph 905-3.2 PREPARING THE GROUND SURFACE. In the second paragraph, delete the phrase, "... which have been established by others..." from the first sentence. 3. Paragraph 905 3.4 PLACING TOPSOIL. In the first subparagraph, revise the depth of topsoil placement to 4-inches after compaction. 4. Paragraphs 905-4.1 and 905-4.2 METHOD OF MEASUREMENT. Delete references to measurement by the cubic yard. Topsoiling will not be measured. 5. Paragraphs 905-5.1 and 905-5.2 BASIS OF PAYMENT. Delete references to payment by the cubic yard. Separate payment for topsoiling will not be made. Topsoil (4" thickness) shall be considered incidental to all other bid items. The Contractor is responsible for stockpiling sufficient topsoil to be placed in all disturbed areas following construction. 01271010 T-905-a 08/12 1 I 09/30/2011 AC 150/5370-IOF I d! ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 in or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the association of official agricultural chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test in accordance with ASTM C 117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 in (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 in (50 mm) in any diameter and all litter or other material which may be detrimental to proper bonding, the ,.' Item T-905 Topsoiling T-905-1 09/30/2011 AC 150/5370-1OF rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2 in (50 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 in (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others and removed for topsoiling by the Contractor shall be measured by the number of cubic yards (cubic meters) of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards (cubic meters) computed by the method of end areas. Item T-905 Topsoiling T-905-2 r� t 09/30/2011 AC 150/5370-1OF 905-4.2 Topsoil obtained off the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards (meters) computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (obtained on the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 905-5.2 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (obtained off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made tinder: Item T-905-5.1 Topsoiling (Obtained on Site or Removed from Stockpile -per cubic yard (cubic meter) Item T-905-5.2 Topsoiling (Furnished from Off the Site) -per cubic yard (cubic meter) TESTING MATERIALS ASTM C 117 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 Item T-905 Topsoiling T-905-3 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) ITEM MC MISCELLANEOUS CONSTRUCTION SCOPE OF WORK The items listed in this section of the specifications are not directly addressed in any other section of the specifications. This section provides additional information where required to supplement information contained on the plans. MATERIALS AND CONSTRUCTION METHODS 2-1 General. The materials used in this item shall be as shown on the drawings and in accordance with the following requirements. 2-2 Adjust Existing Underground Electrical Lines. If required to accommodate construction, adjust existing electrical lines as required to accommodate construction activity. It will be the responsibility of the Contractor to coordinate location of all utilities with owners of said utilities, lines, and equipment. Approximate locations of existing electrical lines are shown but not limited to those on the plans. 2-3 Remove Abandoned Gas Line. If required to accommodate construction, the Contractor shall remove and dispose of the abandoned gas line during pavement demolition or embankment for new construction. Materials removed shall be disposed of in appropriate disposal areas off of the airfield property. The approximate location of the abandoned line is shown on the plans. It shall be noted that the gas line is considered abandoned based on input from Lubbock Aero staff. It is the Contractor's responsibility to verify whether or not the gas line is actually abandoned. If depth of gas line does not interfere with demolition or construction, the existing line shall remain in place. 2-4 Remove Existing Aircraft Tie -Down Anchors. The Contractor shall remove existing aircraft tie -down anchors. An assumed anchor detail is included in the plans. Backfill hole with P-153 Controlled Low -Strength Material. Minimize disturbance to the adjacent subgrade. In the event significant subgrade is disturbed, the Contractor will be required to densify subgrade starting at bottom of disturbed material, working up in 8-inch lifts according to P-152. The Contractor shall dispose of anchors and related concrete. 2-5 New Aircraft Tie -Down Anchors. The Contractor shall furnish and install new aircraft tie - downs as shown on the plans. Use aircraft anchor comparable to AN 10000 by Anchor Manufacturing, Inc., or approved equal. The Contractor may submit equivalent manufactured products. The aircraft tie -down anchor shall be rated for C-II type aircraft. METHOD OF MEASUREMENT Adjustment of existing underground electric will be considered on a limp sum basis for each necessary task. While adjustment is not anticipated, should it become necessary payment for such work will be paid for under the lump sum bid item for "Utility Adjustment or Removal." The Contractor will be requested to submit pricing for the determined scope of work. No payment will be made if adjustment not required. Removal of existing abandoned gas line, if required to accommodate construction, will be considered on a lump sum basis. While removal is not anticipated, should it become necessary payment for such work 01271010 ITEM MC — MISCELLANEOUS CONSTRUCTION 1 08/ 12 1-- 3 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) will be paid for under the lump sum bid item for "Utility Adjustment or Removal." The Contractor will be requested to submit pricing for the determined scope of work. No payment will be made if adjustment not required. Removal of existing concrete embedded aircraft tie -down anchors will be on a per each basis. The price per each shall also include backfill of the anchor holes with P-153 controlled low strength material and recompaction of adjacent subgrade. Payment for providing and installing new aircraft tie -down anchors will be on a per each basis. Price shall include all material, equipment, labor, tools and incidentals necessary to complete the installation. BASIS OF PAYMENT Payment will be made at the contract price for items listed below. These prices shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools and incidentals necessary to complete each item. Payment will be made under: Item MC, Utility Relocation or Removal, complete, per lump sum; and Item MC, Remove Existing Aircraft Tie -Down Anchors, complete, per each; and Item MC — New Aircraft Tie -Down Anchor, complete, per each. END OF ITEM 01271010 ITEM MC — MISCELLANEOUS CONSTRUCTION 2 08/ 12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) ITEM MC - ROCK RIPRAP AND FILTER FABRIC PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. The work shall consist of the construction of loose rock riprap on a geotextile filter layer. 1.3 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions. 1.4 SUBMITTALS A. Provide gradation curves for riprap to be used prior to any rock delivery. B. Laboratory test results for bulk specific gravity, absorption and sodium sulfate soundness at least 30 days prior to delivery of any rock. C. Name and location of rock source. D. Submit a sample of filter cloth and manufacturer's certification that it meets the requirements of this specification. 1.5 REFERENCES A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM A 975-97 - Standard Specifications for Double -Twisted Hexagonal Mesh Gabions and Rivet Mattresses (Metallic -Coated Steel Wire or Metallic -Coated Steel Wire with Polyvinyl Chloride (PVC) Coating). 2. ASTM A 370-979 - Text Methods and Definitions for Mechanical Testing of Steel Products. 3. ASTM B 117-97 - Salt Spray Test. 4. ASTM C 88 - Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. 5. ASTM C 127 - Standard Test Method for Specific Gravity and Absorption of Course Aggregate (as modified in this specification section). 6. ASTM D 1242-95A — Resistance of Plastic Materials to Abrasion. 7. ASTM D 1499-99 — Standard Practice for Filtered Open -Flume Carbon Arc Exposures of Plastics. 8. ASTM D 2240-04 — Standard Test Method for Rubber Property-Durometer Hardness. 9. ASTM D 412-98a — Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension. 10, ASTM D746-04 — Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. 01271010 ITEM MC - ROCK RIPRAP AND FILTER FABRIC 1 08/12- r-� LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) 11. ASTM D 792-00 — Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement. 12. ASTM G 152-00 — Standard Practice for Operating Open Flume Carbon Arc Light Apparatus for Exposure of Non -Metallic Materials. 13. ASTM D 3786 - Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method. 14. ASTM D 4354 - Sampling of Geosynthetics for Testing. 15. ASTM D 4355 - Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus). 16. ASTM D 449I - Water Permeability of Geotextiles by Permittivity. 17. ASTM D 4533 - Trapezoid Tearing Strength of Geotextiles. 18. ASTM D 4632 - Grab Breaking Load and Elongation of Geotextiles. 19. ASTM D 4751 - Determining Apparent Opening Size of a Geotextile. 20. ASTM D 4759 - Determining the Specification Conformance of Geosynthetics. 21. ASTM D 4833 - Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. 22. ASTM D 4873 - Identification, Storage, and Handling of Geosynthetic Rolls. 23. TEX 735-I - Sampling Construction Fabrics. 24. TEX 616-J - Testing Construction Fabrics. PART 2 - PRODUCTS 2.1 MATERIALS A. Rock. 1. Loose rock riprap shall be limestone or other hard, angular to round, non -erodible rock with a specific weight of 155 lbs. per cubic foot. Rock shall be well graded with diameters ranging from 4 inches to 8 inches. 2. Rock from designated sources shall be excavated, selected and handled as necessary to meet the quality and grading requirements of this specification. The rock shall conform to the specified grading limits when installed. 3. Rock riprap shall be excavated, selected, and handled as necessary to meet the quality and grading requirements specified. Individual rock fragments shall be dense, sound and free from cracks, seams and other defects conducive to accelerated weathering. The rock fragments shall be angular to subrounded in shape. The least dimension of an individual rock fragment shall not be less than one-third the greatest dimension of the fragment. 4. Rock riprap shall have the following properties: a. Bulk specific gravity (saturated surface -dry basis) not less than 2.5 when tested in accordance with ASTM C 127. b. Absorption not more than two percent when tested in accordance with ASTM C 127. C. Weight loss in five cycles not more than 10 percent when sodium sulfate is used or 15 percent when magnesium sulfate is used when tested in accordance with ASTM C 88 modified as follows: 1) The test sample shall not be separated into fractions. It shall consist of 5,000 +/- 300 grams of rock fragments, reasonably uniform in size and shape and weighing approximately 100 grams each, obtained by breaking the rock and selecting fragments of the required size. 01271010 ITEM MC - ROCK RIPRAP AND FILTER FABRIC 2 08/12 i__; LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) After the sample has been dried, following completion of the final test cycle and washing to remove the sodium sulfate or magnesium sulfate, the loss of weight shall be determined by subtracting from the original weight of the sample the final weight of all fragments that have not broken into three or more pieces. 3) The report shall show the percentage loss of weight, list the sulfate solution used, and list the results of the qualitative examination. B. Geotextile 1. Geotextile shall conform to Texas Department of Transportation Geotextile Performance Requirements (Type 2) and shall be of type Typar 3601 non -woven, or approved equal, typical equivalent sieve opening equal to 140. 2. The fabric shall be constructed exclusively of manmade thermoplastic fibers; shall be a non -woven geotextile fabric, and shall form a mat of uniform quality. 3. Fabric fibers may be continuous and oriented in a random pattern throughout the fabric. 4. The fabric shall be mildew resistant, rot -proof and shall be satisfactory for use in a wet soil and aggregate environment. 5. Packaging Requirements a. The fabric shall be packaged in rolls of the length and width specified. b. The fabric itself shall be uniformly wound onto suitable cylindrical forms or cores to aid in handling and unrolling. C. Each roll of fabric and the form or core upon which it is rolled shall be packaged individually in a suitable sheath, wrapper or container to help protect the geotextile from damage due to ultraviolet light and moisture during normal storage and handling. 6. Tagging or Labeling a. Each roll shall be identified by a tag or label securely affixed to the outside of the roll on one end. This tag or label must list the following required information (examples of each are shown in parentheses): 1) A unique roll number, serially designated (Roll No. 31275). 2) Manufacturer's lot number or control numbers, if any (Lot 290, control 6750). 3) Name of fabric manufacturer (Afghan Fabrics). 4) Date of Manufacture (Jan. 16, 1987). 5) Brand name of the product ("Fabriweld"). 6) Manufacturer's style or catalog designation of the fabric, if any ("300- X"). 7) Roll width in millimeters (inches) (Width — 3810 millimeters [150 inches]). 8) Roll length in meters (yards) (Length — 91 meters [100 yards]). 9) Gross weight in kilograms (pounds) of entire package which is to include fabric core, wrapping and sheath or container identification tag, etc. (Gross — 67.00 kilograms [ 147 pounds]). 10) Tare weight in kilograms (pounds) of core, wrapping, sheath or container identification tag, etc. (Tare — 8.20 kilograms [ 18 pounds]). 11) Net weight in kilograms (pounds) of fabric alone (Net Weight — 59.0 kilograms [ 129 pounds]). C. Bedding shall be obtained from the designated sources and shall be selected to meet the quality and grading requirements of this specification. 01271010 ITEM MC - ROCK RIPRAP AND FILTER FABRIC 3 08/ 12 r, �j LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) D. At least 30 days prior to changing source of approved rock riprap, the Contractor shall notify the Engineer in writing of the new sources from which he intends to obtain the material. The Contractor shall submit the gradation, tests and source name and location required in paragraph 1.3 and receive Engineer's approval prior to delivery of any material from the new source. Failure to obtain approval will result in rejection of the source and any material delivered. PARTS -EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade surfaces on which the rock riprap and filter fabric are to be placed shall be cut or filled and graded to the lines and grades shown on the drawings. When fill to subgrade lines is required, it shall consist of approved materials and shall conform to the requirements of the specified class of fill. Subgrade shall be compacted to 95% density, according to ASTM D698, for a depth of six inches. 3.2 GEOTEXTILE A. Where the drawings specify geotextile, the filter material shall be spread uniformly on the prepared subgrade surfaces. B. Sampling and Testing Requirements 1. Samples for testing purposes shall be taken in accordance with Test Method "Tex- 735-I, Sampling Construction Fabrics." 2. Testing shall be in accordance with the appropriate ASTM or Test Method "Tex- 616-J, Testing Construction Fabrics." C. Basis for Rejection 1. Should any individual sample selected at random from 100 rolls, or fraction thereof, fail to meet any specification requirement, then that roll shall be rejected and two (2) additional samples shall be taken, one (1) from each of two (2) other additional rolls selected at random from the same 100-roll lot, or fraction thereof. 2. If either of these two (2) additional samples fail to comply with any portioh of the specification, then the entire quantity of rolls represented by that sample shall be rejected. D. Installation 1. Subgrade Preparation: The surface underlying the geotextile shall be smooth and free of ruts or protrusions which could damage the geotextile. Subgrade materials and compaction requirements shall be in accordance with Item P-152. 2. Placement: The Contractor shall request the presence of the Engineer during handling and installation. Geotextile rolls which are damaged or contain imperfections shall be repaired or replaced as directed. The geotextile shall be laid flat and smooth so that it is in direct contact with the Subgrade. The geotextile shall also be free of tensile stresses, folds, and wrinkles. 3. Geotextile panels shall be continuously overlapped a minimum of 12 inches. The Contractor has the option of field sewing instead of overlapping. 4. Extend filter fabric up the edge of the adjacent structure or excavation. This will serve to anchor the fabric and will prevent undermining from occurring around concrete portions of the structure. 5. The geotextile shall be protected during installation from clogging, tears, and other damage. Damaged geotextile shall be repaired or replaced as directed. Adequate 01271010 ITEM MC - ROCK RIPRAP AND FILTER FABRIC 4 08/12 LBB AIRFIELD ASPHALT REPAIR (PACKAGE 2) ballast (e.g. sand bags) shall be used to prevent uplift by wind. The geotextile shall not be left uncovered for more than 14 days during installation. 6. Geotextile damaged during installation shall be repaired by placing a patch of the same type of geotextile which extends a minimum of 12 inches beyond the edge of the damage or defect. Patches shall be continuously fastened using a sewn seam or other approved method. The machine direction of the patch shall be aligned with the machine direction of the geotextile being repaired. Geotextile which cannot be repaired shall 'be replaced. 7. Geotextile shall not be covered prior to approval by the Engineer. The Contractor shall request the presence of the Engineer during covering of the geotextile. 3.3 MEASUREMENT A. Loose rock riprap will be measured based on the cubic yardage of rock placed. No separate measurement will be made for excavation or for the filter fabric as both of these items are incidental to the cost of the rock. 3.4 PAVEMENT A. The price for this item shall consist of all labor, equipment, materials, supplies, superintendence and all incidentals necessary to fully construct the loose rock riprap. Payment will be made under: Item MC — Rock Riprap and Filter Fabric, complete in place, per cubic yard. END OF SECTION ri, 01271010 ITEM MC - ROCK RIPRAP AND FILTER FABRIC 5 08/12 if APPENDIX A ADVISORY CIRCULAR AC 150/5370-2F V_` a U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Operational Safety on Date: 9/29/11 AC No: 150/5370-2F Airports During Construction Initiated by: AAS-100 1. Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2. What this AC Cancels. This AC cancels AC 150/5370-2E, Operational Safety on Airports During Construction, dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports (Part 139). For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." While we do not require non -certificated airports without grant agreements to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is open to aircraft. b. Guidance is provided in incorporating Safety Risk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC. Numerous ACs are referenced in the text of this AC. These references do not include a revision letter, as they are to be read as referring to the latest version. Appendix 1 contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents. Michael J. onnell Director of Airport Safety and Standards AC 150/5370-2F September 29, 2011 Intentionally Left Blank ii September 29, 2011 AC 150/5370-2F q Table of Contents Chapter 1. Planning an Airfield Construction Project 1 101. Overview. 1 102. Plan for Safety. 1 103. Develop a Construction Safety and Phasing Plan (CSPP). 2 104. Who Is Responsible for Safety During Construction? 3 Chapter 2. Construction Safety and Phasing Plans 7 201. Overview. 7 202. Assume Responsibility. 7 203. Submit the CSPP. 7 204. Meet CSPP Requirements. 7 205. Coordination. 11 206. Phasing. 11 207. Areas and Operations Affected by Construction Activity. 12 208. Navigation Aid (NAVAID) Protection. 13 209. Contractor Access. 13 210. Wildlife Management. 15 - 211. Foreign Object Debris (FOD) Management. 16 212. Hazardous Materials (HAZMAT) Management. 16 213. Notification of Construction Activities. 16 214. Inspection Requirements. 17 215. Underground Utilities. 17 216. Penalties. 17 217. Special Conditions. 17 218. Runway and Taxiway Visual Aids. 18 219. Marking and Signs for Access Routes. 24 220. Hazard Marking, Lighting and Signing. 24 221. Protection of Runway and Taxiway Safety Areas. 26 222. Other Limitations on Construction. 28 Chapter 3. Guidelines for Writing a CSPP 31 301. General Requirements. 31 302. Applicability of Subjects. 3I 303. Graphical Representations. 31 304. Reference Documents. 31 305. Restrictions. 31 306. Coordination. 31 307. Phasing. 32 308. Areas and Operations Affected By Construction. 32 1 309. Navigation Aid (NAVAID) Protection. 33 tA 310. Contractor Access. 33 311. Wildlife Management. 34 312. Foreign Object Debris (FOD) Management. 34 313. Hazardous Materials (HAZMAT) Management. 34 �. 314. Notification of Construction Activities. 35 315. Inspection Requirements. 35 f 316. Underground Utilities. 35 i 317. Penalties. 35 318. Special Conditions. 35 319. Runway and Taxiway Visual Aids. 35 320. Marking and Signs for Access Routes. 36 321. Hazard Marking and Lighting. 36 322. Protection of Runway and Taxiway Safety Areas. 36 323. Other Limitations on Construction. 36 Appendix 1. Related Reading Material 37 1 iii AC 150/5370-2F Appendix 2. Definition of Terms Appendix 3. Safety and Phasing Plan Checklist i Appendix 4. Construction Project Daily Safety Inspection Checklist September 29, 2011 39 43 51 List of Tables Table 3-1 Sample Operations Effects......................................................................................................... 32 List of Figures Figure 2-1 Markings for a Temporarily Closed Runway............................................................................19 Figure2-2 Taxiway Closure....................................................................................................................... 20 Figure2-3 Lighted X in Daytime................................................................................................................ 22 Figure2-4 Lighted X at Night..................................................................................................................... 22 Figure 2-5 Interlocking Barricades............................................................................................................. 25 Figure2-6 Low Profile Barricades........................................................................................................... 25 iv 4 29, 2011 AC 150/5370-2F Chapter 1. Planning an Airfield Construction Project 101. Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, some of the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 102. Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified. As they are identified, their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations in. order to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: a. Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. b. Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Reference Code (ACRC) for each runway; Airplane Design Group (ADG) and Taxiway Design Group (TDG)1 for each affected taxiway; designated approach visibility minimums; available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. c. Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, 1 Taxiway Design Group will be introduced in AC 150/5300-13A. Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 _ and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports, this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA to determine the appropriate level of Safety Risk Management (SRM) documentation. The airport operator inust coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM documentation. See FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), for more information. If the FAA requires SRM documentation, the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Office during the project "scope development" phase of any project requiring a CSPP. (2) Provide documents identified by the FAA as necessary to conduct SRM. (3) Participate in the SRM process for airport projects. (4) Provide a representative to participate on the SRM panel. (' (5) Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. a. List Requirements. A CSPP must be developed for each on -airfield construction project funded by the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction, r-- rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line -of -sight. Such facilities may include passenger terminals and parking or other t structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 102.e above). Additional information may be found in Order 5200.11. b. Prepare a Safety Plan Compliance Document. The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. { Chapter 1 Planning an Airfield Construction Project 2 a 4 September 29, 2011 AC 150/5370-2Fd r c. Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help z develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. 104. Who Is Responsible for Safety During Construction? m a. Establish a Safe Culture. Everyone has a role in operational safety on airports during Safety rY � construction: the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others. Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. b. Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, - construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. (2) Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a preconstruction meeting with the construction contractor, consultant, airport -' employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9, Predesign, Prebidl and Preconstruction Conferences for Airport Grant Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) (4) Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. (5) Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. (6) Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 (9) Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. (10) At certificated airports, ensure each CSPP and SPCD is consistent with Part 139. (11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low -visibility operations). (14) Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate FAA Airports Regional or District Office can provide assistance in detennining which objects require an aeronautical study. (15) Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal government agencies, such as EPA, OSHA, TSA, and the state environmental agency. c. Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: (1) Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re - coordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. 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. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on - site whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. f" Chapter 1 Planning an Airfield Construction Project 4 i September 29, 2011 AC 150/5370-2F i- (6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. (7) Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant's Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction must: (1) Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. (2) In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. (4) Provide a point of contact of who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on - site whenever active construction is taking place. (6) Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency. Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 Intentionally Left Blank Chapter 1 Planning an Airfield Construction Project 6 September 29, 2011 AC 150/5370-2F e_ (a) General..- (b) Markings. (c) Lighting and visual NAVAIDs. (d) Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. (a) Purpose. (b) Equipment. (17) Protection. Of runway and taxiway safety areas, object free areas, obstacle free zones,T and approach/departure surfaces (a) Runway Safety Area (RSA). a (b) Runway Object Free Area (ROFA). (c) Taxiway Safety Area (TSA). 1 (d) Taxiway Object Free Area (TOFA). (e) Obstacle Free Zone (OFZ). (f) Runway approach/departure surfaces. (18) Other limitations on construction. (a) Prohibitions. (b) Restrictions. b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD inust include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, 1, Name of Contractor , have read the Title of Project CSPP, approved on Date , and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including "night only" construction. (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. 9 Chapter 2 Construction Safety and Phasing Plans �s 7 4 AC 150/5370-2F September 29, 2011 (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. (2) Phasing. (a) Phase elements. (b) Construction safety drawings i (3) Areas and operations affected by the construction activity. (a) Identification of affected areas. (b) Mitigation of effects. (4) Protection of navigation aids (NAVAIDs). (5) Contractor access. (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. - (6) Wildlife management. (a) Trash. (b) Standing water. (c) Tall grass and seeds. (d) Poorly maintained fencing and gates. (e) Disruption of existing wildlife habitat. (7) Foreign Object Debris (FOD) management. (8) Hazardous materials (HAZMAT) management (9) Notification of construction activities. (a) Maintenance of a list of responsible representatives/ points of contact. (b) Notices to Airmen (NOTAM). ( j d (c) Emergency notification procedures. (d) Coordination with ARFF Personnel. (e) Notification to the FAA. i" (10) Inspection requirements. (a) Daily (or more frequent) inspections. (b) Final inspections. (11) Underground utilities. (12) Penalties. (13) Special conditions. (14) Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. Chapter 2 Construction Safety and Phasing Plans 8 September 29, 2011 AC 150/5370-2F i (a) General. (b) Markings. x' (c) Lighting and visual NAVAIDs. (d) Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. (a) Purpose. e- (b) Equipment. (17) Protection. Of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces (a) Runway Safety Area (RSA). (b) Runway Object Free Area (ROFA). (c) Taxiway Safety Area (TSA). t (d) Taxiway Object Free Area (TOFA). (e) Obstacle Free Zone (OFZ). (f) Runway approach/departure surfaces. (18) Other limitations on construction. (a) Prohibitions. (b) Restrictions. b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, 1, Name of Contractor , have read the Title of Project, CSPP, approved on Date , and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including "night only" construction. (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. i 9 Chapter 2 Construction Safety and Phasing Plans L { AC 150/5370-2F September 29, 2011 (iii) Modified runway "Aircraft Reference Code" usage. (3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). (b) Listing of individuals requiring driver training (for certificated airports and as requested). (c) Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor's designated person by radio. (d) Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) Methods and procedures to prevent wildlife attraction. r (b) Wildlife reporting procedures. (7) Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. (9) Notification of construction activities. Provide the following: (a) Contractor points of contact. (b) Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP. (14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: Chapter 2 Construction Safety and Phasing Plans 10 September 29, 2011 AC 150/5370-2F (a) Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings (paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators (VGSI). (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: (a) Equipment and methods for maintaining Taxiway Safety Area standards. (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. Section 2. Plan Requirements 205. Coordination. Airport operators, or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9). In addition, the following should be coordinated as required: a. Contractor Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination. Early coordination with FAA ATO is required to schedule airway t. facility shutdowns and restarts. Relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minima n of 12 months prior to the start of construction. (See 213.e(3)(b) for required FAA notification regarding FAA owned NAVAIDs.) 206. Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In such a case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. a. Phase Elements. For each phase the CSPP should detail: ® Areas closed to aircraft operations 11 Chapter 2 Construction Safety and Phasing Plans k i 1 AC 150/5370-2F September 29, 2011 • Duration of closures • Taxi routes • ARFF access routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes • Available runway length • Declared distances (if applicable) • Required hazard marking and lighting • Lead times for required notifications b. Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (that is, construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre -meetings with the FAA Air Traffic Organization (ATO) will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.) Of particular concern are: (1) Closing, or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or taking off in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take -off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. (2) Closing of Aircraft Rescue and Fire Fighting access routes. (3) Closing of access routes used by airport and airline support vehicles. (4) Interruption of utilities, including water supplies for fire fighting. (5) Approach/departure surfaces affected by heights of objects. (6) Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. b. Mitigation of Effects. Establislunent of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) Temporary changes to runway and/or taxi operations. (2) Detours for ARFF and other airport vehicles. Chapter 2 Construction Safety and Phasing Plans 12 4 September 29, 2011 AC 150/5370-2F (3) Maintenance of essential utilities. (4) Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 208. Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 213.e(3) below.) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed (see paragraph 213.b below). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1) below.) 209. Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 218.b below.) This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. 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. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, and detail associated training requirements: (1) Construction site parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by 13 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 construction personnel (for example, 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 navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 213.e(1) below for further information. (3) Access and haul roads. Determine the construction contractor's access to the ' construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if r- construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads does not interfere with NAVAIDs or approach surfaces of ` operational runways. ( (4) Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, j Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. (6) Required escorts. (7) Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. Specific training should be provided to those vehicle operators providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements. (8) Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. (9) Two-way radio communication procedures. (a) General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: (i) Airport operations (ii) ATCT (iii) Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. (iv) Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and "shortened" runways on the ATIS frequency. (b) Areas requiring two-way radio communication with the ATCT. 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. i Chapter 2 Construction Safety and Phasing Plans 14 1 September 29, 2011 AC 150/5370-2F (c) Frequencies to be used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. (d) Proper radio usage, including read back requirements. (e) Proper phraseology, including the International Phonetic Alphabet. (f) Light gun signals. 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 downloaded through the Runway Safety Program Web site at ht!p:HwAvw.faa.gov/airports/ runway safety/publications/ (See "Signs &Markings Vehicle Dashboard Sticker".) or obtained from the FAA Airports Regional Office. (10) Maintenance of the secured area of the airport, including: (a) Fencing and gates. Airport operators and contractors must take care to maintain 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 unauthorized people. 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. (b) Badging requirements. (c) 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. 210. Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See also AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and Certalert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 15 Chapter 2 Construction Safety and Phasing Plans I AC 150/5370-2F September 29, 2011 d. Poorly Maintained Fencing and Gates. See 209.b(10)(a) above. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 212. Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 213. Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It inust address the notification actions described below, as applicable. a. List of Responsible Representatives/ points of contact for all involved parties, and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. 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), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(1) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. c. Emergency notification procedures for medical, fire fighting, and police response. d. Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants, or e The rerouting, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. e. Notification to the FAA. (1) Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed Chapter 2 Construction Safety and Phasing Plans 16 September 29, 2011 AC 150/5370-2F i parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix 1, Related Reading Material, to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. (2) Part 157. With some exceptions, Title 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 Airports Regional or District Office. See Appendix 1, Related Reading Material to download the form. (3) NAVAIDS. For emergency (short -notice) notification about impacts to both airport 1_4 owned and FAA owned NAVAIDs, contact: 866-432-2622. (a) Airport owned/FAA maintained. If construction operations require a shutdown of more than 24 hours, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown. i (b) FAA owned. (i) General. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs. (Impacts to FAA equipment covered by a Reimbursable Agreement (RA) do not have to be reported by the airport operator.) (ii) Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. In addition, provide seven days notice to schedule the actual shutdown. 214. Inspection Requirements. a. Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety - and Phasing Plan Checklist. See also AC 150/5200-18, Airport Safety Self -Inspection. b. Final Inspections. New runways and extended runway closures may require safety inspections at 1_ certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. 215. Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that "One Call" or "Miss Utility" services do not include FAA ATO/Technical ,_ Operations 216. Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 217. Special Conditions. The CSPP must detail any special conditions that affect the operation of the € 17 Chapter 2 Construction Safety and Phasing Plans _1 I., AC 150/5370-217 September 29, 2011 airport and will require the activation of any special procedures (for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 218. Runway and Taxiway Visual Aids. Includes marking, lighting, signs, and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational. The CSPP must address the following, as appropriate: a. General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, fnot misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, ( jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b) below.) (1) Closed Runways and Taxiways. (a) Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place Xs at each end and at 1,000-foot (300 m) intervals. Chapter 2 Construction Safety and Phasing Plans 18 I' September 29, 2011 AC 150/5370-217 r (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation numbers. Figure 2-1 illustrates. Figure 2-1 Markings for a Temporarily Closed Runway (c) Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 207.a(1) above for the difference between partially closed runways and runways with displaced thresholds. (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. 19 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-217 September 29, 2011 (2) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day, placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night. Figure 2-3 Lighted X in Daytime Figure 24 Lighted X at Night (3) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or Chapter 2 Construction Safety and Phasing Plans 22 t_< September 29, 2011 AC 150/5370-217 taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service (a) Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. (b) Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light in the opposite direction. Centerline lights are blanked out in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 ft, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. (c) Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. (d) A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c) above. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non -certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L-853, Runway and Taxiway Retroreflective Markers. (e) Temporary threshold lights and end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 in (7.6 cm) 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 nonnal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. (f) Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that ineet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations 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. (g) 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. (h) Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI; other airport lights, such as Runway End Identifier Lights (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, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. (i) Issue a NOTAM to inform pilots of temporary lighting conditions. (4) Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), I 23 Chapter 2 Construction Safety and Phasing Plans I AC 150/5370-2F September 29, 2011 r (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/5300-13 notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates. Figure 2-2 Taxiway Closure (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. Chapter 2 Construction Safety and Phasing Plans 20 September 29, 2011 AC 150/5370-2F (2) If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. (3) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (4) If it is not possible to install threshold bars, chevrons, and arrows on the pavement, temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on -pavement iarkings. If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. (5) The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards. c. Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. 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. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. (1) Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. 21 Chapter 2 Construction Safety and Phasing Plans 1-1, i i AC 150/5370-2F September 29, 2011 cover the light fixture in such a way as to prevent light leakage. d. Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems. Any time a sign does not serve its normal function; it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. 219. Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 220. Hazard Marking, Lighting and Signing. a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft, and t_ prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. 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. b. Equipment. (1) Barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. (3) Supplement barricades with signs (for example "No Entry," "No Vehicles") as necessary. (4) Air Operations Area — General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and f Chapter 2 Construction Safety and Phasing Plans 24 September 29, 2011 AC 150/5370-21' 1 white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 in (7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. Figure 2-5 Interlocking Barricades Figure 2-6 Low Profile Barricades (5) Air Operations Area — Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when detennining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) Air Operations Area — Other. Beyond runway and taxiway object free areas and 25 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. 1 (7) Maintenance. 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 operator. Lighting should be checked for proper operation at least once per day, preferably at dusk. 221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, Obstacle Free zones (OFZ), object free areas (OFA), and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (See paragraph 213.e above.) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area (RSA). 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). Construction activities within the existing RSA are subject to the following conditions: (1) No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published. See AC 150/5300-13 for guidance on the use of declared distances. (2) The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. (4) Excavations. (a) Open trenches or excavations are not permitted within the RSA while the runway is open. If possible, backfrll trenches before the runway is opened. If the runway must be opened before excavations are backfrlled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. (b) 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. (5) Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. Chapter 2 Construction Safety and Phasing Plans 26 September 29, 2011 AC 150/5370-2F b. Runway Object Free Area (ROFA). Construction, including excavations, maybe permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Construction activities within the TSA are subject to the following conditions: (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction (see AC 150/5300-13, Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. (4) Excavations. (a) Open trenches or excavations are not permitted within the TSA while the taxiway is open. If possible, backfill trenches before the taxiway is opened. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. (b) 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. (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. (1) The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 27 Chapter 2 Construction Safety and Phasing Plans _j If ( AC 150/5370-2F September 29, 2011 (a) Appropriate NOTAMs are issued. (b) Marking and lighting meeting the provisions of paragraphs 218 and 220 above are implemented. (c) Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). In these situations, flaggers must be used to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. e. Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. `- f. Runway Approach/Departure Areas and Clearways. 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.Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1) Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure, clearly state to OCC 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). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). (3) 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, other work. within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: a. Prohibitions. (1) No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. (3) No use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. Chapter 2 Construction Safety and Phasing Plans 28 r- September 29, 2011 AC 150/5370-2F ` See AC 150/5370-10. (4) No use of flare pots within the AOA. b. Restrictions. (1) Construction suspension required during specific airport operations. (2) Areas that cannot be worked on simultaneously. (3) Day or night construction restrictions. (4) Seasonal construction restrictions. 9 t1 29 Chapter 2 Construction Safety and Phasing Plans t AC 150/5370-2F Intentionally Left Blank September 29, 2011 Chapter 2 Construction Safety and Phasing Plans 30 29, 2011 AC 150/5370-2F Chapter 3. Guidelines for Writing a CSPP 301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1, paragraph 204. The CSPP is organized by numbered sections corresponding to each subject listed in Chapter 2, Section 1, paragraph 204, and described in detail in Chapter 2, Section 2. Each section number and title in the CSPP matches the corresponding subject outlined in Chapter 2, paragraph 204 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on.). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 302. Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA Instrument Landing System (ILS) cables during trenching operations could be considered FAA ATO coordination (Section 1. Coordination, paragraph 205.c), an area and operation affected by the construction activity (Section 3. Areas and Operations Affected by the Construction Activity, paragraph 207.a(4)), a protection of a NAVAID (Section 4. Protection of Navigational Aids (NAVAIDs),paragraph 208), or a notification to the FAA of construction activities (Section 9. Notification of Construction Activities, paragraph 210.e(3)(b)). However, it is more specifically an underground utility requirement (Section 11. Underground Utilities, paragraph 215). The procedure for protecting underground ILS cables during trenching operations should therefore be described in Section 11: "The contractor must coordinate with the local FAA System Support Center (SSQ to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings." All other applicable sections should include a reference to Section 11: "ILS cables shall be identified and protected as described in Section 11" or "See Section 11 for ILS cable identification and protection requirements." Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 303. Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 304. Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. 305. Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as -built') features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 306. Coordination. Include in this section a detailed description of conferences and meetings both before and during the project. Include appropriate information from AC 150/5300-9. Discuss coordination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all required flight inspections. 31 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 307. Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 308 below, as appropriate. 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects Runway 15-33 Reconstruction ' Phase II: Reconstruct Runway 15 End Reconstruct 1,000 ft of north end of Runway 15-33 with Portland Cement Concrete (PCC). 1-W� Carrier: 52 /day Carrier: 52 / day 12�ra ]€S eta �Ax�ic>Saai�n GA: 26 /day GA: 20 / day Military: 11 /day Military: 0 /day Carrier: 40 /day Carrier: 20 /day nay ra etr raft Opera ps GA: 18 /day GA: 5 /day x� z Military: 10 /day Military: 0 /day .Rufvala"-3R' C-1V C-1V Y4 mile Y4 mile TORA: 7,820 TODA: 7,820 AS DA: 7,820 LDA: 7,820 TORA: 8,320 TODA: 8,320 ASDA: 8,320 LDA: 7,820 ILS RNAV VOR ILS RNAV VOR ILS/DME, MALSR, RVR 1 mile 1 mile TORA: 6,420 TODA: 6,420 ASDA: 6,420 LDA: 6,420 TORA: 6,920 TODA: 6,920 ASDA: 6,920 LDA: 6,420 LOC only N/A N/A Visual only N/A N/A LOC/DME, PAPI (temp), RVR Chapter 3 Guidelines for Writing a CSPP 32 September 29, 2011 AC 150/5370-2F 1unN'AI ILS/DME, MALSF, PAPI, MALSF, PAPI, RVR RVR * IV (N/A between T/W H and RJW T txhway G ADG * IV 15 end) IV IV ATehours open), r 06:00 — 24:00 local 06:00 — 24:00 local D D Cattt�itrnu Air National Guard (ANG) military operations az'Y P Military operations relocated to alternate ANG Base �-Sp� Airline XYZ requires VGSI Airline JC1'Z requires VGSI „j Complete the following chart for each phase to determine the area that must be protected along the runway edges: `k Ga egory Air Desi n Gro tli� Fe 08/26 D IV 250 17Lf 35R II 75 27R/ 5I, D IV 250 *See AC 150/5300-13 to complete the chart for a specific runway. Complete the following chart for each phase to determine the area that must be protected before the runway threshold: Elunway�Endesi Airplane 'r�irc n Groh *Agp of Sam ,I�ma���stanc� T of -� a e�T on Rsqu Approac tt ber ur Pe "f t� esl . - ' IIgiII 3 y AC [ay ye �yx N I. t 4Y.S •W i Uif3 F/j�.�r��`ib 7Nffi S� 401 7R 5L IV D 500 ft -2D-Q—ft 3_:1 08 26 IV D 500 ft 200 ft_:1 ft ft :1 ft ft :1 *See AC 150/5300-13 to complete the chart for a specific runway. H H k 309. Navigation Aid (NAVAID) Protection. List in this section all NAVAID facilities that will be J J affected by the construction. Identify NAVAID facilities that will be placed out of service at any time UUU prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 306 above for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect L each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 310. Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide 33 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: a. Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. b. Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying Hazardous Material (HAZMAT) vehicles. Quote from, rather than incorporate by reference, AC ( 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. c. Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor Common Traffic Advisory Frequencies (CTAF) at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). d. Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 310 for security (wildlife) fence integrity maintenance as required. 312. Foreign Object Debris (FOD) Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials (HAZMAT) Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Material Safety Data Sheet (MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be Chapter 3 Guidelines for Writing a CSPP 34 September 29, 2011 AC 150/5370-2F identified. Include a reference to paragraph 310 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 314. Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives — and at least one alternate — for each party. List both on -duty and off -duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to Airmen (NOTA" required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. The local Poison Control number should be listed. J Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 310. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 315. Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) and the - construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 316. Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 314 above for notification of utility owners of accidental utility disruption as required. 317. Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, Vehicle/Pedestrian Deviations (VPD), and 1 others. 318. Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include" a reference to paragraph 310 above for compliance with airport safety and security measures and for radio communications as required. Include a reference to paragraph 319 below for emergency notification of all involved parties, including police/security, ARFF, and medical services. , 319. Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. - 35 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPL Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings, AC 150/5340-18, Standards for Airport Sign Systems, and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 320. Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 322. Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13: Airport Design as required. Include a reference to paragraph 310 above for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height (i.e. crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional "box" within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 323. Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations, height (i.e. crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 307 above for project phasing requirements based on construction limitations as required. Chapter 3 Guidelines for Writing a CSPP 36 September 29, 2011 AC 150/5370-2F 1 Appendix 1. Related Reading Material Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/ai!ports . AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. Airport Winter Safety and Operations AC 150/5200-30 Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. Hazardous Wildlife Attractants On or Near Airports AC 150/5200-33 Guidance on locating certain land uses that might attract hazardous wildlife to public - use airports. Painting, Marking, and Lighting of Vehicles Used on an Airport. AC 150/5210-5 Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. Ground Vehicle Operations on Airports AC 150/5210-20 Guidance to airport operators on developing ground vehicle operation training programs. Airport Design FAA standards and recommendations for airport design, establishes approach visibility AC 150/5300-13 minimums as an airport design parameter, and contains the Object Free area and the obstacle free -zone criteria. AC 150/5310-24 Airport Foreign Object Debris Management Guidance for developing and managing an airport foreign object debris (FOD) program Water Supply Systems for Aircraft Fire and Rescue Protection. AC 150/5220-4 Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. Management of Airport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution AC 150/5320-15 Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. AC 150/5340-1 Standards for Airport Markings FAA standards for markings used on airport runways, taxiways, and aprons. AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. Precision Approach Path Indicator (PAPI) Systems AC 150/5345-28 FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. 37 Appendix 1 Related Reading Material u IAC 150/5370-2F September 29, 2011 AC 150/5340-30 Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. AC 150/5345-53 Airport Lighting Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). AC 15015345-50 Specification for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 15015345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure AC 150/5370-10 Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. FAA Order 5200.11 FAA Airports (ARP) Safety Management System (SMS) Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://ecfr.gpoaccess.gov/. Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.fhwa.dot.gov/. Appendix 1 Related Reading Material 38 i September 29, 2011 AC 150/5370-2F Appendix 2. Definition of Terms Notice Of Proposed Construction Or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable 7460-1 airspace, as defined in 14 CFR Part 77, safe, efficient use, and preservation of the navigable airspace. (See guidance available on the FAA web site at oeaaa.faa.gov.) The form may be downloaded at http://www.faa.gov/airpoils/resources/forms/, or filed electronically at: https://oeaaa.faa.gov. 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 7480-1 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 The form may be downloaded at littp://www.faa.v-ov/ai!ports/resources/forms/. AC Advisory Circular ACRC Aircraft Reference Code ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard Air Operations Area. 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 AOA 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. ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate -Stop Distance Available ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence and movement of construction -related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. Construction Safety And Phasing Plan. The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport CSPP operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 39 Appendix 2 Definition of Tenns L I [1 k AC 150/5370-2F September 29, 2011 CTAF Common Traffic Advisory Frequency A threshold that is located at a point on the runway other than the designated Displaced Threshold beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FOD Foreign Object Debris HAZMAT Hazardous Materials IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array The runways, taxiways, and other areas of an airport that are used for taxiing or hover Movement Area taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. The area inside the airport security fence exclusive of the Movement Area. It is Non -Movement Area important to note that the non -movement area includes pavement traversed by aircraft. NOTAM Notices to Airmen Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. OE / AAA Obstruction Evaluation / Airport Airspace Analysis Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area OFA 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, for additional guidance on OFA standards and wingtip clearance criteria.) Obstacle Free Zone. The airspace below 150 ft (45 m) 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 OFZ 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. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration P&R Planning and Requirements Group Appendix 2 Definition of Terms 40 T, -1 September 29, 2011 AC 150/5370-2F PAPI Precision Approach Path Indicators PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicators Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area Runway Safety Area. A defined surface surrounding the runway prepared or suitable RSA 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. SIDA Security Identification Display Area SMS Safety Management System Safety Plan Compliance Document. Details developed and submitted by a contractor SPCD to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management A defined surface alongside the taxiway prepared or suitable for reducing the risk of Taxiway Safety Area damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13. TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. The beginning of that portion of the runway available for landing and taking off in Temporary Runway End one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area Takeoff Run Available. The length of the runway less any length of runway TORA unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. Taxiway Safety Area TSA Transportation Security Administration UNICOM A radio communications system of a type used at small airports. VASI Visual Approach Slope Indicators 41 Appendix 2 Definition of Terms �. AC 150/5370-2F September 29, 2011 3. Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAPI), VGSI visual approach slope indicators (VASI), and pulse light approach slope indicators (PLASI). VFR Visual Flight Rules VOR VHF Omnidirectional Radio Range VPD Vehicle / Pedestrian Deviation I_ Appendix 2 Definition of Terms 42 � September 29, 2011 AC 150/5370-2F V Appendix 3. Safety and Phasing Plan Checklist This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not as a required submittal. t 1Zeferenc ?►ddressg Rennrks,. ,oard�naio �;� � � `� `.��`� G'erte a1 � unside'�r��t►o _; �., Requirements for predesign, prebid, and preconstruction conferences to introduce the ❑ ❑ ❑ subject of airport operational safety during 205 construction are specified. Yes No NA Operational safety is a standing agenda item for ❑ ❑ ❑ construction progress meetings. 205 Yes No NA Scheduling of the construction phases is properly ❑ ❑ ❑ addressed. 206 Yes No NA `Areas agfl erafionsfectnsruchanAehviiy 3 54 3; ��` r�,`s Drawings showing affected areas are included. 207.a ❑ ❑ ❑ Yes No NA Closed or partially closed runways, taxiways, El ❑ ❑ 207.a(1) and aprons are depicted on drawings. Yes No NA Access routes used by ARFF vehicles affected El ❑ ❑ 207.a(2) by the project are addressed. Yes No NA Access routes used by airport and airline support El El ❑ 207.a(3) vehicles affected by the project are addressed. Yes No NA Underground utilities, including water supplies El El Elfor 207.a(4) fire fighting and drainage. Yes No NA Approach/departure surfaces affected by heights El ❑ ❑ 207.a(5) of temporary objects are addressed. Yes No NA Construction areas, storage areas, and access routes near runways, taxiways, aprons, or 207.a ❑ ❑ ❑ helipads are properly depicted on drawings. Yes No NA Temporary changes to taxi operations are ❑ ❑ ❑ 207.b(1) addressed. Yes No NA 43 Appendix 3 Safety and Phasing Plan Checklist l . AC 150/5370-2F September 29, 2011 Detours for ARFF and other airport vehicles are 207.b(2) ❑ ❑ ❑ identified. Yes No NA Maintenance of essential utilities and 207.b(3) El ❑ Elunderground infrastructure is addressed. Yes No NA Temporary changes to air traffic control ❑ ❑ ❑ procedures are addressed. 207.b(4) Yes No NA ❑ ❑ Critical areas for NAVAIDs are depicted on 208 ❑ drawings. Yes No NA Effects of construction activity on the performance of NAVAIDS, including 208 ❑ ❑ ❑ unanticipated power outages, are addressed. Yes No NA Protection of NAVAID facilities is addressed. 208 ❑ ❑ ❑ Yes No NA The required distance and direction from each NAVAID to any construction activity is depicted 208 ❑ ❑ ❑ on drawings. Yes No NA Procedures for coordination with FAA 208, 213.a, ATO/Technical Operations, including 213.e(3)(a), ❑ ❑ ❑ identification of points of contact, are included. 218.a Yes No NA The CSPP addresses areas to which contractor will have access and how the areas will be 209 ❑ ❑ ❑ accessed. Yes No NA The application of49 CFR Part 1542 Airport 209 ❑ ❑ ❑ Security, where appropriate, is addressed. Yes No NA The location of stockpiled construction materials ❑ ❑ ❑ is depicted on drawings. 209.a Yes No NA The requirement for stockpiles in the ROFA to ❑ ❑ Elbe approved by FAA is included. 209.a Yes No NA Requirements for proper stockpiling of materials ❑ ❑ are included. 209.a Yes No NA f I J Appendix 3 Safety and Phasing Plan Checklist 44 L _� September 29, 2011 AC 150/5370-2F Caarci atio i'±4efelreitce Y ..' Addr�§s +Remarks Construction site parking is addressed. 209.b(1) ❑ ❑ ❑ Yes No NA Construction equipment parking is addressed. 209.b(2) ❑ ❑ ❑ Yes No NA Access and haul roads are addressed. 209.b(3) ❑ ❑ ❑ Yes No NA A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, ❑ ❑ ❑ 209.b(4) Painting, Marking and Lighting of Vehicles Used on an Airport, is included. Yes No NA Proper vehicle operations, including 209.b(5), ❑ ❑ ❑ requirements for escorts, are described. 209.b(6) Yes No NA Training requirements for vehicle drivers are ❑ ❑ ❑ 209.b(7) addressed. Yes No NA Two-way radio communications procedures are ❑ ❑ ❑ 209.b(9) described. Yes No NA Maintenance of the secured area of the airport is ❑ ❑ ❑ 209.b(10) addressed. Yes No NA &pc_.V!ildllfe AMS atfagemen# ;, g Y The airport operator's wildlife management ❑ ❑ ❑ procedures are addressed. 210 Yes No NA The airport operator's FOD management ❑ ❑ ❑ procedures are addressed. 211 Yes No NA The airport operator's hazardous materials ❑ ❑ ❑ management procedures are addressed. 212 Yes No NA Procedures for the immediate notification of airport user and local FAA of any conditions ❑ ❑ ❑ adversely affecting the operational safety of the 213 airport are detailed. Yes No NA 1 45 Appendix 3 Safety and Phasing Plan Checklist I �.J L l . AC 150/5370-2F September 29, 2011 Zan—o 1na I Refietenc I. ��A�� _ Oar Maintenance of a list by the airport operator of the responsible representatives/points of contact for all involved parties and procedures for 213.a ❑ ❑ ❑ contacting them 24 hours a day, seven days a Yes No NA week is specified. A list of local ATO/Technical Operations ❑ ❑ ❑ personnel is included. 213a . Yes No NA A list of ATCT managers on duty is included. 213.a ❑ ❑ ❑ Yes No NA A list of authorized representatives to the OCC is 213.b ❑ ❑ ❑ included. Yes No NA Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of 208, 213.b, ❑ ❑ ❑ NOTAMS about airport conditions resulting 218.b(4)(i) from construction are included. Yes No NA Provision of information on closed or hazardous conditions on airport movement areas by the 213.b ❑ ❑ ❑ airport operator to the OCC is specified. Yes No NA Emergency notification procedures for medical, ❑ ❑ ❑ fire fighting, and police response are addressed. 213.c Yes No NA Coordination with ARFF personnel for non- 213A ❑ ❑ ❑ emergency issues is addressed. Yes No NA Notification to the FAA under 14 CFR parts 77 213.e ❑ ❑ ❑ and 157 is addressed. Yes No NA Reimbursable agreements for flight checks and/or design and construction for FAA owned 213.e(3)(b) ❑ ❑ ❑ NAVAIDs are addressed. Yes No NA q� mssctibtiegiiieaeu4t3. �,..., ��w Daily inspections by both the airport operator ❑ ❑ Eland contractor are specified. 214.a Yes No NA Final inspections at certificated airports are ❑ ❑ ❑ specified when required. 214.b Yes No NA z Procedures for protecting existing underground ❑ ❑ ❑ facilities in excavation areas are described. 215 Yes No NA Appendix 3 Safety and Phasing Plan Checklist 46 ['j September 29, 2011 AC 150/5370-2F Cpa3rdinaf� _ ;_eep �' daa. d exnarks,. �.s .n Penalty provisions for noncompliance with airport rules and regulations and the safety plans 216 ❑ ❑ ❑ are detailed. Yes No NA Any special conditions that affect the operation of the airport or require the activation of any 217 ❑ ❑ ❑ special procedures are addressed. Yes No NA RQ� WA rp TAX1W$ I�IQ tYlACI{III hhn i{ IIS aIItl VISIIa11�le Ye4II1iS t�ISI1A[ LI 1 The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs 218.a ❑ ❑ ❑ is addressed. Yes No NA Frangibility of airport markings, lighting, signs, 218.a, 218.c, ❑ ❑ ❑ and visual NAVAIDs is specified. 219, 220.b(4) Yes No NA The requirement for markings to be in compliance with AC 150/5340-1, Standards for 218.b ❑ ❑ ❑ Airport Markings is specified. Yes No NA The requirement for lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, El ❑ ElSpecification 218.b(1)(f) for Portable Runway and Taxiway Lights, and AC 150/5345-53 Airport Lighting Yes No NA Certification Program, is specified. The use of a lighted X is specified where 218.b(1)(b), ❑ ❑ ❑ appropriate. 218.b(3) Yes No NA The requirement for signs to conform to AC 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for ❑ ❑ ❑ Airport Sign Systems, and AC 150/5345-53, 218.c Airport Lighting Certification Program, is Yes No NA specified. Nq =MarkmgAnd Slgnsor¢Access )toates t Q,_ _��. ,_ .. .._. _».�_ .. The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent 219 ❑ ❑ ❑ practicable, with the MUTCD and/or State Yes No NA highway specifications. ire Prominent, comprehensible warning indicators for any area affected by construction that is 220.a ❑ ❑ ❑ normally accessible to aircraft, personnel, or vehicles are specified. Yes No NA 47 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011 �.�. � oQrd ahon of rertc" Add es �. � etnar Hazard marking and lighting are specified to identify open manholes, small areas under repair, 220.a ❑ ❑ ❑ stockpiled material, and waste areas. Yes No NA The CSPP considers less obvious construction- 220.a ❑ ❑ ❑ related hazards. Yes No NA Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when 220.b(1) ❑ ❑ -❑ subjected to typical winds, prop wash and jet blast is specified. Yes No NA The spacing of barricades is specified such that a breach is physically prevented barring a 220.b(1) ❑ ❑ ❑ deliberate act. Yes No NA Red lights meeting the luminance requirements 220.b(2) El El El of the State Highway Department are specified. Yes No NA Barricades, temporary markers, and other objects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified 220.b(4) ❑ ❑ ❑ to be as low as possible to the ground, and no Yes No NA more than 18 in high. Barricades marked with diagonal, alternating orange and white stripes are specified to indicate 220.b(4) ❑ ❑ ❑ construction locations in which no part of an aircraft may enter. Yes No NA Highly reflective barriers with lights are specified to barricade taxiways leading to closed 220.b(5) ❑ ❑ ❑ runways. Yes No NA Markings for temporary closures are specified. 220.b(5) ❑ ❑ ❑ Yes No NA The provision of a contractor's representative on call 24 hours a day for emergency maintenance 220.b(7) ❑ ❑ ❑ of airport hazard lighting and barricades is specified. Yes No NA Prafeehon of Rnnwa ElAre and Tax�wa Safe Areas �` The CSPP clearly states that no construction may occur within a safety area while the associated 221.a(1), ❑ ❑ ❑ runway or taxiway is open for aircraft 221.c(l) operations. Yes No NA The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA 22 ), El El El dimensions with the ATCT and the appropriate 22Lc(2) FAA Airports Regional or District Office and Yes No NA issues a local NOTAM. Appendix 3 Safety and Phasing Plan Checklist 48 fry September 29, 2011 AC 150/5370-2F Procedures for ensuring adequate distance for protection from blasting operations, if required 221.c(3) ❑ ❑ ❑ by operational considerations, are detailed. Yes No NA The CSPP specifies that open trenches or excavations are not permitted within a safety ❑ ❑ ❑ area while the associated runway or taxiway is 221.a(4) open. Yes No NA Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the 221.a(4) ❑ ❑ ❑ associated runway or taxiway is open is detailed. Yes No NA The CSPP includes provisions for prominent marking of open trenches and excavations at the 221.a(4) ❑ ❑ ❑ construction site. Yes No NA Grading and soil erosion control to maintain ❑ ❑ ❑ RSA/TSA standards are addressed. 221.c(5) Yes No NA The CSPP specifies that equipment is to be 22 Lb ❑ ❑ ❑ removed from the ROFA when not in use. Yes No NA The CSPP clearly states that no construction may within a taxiway safety area while the 221.c ❑ ❑ El taxiway is open for aircraft operations. Yes No NA Appropriate details are specified for any construction work to be accomplished in a 221.d ❑ ❑ ❑ taxiway object free area. Yes No NA Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or ❑ ❑ ❑ threshold siting surfaces while the runway is 221.e open for aircraft operations are included. Yes No NA Provisions for protection of runway approach/departure areas and clearways are 221.f ❑ ❑ ❑ included. Yes No NA Qthera�mi a ns=ou & ructten� ,,x „_...,ra. "„.,. r.... :'n e..�= The CSPP prohibits the use of open flame welding or torches unless adequate fire safety ❑ ❑ ❑ precautions are provided and the airport operator 222 a(2) has approved their use. Yes No NA The CSPP prohibits the use of flare pots within 222.a(4) ❑ ❑ Elthe AOA at any time. Yes No NA The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport 222.a(3) ❑ ❑ ❑ property. Yes No NA 49 Appendix 3 Safety and Phasing Plan Checklist jl September 29, 2011 AC 150/5370-2F Appendix 4. Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. Potentially Hazardous Conditions igit�3' � Item Ac >tgnired None , rr Excavation adjacent to runways, taxiways, and aprons improperly backfilled. ❑ Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, ❑ taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 in (7.6 cm) from pavement edges and ends. ❑ Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures ❑ areas, or in OFZ. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the ❑ monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units (that is, equipment with slim profiles) — cranes, drills, and ❑ similar objects — located in critical areas, such as OFZ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, ❑ on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, ❑ paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. tti 51 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-2F September 29, 2011 1 Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings ❑ that are inadequate to separate construction areas from open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a ❑ runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants— such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water — on or near ❑ airports. Obliterated or faded temporary markings on active operational areas. ❑ Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to ❑ any open runway pose aviation hazards. Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related ❑ airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach ❑ aids; disruption of weather reporting services; and/or loss of communications. Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings. ❑ Lack of radio communications with construction vehicles in airport movement areas. ❑ Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to ❑ pilots during aircraft operations. 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. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, ❑ aprons, and airport roadways. Appendix 4 Construction Project Daily Safety Inspection Checklist 52 11 September 29, 2011 AC 150/5370-2F �ECWAO UIecI �P. lYOtle Failure to maintain drainage system integrity during construction (for example, no temporary drainage ❑ provided when working on a drainage system). 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. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. ❑ Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it ❑ in conduit or bury it. Site burning, which can cause possible obscuration. ❑ Construction work taking place outside of designated work areas and out of phase. ❑ 1 53 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-2F September 29, 2011 Intentionally Left Blank Appendix 4 Construction Project Daily Safety Inspection Checklist 54 i APPENDIX B ADVISORY CIRCULAR AC 150/5210-51) PAGE INTENTIONALLY LEFT BLANK U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Painting, Marking, and Lighting of Date: April 1, 2010 AC No: AC 150/5210-513 Vehicles Used on an Airport Initiated by: AAS-100 Change: L PURPOSE. This advisory circular (AC) provides guidance, specifications, and standards for painting, marking, and lighting of vehicles operating in the airport air operations area (AOA). The approved lights, colors, and markings herein assure the conspicuity of vehicles operating in the AOA from both the ground and the air. 2. CANCELLATION. This AC cancels AC 150/5210-5C, Painting, Marking, and Lighting of Vehicles Used on an Airport, dated August 31, 2007. 3. APPLICATION. The Federal Aviation Administration (FAA) recommends the guidelines and standards in this Advisory Circular for vehicles operating in the airport AOA. In general, use of this AC is not mandatory. However, use of this AC is mandatory for vehicles funded with federal grant monies through the Airport Improvement Program (AIP) and/or with revenue from the Passenger Facility Charges (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." Vehicles covered by this AC that do not meet this standard may be used until the vehicle is repainted or replaced, but no later than December 31, 2010. 4. PRINCIPAL CHANGES. This AC contains new specifications and recommendations for the painting, marking, and lighting of Towbarless Tow Vehicles (TLTVs). 5. METRIC UNITS. To promote an orderly transition to metric units, this AC includes both English and metric dimensions. The metric conversions may not be exact equivalents, and until there is an official changeover to the metric system, the English dimensions will govern. 6. COMMENTS OR SUGGESTIONS for improvements to this AC should be sent to: Manager, Airport Engineering Division Federal Aviation Administration ATTN: AAS-100 800 Independence Avenue, S.W. Washin n, DC 205 1 Michael J. 'Donnell Director of Airport Safety and Standards 4/1/2010 1. 2. AC 150/5210-5D PAINTING, MARKING, AND LIGHTING OF VEHICLES USED ON AN AIRPORT SOURCES OF APPLICABLE DOCUMENTS. a. American National Standards Institute, Inc. (ANSI), 25 West 43rd St. 41" Floor, New York, NY 10036. Website: www.ansi.org b. American Society for Testing & Materials (ASTM), ASTM International, 100 Barr Harbor Drive, P.O. Box C700, West Conshohocken, PA 19428-2959. Website: www.astm.org C. The National Fire Protection Association (NFPA), 1 Batterymarch Park, Quincy, Massachusetts 02169-7471. Website: www.nfpa.org d. The U. S. General Services Administration (GSA), Centralized Mailing List Services, 501 West Felix Street, Whse 9, South End P.O. Box 6477, Fort Worth, Texas 76115-6477. Website: www.gsa.gov e. The Superintendent of Documents, U.S. Government Printing Office, 732 North Capitol St. NW, Washington, DC 20401. f. Society of Automotive Engineers, Inc. (SAE), 400 Commonwealth Drive, Warrendale, PA 15096-0001. Website: www.sae.org } g. FAA Advisory Circulars: U.S. Department of Transportation, Subsequent Distribution Office, Ardmore East Business Center, 3341 Q 75`h Ave., Landover, MD 20785. Website: www.faa.gov h. FAA Engineering Briefs: www.faa.gov/airports/engineering/engineering_briefs/ DEFINITIONS. The following definitions apply in this AC: a. Vehicle — All conveyances, except aircraft, used on the ground to transport persons, cargo, equipment or those required to perform maintenance, construction, service, and security duties. b. Air Operations Area (AOA) — The portion of airport that encompasses the landing, take off, taxiing, and parking areas for aircraft. C. Airport Emergency Vehicles — Vehicles that are authorized in the AOA for emergency purposes (e.g., ambulances, aircraft rescue and fire fighting (ARFF) vehicles and emergency response vehicles) as authorized by the airport traffic control tower (ATCT) or an authorized on - site accident/incident commander. d. Airport Operations Vehicles — Vehicles routinely used by airport operations personnel for airport inspection and duties associated with airfield operations (such as airfield condition reporting and Incident Command) on the AOA and Movement Area. e. Airport Security Vehicles — Vehicles that are authorized in the AOA for security purposes, as needed (e.g. police cars). AC 150/5210-5D 4/1/2010 f. Airfield Service Vehicles — Vehicles that are routinely used in the AOA for airfield service, maintenance, or construction (e.g. snow blowers, snowplows, maintenance trucks, and tractors). g. Aircraft Support Vehicles — Vehicles that are routinely used in the AOA to support aircraft operations (e.g. aircraft pushback tractors, baggage/cargo tractors or trucks, air conditioning and aviation fuel trucks). These vehicles are typically owned by airlines, vendors, or contractors and are not eligible for Federal funding. h. Reduced Visibility — Prevailing visibility is less than one statute mile (1609 meters) and/or the runway visual range (RVR) is less than 6,000 feet (1830 meters). i. Movement Area — The runways, taxiways, and other areas of an airport/helipoit that are used for taxiing/hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and parking areas. At those airports/heliports with an operating airport traffic control tower (ATCT), specific approval for entry onto the movement area must be obtained from air traffic control (ATC). j. Other Vehicles — Vehicles that are not routinely authorized in the AOA (e.g. construction vehicles). These vehicles are typically owned by airlines, vendors, or contractors and are not eligible for Federal funding. k. Peak Intensity — Peak intensity, for purposes of this document, means the maximum magnitude of luminescence as measured in candela. 1. Towbarless Tow Vehicle (TLTV) — a type of aircraft support vehicle whose main purpose is to tow aircraft in the AOA by way of nose gear capture. 3. VEHICLE PAINTING. NOTE: Airport vehicle paint and markings are a safety of flight requirement. The approved colorshnarkings herein assure conspicuity of vehicles operating in the AOA from both the ground and air. a. Airport Emergency Vehicles. (1) Ambulances. Ambulance vehicles are painted per the most current version of Federal Specification KKK-A-1822, Federal Specification for the Star -of -Life Ambulance. Ambulances are not considered vehicles routinely operating on the AOA. (2) Aircraft Rescue and Fire Fighting (ARFF) Vehicles. Yellowish -green is the vehicle color standard. Color specifications are per Appendix A. NOTE: A yellowish -green color provides optimum visibility during all light levels encountered during a 2 l-hour day and under variations of light that reszdt from weather and seasonal changes. b. Airport Operations Vehicles. Airport operations vehicles may be painted in colors designated by the airport operator. The characteristics must be coordinated with the respective ATCT and identified in the tower letter of agreement. C. Airport Security Vehicles. Comply with specific state or local requirements. 4/1/2010 AC 150/5210-5D d. Airfield Service Vehicles. Chrome yellow is the vehicle color standard. Color specifications are per Appendix A. When vehicles are equipped with bumper bars 8 inches (200 mm) or more in depth, the bars must be painted in alternate stripes 4 inches (100 mm) in width of chrome yellow and black inclined 45' to the vertical. e. Aircraft Support Vehicles. (1) Any color or combination of colors other than yellowish -green or chrome yellow. The bumper bar paint scheme in paragraph 3A (of alternating chrome yellow and black stripe) is recommended. (2) TLTVs. International orange is the vehicle color standard. Retroreflective tape covering more than 25 percent of the vehicle's vertical surfaces may be used as a temporary measure to meet this standard prior to scheduled vehicle painting. f. Other Vehicles. Any color or combination of colors other than solid black or white. 4. VEHICLE MARKING. a. Airport Emergency Vehicles. (1) Ambulances. Ambulances are marked per the most current version of Federal Specification KKK-A-1822. (2) ARFF Vehicles. Emergency rescue and fire fighting vehicles are marked with the letters "ARFF, "Fire," or "Rescue" and in accordance with 4.c.(1)-(5) of this AC. b. Airport Operations Vehicles. Airport operations vehicles may be marked as designated by the airport operator. Marking must be coordinated with the respective ATCT and identified in the tower letter of agreement. C. Airfield Service Vehicles and Aircraft Support Vehicles. (1) Airport operator owned vehicles must display an identification number on each side and on the roof (the hood should be used if the vehicle has no roof). (2) Side numbers will be a minimum of 16 inches (410 mm) in height and conspicuously located. (3) Roof numbers will be a minimum of 24 inches (610 mm) in height and affixed with their bases toward the front of the vehicle. The identification numbers should provide sharp color contrast to the vehicle color. (4) In addition to the identification numbers, airport operator -owned vehicles must display either the name of the airport and/or the airport insignia. (5) To further improve night-time recognition of vehicles, a minimum 8 inch (200 mm) wide horizontal band of high gloss white paint or white reflective tape (Retroreflective, ASTM-D 4956-09, Standard Specification for Retroreflective Sheeting for Traffic Control, Type III & above) must be used around the vehicle's surface. Figures 1, 2, and 3 show suggested locations for the horizontal reflective band. i L_ AC 150/5210-513 l 4/1/2010 Figure 1: Suggested location for the horizontal reflective band, Option 1 Figure 2: Suggested location for the horizontal reflective band, Option 2 Figure 3: Suggested location for the horizontal reflective band, Option 3 (6) TLTVs. Retroreflective tape is used to outline the shape of a TLTV. If the vertical edge of the vehicle is rounded, the tape should be placed on the rounded portion to reflect light in both the horizontal and vertical planes. Where the placement of the tape may interfere with, or may be worn down by, maintenance or operational activities, tape is not required. Suggested locations for the retroreflective bands are shown in Figure 4. Figure 4: Suggested placement of retroreflective tape on a TLTV I 4/1/2010 5. AC 150/5210-51) l d. Airport Security and Other Vehicles. (1) Vehicles other than those that routinely traverse any portion of the AOA under the control of ATC, which are not escorted by a vehicle in constant two-way radio communication with ATC and properly equipped and authorized to operate in the AOA, must be provided with a flag on a staff attached to the vehicle so that the flag will be readily visible. (2) At airports without air traffic control facilities, flags must be provided on all vehicles. (3) The flag must be at least a 3-foot by 3-foot (0.9 meter by 0.9 meter) square having a checkered pattern of international orange and white squares at least 1 foot (300 mm) on each side (see Appendix A for the fabric color specification). VEHICLE LIGHTING. a. Airfield Service, Aircraft Support, and Airport Operations Vehicles. (1) The standard for identification lighting is a yellow flashing light that is mounted on the uppermost part of the vehicle structure. A steady yellow light designates vehicles limited to non -movement areas. (2) The light must be visible from any direction, day and night, including from the air. (3) Color specifications for vehicle identification lights are per Appendix B. (4) TLTVs. An LED light bar placed above the operator's cab may be used in place of the rotating yellow flashing light. In addition, a yellow flashing light (of any type) must be installed on the upper left -rear and right -rear corners of the TLTV, and must be activated when an aircraft is in tow. The size of the rear flashing lights must be large enough to meet the requirements of Section 5.c, but not so large as to interfere with the normal or towing operations of the TLTV. b. Airport Emergency, Security, and Other Vehicles, which are not escorted by a 4 properly lighted vehicle, must be identified during periods of low visibility by a light. C. Characteristics of Flashing Lights: f (1) Ambulance lights must meet the specifications in the most current version of Federal Specification KKK-A-1822, and ARFF vehicles must meet NFPA, state, and local requirements. i (2) Lights must have peak intensity within the range of 40 to 400 candelas (effective) from 00 (horizontal) up to 10' above the horizontal and for 3600 horizontally. The upper limit of 400 candelas (effective) is necessary to avoid damage to night vision. (3) From 100 to 150 above the horizontal plane, the light output must be 1/10`h of peak intensity or between 4 and 40 candelas (effective). <4 ; AC 150/5210-5D 4/1/2010 t (4) Lights must flash at 75 f 15 flashes per minute. NOTES: 1. The effective intensity of a flashing light is equal to the intensity of a steady -burning (fixed) light of the same color that produces the same visual range under identical conditions of observation. 2. If xenon flashtubes are used, refer to AC 150153 l5- l3, Specification for Obstruction Lighting Equipment, for guidance concerning methods of calculating effective intensity. d. Light Colors. (1) Airport Emergency Vehicles. (a) Ambulances. Per the most current version of Federal Specification KKK-A-1822. (b) ARFF Vehicles. Red or a combination of red -and -white flashing lights per the chromaticity requirements in Appendix B. (2) Airport Security Vehicles. Signal blue or a combination of red and signal blue flashing light per the chromaticity requirements in Appendix B. (3) Airfield Service, Aircraft Support, Airport Operations, and Other Vehicles. Yellow flashing light per the chromaticity requirements in Appendix B. 6 a 4/1/2010 APPENDIX A. COLOR SPECIFICATIONS AC 150/5210-5D t Appendix A A-1. SPECIFICATIONS. Colors specified in Table A-1 are per the Commission Internationale de PEclairage (CIE) L*a*b* system of color specification. For a description. of this system, refer to American Society for Testing & Materials (ASTM) D 2244, Standard Practice for Calculation of Color Tolerances and Color Differencesfrom Instrumentally Measured Color Coordinates. Table A-1. Specification for vehicle and flag colors #��dax rfd CitrQrn frreloello�sh�een '•.a}F Y. . IufernaonI Qiratnge�� Il79mtnair�Iz6.5 ��x ��� „.� aHERZ �Velict Y �" 4�� ✓ �L'� P"`� d *�a� M1T �"� k �. , 3 r� 'FF � a.`" .» � �'� � . y' . �nlp¢�aIor 72.8 24.4 77.6 78.3 -10.2 80.4 45.0 53.5 52.0 m ; 82.9 78.3 92.0 45.0 61.4 47.8 rr 72.8 31.8 -9.0 _r ant 72.8 25.5 66.7 78.3 -7.6 73.2 45.0 53.9 41.4 1� t ",XWnt 3', 72.8 18.0 69.3 78.3 -11.0 69.3 45.0 53.5 53.4 >ua �`� �4 `3 72.8 22.4 86.0 78.3 -13.4 86.2 45.0 49.7 60.4 'i`;� x_ 77.8 83.3 49.9 T,t" wmi ESP� 7�rk L�tnit 67.8 73.3 41.6 11.7 10.7 A-2. COLOR TESTS. Acceptable colors are those that meet the gloss rating test and either a visual or an instrumental color test as follows: NOTE: Flag fabric colors must meet either the instrumental tests in Table A-1 or the visual method described in paragraph A-2b(1). a. Gloss Rating Test. This test is performed per ASTM D 523, Standard Test Method for Specular Gloss, on a paint sample of the color to be applied on the vehicle. An acceptable color sample is high gloss with a minimum gloss rating of 70 units, for 60' geometry. b. Color Test Methods: (1) Visual. Prepare a master specimen of the color (per Table A-1) and gloss (per paragraph A-2a). This specimen will be the master color and be used as the basis of comparison per ASTM D 5531-05, Standard Guide for the Preparation, Maintenance, and Distribution of Physical Product Standards for Color and Geometric Appearance of Coatings. To verify the paint color of a vehicle visually, vehicle paint samples must be AC 150/5210-5D 4/1/2010 Appendix A prepared and viewed per ASTM D 1729-96 (Reapproved 2009), Standard Practice for Visual Appraisal of Colors and Color Differences of Diffusely -Illuminated Opaque Materials. (2) Instrumental. This test requires a test specimen sample and reference to Table A-1. All test specimen measurements should be conducted per ASTM E 1164-09a Standard Practice for Obtaining Spectrometric Data for Object -Color Evaluation. Test specimen tolerances must be per Table A-1 per the following: (a) Plot the centroid color using the a* and b* CIELAB coordinate data from Table A-1 on graph paper or by entry of the coordinate data into a computer program. Plot and connect points l through 4 from the same table to form a quadrilateral; noting that the centroid color is within this figure. See Figure A-1 for plots of all three color specifications in Table A-1. (b) Perform color sample measurements per ASTM E 1164-09a. If necessary, convert measurements to CIELAB L*, a*, and b* color space. See ASTM E 308-08, Standard Practice for Computing the Colors of Objects by Using the CIE System, for color space conversion formulae. (c) An acceptable color is one that meets: (i) the chromaticity requirements of the color samples a* and b* CIELAB coordinate data by falling within the quadrilateral; (ii) the L* data lightness requirement by falling within the range defined by the light and dark data of Table A-1; (iii) the total color difference (AE) by not exceeding the limits in Table A-1 when the CIELAB data are computed in the following formula: i AE _ (Ar2 + Aa,2 + Ob'2 ) 2 where AL*, Da*, and Ab* values are the differences between those values for the centroid color in Table A-1 and those of the color sample measurements. No Text 4/1/2010 �.t AC 150/5210-5D Appendix B APPENDIX B. COLOR SPECIFICATIONS FOR VEHICLE IDENTIFICATION LIGHTS B-t. SPECIFICATIONS. The Society of Automotive Engineers (SAE) Standard J578 Revised December 2006, Color Specification, defines the acceptable color boundary limits and measurement of emitted red, white, signal blue, and yellow light for vehicle lights. This standard applies to the overall emitted color of light from the device in lieu of emitted light fi-om any small area of the lens. The color of emitted light must fall within the color boundaries per SAE J578 Revised December 2006 (color boundary equations are in the standard) using color measurement methods detailed in the standard. See FAA Engineering Brief #67, Light Sources Other Than Incandescent and Xenon for Airport and Obstruction Lighting Fixtures, for additional information and Alternative Lighting Devices. 11 AC 150/5210-5D 4/1/2010 Appendix B Intentionally left blank. 12 APPENDIX C GEOTECHNICAL INVESTIGATION AC 150/5210-5D Appendix B Intentionally left blank. IN 4/1/2010 1-i Pa ve Engineering &Testing January 27, 2011 1 Mark D. Haberer, P.E. Parkhill, Smith & Cooper 4222 8! th Street Lubbock, Texas 79423 Subject: Addendum 1 of the report dated December 13, 2010 _ Lubbock Preston Smith International Airport - Asphalt Repair r Lubbock, Texas I Dear Mr. Haberer: Attached, please find the existing asphalt and base material thicknesses for the subject project. We apologize for the inconvenience and hope to continue a good business relationship with you. Please contact us if have any questions. Sincerely, PAVETEX ENGINEERING & TESTING, INC. Texas Registered Engineering Firm F-961 Ale, lblo'lvl Cole Hutson, E.I.T PaveTex Engineering and Testing -12804 County Road 2500 Lubbock, TX 79404 — (806) 771-7283 Texas Registered Engineering Firm F-961 1", Existing Pavement Sections Report # L- $596 Client: Parkhill, Smith & Cooper Project: LBB Airfield Asphalt Re air Date Tested: 1/2612010 Existing Asphalt and Base Material Thinckness Boring # Asphalt Thickness (inches) Base Thickness (Inches) B5 1.25 6.75 B6 1.50 9.50 88 2.50 8.50 B9 1.50 9.50 Bll 1.50 8.50 B12 1.25 7.50 PaveTex Engineering and Testing —12804 County Road 2500 Lubbock, TX 79404 — (806) 771-7283 Texas Registered Engineering Firm F-961 Lr, • .! "" !'! ,� i <r � at �.t '. ) lh�cr PYY � 5 H F 1' h t t � ; { L.+ t •} N LN iq p _ $'_. kris, 4. ,�Y'. r t ♦ 1.' y ea:r+ '6; 51Z I `r �...�'a.-•mw.�.r.,r. .k::..w.o., ask E 8� r} M? x; ^C t 'w Ord N' "� T s? t r 4�£"1,+'Y t r ! ✓ k+riL'r'+t t EN � YA '*r + y ; �aff`wf„"fj O . a spZ f _ � .., ,7 . ? f sa. '1"` f�+ a Y ! - 4 l -•sf�f x rc +t —�tu7Ok;:1�,+� Om- .44 tw44 y .r i°: ' T,i `r r '"• / '�,;3W •' .* r � *�'�Sb� -' ray, K i � �r - � � ystr'.',ty4'Jrl 7 y t 1,d�G r }x.}66•i+ 6 A � ee'»•- t� �, .3 � v g'i•° ` '�'' `� +« '�' a � E ,.hrac',"d � . t �,c t t� rk � i a dr i M�_+ rxr S' t, d .• � .-� +•X S" �.''d� 'S' 7 t r M'e«r +'ti �-Nr+•k��a,fi v � S �:. .rf.'•"4• a'Y i 1 h r ; •a'£"F a s + ,. r "4 v,x ,i�."tr� �.r.- r;.. �*yx t .t"� t •�: 1 '`'+ Z t r 1Zt��;�, ,. u . " � t�,�. t ���'T= ."r( •� z. �.+14, � �` ^}4,y tib d. \ � {f c s � d 3. +C .. �.°��L�f��..q a.~� it ^r'' �r�`���� v t� ,y. �.d�: ���:c �.:"� ~Ir �.'m. `,� M`I, , qt � �'^ia�+i2'+.'^!}� .s, �, ...J•.�>'-� ��'T ��^� �� �"'�"I� j,, t�p_ ,.�• i ,.ma�,yy c :.• .i y t ( u}'. r ✓+. ts� j MP a., > . '' i L " YJ„ 4 r r ` '• !,f �f < l�,t 'rs � IL a� 1"" I.,.- _ vr^� C%(+"'Cy, • °' ` r a t, t, k a '++. r' -.v t{`2 v t �•�'• h � { f-x. k �?,t�xwt'1.@MiT�,.y 'a*°y , �, afi?,. ti -'£''Z. t � <4y �.•r 2: ',k,• w r ' � KI -q r y � r d 'f',(w �' v tn, Y i ..�aZ ", ',1 "•' ,1 ^rt5 it?'S,,�..tS3 �••t{t`k n a x�'" ��p �(,f�y 'ti•:'"+YSd`'.d ^" � A� S �, .""', r 1 �• C d i .? '�'1 � r \ ` �" -tT` dg�1'i 5a.»'C�r'I s i ';� ;z :. '' ,. � � �r. �`. +>. y "" S .w^{w n. ;� skli 1 ♦ y, u'' � � ,y.K 'hq`. aeyw. •. °y x-' v. - ar% ° of ^r'r:.+ • y >r; '•K r L ea..n •v» x r`:•tj9c t i C �i „- i `O - r- 7 `;,{dx.•m i 'Ta'w iv .y 1.,,, t�56 �•2 '��• f f .. ""Z,�w_..�.��• .•.!t 7i3't�,•,R•rr�! i f i - 'Mt 17 N'i , f •'-,iSMwcYS§?k> L,+u+ WWILl:..1�15s'w 7iF•,a»`+rz�7aY,. . 0 1 a >• _ L >. aw` , d{, , "tt"r"' •`c � - d `' �µ y.555},,,,.... N ' n •��t �, ��i° Y 4-�n..�' •r , xwy,P. - .P-t`kt^ dgri,`> N"k' w'T" "'+` � a.'� .y +�'.. - Rr+e+ roTs'u rrl"�'� # n x� '� y� : �p t �v�!� •� �r q x � c - . b .3 "' ,•��`,y�:...` rr�x>• ,i,s�,t �'r } � .,fin n,,'' +n '� ,. ... a' 4 __.' ".*:, r+ °-• ttr; •, y ti ,''t � ��i �, Z �$ 47� .14 c y ✓,, � , .rk n ,}� A,•C(, { y •� 1 �try i — - - rs'x v. � .r, � � y':. i, t ��tivsw��r� r�����. r"'xl�F��• � +���,°� rA � �• . ��, � -k �M ;k,rr,.{� r d �.e �' „y��w� i ,�:�, � w.. .i fi kt a 1 . D• �? C C cr�r��L rat ,m �ry� "} w� r o.. � " '' �•rsw•..:,,«:...� „,+vrr�+r»w+ ft;:; ,� k s.;; ' f�G v ^t yD'.a;:.:s; j"' �7r;'?„au 'ya'�.:�, i'?i'!'.��'vtr"9,1i+,�; o .1?'sji S'�'....y+4�Kr.s•,..s alv(l-,-'des.' La,,r hZr.4 v � :w. > ', � .�.. �°: _ wp• a wc. < w ,1., g>,?.Y+.�,.; : ,a;rt,. + .i':4 �'n i ,� 1 s. ma r+.wi*',wZ' � �"y i : ' d ,}.. r.'{• dt t'• � ys y' .. �,�" S,':k.; �C;'�•Pskrc� ^'i*+¢,:n�:.:.s,a. M i .. � d•• s f - 4 rJ a , d n1a�i wry r' �j�� �r� ; f 4�a;�a��t »e4«.»««ra. .vw.a.,wL.• +x.t.wn;.:gac,�rt,.�i��`�r. _u � . `.;810yt 1�" UM + .. �'S'w ;r � � " ?•,. 4 t !>' 1 f. � rr 4 tr�,r ,.. t ,; ' � ,� rf f y{,� rrsr ti ('k u^y' ...r .yt f s":;i�`� y: Lc '� k, � jf fly {1 ti d. • A `#�4 ;l M t �4 . �' Y< '...: .e. '..� ' •, :7r .;, . M r r>w 'i ^,,;± v,".,rray+y'y, .�.� y�r ,} S k •` hrrr f i- n� ...d �r.....h., Y, .,�'� k ! h\ aF�� Y.. �r ft S � "<� k , 2ye:,'s r :" { s w �- i'- •: e�..w .w �?�. � Y�°_� �,�� a� Sr^s t d �,f•L -n Y Jh Y:rr )-f?•.. ♦ f•IN t"^+M t F:� ni ✓ r,'? Yk"d:. ,ha ! i5..•r,k.}'.w.+`kr" «f�'�', 7 ki. .rh T !r r4 5 k y'_5 •rq �. Y ?'.r 4a' .� ,a�,.,,fS•ry� a Y 'S'S'3" fi p a+S s� l�.�k;, .Z+•.' `hy ^. '�S'' : Y^$•s, "�c3'�S,s ,�`v'}''b}f't lilt. 7N•iS. a w� ¢ C 4+.a, x.• oh... ai :4o'+7rcZwl?, ':1'�n. t ,.Pavet �r''"•7ad5 w �y x+.r ni'' $,rp; yrt�e '",,,�Z.ss , �'e f_ r- ,=Y'�'"' . '* �, r 'r S �, 7�I• . ngtheering Testing C �• r •�'a I F' P` o L r t a ' Y Plan of Borings ryh f �'i t � tik ,rXv :- ?'fir." �` .fN, 1 �y 17 ? .Ya�r s h, rtk• _ ..A fSt } �J •�+'�/}[4 '" �tlr 4 Y d _ � Wr'fµ .,, �� d.' ri iY f^rs•x Y x . r"i.c �_?C".t .. .�. -r• ...a,.� .,.,r .. «. v. .+ _ ... .. a.. .r . .. _ saa.. _ _ GEOTECHNICAL DATA REPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ASPHALT REPAIR LUBBOCK,TEXAS PREPARED FOR PARKHILL, SMITH & COOPER BY PAVETEX ENGINEERING & TESTING, INC. pave Engineering Tt&ng December, 2010 December 13, 2010 Mark D. Haberer, P.E. Parkhill, Smith & Cooper 4222 85`" Street Lubbock, Texas 79423 Subject: Geotechnical data Report Lubbock Preston Smith International Airport - Asphalt Repair Lubbock, Texas Dear Mr. Haberer: This data report presents the results of field exploration and laboratory testing for asphalt repair project at the Lubbock Preston Smith International Airport in Lubbock, Texas. This geotechnical data report has been prepared for the use of Parkhill, Smith & Cooper for design purposes In accordance with generally accepted engineering practices and is not intended for the use of other parties or entities. This study was authorized by Parkhill, Smith & Cooper. We appreciate the opportunity to be of service to you on this project and look forward to continuing our business relationship through the construction phase by providing construction materials testing services. Please contact our office once design plans and specifications have been completed so that we may be able to provide a cost estimate for these services. Please contact us if you have any questions about this report. Sincerely, PAVETEX ENGINEERING & TESTING, INC. Texas Registered Engineering Firm F-961 Lewis A. Reagan., P.E. Senior Geotechnical Engineer Copies Submitted: 3 4le- Robert G: Comey, P.E. Vice President 12804 Cvunty Road 2500 Lubbock TX 79404 — Office (806) 771-7283 - Fax (806) 771-7062 ^- rcomey@pavetex.cwm Page 3 A Report Prepared for: Parkhill, Smith & Copper OTECHNICAL DATA REPORT Lubbock Preston Smith International Airport Lubbocicjexas December 13, 2010 Prepared by: * �,: :: OT 1-6 *I... #.................. IPIIS A. REAGAN ...�....... , <............. p.. ewe. Reagan, P.E. Senior Geotechnica! Engineer 10 PAVETEX ENGINEERING & TESTING, INC. Texas Registered Engineering Firm F-961 December, 2010 12804 County Road 2500 LubbocIM 79404 — Me (806) 771-7283 — rax (600) 771-7062 — rcomey@pavetex.com Page 2 INTRODUCTION......................................................................... ............................., SCOPEOF SERVICES............................................................................... LIMITATIONS................. ................................................................................................... 5 SUBSURFACE EXPLORATION................................................................... ......................... 6 LABORATORYTESTING.......................................................................................................... 7 SUBSURFACE CONDITIONS................................................................................................... 8 GROUNDWATER OBSERVATIONS......................................................................................... 8 MODULUS OF SUBGRADE REATCION... SUSCEPTIBILITY TO FROST ACTION.........................................................................9 APPENDIX................................................................................................................................10 m 12804 County Road 2500 Lubbock TX 79404 — Office (806) 771-7283 Fax (806) 771-7062—rcomey@pavetex.com page 4 This geotechnical data report has been prepared by PaveTex Engineering & Testing, Inc. having completed the authorized field exploration and laboratory testing for the asphalt repair project at the Lubbock Preston Smith International Airport in Lubbock, Texas. This data report briefly describes the procedures utilized during the field exploration and presents the laboratory testing results to Parkhill, Smith & Cooper for data evaluation for site improvements to existing asphalt pavement. In general, the objectives of the field exploration and laboratory testing were: t (1) To evaluate the engineering characteristics of the soil stratigraphy encountered at the site by conducting an adequate number of soil borings, obtaining test pit samples, and laboratory tests. (2) To present the laboratory testing data to Parkhill, Smith & Cooper for the design of the pavement structure. This work was performed in a manner consistent with the level of care and skill ordinarily exercised by other members of PaveTex's profession practicing in the same locality, under similar conditions at the date services are provided. The conclusions, opinions and/or recommendations are based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. PaveTex makes no other representation, guarantee or warranty, expressed or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. This report was prepared exclusively for Parkhill, Smith & Cooper and the licensed design professionals responsible for the design of the project and for the purposes stated herein for this specific project within a reasonable time from the report's issuance, but in no event later than two (2) years from the date of the report. This report may not reflect the exact variations of the soil conditions across the site. The nature and extent of variations across the site may not become evident until construction commences. If site conditions are noted to be significantly different than noted in this report, it may be necessary to re-evaluate recommendations after performing on -site observations and tests to establish the engineering significance of the variations. ' 12804 County Road 2500 tubbockTX 74404 — office (806) 771-7283 n Fax 006) 771-7062 — rcoiney@pavetexcom Page 5 r a Soil conditions at the site were evaluated by thirteen borings at the locations shown on the Plan of Borings in the Appendix section of this report. The boring locations were predetermined by Parkhill, Smith and Cooper and staked in the field by PaveTex personnel. Methods used to stake the borings were determined by tape and right angle measurements from existing structures or features. The boring locations provided in the Appendix should be considered accurate only to the degree implied by the method used. The subsurface exploration was conducted following established accepted Geotechnical Engineering procedures. Continuous -flight augers with push/drive sampling techniques were used to complete the borings. When present, seepage and groundwater levels were recorded. At the completion of the field exploration program, each boring was backfilled with soil cuttings. The following samples were collected as part of the subsurface exploration procedure: jype of Sample Number Collected Grab Samples Split -Spoon (with Standard Penetration Test, SPT) 65 Materials recovered from the sampling procedures were placed in plastic bags to reduce moisture loss and transported to the laboratory for testing. Samples will be retained in the laboratory for 30 days after submittal of the report. Additional storage time may be arranged at the request of the client. Field logs were prepared for each boring by a soils technician. Each log contains information concerning the drilling methods, samples recovered, indications of the presence of various materials such as rock types, silt, clay, gravel or sand and observations of ground water. The logs also contain an interpretation of the soil conditions between samples; therefore, contain both factual and interpretive information. Field logs will be on file in the office of PaveTex Engineering and Testing, Inc. Final logs represent the interpretation of the contents of the field logs combined with the results of laboratory testing. Final logs are presented in the Appendix section of this report along with a key to classification terms and symbols used on the logs. 12804 County Road 2500 LubbockTX 74404 — Office (806) 771.7283 ^- Fax (806) 771-7062 — rcomey@pavetex.com Page 6 Laboratory testing was performed on selected samples collected from the borings and three test pits. Each sample was examined and classified by a geotechnical engineer. The samples were selected as being generally representative of the stratum and/or boring. Testing was performed to allow for material classification in general accordance with the Unified Soil Classification System (ASTM D 2487). As a part of this classification procedure, the natural water contents of selected samples were determined. Liquid and plastic limit tests were performed on representative samples to determine the plasticity characteristics of the soil. These tests were also helpful in the evaluation of the swell potential of the underlying soils. In summary, the following tests were conducted in the laboratory to evaluate the engineering characteristics of the soils: Type of Test Number Conducted Natural Moisture Content 65 Atterberg Limits 28 Percent minus No. 200 Sieve 28 Moisture/Density Relation (ASTM D 1557) 2 Laboratory CBR (ASTM D 1883) 2 Cement Series of Blended Material 1 Gradation of Blended Material 1 Wet Bail Mill 1 The results of these laboratory tests are provided on each boring log as well as in table form in the appendix section of this report. 12804 County Road 2500 Lubbock TX 79404 —Office (806) 771-7283 —Fax (806) 771-7062 — rcomey@pavetexcom Rage 8 Based on the Lubbock Sheet of the Geologic Atlas of Texas the project site is located within the Blackwater Draw Formation. This formation comprises calcareous clay, silt and sand in various proportions. Portions of the site may lie in Playa deposits which are predominately clay and silt with some sand. Based on the results of the field exploration program, the soils encountered at this site may be grouped into one :generalized stratum with similar physical and engineering properties. Transition between materials may be gradual. A generalized soil profile may be described as follows: Stratum 1 was encountered to the full depth of the borings at 10 feet. The stratum contains sandy clay and clayey sand (CL and SC). The stratum is light brown to tan in color and varies in relative consistency from very soft to very stiff generally increasing in consistency with depth. Moisture contents varied from a low of 10 percentto a high of 19 percent, Slow counts (N values) varied from 3 to 22 blows per foot of penetration relating to a relative density/consistency that varied from soft to very stiff. The percent passing the # 200 sieve varied from 32 percent to 78 percent. Liquid limits varied from 24 to 34 with corresponding plasticity indices of 8 to 20. The CBR value for the subgrade material was 22% and for the salvaged base was 32%. These were un-soaked samples and the results should be adjusted accordingly. Groundwater was not encountered at the time of the field exploration program. The borings were advanced using dry auger drilling techniques which allowed for groundwater observation limited to the depth explored. Groundwater observations are noted on each boring log. The occurrence and variation of groundwater can vary due to many factors. These factors include seasonal changes, site topography, surface runoff, the layering and permeability of subsurface strata; site location relative to waterways, lakes and ponds, utilities, and other factors not evident' at the time of this study. This limited study does not represent a comprehensive groundwater study; therefore, the contractor should determine groundwater conditions prior to construction. 12804 County Road 2500 LubbockTX 79404 — Office (806) 771-7283 — rax (806) 771-7062 -- rconiey@pavetex.com Page 8 �l The modulus of subgrade reaction (k) is an estimate of the support of the subsurface layers present below a pavement surface. The k-value can be determined by field tests or by correlations. There is no direct laboratory procedure. The field tests recommended by the Federal Aviation Administration (FAA) to determine this is the Plate Load Test (AASHTO T 222). This test should be performed after the existing pavement has been removed and the subgrade has been properly prepared. An estimate of the k-value can be taken from table 2.2 of the Airport Pavement Design and Evaluation advisory circular 150-5320-6E. An estimated modulus of 150 to 200 pci can be used for the materials encountered in our field investigation. This estimate is based on material having a relative compaction of at least 90 percent of the maximum dry density. SUSCEPTIBILITY TO FROST ACTION The susceptibility to frost action for the sandy clay to clayey sand materials encountered indicate that the material has medium to high potential for frost action and is classified in frost group 3 (FG-3) from the Airport Pavement Design and Evaluation advisory circular 150-5320- 6E, table 2.3. 12804 County Road 2500 LubbockTX 79404 — Office (806) 771-7283 - Fax (806) 771-7062 — rcomey@pavetex.com Page 9 _1? r'}�O ;> �r•'s'g� . ai"`"'_°F>•Y�"<e y , a v " ,', � yz"" w . � 2, +3 • 9 ..r"aS '� c4 :'d �• i x ,drx's',, �•� k :r�.. .��,'y •,: ¢',# �'ti :f. �' .. <a, .>r nz xc.. p.•?9ai''`_r� tig'P� ki �6 ...y,' r s Y .Y�fa.., `'s.;:*., ''+`i• (,'w:Y; , �.:+� �i! •�'t�L•'- exit ".y '?`"`. 'Y� . �`r' a � ? .c�;, � i h + $ c yma a '�C Y i i riw br•cn:af .Nqy «yvv ^ 'v S a s xg gqyy °„w a +r 1 rar'jti"ww bf xR'"ri,y w : P.}dn I aA S � a 4 n! Y I I ,,a� a�„�,a v • M :.�"'wy. '� �. t¢ " r 's „� 1y%�n •r ; : '� y wry ,v ,d tr ,�,.,, nx X �. t r @ova m v n °r Y r •� 'try"?'J" , t � 'd o z �^ n � 1 �""' „� v y ° 4"1a GY., r.�n ,n£ i ��" MY YG w� S ' ' � ," r a`t�e{ a �` tZ ,c. -Ys^ ,. t t � �'°"��d' rd 'a is .� �', �5 •u�,z't k. "� iw,",< ui7 k l" ��'� �r➢ j>r:, t ' •r';Y � kr`. ;. �•'<<^ "`' _��, a:""�" �''.R�.�,�F�a,„i ���,``�^''f v�; :�,� ;sue �e '' ;a�" ?n.��,a � � •`, ,a�, •#� `�`,<':'• ti �. " ' R`g .n"k . '!?`: ' 2.,. _ k` . ti '`i:1� . 4•u. , r'°" ,..y, ,� x . :.a t t..: �::", , .; • ,?fRr.::, • ra`3a,f r .. : . ...,. 4'p...',.: ^.... ..,Y. r`; ., '�: .^:,3.'"•Z r. r: ,. : ,. '�':e... ;�. :::23.:•d;. sY... zyq=� s;,.r. :;a,. a+>. ,.,. ;. ... :: x. .. cc..Y,,.i• a .. „ „. ,."`x,.' '.. .�. ,' f,, .,."r•.+ ".:.e' .'-S'>>9:d ;.t";i;', tF, ... ... , . . , iw ,. .. .. ?S '� '. •:,.:`F�',., to - x't •a. . ha `;"', r , ' R c/.:. � ;.ry, ztr t,•,,', r t W}"tr�'n, ;: 'S :n l� 4r;.i, « .a's S' cYu'f�„>Tv o\ t s:wz �v i.ea;'t t'�":� 3�A 4 a, P '� � 7• i ' ; `'w'� „ez,..°J.> ° �' @ ;r�.', „:,•roe �" ¢ } r w d rJga c ;•. 'M � .,^�' ar'� v w ti3,+,�Pq t':�';.w"p+,`u-�, � { a�:r '� t rrj0u 4''a ^r '^:dra `' 1d ;� ,:. y 1 a 9 �', ,^� . r � , rJ� m r'�r" rf ypuY xux l�q Y�yyS(rY r v `4 rir+# rfr yY',h 1 r>i 16R'"^d' i�ty"e''y r�'a" «,t'^'"�.•�, n P v z y r f trW,ka, "'� ...,�'r?,`" z1 4 a: k° y Ma k a„ W sw zrrw N t,, t ar 4 a 91 44t' rr: ;s•,� ' .-* t > n.�„; '� - ,. \ '-fii`ti "$�. �i�Y�•�s iv t- �a;. y.,. + �..� i', r} i, "x'•� :� j1 x. J t. �# ,.as.'; n r ,i 7 e ""4! - kC. '� .Y,3�,.W d r sit' 12" '.;�j: ,y i-,^ ;• '; � �< a,: tt g g ¢ ,�C`•w:<��� 3 i4i., d'�'"c tr �„. R..�'.,'r:Y M, ..�aYt;' �":t". ,. a<p,;;l, � .�" ,7. ;�a.i.`a 3��, •:t* `r.- £ i r ":'"�",^"�"�ra. 3r .cs � p, .�,{�f``. t d a.t L "rn (J, ti �':�x, r•��•., � :s , 4i4�t�" va4: i�'i^ Y d�, �,��A � � P,�K .�F �Y '�+ i� "�M���i'i,�"� �YA��r"{� 1` M'" 4 1':b ""U j F <4R i 'R k k �''�'yt �• • Ark',"} ' di'•r , � +M �W I� � i" � p��Mfi"�..� °"w,w�r'p� s 'awa��l ` �: ' � I' ' }: ; i ,'i`„ ~ Y rr.,.}•.uf J`hdt.4 ,�:: �" Saa,v"c� ar`" ;•.•�"`d�a5i, a ••„'�rrw•$�, i•}. +;°"°" a?^tr"sr r ,fd �r r �S d `} ,�' tr"• °+t� i`. S, r�';T' "�. '.�'n' •�v ><�^•sxn�' �"z°'`�sJ''ti,+r,"s^;si =�`t-.—;:,'': Y 'r,. - � a �.,;d^x,X " ff..:.., .. 6. .. .:. .. •:...:, .. ... ... yy.. ��JJ- :v. try x"' sY� .., 9 }�. 1': �!:...:. '., ...,t: ... .. ..., :a'. G,. T�.�S .,'aY':' S�`.,y a.`rv:.. pn..a f,':. Y- :..,/1. :L:.. ,+ _ .'kx. : •/i'::' {' �!• .. ..s. .R , ,. ¢'+ ' .'• : .. ..^ A -,..' .. t,:-.: ;._,., T.•'a. l,.s ''t' ,o-rR in:::aa: ''�"y'i .,. ,. ..-�t :a.... ^.'ter.','•.. i.. r '6U.„,'..'., �i {{ o4,..Y y 1ro + CY PY"0w r4 P, "`!M'iv4 nix .°w.0 FP'd+%''y wi. wd rw#•»^ 4^t +rt.v ° a:�{1 N $,nw a h• ?ar;r 1t *'p aR ••r•+; yr la G t tl " ` 17r 1 14 ° aAS _ ..1" Y}W y'r , Y•.: 4r p,J.+Fv.,A2«,F r �. � L � � � k m� d `� £+ � :>r'>}'y :Y:Aki� N�� � i $�,�y.:�datr'L'b4 r �(�F'•4i-£ °'t7: %4�NgL5,. ; � �'F- �� 4 / •''� ,2 1.,, i;d5 I ,,'JA Y",,•,.j• ,t/y 'a~� t :F�" W „''.h,�.,! .:� `i' y d�dn •Y� '1 • .Ifi F y ? i r.Y: S �•i. •y+, u, "y f�. ,n r >i :r a >d. .tea S'A,...• •,>+ . . •,. .,,... � . r: +.... ... .: ::' w`., y .>..., ...{ Ms' : ..,.i.. , y�>♦'sAT,�. yr :; �"u ..x! iY';,•Ua:. ;=q.,-: 41"' J.a''•ii'::,, ��, ,` 5`.y8 ....:; @„*P9 i a- yp{ x w" w A iKrz a t r � +d "q 1 , „z",y`5d i,� JI;" " 1 +. ycna",k •w r b ° v ,¢y: n l t r y,^ . w {„ § K4 .. � +a#µN y t `Aa�f'.,k ". M�C�,Pw��g�n i� bbr jra si��;f,,n.� n�•d"ry� "'�'�ha"w'�l r::° �' a�"� �bq�kr� ,« r1 e � f: @�t rw;«. a` i j r + e r• 5'f a l s v d; y.e '�dspnyo +tn., ,.Vi, t` a u '.r,.�t,.,.;:. •�2`2% ° " •:.'bP 4"Z"$ > t.:n•"'�^'� kgN+7 , -`�`^ ° s ?`a .,s; '4 . "'"Y',i .... �•;'•M` t i a Y y,�,z,e�'t?+' ?>'ry"i''e^'r. i%a v -b. 'i�'t.s,•, �w y,',c ;�«�1_y:^: 5'i ..k'r,' t.; .,y;^..;., :><'gSy ,ka:h. :;e'.�,;"' ?}n,�'.::,;, ;�k r � .::iia,.� z;. ���r"hYP•r `'a4'y..:ui+1'',�. s, h�rt, .p�J :;,��"wax�•d'';�s^.,v�'>.�'"�rb.,'�„+�u«i l •,.�.�wr. tyl,M1F�•,;.+i^r°.-<,t'- '.F1. - - .'S.t� ..r?Sx... .. yea. ^ : t; `V f . ,�r>:F,� »i.P:, .. .. �,,,'r,,.' +'a> >�.,."a`"fit": ,:•s . x^ Td rc.:: ',4k..nt'u, .:, .;, t:.. >:ve...:::;t'. ., ...�. .:• ^'t <e, w'",�>.y'r::;.::yk:':rw;.:.a:,,4.t.y:"f,'�..ar. i:;'�r""Y,>:S,Pau .•ar:;,> .: ::r.ayi..`,.r>�. P. w °� -1 , �_..., �-^; f--� r'"--ti, �-'1 � �� r" '� !�r'1 t-� r""-1 Sri � �1 � r� r--~ '�„_-`; a 1 y : A vr%41�v'P,}y11�a. r; krs m` " t 1 ; pf '% ?:Y L- 7 � •M1'` ';`e{ >`k+4~ n. •T4 � iLJ„b'",�T:vo- tyf,, 7 r< w'r � ''' l i. iY � i V � t � C �.s » w ay' • t r W r��� �• � •...,� . ��� � E�� tt x � s;��,7�� oe— a ,v ''urn y ,� 'd I Yr " e *fir aG d"�MaiFt a•p, v1�� ', zi a�+ ,, a if!�z'1^r r rur a°aww �! ww' " + � 1�'.: �' $'� � rr t ar v S a 'a�?. ',�, a �,"!N ",'fzSti"� +4'�' � ��y ^�C n"t �. � t+rm�r ,�-?^.n}'�f-sr Y" e r h f �a. i a F „ '� „," e M i�rs 'y+ �, �• „M � <: w"y'a+;uwe vam., �,�:rvw ww �m,a"w waWrrww�wr rw� Qw•y-'�+wv ,:w.w�w�*� �y'e �a st�5»g ," �, �",z�;:; ' ,, .s x����°�s'�&`'t Kea �' �t�•��"' s.� ,�'r � r� k •iu r 4`: H �,. ,y&x" y 69 a� Sz-L^x+sc � �s`�"xa "` wrr 7 � 4 a u zr; t V � r ?n. „dn. xz.�x� ���` `a`4n z"iK`.� yp, /i rti o 'a *5sA..y�k�7 E'2'xY�'{E. 3 a" ✓� •*V" a,za z y `z`%y„�y } + ,*ry w +z�" u*c ytwa *` ,„ ` r.""w ,"f 1 w �'•'+, r� r� � 1 Sssx '�' J ^� J §� c W..��,+�s `�� �� � � � � �� +k z „s.�. a try "a yr Aaz q £ r a Y F h n �' ytianM ! terwM1�,:e r� S �, rT sEd�tal�w vF 9 t," w� rNi� , BORING NUMBER BI PaveTex Engineeiing and Testing PAGE I OF I 12804 CR 25W Lubbock TX 79404 CLIENT Parkhill, Smith & Copper PROJECT NAME Lubbock lArAsphalt Repair PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 0/22110 COMPLETED 91=10 GROUND ELEVATION HOLE SIZE 4 Inches DRILLING CONTRACTOR Alpha Testing GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING Not Encountered LOGGED BY Breft0bwo CHECKED BY EFI AT END OF DRILLING NOTES AFTER DRILLING LU ATTERBERG LIMITS DESCRIPTION CL I� fn !—Z � z W 4e z 0 ffi E (') I MATERIAL 0 Cy & =)— 5 CJ 0 :3 z —M oD co> 0z 8 Q cy 0 CL Q :3 0- a- Z ILL (SC) CLAYEY SAND, SANDY CLAY, with caliche nodules, brown to tan, damp to moist, soft to firm, more calcareous with depth 5 12 24 16 8 21 4 14 4 W 3 14 31 14 17 55 10 Bottom of borehole at 10.0 feet 1". PaveTex EngfrweiV and Testing BORING NUMBER 132 12804 CR 2500 PAGE I OF 1 Lubbock, TX 79404 CLIENT Parkhill, Smith 8c Cooper PROJECT NAME Lubbock LA- Asphallt Repair PROJECT NUMBER PROJECT LOCATION Lubbock, TX DATE STARTED 9122110 COMPLETED WW10 GROUND ELEVATION — HOLE SIZE 4 Inches DRILLING CONTRACTOR Alpha Testing GROUND WATER LEVELS, DRILLING METHOD SFA AT TIME OF DRILLING Not Encountered LOGGED BY Brett Gibson CHECKED BY EFI AT END OF DRILLING NOTES AFTER DRILLING w 0- IMI 0- rz 0— ra MATERIAL DESCRIPTION 2 � 2 D w IL O_ 8 4> H 0 Z 9:3 vi z w 0 M M -i a: a IL (SC) CLAYEY SAND, SANDY CLAY, with caliche nodules, brum to LL — tan, damp, firm to very stiff, more calcareous with depth 11 14 29 13 16 61 6 14 5 14 26 14 12 60 10 12 R 18 14 q 10 Bottom of borehole at 10.0 feet Ei w .1 �1 PaveTex Engineering and Testing BORING NUMBER B3PAGE 1 OF 1 128" CR 2500 Lubbock, TX 79404 CLIENT Parkhill. Smith & Cooper PROJECT NAME Lubbock IA-Asohait Repair PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 9122110 COMPLETED 9=10 GROUND ELEVATION HOLE SIZE 4 Inches DRILLING CONTRACTOR Alpha Testinc GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — Not Encountered LOGGED BY Brett Gilson CHECKED BY EFI AT END OF DRILLING — NOTES AFTER DRILLING w ATTERBER{3 U � LIMITS w LIMITS= t7 w 0 3 '— ❑ z w p MATERIAL DESCRIPTION a j j _q W 9 tom— F U a 0 Z L) mOZ Q 0O � gg Z oc a. ❑ U � 0 (SC) CLAYEY SAND, SANDY CLAY, with cafiche nodules, brown to tan, damp to moist, soft to stiff, more calcareous with depth 5 13 5 16 26 13 13 60 12 16 5 10 14 34 14 20 66 4 13 10 a Bottom of borehole at 10.0 feet w a N 4 g Y U O �m7 7 LL ry� V n _O F O P O t7 M Z tqJ Z to� t7 PaveTex Engineering and Testing BORING NUMBER B4 12804 CR 2500 PAGE I OF I Lubbock TX 79404 CLIENT Parkhill. Smith &Copper PROJECT NAME Lubbock IA- Asphalt Repair PROJECT NUMBER PROJECT LOCATION Lubbock, TX DATE STARTED 9/22110 COMPLETED 9/22110 GROUND ELEVATION HOLE SIZE -4 inches DRILLING CONTRACTOR Alpha TLim GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING Not Encountered LOGGED BY Brett Gibson CHECKED BY -EFI AT END OF DRILLING NOTES AFTER DRILLING ATTERBERG LIMITS W6 ❑ 0 rx ca W t-- =) 0- fe — tu D z x 8 !� M z 0 � i6 z IL MATERLAL DESCRIPTION tug Z t;w t-- C3 in D z (9 8z M0 a0 z 0 a- I LL (SC) CLAYEY SAND, SANDY CLAY, with cafiche nodules, brown to taff, damp, firm to very stiff, more calcareous with depth 11 16 5 15 28 15 13 66, 5 15 5 11 13 36 22 14 33 1 1 16 1 15 10 Bottom of borehole at 10.0 feet. ih ca x fj 12 �^ PaveTex Engineering and Testing BORING NUMBER E35 12804 CR 25M PAGE 1 OF 1 Lubbock, TX 79404 CLIENT Paf lll. Smith & Cooper PROJECT NAME Lubbock IA- ft aL 1 Repair PROJECT NUMBER PROJECT LOCATION Lubbock, TX DATE STARTED 9122/10 COMPLETED 9=10 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR Aloha Testing GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — Not Encountered LOGGED BY BtBtt Gibson CHECKED BY EFI AT END OF DRILLING NOTES AFTER DRILLING w ATTERBERG F U W a LIMITS z p_ MATERLAL DESCRIPTION to °p Q F k'r— o ae � a. O� '58> r �' p C9� � Fa wy 0 1 1 a LL (SC) CLAYEY SAND, SANDY CLAY, with calche modules, brown to tan, damp to moist, firm to stiff, more calcareous with depth 9 13 24 14 10 56 5 14 7 1S 28 13 15 57 5 10 13 8 i8 10 Bottom of borehole at 10.0 feet. a LL tr �UQ St n o_ n A F y� 7 U QJ V x m 2 U W O w QW)RING NUMBER B6 PaveTex Englneering and Testing PAGE I OF I 12804 GR 2500 Lubbock TX 79404 CLIENT Parl"ll, Smith-& Cagm PROJECT NAME Lubbock IA- Asohatt Repair PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 9/22Jf0 COMPLETED 9/22110 GROUND ELEVATION HOLE SIZE 4 Inches DRILLING CONTRACTOR Alpha Testing GROUND WATER LEVELS: DRILUNGMETHOD SFA ATTIME OFORILLING — Not Enoountered LOGGED BY Brett Gibson CHECKED BY EFI AT END OF DRILLING NOTES AFTER DRIWNG ui ATTERBERG LIMITS (q 3: MATERIAL DESCRIPTION on z 0 o 0 z 0 z 0 >a 0 M 0 m (L a. 0 a. IIE (SC) CLAYEY SAND, SANDY CLAY, with cdche nodules, brown to tan, damp, soft to stiff, more calcareous with depth 4 12 6 15 31 13 18 63 4 14 5 5 11 31 15 16 62 2- 12 15 10as Bottom of borehole at 10.0 feet YU O O 0 N IRS t z PaveTex Engineering and Testing BORING NUMBER B7 12804 CR 2500 , PAGE 1 OF 1 Lubbock, TX 79404 CLIENT Parkhill, Smith & Cooper PROJECT NAME Lubbock LAL- Asphalt Repair PROJECT NUMBER PROJECT LOCATION Lubbock. TX DATE STARTED 9=10 COMPLETED 9/22/10 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR Alpha Testing GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — Nat Encountered LOGGED BY Brett Gibson CHECKED BY EFI AT END OF DRILLING — NOTES AFTERDRILLING — ATTERSERG W z t- W � LIMITS lz ?���uuu W 3 v a. O MATERIAL DESCRIPTION a? o Y per! w j v �_ _� fl o z Lu Uz a O 20 J :� z Z 0 a W (SC) CLAYEY SAND, SANDY CLAY, with caliche nodules, brown to tan, damp to moist, soft to stiff, more calcareous with depth 7 12 3 13 4 13 28 13 15 00 5 8 14 a' 9 16 40 24 18 59 10 Bottom of borehole at 10.0 feel A u U n n r� a c� A 0 C9 m N N 2 C'1 JQ U 00 11pZ� (7 I BORING NUMBER B8 PaveTex Engineeft and Teang 12804 CR 2500 PAGE I OF I Lubbock, TX 79404 CLIENT Paftill. Smhh &Cooper PROJECT NAME Ltibbock IA- Asphalt RegaW PROJECT NUMBER PROJECT LOCATION Lubbock. TX DATE STARTED 9/22/10 COMPLETED 9/22110 GROUND ELEVATION HOLE SIZE 4 Inches DRILLING CONTRACTOR Alpha Testing GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING Not Encountered LOGGED BY -Braft Gibson CHECKED BY EFI AT END OF DRILUNG NOTES AFTER DRILLING of a ATTERBERG LIMITS st MATERIAL DESCRIPTION 0- 1-- 0 Q P t= S2 z 0 o z ui Im0 - uz 0 �2 20 cy� a �- a Q CLzi 0 a- ILL (SC) CLAYEY $AND, SANDY CLAY, with callche nodules, brown to tan, damp, firm to very stiff, mote calcareous with depth 6 15 6 13 25 13 12 56 4 14 5 1 12 12 31 15 16 46 22 10 10 Bottom of borehole at 10-0 feeL n PaveTex Engineering and TestiBORING NUMBER B9ng PAGE 1 OF 1 12804 CR 25M Lubbock, TX 79404 CLIENT ParkhillSmith & Cooper PROJECT NAME Lubbock IA- Asphalt Repair PROJECT NUMBER PROJECT LOCATION Lubbock, TX DATE STARTED 9122(10 COMPLETED 9/w10 GROUND ELEVATION HOLE SUE 4 Inches DRILLING CONTRACTOR Alpha Testing GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING — Not F_noountered LOGGED BY Brett Gibson CHECKED BY EFI AT END OF DRILLING NOTES AFTER DRILLING ATTERBERG } 6 tu o LIMITS °u1 E o MATERIAL DESCRIPTION M w C o 0D � Q t- ,. c, o z (T mZ V } QZ13 0 Z Lu 0 0 :20 J �� Z (SC) CLAYEY SAND, SANDY CLAY, with caf;che nodules, brown to tan, damp, firm to stiff, more calcareous with depth 10 13 22 15 7 47 9 14 5 13 25 15 10 59 5 12 13 10 11 10 a Bottom of borehole at 10.0 feet w Y U O m ('J CL K g f.) n. h_ _O r� N F am J y 4 FN 2 ('J Z S U O w O PaveTex Engineering and Testing BORING NUMBER 1310 1289 CR 2500 PAGE 1 OF I Lubbock, TX 79404 CLIENT Parkhill, Smith &Cooper PROJECT NAME Lubbock lAr Asphaft Repair PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 9/22/10 COMPLETED 6=10 GROUND ELEVATION HOLE SIZE 4-Irichas DRILLING CONTRACTOR Ajoha T'stina GROUNDWATER LEVELS: DRILLING METHOD SFA AT TIME OF DRILLING Not Encountered LOGGED BY Brett Gibson CHECKED BY EF1 AT END OF DRILLING NOTES AFTER DRILLING ATTERBERG ul LIMITS (L of W 3: =LU, z CO 9 MATERIAL DESCRIPTION a2 > C " Cut z 00 ae :3— CL a 0 z 0 (SC) CLAYEY SAND, SANDY CLAY, with caliche nodules, brown to tan, damp to moist, firm to stiff, more calcareous with depth 5 15 15 28 14 14 62 7 14 5 7 13 R 12 19 38 18 20 66 X 10 9 Bottom of borehole at 10.0 feerL Ix qJ (L PaveTexEngfieedngandTesting BORING NUMBER B11 12804 CR 25W PAGE 1 OF i Lubbock, TX 79404 CLIENT ParkhiII. Smritt & Coow PROJECT NAME Lubbock IA- Asphalt Revak PROJECT NUMBER PROJECT LOCATION Lubbock, TX DATE STARTED 9/2YJ10 COMPLETED 9/22110 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR Alpha Testhg GROUND WATER LEVELS: DRILLING METHOD SFA ATTIME OF DRILLING — Not Encountered LOGGED BY Brett Gibson CHECKED BY EFI AT END OF MILLING NOTES AFTER DRILLING — ATTERBERG w z aE LIMITS w 0 n. O MATERIAL DESCRIPTION mjp z W +� C H 0 `E p a—' J z U� �� F n Uz zI a�n 0 (SC) CLAYEY SAND, SANDY CLAY, with cakhe nodules, brown to tan, damp to moist, firm to stiff, more calcareous with depth 8 15 27 12 15 59 4 14 5 13 6 7 16 26 14 12 78 9 14 10 Bottom of borehole at %0 feet rr o m ca EU 0 a N a k9 m Y2 F O w I 5 rZI-170 BORING NUMBER B12 PaveTex Engineering and Testing PAGE I OF I 12804 CR 2500 Lubbock, 'TX79404 CLIENT PwWl. Smith & Cooper PROJECT NAME Lubbock L&- Asphalt Repair PROJECT NUMBER PROJECT LOCATION Lubbock TX DATE STARTED 9122110 COMPLETED 9/22110 GROUND ELEVATION HOLE SIZE 4 Inches DRILLING CONTRACTOR Alpha festirm GROUND WATER LEVELS: DRILLING METI-1013 SFA AT TIME OF DRILLING Not Encountered LOGGED BY Brett Ghson CHECIKED BY EFI AT END OF DRILLING NOTES AFTER DRILLING ATTERBERG w w LIMITS a. MATERIAL DESCRIPTION w w w > Cy P:3 z a. I-- w z 0— w C1 12 re 'Uz o z 0 0 M CL to w 0 CL a au- K I (SC) CLAYEY SAND, SANDY CLAY, with caliche nodules, brown to tan, damp to moist, firm to stiff, more calcareous with depth 7 15 25 14 11 57 5 13 7 16 24 12 12 55 6 16 8 17 10 1 1 1 Bottom of borehole at 10.0 feet. PaveTex Engineeft and Testing BORING NUMBER B13 PAGE 1 OF 1 12804 CR 2500 Lubbock, TX 79404 CLIENT Parkhill, Smith & Cooper PROJECT NAME Lubbock IP- Asttiatt Repair PROJECT NUMBER PROJECT LOCATION Lubbock, TX DATE STARTED 9/22/10 COMPLETED? 9/22/10 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR Alpha Testing^ GROUND WATER LEVELS: DRILLING METHOD SFA AT TIME OF ORILLNG — Not Encountered LOGGED BY Brett Gibson CHECKED BY EFI AT END OF DRILLING — NOTES AFTER DRILLING ATTERBERGul H- t) a X } w w w" LIMTTS w LLI a. ad O MATERIAL DESCRIPTION >p C�J ^ > rii z n Iu t t tt 0 - p a� U� DO> Ve } 01z � g hp 0 z �z a �� JJ CL gz all z a ILL (SC) CLAYEY SAND, SANDY CLAY, with callche nodules, brown to tan, damp, firm to stiff, more calcareous with depth 14 12 5 12 6 14 29 13 16 62 5 5 12 29 11 18 70 4 13 � 10 ' Bottom of borehole at 10.0 feet_ a C3 m LL g U h_ _O a r O 3 _ 0` f PLO SOIL CLASS WORKSHEET zport No.: 7233 Contractor: A No.: 201000034 Material Description: -ite Sampled: 9/22/2010 Material Use: *ate Tested: 9/27/2010 Material Source: yroject: Lubbock Aero, Sampled By: Cole ( �-Jent: Lubbock Aero, Tested By: Chris 1,-.;nt. I Sod ng 1101e.5 0- 1 5' HoIc #5. 3.5'-5' Ident. j13oring.p.010 1,16, 1�5'-T :ginal Dry Weight 132.0 Original Dry Weight 160.1 Original Dry Weight 187.1 17711� Wt After Washing -61.1 _Dry Wt. After Wa§4iAg 73.6 Dry Wt. After Washing 71.6 Sieves Individual Weight Retained Sieves Individual WeiLit Retained Sieves Individual Weight Retained 3/411 0 3/4" 0 3/4" 0 #4 2.2 44 1.9 #4 0.0 #10 0,2 #10 3.1 #10 0.3 #200 55.7 #200 63.4 #200 68.3 Unified CL Unified CL Unified CL AAS14TO A-4 A-6 AASHTO A-6 FAA E-6 LAASHTO FAA E-7 FAA E-7 �oup Index 4 rou Index Gron�t 6 Group Index 8 P,mt. jBoringg Hole 06, 6-T-8' Hole #7� ,5'-5' H3 ng fl8Y Ident. 18ori-ole #7.,-10' jriginal Dry Weight 1 150.1 QjjLmal Dry Weight 160.4 Original Pa Weight 154.3 Y Wt. After Washing 1 73.8 _Dry Wt. Auer Washi!j& 691 Dry Wt. After Washing 1 64.5 Sieves Individual Weight Retained Sieves Individual -±Le�ht Retained Sieves Individual Weight Retained WAlf Jf� 0 3/4" 0 3/4"5.7 W4 39.2 #4 0.0 #4 5.0 410 4.6 #10 11 #10 4.5 #200 28.5 #200 63.2 #200 48.0 Unified CL Unified CL Unified CL kASHT0 A-6 AASHTO- A-6 AASHI`0 A-6 FAA E-17 11 FAA E-7 FAA E-7 �-roup index 5 11 Group Index 6 Group Index 7 hole 1,18, 1.5-3' Ident, lBoringl4oleffS. 6,5'-81 ,i'K inal !y Weight 143,1 inal Dry Weight 193.1 Original DIX Weight ��j ry Wt. AfterWashing + 65.0 Dry ' Wt. Wishing 106.8 Dry Wt. After Washing NO Sieves Retained I Individual Wei al t Rei� Sieves Individual Weight Retained Sieves Individual Wei g bt Retained 3/4" 0 3/411 '71.8 314#1 #4- 0.0 #4 22.2 #4 #10 0.6 #10 4.9 #10 #200 62.6 #200 45.7 #200 Unified CL Unified GC Unified AASHTO FAA A-6 E-7 AASHTO FAA A-6 E-7 AASHTO FAA rrau Index 5 Group Index 3 Grou Index 0 F -M. 47 .......... C Y BERT' 71 a Fri jo-60 R'6viewed By: Rob Comey, RE PaveTex Engineering & Testing - 12804 CR 2500 Lubbock, TX 794014 - (806) 771-7283 Registered Engineering Finn F-961 SOIL CLASS WORKSHEET .import No.: 7233 Contractor: b. No.: 201000034 Material Description: ate Sampled: 9/22/2010 Material Use: O,xte Tested: 9/27/2010 'Mater al Source: �roject: Lubbock Aero Sampled By: Cole Lient: Lubbock Aero Tested By: Chris ,.nt. 13or•ing lJole fl, 0'-1,5' Ident. 3orin 1tcle'sl, 8,5'-10' Ident. Boring [sole 42 0' .1.5' .. nal D Weight Dry 220.6 Original D Weight Dry g 228.4 j Onginai Dry Weight _ 1413 , �-v Wt. Sifter Washing 119.5 Drqy Wt. Auer Washing 104.0 Dry Wt After Washing 72.4 = Sieves Individual WeiLit Retained Sieves Individual Weigbt Retained Sieves Individual Weight Retained ` 3/4" 0 3/4" 0 3/4" 0 r #4 25.7 #4 22-1 #4 13.5 #10 67.9 #10 12.0 #10 3.7 #200 81.4 #200 67.8 #200 52.2 United Sc Unified CL United CL AASHTO A-24 AASHTO A-6 AASHTO A-6 FAA E4 FAA E-7 FAA E-7 -oup Index 0 Group Index 6 Group Index 4 Pnt. 1BOring1 lole 72-, 3.:i°-5' Ident. ftring Hole :#-3, 13-3' Ident. jBoring Hole 11£3, 6,5'4 .i rival Dr Wei sht 190.E Original Dr Weight 156.5 Original Dry Weight 180.6 L Wt. Aftex Washin 78.1 Dry Wt. After Washing-�--� 64.6 Dry Wt. tkft Washing 63.8 r Sieves Individual Weight Retained Sieves Individual Weight Retained Sieves Individual Weight Retrained 3/4" 21.9 3/4" 0 3/4" 0 #4 3.3 #4 0.0 #4 8.5 #10 2.7 #10 0.0 #10 4.0 4200 48.0 #200 61.9 #200 49.6 Unified CL United CL Unified CL "'1ASHTO A-6 AASHTO A-6 AASHTO A-6 FAA E-7 FAA E-7 11 FAA E-7 [,-roup Index 1 5 Grou Index 6 Group Ludex 10 13orirr1;1lc)le t1-1, I.:I'-T Ident. I Boil ng lfole 14. 6.Y-S' Ident. 'ri final Dry Weight 196.4 Original � Weight 145.4 Ori tg_tra-1 Dz �,Vei ht bry Wt. After Wasbing 69.3 Dry Wt. Abler Washing 98.9 _ My Wt. Auer Washing Sieves Individual Weight Retained Sieves Individual Weight Retained Sieves Individual Weight Retained 3/4" 0 3/4" 46.5 3/4" #4 0.0 #4 8.8 #4 ,. #10 1.6 #10 4.0 #10 #200 62.6 #200 37.9 -#200 (; United CL Unified GC Unified k -AASHTO FAA A-6 E-7 AASHTO FAA A-2-6 E-7 AASHTO FAA Troup Index 7 Group Index 0 Group Index �'- - - 4 # .......... ............»n> ®iBERT . C MEY eviewed By: Rob Convey, RE PaveTex Engineering & Testing - 12804 CR 2500 Lubbock, TX. 79404 - (806) 771-7283 Registered Engineering Firm F-961 k ...;port No.: 7233 Contractor: :b. No.: 201000034 Material Description: Ito Sampled: 9/22/2010 Material Use: �,Ate Tested: 9/27/2010 Material Source: ]�rbject: Lubbock Aero Sampled By: Cole Lient: Lubbock Aero Tested By: Chris ,,:nt. Boling I -Tole ##9, 0-1.5' Ident, 13oriiig I-irale #�9_'1 S S` ------ Ident. Eering { inat Dry Weight 198.2 Original Dry Weight - 239.8 Hole # 10, 1.5'-3' Original Dry Wei 1zt 233.7 Wt. After Washing 112.5 Dry Wt. After Washing 100.8 Dry Wt. After Washin 95.3 Sieves Individual Weiglit Retained Sieves Individual We' tit Retained Sieves Individual Wei htRetained s 314" 0 3/4" 0 3/411 0 #4 14.8 #4 10.2 #4 0.0 410 8.9 #10 5.3 #10 0.5 #200 80.7 #200 83.0 #200 88.4 IUnified SM SC Unified CL Unified CL AASHTO A-4 AASHTO A-4 AASHTO A-6 ¢ FAA E-6 FAA E-6 FAA E-7 oup Index 2 Group Index 4 Group index 6 I -�nt. lBoying Hole #10. 33-10' Ident. T-ori ug, H o I e #11. 0-1.5` Ident. I Boring Hole #11, Cs.Y-8' ti �i 'nal PryWei ht 1 246.6 Original Dry Weight 206.5 Original F31v Weight 202.3 Wt. After Washing 88.8 Dry Wt. After Washing 87,3 Dry Wt. After Was!!jnE 44.6 Sieves I individual Wei it Retained Sieves Individual Weight Retained sieves Individual Wei ht Retained 3/411 0 3/411 0 3/4" 0 #4 6.9 #4 2.9 #4 0.3 #10 2.6 #10 2.8 #10 2.0 #200 73.4 #200 79.1 #200 42.9 Unified CL Unified CL Unified -� CL AASHTO A-6 AASHTO A-6 IIASHTO FAA _A-6 E-7 FAA E-7 FAA _ _ _. _ E-7. tau Index 4 1Grou Index 6 ilGrou Index 8 � int. lBoring .tole 412. 0-1,5' ent. Borin Idle 412. 3,5-5' Ident. iginal Dry Weight 218.4 ri O ! Dry Weight _ _ 189.4 Original Dry Weight z Wt After Washing98.2 fDryWt- After Washin 88.5 Wt. Af1er WashinSieves Individual Wei t RetainedSieves Individual Weight Retained Sieves Individual Weight Retained 3/41' 0 3/41' 0 3/41 I._ 0.0 #4 1.4 ##14 #10 0.0 410 7.4 #10 #200 94.3 #200 75.6 #200 Unified CL Unified CL Unified Ia` -AAS14TO A-6 AASHTO A-6 AASHTO FAA E-7 FAA E-7 FAA "rou Index 4 Group Index 4 Grou Index Y� .c' . .t. ROBE k .(.... . .....Y.i . ^s' -16v ievyed By: Rot; Coiney, RE PaveTex Engineering & Testing - 12804 CR 2500 Lubbock, TX 79404 - (806) 771-7283 Registered Engineering Firm F-961 SOIL CLASS WORKSHEET l:..gdneering & Testing _.:port No.: 7233 Contractor: N .b. No.: 201000034 Material Description: " ite Sampled: 9/22/2010 Material Use: r,Ate Tested: 9/27/2010 Material Source: Project: Lubbock Aero Sampled By: Cole k Aient: Lubbock Aero Tested By: Chris r ,,;nt. Eoring hole #13. Ident. Eorin€ Role ##13, 6.5'-8' ____ Ident.I `ginal Dry Weight 247.6 Original Dry Weight 226.5 Original Dry Weight -v Wt. After Washing 105.1 Dry Wt Auer Wasik 70.2 Dry Wt. Auer Washing Sieves Individual Weight Retained Sieves Individual Wei lit Retained Sieves Individual Wei ht Retained 3/4" 0 3/4" 0 3/4" 414 0.0 #}4 0.9 #4 #10 0.0 410 LO #10 #200 94.6 4200 66.6 #200 Unified CL Unified CI Unified AASHFO A 6 AASHTO A-6 AASHTO FAA E-7 FAA E-7 FAA -ioup Index 7 Group Index 10 di Group Index tdent.I Ident. . lighial DryWeight _ Original DW W_ eight Original Dot- r Weight _ , Wt. After Washing Dry Wt. After Washing Dry Wt. After Washing Sieves Individual Weight Retained Sieves Individual Wei ht Retained Sieves I Individual Weight Retained 3/4" 3/4" 3/4" #4 #4 #4 #10 #10 #10 4200 #200 #200 Unified T Unified U ffied " iASHTO AASHTO AASHTO . FAA FAA 11 FAA -;raup Index Grou Tndex Grou .Ilidex �— nt• Ident. ��� Ident. �1-7i&iruil Dry Wez ht Ori =tnal D Weight ...._ Y ........._._ Ori nal Dry Weight }s Wt. After Washing Dry Wt. Aber Washin .� Wt After Washing Sieves I Individual Wei ht Retained Sieves Individual WeiELt Retained Sieves Individual Weight Retained 3/4" 3/4" 3/4" `. #4 #4 #4 #10 #10 #10 #2oa #200 #200 I" Unified Unified Unified " AASHTO AASHTO AASHTO FAA FAA FAA rau Index Grou Index Grou Indcx q O tDb 3 r........... l , ni............—........e........ Y a..l.s.... .a ........ I...... yg 711 [[( Reviewed By: Rob Comcy, RE ( PaveTex Engineering & Testing — 12804 CR 2500 Lubbock, TX 79404 — (806) 771-7283 r Registered Engineering Firm F 961 t t AEL Engineering & besting Moisture Content in % 5.9 8.7 11.4 14.9 Dry Density (cfl 110.7 121.9 122.4 114.8 Max Densi k m3) 2,0IU.3 Maximum Density (of) 125.50 Std Error Optimum Moisture(%) 10.70 10,65383 �q���►tt�►i,! � ........................t ROBERT G. CONEY ... t..........................4...�` Reviewed By: 1 " ' Rob Comey P.E. PaveTex Engineering & Testing — 12804 CR 2500 Lubbock, TX 79404 — (806) 771-7283 Texas Registered Engineering Firm F-961 I Report No 7876, Lab. No. 201000190 Date Sampled Edect Name LBB Airfield Asphalt Repair Project Number Contractor Name Work Order or CIP No. Lab. Technician Cole Certification No. Client Parkhill, Smith and Cooper Report of Modified Proctor Material Description Salvage Base Material use Type Material Source Roadway Date Tested 11/03/10 Washed Sieve Anal sis (% Moisture - Density Relationship Size Passing Retained Required 3" t 2" 123.0 .------------ _..__._,.......- ' 1 3/4" 1 1/2" � 1" r- 121. " 121.0 3/4" 88.0 t2.0 20.3 No. 4 59.9 40.1 No. 10 51.5 48.4 No. 40 No.200 20.4 79.5 Atterberg Limits i 11 �.o l _N-1-17.o , - ---- -- LL PL PI i f 28 16 12 1 { Soil Classification i Unified: GC Group Index 115.0 AASHTO A-2-5 0 9.0 11.0 13.0 15.0 FAA Moisture Content (%) Estimated Specific Gravity 2.55 Points on Gra h: 14;�. Moisture Content in % 10.0 11.1 12.2 13.2 r° Dry Density (c 120.3 121.8 120.8 ,:".4= 117.0 Max Density k m3) 1,962.3 t '11 -58 Maximum Density c 122.50 Std Error 4? Optimum Moisture % 11.30' 0.30595 .// l 1 � i� * ' Corrected Maximum Density 125.1 t Corrected Optimum Moisture 9.5 Reviewed By / 1 l.''� %l Rob Comey P.E. ( PaveTex Engineering & Testing w 12804 CR 2500 Lubboch, TX 79404 - (806) 771-7283 l Texas Registered Engineering Firm F-961 i,. { I TEXAS DEPARTMENT OF TRANSPORTATION RESISTANCE TO DEGRADATION BY WET BALL MILL METHOD Tex-116-E Refresh Workbook hie version: Utw9mij 14:3U;4ti PaveTex Report No.: 8135 ,Lab. No. 201000223 SAMPLED DATE: Client: Parkhill, Smith and Cooper LETTING DATE: SAMPLED BY: Brett CONTROLLING CSJ: SAMPLE LOCATION: SPEC YEAR: 2004 MATERIAL CODE: Salvage Base SPEC ITEM: MATERIAL NAME: SPECIAL PROVISION: PRODUCER: GRADE: LBB Airfield Asphalt Repair PROJECT MANAGER: STATIONJ DIST. FROM CL: Original Dry Screen Gradation jPart 1: 3500g Preparatio Part II: 3000g Preparatio Sieve Size individual Percent Retained Cumulative Percent Retained Individual Weight Retained (g) Cumulative Weight Retained (g) Individual Weight Retained (g) Cumulative Weight Retained (g) Individual Weight Retained ( 2 1/2 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1 3/4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 718 380.5, 11.5 11.6 401.1 401.1 343.8 343.8 3/8 6t33:.8 20.0 31.6 699.8 1100.9 699.8 943.6 #4 4742" 14.3 45.7 499.9 1600.8 428.5 1372.1 #40 913.4 27.5 1 73.3 963.0 1 2563.8 1 825.4 2197.5 440 88i3.0 26. t I 1 9315.2 1 35UU.0 8UZ.4 2999.9 Total: 3319.9 1 3500.0 2999.9 Part I Wet Ball Mill Individual Percent Retained Initial Weightj 3600.0 Sieve Size Weight Retained (g) No.40 1381.0 39.5 - No.40 2119.0 An 5 Part II: Washed Sieve An sis Initial Welgh 3000A _j Individual Sieve Size Weight Percent Retained (g) Retained No.40 1795.8 59.9 - No.40 1204.2 40.1 Wet Ball Mill Value: 61% 1 1 Percent Soil Binder: 40°!° °!° Soil Binder Increase: 21% Aw i Remarks: V...$.. ..........c�;>.<.:....,. <i. 71158 Test Method: Tested By: Tested Date: TX116 lChris Cunningham 11/05/109, PaveTex Engineering and Testing - 12804 CR 2500 Lubbock, TX 79404 -(806) 771-7283 t - ("Pave Engineering &Testing ( Report No 7730, Lab. No. 201000159 Project Name LBB Airfield Asphalt Repair Contractor Name Lab. Technician Cole Client Parkhill, Smith and Cooper Material Description Cement Treated Base @ 6% Cement ( Material Source Moisture - Density Relationship r 117.0 U (� 115.0 C � � C 113.0 ( ]ll.o ct Number Order or CIP No. ication No. rt of rial use Type Tested •� 116.5 117.4 .. 116.7 3 ( 8.0 10.0 12.0 14.0 Moisture Content (%) Estimated Specific Gravity 2.55 Points on Graph: 14 Max Density k m3 1,887.0 Maximum Density ef) 117.80 Std Error Optimum Moisture % 11.10 0.24131 1 _ Corrected Maximum Density Corrected Optimum Moisture Reviewed By: Size 3" 2" 1 3/4" 1 1/2" 7/8" 3/8" No. 4 No. 10 No. 40 No. 200 LL PL 10 Soil Classification Unified: Gro AASHTO FAA _IONS .. A........................i. Z ROBERT G. COMEY ............... ........ �.., . . 71158 -� 4�,'~ Rob Comey P.E. { PaveTex Engineering & Testing —12804 CR 2600 Lubbock, TX 79404 -- (806) 771-7283 Texas Registered Engineering Firm F-961 1, C 1_ d Required Ij I 1 PI Index Li lJ Cl l� �J Moisture Content in % 9.2 10.3 11.3 12.1 Dry Density c 113.0 116.5 117.4 116.7 A Soils Cement Report Report # 7730 Client: Parkhill Smith and Cooper Contractor: Project:, LBB Airfield Asphalt Repair Type of Structure: Date Tested: 11/3/10 Material: Cement Treated Base Lab. No.: 201000159 Material Source: LBB Airfield Roadwa Sample No. Age Days Date to be Tested: Load (lbs) Area ..Sq. In. Compressive Strength(psi) Avg. Comp. Strength(psi) 4% Cement 9 7 1114/2010 9,410 28.27 333 10 7 11/4/2010 10,265 28.27 363 11 7 11/4/2010 11.615 28.27 411 369 6% Cement 6 7 11/3/2010 13,825 28.27 489 7 7 11 /3/2010 13,415 28.27 475 8 7 11/3/2010 13,350 28.27 472 479 8% Cement 12 7 11/4/2010 13,940 28.27 493 13 7 11/4/2010 14,780 28.27 523 14 7 11/4/2010 13,926 28.27 493 $03 10% Cement 15 7 11/4/2010 15,905 28.27 563 16 7 11/4/2010 16,050 28.27 668 17 7 11/4/2010 15,555 28.27 550 560 Technician: Reviewed By: q'�Si' M 1 t t ROBERT � 1;09i-EN. -.. PaveTex Engineering and Testing — 12804 County Road 2500 Lubbock, TX 79404 -- (806) 771-7283 Texas Registered Engineering Firm F-961 PaveTex Engineering & Testing, Inc. 3989 HWY 290 East Dripping Springs, Texas, 78620 PH 512-858 2993 Fax 512-858 2921 Client: PSC LBB Airfield Asphalt Repair Report of: Lab CBR Test Method: ASTM C1883 Report No: DS10104 Date: 12/11 /2010 Sample ID: Salvages Base and Subgrade Lab No: 103311 & 103312 Sampled By: PaveTex-LBB Production/ Sampled Date: NP Sample Location: LBB Airport Project No: NP Producer: Site Received Date: 11/19/2010 Material Description: Salvaged Base including RAP and Test Performed By: Phillip New, CET Medium Brown Sandy Clay Subgrade Results: Lab CBR values were determined in accordance with ASTM C1883 at 95% optimum dry density ( unsoaked) Lab No. Sample ID CBR Value 103311 103312 Med. Brn Sandy Clay Blend of Flex Base and RAP 22 32 Reviewed by: ' PaveTex Engineering and Testing, Inc. Firm Registration No. F-961 The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the samples tested and/or inspected. They are not planned to be indicative of apperently Identical products.